trishuli jal vidhyut company ltd. · fidic fy federation ... jv joint venture jva joint venture...

65
Trishuli Jal Vidhyut Company Ltd. Upper Trishuli 3B Hydroelectric Project (37 MW) Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project TENDER REF. NO. TJVCL/ICB-2015-1 Trishuli Jal Vidhyut Company Limited Banasthali, Kathmandu, Nepal. Tel.:+977 1 4384443 Fax: +977 1 4363681 Email: [email protected] June 2015

Upload: lelien

Post on 04-Sep-2018

232 views

Category:

Documents


1 download

TRANSCRIPT

Trishuli Jal Vidhyut Company Ltd. Upper Trishuli 3B Hydroelectric Project

(37 MW)

Prequalification Documents

for

EPC Construction of Upper Trishuli 3B Hydroelectric Project

TENDER REF. NO. TJVCL/ICB-2015-1

Trishuli Jal Vidhyut Company Limited Banasthali, Kathmandu, Nepal.

Tel.:+977 1 4384443 Fax: +977 1 4363681

Email: [email protected] June 2015

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

i

Table of Contents

Abbreviations and Glossary

Invitation for Prequalification

Part 1 Prequalification Procedures

Section I : General Instructions to Applicants (GITA)

Section II : Particular Instructions to Applicants (PITA)

Section III : Evaluation and Qualification Criteria

Section IV : Letter of Application / Information Forms

Section V : Eligible Countries

Part 2 Works Requirement

Section VI : Project Information / Scope of Works

Project Information

Scope of Works

Abbreviations and Glossary

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

ii

1. Abbreviations and Glossary

BOQ Bill of Quantities

FIDIC

FY

Federation International des Ingenieurs-Conseils; an association based in Switzerland that produces GCOCs for different types of construction works.

Fiscal Year

GCOC General Conditions of Contract

GITA

GoN

General Instructions to Applicants, in the SPD

Government of Nepal

ICB International Competitive Bidding

IF Information Forms

IFB Invitation for Bids

IFP Invitation for Prequalification

ITB Instructions to Bidders

JV Joint Venture

JVA Joint Venture Agreement

NCB

NDCL

NEA

National Competitive Bidding

Nepal Doorsanchar Company Limited

Nepal Electricity Authority

PQ Prequalification

PITA Particular Instructions to Applicants, in the SPD

SBD Standard Bidding Document

SPD

TJVCL

Standard Prequalification Document

Trishuli Jal Vidhyut Company Limited

Applicant A Firm or Joint Venture of firms applying for the Prequalification for the specific contract/ slice or package.

Bidder A pre-qualified Firm or Joint Venture of firms which submit the Bids for the specific contract.

Employer

One of the two parties to a works contract, the other party being the “Contractor.”

Contractor The legal entity that is party to and performs a works contract, the other party to the contract being the “Employer.”

Joint venture An ad hoc association of firms that pool their resources and skills to undertake a large or complex contract in the role of “Contractor,” with all firms (partners in the JV) being legally liable, jointly and severally, for the execution of the contract in the event of a partner’s withdrawal.

Management Contractor

A firm, acting in the role of “Contractor,” that does not usually perform construction work contract directly, but manages the work of other (sub) contractors, while bearing full responsibility and risk for price, quality, and timely performance of the contract.

Abbreviations and Glossary

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

iii

Construction Manager

A Consultant, acting as agent of the Borrower/Employer, engaged to coordinate and monitor the timing of preparation, bidding award, and execution of a number of different contracts comprising a project, but does not take on the responsibility for price, quality, or performance of those contracts.

Nominated Subcontractor

A specialist enterprise selected and approved by the Employer to provide a pre-specified item in the BOQ, and nominated as subcontractor to the Contractor for such purpose. (For a more comprehensive definition, see Sub-Clauses 59.1 and 59.2 of the GCOC FIDIC 1987/92.)

Post qualification An assessment made by the Employer after the evaluation of bids and immediately prior to award of contract, to ensure that the lowest-evaluated, responsive, eligible bidder is qualified to perform the contract in accordance with previously specified qualification requirements.

Prequalification An assessment made by the Employer of the appropriate level of experience and capacity of firms expressing interest in undertaking a particular contract, before inviting them to bid.

Prime contractor A firm that performs a substantial part of a construction work, contract itself and the balance, if any, by subcontractors, while bearing full responsibility for the whole contract.

Procurement Agency

Agency intending to procure the Goods, Services, and or Works to fulfill its objective.

Provisional sum A sum included provisionally in the BOQ of a contract, normally for a specialized part of the works or for contingencies, which sum shall be used only on the instructions of the Employer/Engineer for payments to the Contractor and/or to Nominated Subcontractors.

Slice and Package

A procedure whereby a large homogeneous project is sliced into smaller similar contracts, which are bid simultaneously so as to attract the interest of both small and large firms; firms offer bids on individual contracts (slices) or on a group of similar contracts (packages), and award is made to the combination of bids offering the lowest cost to the Employer. Slices comprising a number of similar construction units together in a small area are sometimes referred to as “lots,” which are bid concurrently with other similar “lots” as part of the larger “package.”

Turnover The gross earnings of a firm (in this context, a construction contractor), defined as the billings for contract work in progress and/or completed, normally expressed on an annual basis, and excluding income from other sources.

Works The total work involvement in a construction contract, including the “Permanent” Works or finished product as specified, and the “Temporary” Works required by the Contractor for the execution of the contract.

Writing For the purpose of this document, any authenticated handwritten, typed, or printed communication, including telex, cable, electronic mail, and facsimile transmission, with proof of receipt when requested by the sender.

Part 1, Section I :General Instructions to Applicants (GITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

I-1

TRISHULI JAL VIDHYUT COMPANY LIMITED Invitation for Prequalification

Upper Trishuli 3B Hydroelectric Project (37 MW) EPC Construction of Upper Trishuli 3B Hydroelectric Project

TENDER REF. NO. TJVCL/ICB-2015-1 (First Date of Publication of Notice: 15th June 2015)

1. This invitation for prequalification has been issued to all Construction Companies who are eligible and qualified in accordance with the conditions stated in the prequalification documents, and who are interested in undertaking EPC construction of Upper Trishuli 3B Hydroelectric Project (37 MW), located in Nuwakot District of Bagmati zone in Central Development Region of Nepal.

2. Trishuli Jal Vidhyut Company Limited (TJVCL) is a Joint Venture (JV) Company promoted by Nepal Electricity Authority (NEA), and Nepal Doorsanchar Company Limited (NDCL), both public sector utilities to implement Upper Trishuli 3B Hydroelectric Project. The financing arrangement including the debt portion required for the Project is nearing completion. It is intended that the part of the proceeds of these resources will be applied to eligible payments under the Contract for which this prequalification has been issued.

3. The works are based on FIDIC Conditions of Contract for EPC/Turnkey Projects - First Edition 1999. The Works include design, engineering, procurement and construction of “Upper Trishuli 3B Hydroelectric Project”, which comprise the following works in detail.

a. Civil Structures – head pond, headrace pressure pipe, adits tunnel, headrace tunnel, surge shaft, pressure tunnel after surge tank valve chamber, drop shaft, pressure tunnel after drop shaft ,powerhouse, tailrace conduit and others all complete.

b. Hydro-mechanical Works - gates, headrace pressure pipe, valves , pressure tunnel steel lining (penstock pipe with bifurcation), drop shaft steel lining, powerhouse draft tube and gates and others all complete

c. Electro-mechanical and Electrical Works – Turbines, generators, transformers, switchyards, main inlet valves and others all complete

4. Prequalification will be conducted as per the criteria contained in the prequalification documents and is open to all eligible International Construction Companies or their joint ventures.

5. Applicants are required to meet the following minimum threshold criteria. a. Participation as a main contractor in at least one (1) EPC Contract (comprising of all

Civil and Hydro-mechanical works) of 40 MW or above capacity hydropower project that has been successfully completed within last fifteen years prior to application submission deadline, where the applicant's value of participation exceeds US$ 48 million or its equivalent.

b. Participation in at least one (1) EPC or Design Build Contract of 40 MW or above capacity hydropower project comprising of all Civil works within last fifteen years prior to the application submission deadline, where the value of applicant's participation exceeds US$ 40 million.

c. Average Annual Turnover of US$ 35 million within best three years out of last five financial years.

d. Cash flow of US$ 6 million. e. Able to demonstrate a positive Net Worth. f. Adequate Manpower and Equipment to be used for the Project.

Part 1, Section I :General Instructions to Applicants (GITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

I-2

6. Interested eligible Construction Companies may obtain further information from the office of TJVCL during office hours. A complete set of prequalification documents in English may be purchased by interested applicants from 15th June 2015 to 12th August 2015 during office hours on submission of written application to the address given below upon submission of a bank voucher evidencing a non refundable cash deposit of NRs. 50,000/- in favor of TJVCL in current account No. 00101010285988 in Nepal Investment Bank Ltd., Durbar Marg, Kathmandu, Nepal. All the applicants prequalified in the prequalification process, will obtain the Bidding Documents free of cost in order to participate in the Bidding process.

7. Prequalification application along with one (1) set of original and two (2) set of duplicate prequalification documents, signed by authorized personnel, should be submitted in wax sealed envelopes and delivered to the address below by 13th August 2015 at 12 hours (Nepal Standard Time) and be clearly marked “Prequalification Application for EPC Construction of Upper Trishuli 3B Hydroelectric Project /TENDER REF NO. TJVCL/ICB -2015-1”. The Applicant must submit the PQ documents received from the Employer by counter signing on it along with their Application. The applications will be opened at 14:00 hours on the same day. In case the date of submission happens to be a public holiday, submissions shall be made on the next working day. Documents received after the deadline of submission will not be considered for prequalification and will be returned unopened.

8. The number of partners in Joint Venture shall not exceed 3 (three) and the share of lead partner shall not be less than 50% while share of other partners shall not be less than 25%.

9. Applicants will be informed in due course regarding the results of their Applications.

10. TJVCL reserves the right to accept or reject any or all applications for prequalification and cancel the prequalification process and reject all applications without assigning any reasons whatsoever.

11. Interested eligible applicants may obtain further information from the address below or from the Company website www.trishulijalvidhyut.com.np .

Address:

The Managing Director TRISHULI JAL VIDHYUT COMPANY LIMITED Banasthali, Kathmandu, Nepal Tel.:+977 1 4384443 Fax: +977 1 4363681 Email: [email protected]

Part 1, Section I :General Instructions to Applicants (GITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

I-3

Section - I General Instructions to Applicants (GI TA) 1. Source of Funds and Scope of Works Source of Funds 1.1 TJVCL has made budgetary allocation from equity and loan from

domestic financial institutions. TJVCL intends to apply this fund or a part of the fund to the eligible payments under the contract(s) for which this prequalification is issued.

Scope of Work 1.2 The Employer, as named in the PITA, intends to prequalify the prospective bidders for the Works described in the PITA.

Slice and Package

1.3 If so indicated in the PITA, the total Works to be constructed have been divided into a number of similar individual contracts (slices) and bids will be invited concurrently for individual contracts and for combinations of contracts (packages). Bidders can bid on individual contracts only or on a combination of contracts within their prequalified capacity as assessed by the Employer. Qualification criteria for slice and package bidding are described in Sub-Clause 4.15.

Bid Invitation 1.4 It is expected that prequalified applicants will be invited to submit bids during the month and year indicated in the PITA.

Type of Contract 1.5 The bidding documents, type of contract, and method of payment, whether prices are fixed or adjustable, and the time for completion are indicated in the PITA.

Site Information 1.6 General information on the climate, hydrology, topography, geology, access to site, transportation and communications facilities, medical facilities, project layout, expected construction period, facilities, services provided by the Employer, and other relevant data is presented in Part 2 Works Requirement.

2. Fraud and Corruption 2.1 TJVCL requires that the Employer as well as

Bidders/Suppliers/Contractors observe the highest standard of ethics during the procurement and execution of contracts. In pursuant to this policy, the TJVCL:

a. defines, for the purposes of this provision, the terms set forth

below as follows: “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and

“fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the TJVCL, and includes collusive practices among bidders (prior to or after bid submission) designed to establish bid prices at artificial, noncompetitive levels and to deprive the TJVCL of the benefits of free and open competition; "collusive practice " is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party; "coercive practice" is impairing or harming, or threatening to impair harm, directly or indirectly, any party or the property of

Part 1, Section I :General Instructions to Applicants (GITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

I-4

the party to influence improperly the actions of the party; "obstructive practice" deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators; and

b. shall not accept a proposal for award if it determines that the

bidder recommended for award has engaged in corrupt or fraudulent or collusive, coercive, or obstructive practices in competing for the contract in question; and

c. shall declare a firm or individual ineligible, either indefinitely or for a stated period of time, to be awarded a TJVCL funded contract if it at any time determines that the firm has engaged in corrupt or fraudulent or collusive, coercive, or obstructive practices in competing for, or in executing, a TJVCL funded contract.

3. Eligibility of Countries and Applicants Eligible Countries

3.1 Except as provided in Sub-Clause 3.2 and 3.3, this Invitation for

Prequalification is open to all eligible firms from Nepal for NCB contracts and Nepal and abroad for ICB contracts. The GoN maintain a list of countries from which bidders, goods, and the services are not eligible to participate in procurement. Joint Ventures between firms from Nepal and abroad shall be permitted to bid.

Eligible applicants

3.2 A firm that has been engaged by the TJVCL to provide consulting

services for the preparation or implementation of the Project, and any of its affiliates, shall be disqualified from subsequently providing goods or works (other than a continuation of the firm’s earlier consulting services) for the same project.

3.3 A firm declared ineligible by the GoN shall be ineligible to bid for a contract during the period of time determined by the GoN.

4. Qualification Criteria

General 4.1 Prequalification will be based on Applicants meeting all the following minimum pass–fail criteria regarding their general and particular construction experience, financial position, personnel and equipment capabilities, and other relevant information as demonstrated by the Applicant’s responses in the Information Forms attached to the Letter of Application. Additional requirements for joint ventures are given in Clause 5. Qualifications, capacity, and resources of proposed subcontractors will not be taken into account in assessing those of individual or joint venture Applicants, unless they are named specialist subcontractors pursuant to Sub-Clause 4.4 and approved by the Employer.

Nominated Subcontracting

4.2 If so listed in the PITA, the Employer intends to execute certain specialized elements of the Works by Nominated Subcontractors in accordance with the GCC of the bidding documents and for which Provisional Sum will be included in the BOQ for the subject work.

Subcontracting 4.3 If an Applicant intends to subcontract parts of the Works such that the total of subcontracting is more than the percentage stated in the PITA of the Applicant’s approximated Bid Price, that intention shall be stated in the Letter of Application, together with a tentative listing of the elements of the Works to be subcontracted.

Part 1, Section I :General Instructions to Applicants (GITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

I-5

Specialist Subcontracting

4.4 If an Applicant intends to subcontract any highly specialized elements of the Works to specialist subcontractors, such elements and the proposed subcontractors shall be clearly identified, and the experience and capacity of the subcontractors shall be described in the relevant Information Forms.

Acceptable Substitutes

4.5 With reference to Sub-Clauses 4.3 and 4.4, the Employer may require Applicants to provide more information about their proposals. If any proposed subcontractor is found ineligible or unsuitable to carry out an assigned task, the Employer may request the Applicant to propose an acceptable substitute, and may conditionally prequalify the Applicant accordingly, before issuing an invitation to bid.

Contractor’s Responsibility

4.6 After award of contract, the subcontracting of any part of the Works,

other than for the provision of labor and materials, or to subcontractors named in the Contract, shall require the prior consent of the Employer. Notwithstanding such consent, the Contractor shall remain responsible for the acts, defaults, and neglects of all subcontractors and nominated subcontractor during contract implementation.

General Construction Experience

4.7 The Applicant shall provide evidence that:

a. It has been actively engaged in the civil works construction business for at least the period stated in the PITA immediately prior to the date of submission of applications, in the role of prime contractor, management contractor, partner in a joint venture, or subcontractor, and

b. That the Applicant has generated an average annual construction turnover during the specified above period greater than the amount stated in the PITA.

The average annual turnover is defined as the total of certified

payment certificates for works in progress or completed by the firm or firms comprising the Applicant, divided by the number of years stated in the PITA.

While calculating the Turnover of the National Contractors for the

past years the turnover amount shall be calculated in present value by deducting the VAT amount and then applying the inflation rate/index of the Nepal Rastra Bank. For the purpose of calculating the average annual turnover, the turnover of the best three years out of last five year’s turnover shall be considered.

Particular Construction Experience

4.8 a. The Applicant shall provide evidence that it has successfully completed or substantially completed at least the number of contracts stated in the PITA, of contract amount, nature, complexity, and requiring construction technology similar to the proposed contract, within the period stated in the PITA. The works may have been executed by the Applicant as a prime contractor or as management contractor, or as member of a joint venture or as subcontractor with references being submitted to confirm satisfactory performance.

b. The Applicant shall also provide evidence that it has achieved the minimum monthly and/or annual production rates of the key construction activities described in the PITA under similar contract conditions.

Part 1, Section I :General Instructions to Applicants (GITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

I-6

Financial Capabilities

4.9 The Applicant shall demonstrate that it has access to, or has available, liquid assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements for the subject contract(s) in the event of stoppage, start-up, or other delays in payment, of the minimum estimated amount stated in the PITA, net of the Applicant’s commitments for other contracts.

4.10 In the relevant Information Form, the Applicant shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments. For this the Applicants Bid Capacity shall be equal to or more than the value of the Slice or Package for which the Applicant has submitted Application for prequalification.

4.11 if not required by the laws of the Applicant’s country, other financial statements acceptable to the Employer, for the last ten years (unless otherwise stated in the PITA) shall be submitted and must demonstrate the current soundness of the Applicant’s financial position and indicate its prospective long-term profitability. If deemed necessary, the Employer shall have the authority to make inquiries with the Applicant’s Financers.

Personnel Capabilities

4.12 The Applicant shall supply general information on the management structure of the firm, and shall make provision for suitably qualified personnel to fill the key positions listed in the PITA, as required during contract implementation. The Applicant shall supply information on a prime candidate and an alternate, if stated in PITA, for each key position, both of whom shall meet the experience requirements specified.

Equipment Capabilities

4.13 The Applicant shall own, or have assured access (through hire, lease, purchase agreement, other commercial means, or approved subcontracting) to key items of equipment, in full working order, as listed in the PITA, and must demonstrate that, based on known commitments, they will be available for timely use in the proposed contract. The Applicant may also list alternative types of equipment that it would propose for use on the contract, together with an explanation of the proposal.

Litigation History 4.14 The Applicant shall provide accurate information on the related Application Form about any litigation or arbitration resulting from contracts completed or ongoing under its execution over the last five years. A consistent history of awards against the Applicant or any partner of a joint venture may result in disqualification of the Applicant.

Slice and Package

4.15 When applying for prequalification on more than one contract under the slice and package arrangements, the Applicant must provide evidence that it meets or exceeds the sum of all the individual requirements for the slices or lots being applied for in regard to:

a. average annual turnover (Sub-Clause 4.7 (b));

b. particular experience including key production rates(Sub-Clause 4.8);

c. financial capabilities, etc. (Sub-Clauses 4.9, 4.10, and 4.11);

d. personnel capabilities (Sub-Clause 4.12); and

e. equipment capabilities (Sub-Clause 4.13)

Part 1, Section I :General Instructions to Applicants (GITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

I-7

In case the Applicant fails to fully meet any of these criteria, it may be qualified only for those slices for which the Applicant meets the above requirement.

Clarifications of Applications

4.16 To assist in the evaluation of Applications, the Employer may, at its discretion, ask any Applicant for a clarification of its application which shall be submitted within a stated reasonable period of time. Any request for clarification and all clarifications shall be in writing.

Right to Waive 4.17 The Employer reserves the right to waive minor deviations in the qualification criteria if they do not materially affect the capability of an Applicant to perform the contract.

5. Joint Ventures Eligibility 5.1 If the Applicant comprises a number of firms with a formal intent to

enter into an agreement or under an existing agreement in the form of a Joint Venture (JV). Then all the partners to the JV shall be jointly and severally liable. A joint venture and the individual partners in the joint venture shall need to be registered in GoN, Internal Revenue Office before signing Contract Agreement.

Qualification Criteria

5.2 The joint venture must satisfy collectively the criteria of Clause 4. For this purpose the following data of each member of the joint venture shall be added together to meet the collective qualifying criteria. However the Partner in charge and each individual partner of joint venture must meet the percentages1respectively of the requirement as specified in the PITA of the criteria Sub – Clause 5.2(a) ,5.2(c ) and 5.2 (d) below:

a. average annual turnover (Sub-Clause 4.7 (b));

b. particular experience (Sub-Clause 4.8 (a) and key production rates (Sub-Clause 4.8 (b))

c. construction cash flow (Sub-Clause 4.9);

d. adequate sources to meet financial commitments in this and other contracts (Sub-Clause 4.10),

e. personnel capabilities (Sub-Clause 4.12); and

f. Equipment capabilities (Sub-Clause 4.13).

Each partner must satisfy the following criteria individually:

a. general construction experience for the period of years stated in Sub-Clause 4.7 (a),

b. adequate resource for completing the work in hand or committed new work (sub Clause 4.10)

c. financial soundness (Sub-Clause 4.11), and

d. Litigation history (Sub-Clause 4.14).

In accordance with the above, the Application shall include all related information required under Clause 4 for individual partners in the joint venture.

Partner in Charge 5.3 One of the partners, who is responsible for performing a key function in contract management or is executing a major component of the

1 The Qualification percentage to be met by each partner shall not be less than 25%

Part 1, Section I :General Instructions to Applicants (GITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

I-8

proposed contract, shall be nominated as being in charge during the prequalification and bidding periods and, in the event of a successful bid, during contract execution. The partner in charge shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the joint venture; this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the partners. Such authorization letter shall not be changed by the Applicant unilaterally and or without approval from the Employer.

Partner Limitation 5.4 Limit on the number of partners in a JV shall be as stated in the PITA however; the attention of Applicants is drawn to the provisions of Sub-Clause 5.5.

Joint and Several Liability

5.5 All partners of the joint venture shall be legally liable, jointly and severally, during the bidding process and for the execution of the contract in accordance with the contract terms, and a statement to this effect shall be included in the authorization mentioned under Sub-Clause 5.3 above.

Joint Venture Agreement

5.6 A copy of the Joint Venture Agreement (JVA) entered into by the partners shall be submitted with the Application. Alternatively, a Letter of Intent to execute a JVA in the event of a successful bid shall be signed by all partners and submitted with the Application together with a copy of the proposed Agreement. Pursuant to Sub-Clauses 5.3 to 5.5 above, the JVA shall include among other things: the JV's objectives; the proposed management structure; the contribution of each partner to the joint venture operations; the commitment of the partners to joint and several liability for due performance; recourse/sanctions within the JV in the event of default or withdrawal of any partner; and arrangements for providing the required indemnities. Once submitted to the Employer such Joint venture agreements shall not be changed by the Applicant unilaterally and or without approval from the Employer.

Dissolution of Joint Venture

5.7 Prequalification of a joint venture Applicant does not prequalify any of its partners to bid individually or as a partner in any other joint venture or association. In case of dissolution of a joint venture prior to the submission of bids, any of the constituent firms may prequalify if they meet all of the prequalification requirements, subject to the written approval of the Employer. Individual members of a dissolved joint venture may participate as subcontractor to qualified Applicants, subject to the provisions of Sub-Clause 9.3.

6. Domestic bidder Price Preference Eligibility 6.1 A domestic price preference for qualifying domestic bidders shall

apply in bid evaluation as described in Sub-Clauses 6.2 and 6.3. On the basis of information submitted by Applicants and available at the time of notification, the Employer will inform prequalified Applicants of their apparent eligibility to qualify for the domestic bidder price preference (subject to subsequent confirmation at bid evaluation), in accordance with Sub-Clause 6.2.

Part 1, Section I :General Instructions to Applicants (GITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

I-9

Domestic bidders 6.2 Domestic bidders shall provide all evidence necessary to prove that they meet the following criteria to be eligible for a margin of preference stated below in the comparison of their bids with those of bidders who do not qualify for the preference.

Domestic bidders which meet the following criteria shall be given a

preference as specified in PITA.

a. for an individual firm or joint venture of firms:

i. each firm is registered in Nepal,

ii. each firm has more than 50 percent ownership by nationals of Nepal

iii. will not subcontract more than 50 percent of the total value of the Works to foreign contractors,

iv. satisfies any other criteria specified for the purpose of domestic preference eligibility in the Bidding Data.

b. for a joint venture between domestic and foreign firms:

i. each domestic firm is eligible for the preference according to the criteria stated in (a) above,

ii. at least 50 percent share in the joint venture is held by the Nepalese firms as demonstrated by the profit and loss sharing provisions of the joint venture agreement,

iii. will not subcontract more than 50% of the total value of the works to the foreign partner or other foreign firms,

iv. satisfies any other criteria specified for the purpose of domestic preference eligibility in the Bidding Data.

7. Requests for Clarification

Notification and Response

7.1 Applicants are responsible for requesting any clarification of the prequalification documents. A request for clarification shall be made in writing to the Employer’s address indicated in the PITA. The Employer will respond to any request for clarification that it receives earlier than 15 days prior to the deadline for submission of application. Copies of the Employer’s response, including a description of the inquiry but without identifying its source, will be forwarded to all purchasers of the prequalification document

8. Amendment of Prequalification Document

Amendment of Prequalification Document

8.1 At any time prior to the deadline for submission of Applications, the Employer may amend the Prequalification Document by issuing addenda.

8.2 Any addendum issued shall be part of the Prequalification Document

and shall be communicated in writing to all who have obtained the Prequalification Document directly from the Employer.

8.3 To give prospective Applicants reasonable time in which to take an

addendum into account in preparing their Applications, the Employer may, at its discretion, extend the deadline for the submission of applications.

Part 1, Section I :General Instructions to Applicants (GITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

I-10

9. Submission of Application Cost of Applications

9.1 The Applicant shall bear all costs associated with the preparation and submission of its application, and the Employer shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the prequalification process.

Delivery 9.2 Submission of application for prequalification must be received in sealed envelopes either delivered by hand or by registered mail to the address, and not later than the time and date stated in the PITA or as modified in accordance with Sub –Clause 8.3. The name and mailing address of the Applicant shall be indicated on the envelope, which shall be clearly marked as indicated in the PITA. A receipt will be given for all applications submitted.

Late Applications 9.3 Prequalification application received later than the specified time in Sub - Clause 9.2 shall be returned unopened.

Language 9.4 All information requested for prequalification shall be provided by Applicants in the language indicated in the PITA. Information may be provided in another language, but it shall be accompanied by an accurate translation of its relevant passages into the language indicated in the PITA. Such translation shall be attested by the Applicant’s country representative offices in Nepal. This translation will govern and will be used for interpreting the information.

Lack of Information

9.5 Failure of an Applicant to provide comprehensive and accurate information that is essential for the Employer’s evaluation of the Applicant’s qualifications, or to provide timely clarification or substantiation of the information supplied, may result in disqualification of the Applicant. If an Applicant cannot submit a particular document as stated in the PQ document then a equivalent document submitted by the Applicant's may be considered for evaluation.

Material Changes 9.6 Subsequently prequalified or conditionally prequalified Applicants shall inform the Employer of any material change in information that might affect their qualification status. Bidders shall be also required to update key prequalification information at the time of bidding. Prior to award of contract, the lowest evaluated bidder will be required to confirm its continued qualified status in a post qualification review process. If the status is found to be substantially of lower qualification than at the time of Prequalification, such bids shall be cancelled and not evaluate

10. Employer’s Notification and Bidding Process Invitation for Bids 10.1 Within the period stated in the PITA from the date for submission of

applications, the Employer will notify all Applicants in writing of the results of their application, including eligibility for domestic bidder price preference, in accordance with Clause 6, and of the names of all prequalified and conditionally prequalified applicants (see Sub-Clause 10.2 below).

Conditional Prequalification

10.2 An Applicant may be “conditionally prequalified,” that is, qualified subject to certain specified nonmaterial deficiencies in the prequalification requirements being met by the Applicant to the satisfaction of the Employer, before submitting a bid. Upon full compliance with the prequalification requirements, other prequalified applicants will be notified accordingly.

One Bid per bidder

10.3 A qualified firm or a member of a qualified joint venture may participate in only one bid for the contract. If a firm submits more

Part 1, Section I :General Instructions to Applicants (GITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

I-11

than one bid, singly or in joint venture, all bids including that firm will be rejected. However, this does not limit the inclusion of the same subcontractor, not otherwise participating as a Bidder, in more than one bid.

Bid Security 10.4 Bidders will be required to provide bid security in the form and amount indicated in the bidding documents. The successful bidder will be required to provide performance security in the form and amount indicated in the bidding documents.

Changes after Prequalification

10.5 Any change in the structure or formation of an Applicant after being prequalified and invited to bid shall be subject to written approval of the Employer. Any such change shall be submitted to the Employer not later than fifteen (15) days after the date of the Invitation to Bid. Such approval shall be denied if as a consequence of any change,

a. an individual firm, or a joint venture as a whole, or any individual member of the JV fails to meet any of the collective or individual qualifying requirements;

b. the new partners to a joint venture were not prequalified in the first instance, either as individual firms or as another joint venture; or

c. in the opinion of the Employer, a substantial reduction in competition may result.

Employer’s Rights 10.6 The Employer reserves the right to take the following actions, and shall not be liable for any such actions:

a. amend the scope and cost of any contract to be bid under this project, in which event bids will be invited only from those applicants who meet the resulting amended prequalification requirements;

b. reject or accept any prequalification application, and/or any late application; and

c. cancel the prequalification process and reject all applications.

Part 1, Section II Particular Instructions to Applicants (PITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

II-1

Section – II Particular Instructions to Applicants (PITA) These particular instructions and related Information Forms are intended to complement, amend, or supplement the provisions in the GITA. In the event of conflict or ambiguity, the provisions in the PITA shall prevail over those in the GITA. GITA Clause Reference

1.1 Source of Funds Project sponsors : Trishuli Jal Vidhyut Company Limited (TJVCL) Amount of Fund: equivalent USD 66 million Name of Project: Upper Trishuli 3B Hydroelectric Project

1.2 The Employer : Trishuli Jal Vidhyut Company Limited Banasthali, Kathmandu, Nepal. Tel.:+977 1 4384443 Fax: +977 1 4363681 Email: [email protected] Scope of Work Contract Reference: TJVCL/ICB-2015-1 Title: EPC Construction of Upper Trishuli 3B Hydroelectric Project The Works: The works under the contract involve EPC construction of 37 MW Upper

Trishuli 3B Hydroelectric Project consisting of the following components: • Waterway (Headpond, Headrace Pipe, Headrace Tunnel, Rock Trap, Surge

Shaft, Valve Chamber, Pressure Tunnel after Surge Shaft, Drop ShafHorizontal Pressure Tunnelafter Drop Shaft), Adits to Headrace Tunnel, Surge Shaft and Valve Chamber.

• Powerhouse , Tailrace Conduit and Tailrace Outlet Pond • Electromechanical and Electrical Works (Generator & its Auxiliary Equipment,

Turbine Equipment & its Auxiliary Works) • Hydromechanical Equipment (Hydraulic Gates, Headrace Steel Pipe, Steel

Lining in Pressure Tunnel, Inlet Valve, Draft Tubes, Valves etc.) • Substation at Trishuli 3B Hydropower and Bay Extension at Trishuli 3B Hub

132 kV Substation.

1.3 Slice and Package Concurrent bidding on more than one contract: None

1.4 Bid Invitation Expected date of Invitation for Bids: November,2015.

Part 1, Section II Particular Instructions to Applicants (PITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

II-2

1.5 Type of Contract EPC Contract based on FIDIC Conditions of Contract for EPC / Turnkey Projects – First Edition 1999 ISBN 2-88432-021-0. Method of payment : Payment on a fixed Lump sum against completed activities on a milestone basis and the Contract is Fixed Price Contract. Currency of Payment Payment in NRs and US$ Time for completion : 36 months from the date of signing of the contract.

1.6 Site Information : Site Information and other project related information is provided in Part 2: Works Requirement.

3.3 Eligible Applicants Replace Sub-Clause 3.3 entirely by the followin g: A firm declared ineligible by Government of Nepal or World Bank or Asian Development Bank shall be ineligible to participate in the Prequalification process. The list of the debarred firms and individuals is available at the electronic address specified below :

a. http://www.ppmo.gov.np b. http://www.worldbank.org/debarr c. http://www.adb.org/site/integrity/sanctions

Part 1, Section II Particular Instructions to Applicants (PITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

II-3

3.4 Add the following Sub Clause 3.4: 3.4 Conflicts of Interest An applicant shall not have a conflict of interest. An applicant found to have a

conflict of interest shall be disqualified. An applicant may be considered to be in a conflict of interest with one or more parties in this PQ process, if:

a) they have controlling partners in common; or

b) they receive or have received any direct or indirect subsidy from any of them; or

c) they have the same legal representative for purposes of this PQ; or

d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the PQ of another applicant, or influence the decisions of the Employer regarding this PQ process; or

e) Applicant participates in more than one application in this PQ process. Participation by an applicant in more than one application will result in the disqualification of all Applications in which the party is involved. However, this does not limit the inclusion of the same affiliates/ sub Applicants in more than one PQ; or

f) Applicants or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the Contract that is the subject of the Bid; or

g) Applicants or any of its affiliates has been hired (or is proposed to be hired) by the Employer as Engineer for the Contract.

3.5 Add following Sub Clause 3.5 : 3.5 Firms shall be excluded in any of the cases, if

a) As a matter of law or official regulations, the Borrower’s country prohibits commercial relations with that country, provided that such exclusion does not preclude effective competition for the supply of goods or the contracting of works or services required; or

b) By an act of compliance with a decision of the United Nations Security Council

taken under chapter VII of the charter of the United Nations , the borrower’s country prohibits any import of goods or contracting of works or services from that country , or any payments to any country , person or entity in that country.

Part 1, Section II Particular Instructions to Applicants (PITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

II-4

3.6 Add following Sub Clause 3.6 : 3.6 Documents Comprising the Application 3.6.1 The application shall comprise the following:

(a) Letter of Application / Information Form, in accordance with Section IV.

(b) documentary evidence establishing the Applicant’s eligibility.

(c) documentary evidence establishing the Applicant’s qualifications.

(d) The Applicant shall submit with its application, the following additional documents:

� Company Registration Certificate, � Tax Clearance Certificate, � VAT Registration Certificate (applicable for domestic applicants) � JV/Consortium Agreement (if any), and � Power of Attorney for the person signing the prequalification offer.

3.6.2 The Applicant shall furnish information on commissions and gratuities, if any paid or to be paid to agents or any other party relating to this Application.

4.1 Qualification Criteria For Qualification Criteria in detail refer to Part 1, Section III under Evaluation and Qualification Criteria. In the event of discrepancies between Evaluation and Qualification Criteria and PITA, information under the Evaluation and Qualification Criteria shall prevail.

4.3 Subcontracting by Applicant : Provide information if more than 10 percent of the Applicant’s approximated Bid Price. and/or, for any specialized subcontracting.

4.7 General Construction Experience As specified in 2.4.1 of Part 1, Section III: Evaluation and Qualification Criteria .

4.8 Particular Construction Experience (a) Similar contracts completed : As specified in 2.4.2 a1 and 2.4.2a2 of Part 1, Section III: Evaluation and Qualification Criteria. (b) Minimum key production rates : As specified in 2.4.2b of Part 1, Section III: Evaluation and Qualification Criteria

4.9 Financial Capabilities Minimum Required Cash Flow: As Specified in 2.3.3 of Part 1, Section III: Evaluation and Qualification Criteria.

4.11 Financial Capabilities : As specified in Part 1, Section III: Evaluation and Qualification Criteria.

4.12 Personnel Capabilities Not Applicable

Part 1, Section II Particular Instructions to Applicants (PITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

II-5

4.13

Equipment Capabilities As specified in 2.6 of Part 1, Section III: Evaluation and Qualification Criteria. The Applicant shall provide further details of proposed items of equipment in the relevant Information Form 7.

4.16 Clarifications of Applications The Applicants shall respond or provide clarifications on such within fourteen (14) days of having received such request to do so.

5.2 Qualification Criteria Qualification percentage required for Individual Partner: 25% Qualification percentage required for Partner In-charge: 50% Altogether the JV partners shall meet 100 % of qualification requirements. And other conditions: As specified in Part 1,Section III: Qualification and Evaluation Criteria

5.4 Partner Limitation Maximum numbers of JV partners: 3

6.1 Domestic bidder Price Preference Preference shall apply for Eligible Domestic bidders: Not Applicable

6.2 Domestic bidders which meet the criteria as specified shall be given a preference of: Not Applicable Joint Ventures between domestic and foreign firms which meet the specified criteria shall be given preference of: Not Applicable

7.1 Requests for Clarification: Address: Trishuli Jal Vidhyut Company Limited Banasthali, Kathmandu, Nepal. Tel.:+977 1 4384443 Fax: +977 1 4363681 Email: [email protected] Such clarification shall become part of the PQ document and Addenda/Addendum.

9.2 Submission of Applications Address: Trishuli Jal Vidhyut Company Limited Banasthali, Kathmandu, Nepal. Tel.:+977 1 4384443 Fax: +977 1 4363681 Email: [email protected] Date for Submission: Date and Time before which the submission has to be made is 13th August 2015, on or before 12:00 hours. Envelope Marking: “Prequalification Application For EPC Construction of Upper Trishuli 3B Hydroelectric Project TENDER REF. NO. TJVCL/ICB-2015-1"

Part 1, Section II Particular Instructions to Applicants (PITA)

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

II-6

9.4 Language : English Delete the phrase “Such translation shall be attested by the Applicant’s country representative offices in Nepal. This translation will govern and will be used for interpreting the information.”

10.1 Employer’s Notification Time period for submission of applications: 60 days

Part 1, Section III: Evaluation and Qualification Criteria

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

III-1

Section – III Evaluation and Qualification Criteria This Section contains all the criteria that the Employer shall use to evaluate applications and

qualify applicants to bid if the bidding is followed by pre-qualification exercise. TJVCL requires

applicants to be qualified by meeting predefined, precise minimum requirements. The method

sets pass-fail criteria, which, if not met by the applicants, results in disqualification. The

applicants shall provide all the information requested in the forms included in Section IV

(Letter of Application/Information Forms).

Part 1, Section III: Evaluation and Qualification Criteria

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

III-2

1. Evaluation

In addition to the minimum threshold criteria for Prequalification Requirements mentioned in the

Invitation for Prequalification, the Employer will use the criteria specified in this Section to

evaluate and qualify Applicants. The method sets pass-fail criteria, which, if not met by the

Applicant shall result in disqualification. The Applicant shall provide all the information requested

in the Information Forms.

1.1 Screening

Before the detailed evaluation, the Applicant’s documents will be screened to determine their

responsiveness and the eligibility.

Applicants shall be disqualified, if they:

• do not submit notarized certificates of incorporation or registration to demonstrate that

the Applicant has been legally registered for the last fifteen (15) years prior to the date

of submission of the Application,

• do not submit the original Power of Attorney for the authorized person signing the

Application Documents,

• are not from eligible countries, and

• are debarred or black listed by Government of Nepal, World Bank or Asian

Development Bank.

For joint venture, each member of the JV shall fulfill the above requirements.

Part 1, Section III: Evaluation and Qualification Criteria

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

III-3

2. Qualification

Evaluation and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity

Joint Venture (existing or intended) Submission

Requirements All Parties Combined

Each Member One Member

2.1 Eligibility

2.1.1 Conflict of Interest No conflicts of interest in accordance with PITA Sub-Clause 3.4.

must meet requirement

must meet requirement

must meet requirement

not applicable

Letter of Application

2.1.2 UN Eligibility Not having been declared ineligible based on a United Nations resolution or Employer’s country law, as described in PITA Sub-Clause 3.5.

must meet requirement

must meet requirement

must meet requirement

not applicable

Letter of Application

2.1.3 Documents

Comprising the Application

The application shall comprise the following as described in PITA Sub-Clause 3.6

must meet requirement

must meet requirement

must meet requirement

not applicable

Letter of Application with

attachments

2.2 Pending Litigation

2.2.1 Pending Litigation

All pending litigation shall be treated as resolved against the Applicant and so shall in total not represent more than 50% percent of the Applicant’s net worthcalculated as the difference between total assets and total liabilities.

must meet requirement

not applicable

must meet requirement

not applicable

Information Form (8)

Part 1, Section III: Evaluation and Qualification Criteria

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

III-4

Evaluation and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity

Joint Venture (existing or intended) Submission

Requirements All Parties Combined

Each Member One Member

2.3 Financial Capabilities

2.3.1 Historical Financial

Performance

Submission of audited balance sheets and income statements, for the best three years out of last five years to demonstrate the current soundness of the applicant’s financial position. As a minimum, a Bidder's net worth for the last fiscal year calculated as the difference between total assets and total liabilities should be positive.

must meet requirement

not applicable

must meet requirement

not applicable

Information Form (5) with

attachments

2.3.2 Average Annual

Construction Turnover

Minimum average annual construction turnover of US$ 35 million or its equivalent, calculated as total certified payments received for contracts in progress or completed, within best three years out of last five years.

must meet requirement

must meet requirement

Must meet 25 % of the

requirement

Must meet 50 % of the requirement

Information Form (2A) with

attachments

2.3.3 Financial

Resources

The Applicant must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet: - the cash-flow requirement of US$ 6 million, and - the overall cash flow requirements for this contract and its current works commitment.

must meet requirement

must meet requirement

Must meet 25 % of the requirement

Must meet 50 % of the requirement

Information Form (4) and (5) with

attachments

Part 1, Section III: Evaluation and Qualification Criteria

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

III-5

Evaluation and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity

Joint Venture (existing or intended) Submission

Requirements All Parties Combined Each Member One Member

2.4 Experience

2.4.1 General

Construction Experience

Experience in construction contracts in the role of prime contractor or member of a JV or sub-contractor for the last 15 years prior to the application submission deadline.

must meet requirement

not applicable not applicable must meet

requirement Information Form

(2)

Note: Applicant shall provide evidence that it has been actively engaged in the civil construction works in the role of prime contractor or partner in a joint venture or sub-contractor for the above mentioned period prior to the application submission deadline.

2.4.2a Particular Construction Experience

2.4.2.a1 EPC Contract Experience

Participation as a main contractor in at least one (1) EPC Contract (comprising of all Civil and Hydro-mechanical works ) of 40 MW or above capacity hydropower project that has been successfully completed within last fifteen years prior to application submission deadline, where the applicant's value of participation exceeds US$ 48 million or its equivalent.

must meet requirement

Must meet requirement

not applicable must meet

requirement Information Form

(3) and(3A)

2.4.2.a2 Contracts of

Similar Size and Nature

Participation in at least one (1) EPC or Design Build Contract of 40 MW or above capacity hydropower project comprising of all Civil works within last fifteen years prior to the application submission deadline, where the value of applicant's participation exceeds US$ 40 million.

must meet requirement

Must meet requirement

not applicable must meet

requirement Information Form

(3) and (3A)

2.4.2b Construction Experience in Key Activities

For the above or other contracts executed during the period stipulated in 2.4.2a1 and 2.4.2a2 above, a minimum construction experience in the following key activities that have been completed in the last fifteen years prior to application submission deadline:

Part 1, Section III: Evaluation and Qualification Criteria

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

III-6

Evaluation and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity

Joint Venture (existing or intended) Submission

Requirements All Parties Combined Each Member One Member

2.4.2.b1 Experience in Civil

Works:

Must have executed a minimum of 2 (two) contracts of hydropower projects involving the following structures /facilities in the last fifteen years prior to application submission deadline, as a main contractor or as a member of JV or sub-contractor: a) Vertical and horizontal penstock tunnel (Pressure tunnel) longer than 300 m with finished diameter bigger than 3.5 m; b) Headrace tunnel of minimum 4 km length with more than 4m finished diameter;. c) Tunnel excavation shall not be less than: 70,000 m³ per year and concrete work not less than 30,000 m³ per year d) Surge shaft with finished diameter bigger than 10 m.

must meet requirement

must meet requirement

must meet any one (1) of the sub-criteria : (a), (b), (c) or

(d)

Must meet sub-criteria (b),

(c) and (d)

Information Forms (3) and (3A)

Part 1, Section III: Evaluation and Qualification Criteria

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

III-7

Evaluation and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity

Joint Venture (existing or intended) Submission

Requirements All Parties Combined Each Member One Member

2.4.2.b2 Experience in

Hydro mechanical works:

Must have executed a minimum of 2 (two) contracts of supply and installation of hydro mechanical equipment for hydroelectric projects, each with installed capacity of 40 MW or above in fifteen years prior to the application submission deadline, as a main contractor or member of a JV or sub-contractor. The contract scope should include the following: a) Steel penstock pipes with at least 300 m length and 3.5 m inside diameter. b) Gate with a minimum of 5 m clear span; c) Butterfly valve with at least 3 m internal diameter.

must meet requirement

must meet requirement

must meet any one of the sub-criteria (a), (b)

and (c)

must meet sub-criteria (a) and either sub criteria (b) or

(c)

Information Forms (3) and (3A)

2.4.2.b3

Experience in Electromechanical

and Electrical works:

Must have executed a minimum of 2 (two) contracts of supply, installation, testing and commissioning of electromechanical and electrical equipment for hydroelectric projects, each project with installed capacity of 40 MW or more, as a main contractor or member of a JV or sub-contractor, within the last 15 (fifteen) years prior to the application submission deadline. The contract scope shall cover the following: (a) Turbine: 4 numbers of turbines of which at least 2 numbers of Francis type, output of each turbine shall not be less than 20 MW.

must meet requirement

must meet requirement

not applicable Must meet

requirement Information Forms

(3) and (3A)

Part 1, Section III: Evaluation and Qualification Criteria

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

III-8

Evaluation and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity

Joint Venture (existing or intended) Submission

Requirements All Parties Combined Each Member One Member

2.4.2.b3

Experience in Electromechanical

and Electrical works:

(b) Generator: 4 numbers of AC Generator; output of each generator shall not be less than 23 MVA.

must meet requirement

must meet requirement

not applicable Must meet

requirement Information Forms

(3) and (3A)

Note: To substantiate the above qualification and work experience, the Applicant must submit certificate from clients (end-user certificates) for all number of projects specified as above. The certificate shall be in the clients’ letter head, clearly mentioning the commissioning date, contract worth, capacity of equipment supplied etc. If the references are other than in English language, then the applicant shall submit its English translated copies. All copies of the reference documents shall be duly authenticated by notary agencies of the Applicant’s home country.

Part 1, Section III: Evaluation and Qualification Criteria

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

III-9

2.5 Applicant’s Structure and Organization

The Applicant should provide a brief description of the firm/entity (for all the partners – partner in charge or individual partner – or specialized sub-contractors), the technical and Managerial capabilities of the firm, the Firm core business and years in business, etc. Note:

The Applicant shall provide details of the structure and organization in Information Form 6.

2.6 Equipment

The Applicant shall demonstrate that, based on known commitments, the equipment will be available for timely use of this project. The Applicant shall be solely responsible for the deployment of adequate no of necessary equipment for timely completion of the project.The Applicant must demonstrate that it has the key equipment listed hereafter:

S.N. Equipment Type and Characteristics

Minimum Number Required

Remarks

1 Tower Crane 40 t 1

Form No. Information Form

(7)

2 Mobile Crane 50 t 1

3 Truck Crane 25 t 2

4 Dump Truck 15 t 5

5 Dump Truck 10 t 10

6 Dozer (160 HP) 2

7 Excavators, 1.0 m3 4

8 Loader ,1.5 m3 4

9 Loader, 2.0 m3 2

10 Concrete Mixing Station (Automatic Batching Plant) min.

production Capacity of 50 m3/h , set 1

11 Concrete Mixing Truck , 5 m3 5

12 Vibrating Roller, 12 t 2

13 Aggregate Crushing Plant , min. production capacity 40 m3/h with screening sets, Conveyors and sand pumps,

set 2

14 Wet shotcrete Machine, min. 10 m3/h capacity 2

15 Wet shotcrete Machine, min. 5 m3/h capacity 4

16 Concrete Pumps (Min. Capacity 10 m3/h ), set 4

17 Jumbo Boomers (2-3 Booms) set 4

18 Air compressor (12-17 m3/min), set 6

Part 1, Section III: Evaluation and Qualification Criteria

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

III-10

19 Diesel Generator (400 KVA), set 3

20 Vertical Drilling Machine 4

21 Raise Climber / Raise Boring Machine 1

22 Grouting Machine 6

Note: The numbers of proposed equipment shown above are indicative only which shall be used solely for the purpose of evaluation of the Applicant. The Applicant shall provide details of the Equipment records in the relevant Information Form (7).

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-1

Section – IV Letter of Application/Information Form s

Letter of Application [Letterhead paper of the Applicant or partner responsible for a joint venture, including full postal address, and telephone, facsimile and electronic mail] Date: To: The Managing Director

Trishuli Jal Vidhyut Company Limited Banasthali ,Kathmandu , Nepal Post Box no .6464 Tel.:+977 1 4384443 Fax: +977 1 4363681 Email: [email protected]

Name of Project: Upper Trishuli 3B Hydroelectric Project 1. Being duly authorized to represent and act on behalf of __________________

(hereinafter referred to as “the Applicant”), and having reviewed and fully understood all of the prequalification requirements and information provided, the undersigned hereby applies for prequalification to bid on the contract or contracts indicated below:

Contract Reference Number - TJVCL/ICB-2015-1 Contract title - EPC Construction of Upper Trishuli 3B

Hydroelectric Project 2. Attached to this letter are copies of original documents defining1:

(a) The Applicant's legal status; (b) The principal place of business; and (c) The place of incorporation (for Applicants that are corporations), or the place of

registration and the nationality of the owners (for Applicants that are partnerships or individually owned Firms).

3. With reference to GITA Sub-Clause 4.3, it is our intention to subcontract approximately

_____ percentage of the Bid/Contract Price, details of which are provided herein. 4. Your Agency and its authorized representatives are hereby authorized to conduct any

inquiries or investigations to verify the statements, documents, and information submitted in connection with this application, and to seek clarification from our other Agencies and Clients regarding any financial and technical aspects. This Letter of Application will also serve as authorization to any individual or authorized representative of any institution referred to in the supporting information to provide such information deemed necessary and as requested by yourselves to verify statements and information provided in this application, such as the resources, experience, and competence of the Applicant.

1 For applications by joint ventures, all the information requested in the prequalification documents is to be provided

for the joint venture, if it already exists and for each party to the joint venture separately. The lead partner should be clearly identified. Each partner in the joint venture shall sign the letter.

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-2

5. Your Agency and its authorized representatives may contact the following persons for

further information2: General and managerial inquiries

Contact 1 Address and communication facilities

Contact 2 Address and communication facilities

Personnel inquiries

Contact 1 Address and communication facilities

Contact 2 Address and communication facilities

Technical inquiries

Contact 1 Address and communication facilities

Contact 2 Address and communication facilities

Financial inquiries

Contact 1 Address and communication facilities

Contact 2 Address and communication facilities

6. This application is made with the full understanding that:

(a) Bids by prequalified Applicants will be subject to verification of all information submitted for prequalification at the time of bidding;

(b) Your Agency reserves the right to:

• amend the scope and value of any contracts to be bid under this project; in which

event, bids will be invited only from those Applicants who meet the resulting amended prequalification requirements; and

• Reject or accept any application, cancel the prequalification process, and reject

all applications.

(c) Your Agency shall not be liable for any such actions under 6 (b) above. 7. Appended to this application, we give details of the participation of each party, including

capital contribution and profit/loss agreements, in the joint venture3 or association. We also specify the financial commitment in terms of the percentage of the value of the <each> contract, and the responsibilities for execution of the <each> contract.

8. We confirm that if we bid, that bid, as well as any resulting contract, will be:

(a) Signed so as to legally bind all partners, jointly and severally; and

2 Applications by joint ventures should provide on a separate sheet equivalent information for each party to the

application. 3 Applicants who are not joint ventures should delete paras. 7 and 8 and initial the deletions. The attention of Applicants

who are JVs is drawn to GITA Sub-Clause 5.6 regarding Letters of Intent.

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-3

(b) submitted with a joint venture agreement providing the joint and several liability of all partners in the event the contract is awarded to us.

9. We, including any subcontractors or suppliers for any part of the contract , do not have any

conflict of interest in accordance with PITA 3.4; 10. The undersigned declare that the statements made and the information provided in the duly

completed application are complete, true, and correct in every detail. Signed

Signed

Name

Name

For and on behalf of (name of Applicant or lead partner of a joint venture)

For and on behalf of (name of partner)

Signed

Signed

Name

Name

For and on behalf of (name of partner)

For and on behalf of (name of partner)

Signed

Signed

Name

Name

For and on behalf of (name of partner)

For and on behalf of (name of partner)

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-4

Information Forms 1. Following Information Forms are to be filled by the Applicant: INFORMATION FORM (1) : GENERAL INFORMATION INFORMATION FORM (2) : GENERAL CONSTRUCTION EXPERIENCE RECORD INFORMATION FORM (2A) : JOINT VENTURE SUMMARY INFORMATION FORM (3) : PARTICULAR CONSTRUCTION EXPERIENCE INFORMATION FORM (3A) : DETAILS OF CONTRACTS OF SIMILAR NATURE AND

COMPLEXITY INFORMATION FORM (4) : SUMMARY SHEET: CURRENT CONTRACT

COMMITMENTS / WORKS IN PROGRESS

INFORMATION FORM (5) : FINANCIAL CAPABILITIES

INFORMATION FORM (6) : APPLICANT’S STRUCTURE AND ORGANIZATION

INFORMATION FORM (7) : EQUIPMENT CAPABILITIES

INFORMATION FORM (8) : LITIGATION HISTORY

INFORMATION FORM (9) : SUBCONTRACTOR

INFORMATION FORM (10) : MANUFACTURER’S AUTHORIZATION FORM

INFORMATION FORM (11) : DECLARATION OF LOCAL AGENT

2. If necessary, additional sheets may be added to the forms.

3. Some of the forms will require attachments. Such attachments should clearly be marked as

follows: Attachment (I) to Information Form (1) Attachment (II) to Information Form (1), etc

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-5

INFORMATION FORM (1) PAGE _OF _ PAGES

General Information All individual firms and each partner of a joint venture applying for prequalification are requested to complete the information in this form. Nationality information should be provided for all owners or Applicants that are partnerships or individually owned firms. Where the Applicant proposes to use named subcontractors for highly specialized components of the Works (reference Sub-Clause 4.4 of the GITA), the following information should also be supplied for the subcontractor(s), together with the information in Forms 2, 3, 3A, 4, and 5. 1. Name of Firm

2. Head office address

3. Telephone

Contact

4. Fax

Email

5. Place of incorporation / registration

Year of incorporation / registration

Nationality of Owners1

Name Nationality

1.

2.

3.

4.

5.

1. To be completed by all owners of partnerships or individually owned firms.

Place and Date (Authorized Representative)

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-6

INFORMATION FORM (2) PAGE _ OF _ PAGES

General Construction Experience Record (Ref. GITA Sub-Clause 4.7) Name of Applicant or partner of a Joint Venture

All individual firms and all partners of a joint venture are requested to complete the information in this form with regard to the management of Works contracts. The information supplied should be the annual turnover of the Applicant (or each member of a joint venture), in terms of the amounts billed to clients for each year for work in progress or completed, in [Equivalent US Dollars converted at the rate of exchange at the end of the period reported].The annual periods should be calendar years, with partial accounting for the year up to the date of submission of applications. A brief note on each contract should be appended, describing the nature of the work, duration and amount of contract, managerial arrangements, Employer, and other relevant details. Use a separate sheet for each partner of a joint venture. Applicants should not enclose testimonials, certificates, and publicity material with their applications; they will not be taken into account in the evaluation of qualifications. Annual Turnover Data (construction only)

Year1 Turnover [Equivalent US$]

1.

2.

3.

4.

5.

Place and Date (Authorized Representative)

1The same period as in 4.7 of the PITA, commencing with the partial year up to the date of submission of applicants.

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-7

INFORMATION FORM (2A) PAGE _OF _ PAGES

Joint Venture Summary Names of all partners of a Joint Venture

1. One member

2. Each member

3. Each member

Total value of annual construction turnover, in terms of work billed to clients, in US$ equivalent, converted at the rate of exchange at the end of the period reported: Annual turnover data : Equivalent US$(construction only)

Member Form 2 page no.

Year 1 Year 2 Year 3 Year 4 Year 5

1. One member

2. Each member

3. Each member

Totals

Place and Date (Authorized Representative)

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-8

INFORMATION FORM (3) PAGE _ OF _ PAGES

Particular Construction Experience Record (Ref. GITA Sub-Clauses 4.4 and 4.8) Name of Applicant or partner of a Joint Venture or named Sub-contractor

To prequalify, the Applicant shall be required to pass the specified requirements applicable to this form, as set out in the PITA. On separate pages, using the format of Form (3A), the Applicant is requested to list contracts of a similar nature, complexity, and requiring similar construction technology to the contract or contracts for which the Applicant wishes to qualify, and which the Applicant has undertaken during the period, and of the number, stated in 4.8 of the PITA. Each partner of a joint venture should provide details of similar contracts on which they have had proportionate experience. The contract value should be converted in equivalent U. S. dollars based on the payment currencies of the contracts, at the date of substantial completion, or for ongoing contracts at the time of award. The information is to be summarized, using Form (3A), for each contract completed or under execution, by the Applicant or by each partner of a joint venture. Where the Applicant proposes to use named subcontractors for highly specialized elements of the Works (reference Sub-Clause 4.4 of the GITA), the information in the following forms should also be supplied for each subcontractor (or alternate, if any).

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-9

INFORMATION FORM (3A) PAGE _ OF _ PAGES

Details of Contracts of Similar Nature and Complexi ty

Name of Applicant or partner of a joint venture

Use a separate sheet for each contract.

1 Contract Number

Name of contract

Country

2 Name of Employer

3 Employer address

4 Nature of works and special features relevant to the contract for which the Applicant wishes to prequalify

5 Contract role (check one)

� Prime contractor

� Subcontractor � Partner in a joint venture

6 Amount of the total contract/subcontract/partner share (in specified currencies at completion, or at date of award for current contracts)

Currency Currency Currency

7 Equivalent amount US$

Total contract: [Equivalent US$]_________; Subcontract: [Equivalent US$]___________; Partner share: [Equivalent US$]_________

8 (a) Date of award:

(b) Original date of completion:

(c) Time Extension if any:

(d) Reason of time extension:

Contract was completed _____ months ahead/behind original schedule.

9 Contract was completed US$ _________ equivalent under/over original contract amount (if over, provide explanation).

10 Special contractual/constructional requirements, including monthly/annual production rates of the key construction activities described in GITA 4.8

11 Indicate the approximate percent of total contract value (and equivalent US$ amount) of work undertaken by subcontract, if any, and the nature of such work.

Place and Date (Authorized Representative)

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-10

INFORMATION FORM (4) PAGE _ OF _ PAGES

Summary Sheet: Current Contract Commitments / Works in Progress Name of Applicant or partner of a Joint Venture

Applicants and each partner to an application should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued. Name of contract

Employer, contact address/tel/fax/email

Contract amount (Equivalent US$)

Value of outstanding work (current equivalent US$)

Estimated completion date

Original completion date

Average monthly invoicing over last six months [Equivalent US$] month

1

2

3

4

5

etc.

In accordance with GITA Sub-Clause 4.10, the Applicant shall provide evidence (in a similar manner to the requirements of Sub-Clause 4.9) to substantiate the adequacy of the sources of finance to meet the Applicant’s cash flow requirements on the above contracts. Place and Date (Authorized Representative)

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-11

INFORMATION FORM (5) PAGE _ OF _ PAGES

Financial Capabilities

Name of Applicant or Partner of a Joint Venture

Applicants, including each partner of a joint venture, shall provide financial information to demonstrate that they meet the requirements stated in the PITA. Each applicant or partner of a joint venture shall complete this form. If necessary, separate sheets shall be used to provide complete banker information. A copy of the audited balance sheets shall be attached.

Autonomous construction subdivisions of parent conglomerate businesses shall submit financial information related only to the particular activities of the subdivision.

Banker Name of Banker

Address of Banker

Telephone

Contact name and title

Fax

Email

Summarize actual assets and liabilities in US Dollar equivalent (at the rates of exchange current at the end of each year) for the previous five calendar years, or such period as stated in PITA 4.11. Based upon known commitments, summarize projected assets and liabilities in US Dollar equivalent for the next two calendar years, unless the withholding of such information by stock market listed public companies can be substantiated by the Applicant.

Financial information [Equivalent US$I]

Actual: Previous 5 years

Projected: Next two years

5 4 3 2 1 1 2

1. Total assets

2. Current assets

3. Total liabilities

4. Current liabilities

5. Profits before taxes

6. Profits after taxes

Place and Date (Authorized Representative)

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-12

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts as indicated in PITA 4.9.

Source of Financing Amount [Equivalent US$]

1.

2.

3.

4.

Attach audited financial statements—including, as a minimum, profit and loss account, balance sheet, and explanatory notes—for the period stated in PITA 4.11 (for the individual Applicant or each partner of a joint venture).

If audits are not required by the laws of Applicants' countries of origin, partnerships and firms owned by individuals may submit their balance sheets certified by a registered accountant, and supported by copies of tax returns. Place and Date (Authorized Representative)

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-13

INFORMATION FORM (6) PAGE _ OF _ PAGES

Applicant’s Structure and Organization Name of Applicant:

The Applicant should provide a brief description of the firm/entity (for all the partners – partner in charge or individual partner – or specialized sub-contractors), the Technical and Managerial capabilities of the firm, the Firm core business and years in business, etc.

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-14

INFORMATION FORM (7) PAGE _ OF _ PAGES

Equipment Capabilities

Name of Applicant:

The Applicant shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for each and all items of equipment listed in the PITA 4.13. A separate Form (7) shall be prepared for each item of equipment listed in the PITA, or for alternative equipment proposed by the Applicant.

Item of equipment:

Equipment information

Name of manufacturer

Model and power rating

Capacity

Year of manufacture

Current status

Current location

Details of current commitments

Source Indicate source of the equipment � Owned � Rented � Leased �To be purchased

Following information about ownership to be provided for thoseequipment which is proposed to be rented or leased or purchased by the Applicant or partner.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Email

Agreements Details of rental / lease / purchasing agreements specific to the project

Place and Date (Authorized Representative)

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-15

INFORMATION FORM (8) PAGE _ OF _ PAGES

Litigation History Name of Applicant or partner of a Joint Venture

Applicants, including each of the partners of a joint venture, shall provide information on any history of litigation or arbitration resulting from contracts executed in the last five years or currently under execution (ref. GITA Sub-Clause 4.14). A separate sheet should be used for each partner of a joint venture.

Year Award FOR or AGAINST Applicant

Name of client, cause of litigation, and matter in dispute

Disputed amount (current value, US$ equivalent)

Place and Date (Authorized Representative)

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-16

INFORMATION FORM ( 9) PAGE _ OF _ PAGES

SUBCONTRACTORS PROPOSED

Work to be undertaken Name(s) and address(es) of

Subcontractor(s)

Works Name of Subcontractor Description, Location Similar Previously Executed

1.

2.

3.

4.

5.

6.

Place and Date (Authorized Representative)

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-17

INFORMATION FORM (10) PAGE _ OF _ PAGES

MANUFACTURER’S AUTHORIZATION FORM

To:_______________________________(Name of the Employer)

WHEREAS (Name of the manufacturer) _________________________________________

who are established and reputable manufactures of _________________________________

(name and/or description of the goods) having factories at ____________________________

(address of factory) do hereby authorize _____________________________________________

(name and address of Agent) to submit a Bid and Subsequently negotiate and sign the contract

with you against __________________________________________ (reference of the invitation

of Qualification and Tender) for the above goods manufactured by us. We hereby extend our full

guarantee and warranty as per the Conditions of the Contract for the goods offered for supply by

the above firm against this Invitation for Qualification and Tender.

……………………………….

(Signature for and on

behalf of Manufacturer)

Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a

person competent and having the power of attorney to bind the manufacturer. It should be included by the

Applicant in his Qualification and Tender Documents.

Part 1, Section IV: Letter of Application / Information Forms

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

IV-18

INFORMATION FORM (11) PAGE _ OF _ PAGES

Declaration of Local Agent

Name of Applicant or partner of a joint venture Declaration of local agent, if the Applicant appoints a local agent: ………………………………………………………………………… Name and address of local agent: ……………………………………………………………………….. Amount of commission, currency of payment and method of payment: ………………………………………………………………………. Other conditions of agreement: ……………………………………………………………………… Signed By: _________________ ______________ __________________________________ (Place and Date) (Name in Print and signature of Applicant)

Part 1, Section V: Eligible Countries

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

V-1

Section – V Eligible Countries All countries or a firm except declared ineligible by Government of Nepal or World Bank or Asian Development Bank shall be ineligible to participate in the Prequalification process. The list of the debarred countries, firms and individuals is available at the electronic address specified below :

a. http://www.ppmo.gov.np

b. http://www.worldbank.org/debarr

c. http://www.adb.org/site/integrity/sanctions

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

PART 2: Works Requirements

Part 2, Section VI: Project Information / Scope of Works

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

VI- 1

SECTION VI. PROJECT INFORMATION / SCOPE OF WORKS

Contents

Page No. 1 Background…………………………………………………………………………..vi-2 2 Project Information………………………………………………………………….vi-2

2.1 Project Layout…………………………………………………………………...vi-2

2.2 Location and Accessibility………………………………………………………vi-3

2.3 Climate……………………………………………………………………………vi-4

2.4 Hydrology………………………………………………………………………...vi-4

2.5 Geology…………………………………………………………………………..vi-5

2.6 Communication Facilities………………………………………………………..vi-7 2.7 Medical Facilities…………………………………………………………………vi-7

3 Salient Features of the Project………………………………………………………vi-7

4 Contractor’s Scope……………………………………………………………………vi-10

5 Implementation Schedule…………………………………………………………….vi-11

6 Drawings……………………………………………………………………………….vi-11

ANNEX – 1 - Location Map and Layout Drawings

Part 2, Section VI: Project Information / Scope of Works

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

VI- 2

1. Background

Trishuli Jal Vidhyut Company Limited (TJVCL) established in 2011 under the Company Act 2063 of Nepal with the objective of developing hydropower projects in Nepal is currently undertaking the development of Upper Trishuli 3B Hydroelectric Project (UT3BHEP). The principal promoters of the company are Nepal Electricity Authority (NEA) and Nepal Doorsanchar Company Limited (NDCL) each holding 30% of the equity. The remaining equity will be sold to project affected peoples, general public, NEA and NDCL employees. The financing arrangement including the debt portion required for the Project is nearing completion.

The feasibility study of the project was completed in fiscal year 2007/08 by NEA. The engineering design was completed in fiscal year 2013/14 by TJVCL. The Environmental Impact Assessment (EIA) study has been completed and submitted to the Ministry of Environment, Science and Technology for approval.

UT3BHEP is located in Manakamana VDC of Nuwakot district and Laharepauwa VDC of Rasuwa district, Bagmati Zone, Central Development Region of Nepal. UT3BHEP is a cascade type project and utilize the tailrace water of upstream project, namely Upper Trishuli 3A Hydroelectric Project.

TJVCL is going to implement the project works based on FIDIC Conditions of Contract for EPC/Turnkey Projects - First Edition 1999.The bidding process of which will be conducted through ICB to invite pre-qualified EPC contractors from the international construction industry.

The Works include design, engineering, procurement and construction of “Upper Trishuli 3B Hydroelectric Project”, which comprise the following works:

a. Civil Structures – head pond, headrace pressure pipe, headrace tunnel, surge shaft, pressure tunnel after surge shaft, valve chamber, drop shaft , pressure tunnel after drop shaft , powerhouse, tailrace conduit and others all complete .

b. Hydro-mechanical Works- gates, headrace pressure pipe , valves , pressure tunnel steel lining(penstock pipe with bifurcation),drop shaft steel lining, powerhouse draft tube and gates and others all complete

c. Electro-mechanical and Electrical Works – Turbines, generators, transformers, switchyards, main inlet valves and others all complete

2. Project Information 2.1 Project Layout

Upper Trishuli 3B Hydroelectric Project (UT3BHEP) is located in Manakamana VDC of Nuwakot district and Laharepauwa VDC of Rasuwa district, Bagmati Zone, Central Development Region of Nepal. UT3BHEP is a cascade type project and utilize the tailrace water of upstream project, namely Upper Trishuli 3A Hydroelectric Project.

The headpond, intake, headrace pipe, headrace tunnel, surge shaft, pressure tunnel, valve chamber, powerhouse and tailrace site is located in Manakamana VDC of Nuwakot district. The gross head of the project is around 100 m. The design discharge is 51 m3/s.

The powerhouse and the intake area are directly connected to the Betrawati, Shantinagar and Upper Trishuli 3A HEP feeder road. Additional 1.45 km of project

Part 2, Section VI: Project Information / Scope of Works

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

VI- 3

access road will be necessary to connect the surge shaft, powerhouse and tailrace outlet from the feeder road.

The pondage area located immediately downstream of the tailrace outlet for Upper Trishuli 3A Hydroelectric Project, will act as the tailrace pond for this project and will function as the headpond for Upper Trishuli 3B Hydroelectric Project. The head pond (intake portal) is connected to the headrace tunnel inlet. The headrace tunnel length is around 3.740 km. The headrace tunnel will have horse shoe type excavated section and circular finished section and dimensions compatible with the design discharge. A surge shaft is at the end of the headrace tunnel before the valve chamber. The valve chamber which is located downstream of the surge shaft. The portion of the tunnel located immediately downstream of the surge shaft is steel lined and includes a steel lined vertical shaft penstock and a steel lined horizontal penstock. The valve chamber is equipped with the butterfly valve. The length of the vertical shaft is including the bends is 67 m, steel lined thickness is 18 mm, and the internal diameter is around 4 m. The horizontal pressure tunnelfrom the end of the vertical shaftto the penstock bifurcation is around 200 m and is steel lined with thickness of 18 mm with finished internal diameter of around 4 m. The semi-surface powerhouse is located in cultivated terrace with foundation on Gneiss bedrock and is located near existing road. The powerhouse has dimension of around 40m x 15m x 30 m (LxBxH). It will accommodate two vertical shaft Francis turbines and generators each of 21 MW installed capacity with its ancillary facilities. The surface switchyard will be located in front of the powerhouse. This project will produce 37 MW firm power 7.7 months of the year and the minimum power generation in the dry season will by 24 MW. Total gross annual energy of 298.34 GWh has been estimated. Annual dry season energy estimated (November-April) is 82.19 GWh whereas wet season energy is 216.15 GWh. A three (3) km long 132 kV transmission line (Single Circuit) will be constructed to connect the powerhouse switchyard to the 220/132 kV Upper Trishuli 3A Hub Substation (under construction) in order to evacuate the power to the national grid. The location map and layout of the project are presented in Annex 1.

2.2 Location and Accessibility

The Upper Trishuli 3B Hydroelectric Project is located in Nuwakot and Rasuwa Districts of Central Development Region between Longitudes of 85° 10’ 11” and 85° 12’ 01” N and between Latitudes of 27° 59' 12” and 28° 01' 54 ” E (See Figure 1: Location Map). The project lies in Trishuli River of the Middle Hilly Region, which constitutes a broad complex of hills and valleys. It is a major river of the Gandaki Basin. Rugged landscapes with a generally north to south flowing rivers like Sapta Gandaki characterizes the Gandaki Basin.The area of the intake site is located about 5 Km upstream from the confluence of the Salankhu Khola and Trishuli River while the powerhouse site is located approximately 0.5 kilometer upstream from the confluence of Salankhu Khola and Trishuli River.

Part 2, Section VI: Project Information / Scope of Works

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

VI- 4

Figure 1: Project Location The project site is accessible from Kathmandu by an all-weather road. The distance from Kathmandu to the project site is about 84 km. (72 km blacktopped road to Trishuli Bazaar, 10 Km blacktopped road from Trishuli Bazaar to Betrawati Bazaar and 2Km graveled road from Betrawati Bazaar to the powerhouse site of the project). The distance between powerhouse to headworks area is about 4 km and connected by a gravel road. The nearest airport is located in Kathmandu, the capital of Nepal, which is approximately 84 km from the project site. 2.3 Climate

Since, the catchment of this river lies in the High Himalayas and the High Mountain region, the physiographic characteristic influences the climate in this region. The Climatic condition varies with respect to the altitude. The catchment area experiences severe cold, subtropical to temperate climate. The southwest monsoon is dominant from June to the end of September in the catchment as other parts of Nepal. The region receives approximately 80 % of the annual rainfall during the Monsoon period. Rainfall intensities vary throughout the basin with maximum intensity occurring on the south facing slopes. During the monsoon period, relative humidity reaches at their maximum and the temperatures are lower compared to the pre-monsoon period. The project area has a hot summer season with a maximum temperature ranging from 36°c to 41°c. The minimum temperature during winter ranges from 1.5°c to 7°c. The average annual rainfall at the project site is approximately 2000 mm which occurs during the month July-September. 2.4 Hydrology

Trishuli is one of the major tributaries of Sapta Gandaki river system. The river flows almost North-South from Tibet to Nepal. The main source of Trishuli River discharge is the snow and glacier melt from the higher Himalayas. Langtang Himal is one of the major mountain range in the basin. The total area of Trishuli River basin up to intake site is 4577 km² (intake site of u/s project, namely, Upper Trishuli 3A HEP. Upper

Project Location

Part 2, Section VI: Project Information / Scope of Works

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

VI- 5

Trishuli 3B HEP uses the tailrace water of Upper Trishuli 3A HEP for the generation of power. ) and that of the power house site is 4605 km2. The catchment area in Nepal covers only 20 % of the total catchment area 4577 km2. 'Inventory of Glacier lakes 2002' published by ICIMOD have identified about 117 numbers of glacier lakes with total area of 2.03 (km²) and 74 numbers of glacier rivers with total area of 246.65 (km²) inside the Trishuli river catchment in Nepal. This study have further identified that the ice reserve is 27.47 km³. The major tributaries of Trishuli River upstream of proposed Dam site are Bhotekoshi, Chilime, Langtang, Trishuli and Mailung. Physiographically, Trishuli River basin upstream of dam site of Upper Trishuli 3A HEP lies in the High Mountain and High Himalayas. The High Himalayan region is constituted by the extremely high peaks. Some of those major peaks are highlighted below. Ganesh Himal (Nepal side) Altitude 7406 m Lapsang Karubo (Nepal Side) Altitude 7150 m Lantang Ri (Nepal Side) Altitude 7232 m Langtang Lirung (Nepal Side) Altitude 7246 m Gang Benchnen (China Side) Altitude 7211 m Since, the daily mean discharge at the dam axis of Upper Trsiuli-3A Hydroelectric Project is not available, the reference hydrology has been derived from the gauging station 447 at Betrawati. The number of years of data availability in this station is 1967 to 2005. The flow data at the gauging station 447 were closely examined and found consistent. Therefore, the catchment area ratio is used to generate the flow at the dam site of the UT 3 A HEP. The recommended flood is 1:1000 year return period. The floods at intake site and at the powerhouse site are 4030 m3/s and 4054 m3/s respectively. And high flood levels at intake site and powerhouse site are 726.3 msl and 630.1 msl respectively. 2.5 Geology

2.5.1 Project Geology

The Upper Trishuli 3B HEP belongs to Kuncha Group of Lesser Himalayan Metasediments in Central Nepal. The main lithology of the project area are gneiss, schist and quartzite.

2.5.2 Description of Ground Condition

The rock type at intake area is slightly to moderately weathered, hard Gneiss. Based on the surface geological mapping the rock mass around the intake area is classified as good to fair rock according to rock mass classification. One bore hole of 35m depth has been drilled and 6 seismic line totalling 390m long seismic refraction survey has been carried out in intake area. The 3740 m long headrace tunnel passes though gneiss, schist and quartzite. Small portion of initial stretch passes through gneiss and the major portion passes through intercalation of schist and quartzite. The rock along the tunnel alignment is considered as medium strong to strong. There are three major tunnel bending points with one minor bending point between intake portal and Andheri khola. One major bending point

Part 2, Section VI: Project Information / Scope of Works

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

VI- 6

is at Andheri khola, one major at Sukaura khola and one near the Sisne kholsi. The rock cover is adequate along the tunnel alignment. The maximum cover above the tunnel alignment is about 380 m and minimum cover is 83.5 m at Sukaura khola. Similarly the rock exposed at the surge shaft and powerhouse area is the intercalation of schist and quartzite. Based on surface mapping, the rock mass along the tunnel alignment varies from good rock to very poor rock according to Rock Mass Classification. RMR value along the tunnel alignment ranges from <20 to 70 and Q value <1 to 23. The tunnel construction seems favorable to fair condition. Table 1 shows the projected rock type distribution along the headrace tunnel.

Table 1: Projected rock type distribution along the headrace tunnel

Chainage Rock type 0+383 to 0+800m Gneiss

0+800 to 3744m Intercalation of Schist and Gneiss

One bore hole of 50m depth has been drilled at Andheri Khola and 6 seismic line totalling 675m long seismic refraction survey has been carried out in tunnel alignment. Surge shaft to powerhouse area is covered by colluvium and alluvium deposit. The estimated thickness of the overburden materials at surge shaft is 10-15m whereas it is expected more than 50m at powerhouse location. Four bore holes have been drilled from surge shaft to powerhouse area totaling 195m depth. There were no major geological hazards observed in and around the project area except few small scaled slide observed along the existing road from intake to powerhouse. In general, the geology of project area is considered to be fair.

2.5.3 Tectonic Setting and Seismicity

The evolution of Great Himalayan Arc is the result of collision between the Indian and Eurasian Plates which is extended about 2400km in east-west direction. Nepal Himalayas lies at the central 800km portion. It can be divided into five distinct morpho-geotectonic zones from south to the north as (1) Terai Plain (2) Sub Himalaya (Siwalik Range), (3) Lesser Himalaya (Mahabharat Range and mid valleys) (4) Higher Himalaya and (5) Inner Himalaya (Tibetan Tethys). Each of these zones is clearly identified by their morphological, geological and tectonic features. Main Frontal Thrust (MFT), Main Boundary Thrust (MBT), Main Central Thrust (MCT) and South Tibetan Detachment Fault system (STDFS), from south to the north respectively are the major linear geological structures that act as the boundary line between the two consecutive units. Being the part of Himalaya, Nepal Himalaya is considered to be seismically active zone. The existence of tectonic features such as Main Central Thrust (MCT), Main Boundary Thrust (MBT) and Himalayan Frontal Fault (HFF) further accelerates the rate of seismic risk. The project area is located at about 30 km south of Main Central Thrust (MCT), about 75 km north of Main Boundary Thrust (MBT) and more than 100 km from Himalayan Frontal Fault (HFF). Therefore, seismic risks associated with these MCT, MBT and HFF are considered to be less.

During the detailed surface geological mapping two major weak zones were

Part 2, Section VI: Project Information / Scope of Works

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

VI- 7

recognized they are Andheri Khola and Sukarura khola however there are no indications from surface exposure to confirm the existence of fault or shear zone. The specific project related seismic study has not been carried out so far however several seismicity studies have been carried out for the various projects in Nepal during the engineering design phase deriving seismic design coefficient. Among them Budhi Gandaki HEP is the nearest project from Upper Trishuli 3B HEP lying in the same river basin whose project specific seismicity study has been carried out. Budhi Gandaki HEP lies about 70km west of Upper Trishuli 3B HEP. The recommended design seismic coefficient for Budhi Gandaki HEP is 0.2 for the probable earthquake of VIII intensity MM. According to seismic risk map of Nepal the project area lies in zone 3 whereas according to seismic hazard map of Nepal the project area lies between 250-300gal of peak ground horizontal acceleration. Based on evaluation and comparison of design seismic coefficient (0.13 to 0.16) the project area falls in medium to high seismic risk class. 2.6 Communication Facilities

There is an availability of landline, GSM and CDMA telecommunication system and Mobile telephone network of Nepal Telecommunication (NTC) and NCELL in the project area. And there is the access of web facilities at Betrawati Bazaar located about 2 km from the project site.

2.7 Medical Facilities

Each VDCs in the project area have one health post and few medical shops in Betrawati and Trishuli market area. The only government hospital, Trishuli District Hospital lies in the vicinity of project area and located about 14 km from the project site. Other private hospitals and medical centres are also available at Bidur Bazaar located about 15 km from project site. 3. Salient Features of the Project The prominent features of the project are presented in the table – Salient Features. This table gives brief overview of the project including its location and other technical information. Table : Salient Features of the Project

S. No.

Item Description

1. Project Name Upper Trishuli 3B Hydroelectric Project 2. Name of the River Trishuli River 3. Location 4. Location Manakamana VDC of Nuwakot District and

Laharepauwa VDC of Rasuwa District 5. Project Boundary Longitude Latitude

85° 10’ 11’’ E 27° 59’ 12’’ N 85° 12’ 01’’ E 28° 01’ 54’’ N

6. Type of Scheme cascade development of Upstream HPP (Upper Trishuli 3 A HEP)

7. Access

Part 2, Section VI: Project Information / Scope of Works

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

VI- 8

Access to Powerhouse site from Betrawati Bazar

3 km (Gravel Road)

Road from Powerhouse to Intake 5 km (Gravel Road) Project road 1.45 km (to be constructed) 8. Hydrology Catchment Area upstream of intake site 4577 km2 Catchment Area upstream of

Powerhouse site 4605 km2

Highest point of the catchment 7406 m (Ganesh Himalaya) Long-term annual average flow 53.2 m³/s 40 % Exceedance flow 111.4 m³/s 90 % Exceedance flow 36.0 m³/s 1:100 years flood at Intake area 2718 m³/s 1:100 years flood at Powerhouse site 2880 m³/s 1:20 years dry season flood 403 m3/s Compensation flow 3.8 m³/s Design flow (71 % exceedance flow) 51 m³/s 9. Intake Portal (Tailrace of UT3 -A) Type of headrace intake portal Bell mouth Bottom level of portal 712.2 m Size (L x B x H) 90.5 m x 10 m to 27.5 m x 8 m to 16.8

m Submergence depth 6.0 m 9.1 Headrace Pipe Intake Type of pipe intake Bell mouth Invert level of intake 714.90 m Gate type Vertical lift fixed wheel and stoplogs Size of Gate

5.1 m x 5.1 m square

10. Headrace Pipe Internal Size of Concrete square box

duct 5.1 m x 5.1 m

Length of duct before headrace pipe 20 m including 5.1 m bell mouth length Circular headrace pipe length 358.6 m Internal Diameter of headrace pipe 5.1 m 11. Headrace Tunnel 11.1 Shotcrete Lined Tunnel Section Length 1723.43 m Slope 0.34% Internal Diameter 6.6 m Shape Horse Shoe Shaped Lining Thickness 100 mm 11.2 Concrete Lined Tunnel Section Length 2021.27 m Slope 0.34% Internal Diameter 5.5 m Shape Circular Lining Thickness S3, S4 =400 mm and S5 = 450 mm 12. Adit Tunnels 12.1 Adit near Sukaure Khola (Adit 1) Length (m) 463.3 Internal Diameter (m) 4.0 Shape D Lining thickness (mm) 100 mm, Shotcrete 12.2 Adit to Headrace tunnel near S/T area

(Adit 2)

Part 2, Section VI: Project Information / Scope of Works

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

VI- 9

Length (m) 288.9 Internal Diameter (m) 4.0 Shape D Lining thickness (mm) 100 mm, Shotcrete 12.3 Ventilation Adit to Surge shaft (Adit 3) Length (m) 191.6 Internal Diameter (m) 4.0 Shape D Lining thickness (mm) 100 mm, Shotcrete 12.4 Access to valve chamber (Adit 2) Length (m) 56.35 Internal Diameter (m) 4.0 Shape D Lining thickness (mm) 100 mm, Shotcrete 13. Surge shaft Internal Diameter 15 m Height 37.4 m Lining thickness 700 mm concrete Level of surge shaft crown El 747.4 m Bottom Elevation of surge shaft El. 710.0 m 14. Pressure tunnel after surge shaft Internal Diameter 4.2 m (circular) Length 106.41 m Thickness of concrete lining 300 m Steel Pipe thickness 14 mm

15. Valve Chamber Internal Diameter of valve 3.5 m (circular) Length x width x height 15.4 m x 7.0 m x 11.9 m Lining 300 mm concrete and 100 mm shotcrete 16. Drop shaft/ vertical shaft Internal Diameter 4.2 m (circular) Length 54.91 m(including bends) Lining 300 mm concrete and 100 mm shotcrete Pipe thickness 18 mm 17. Pressure tunnel after drop shaft Internal Diameter 4.2 m (circular) Length 177.58 m Thickness of concrete lining 300 m concrete and 100 mm shotcrete Pipe thickness 18 mm 18. Powerhouse Powerhouse type Surface Length x width x height 37.6.0 m x 14.0 m x 26.9 m Center line of Turbine El 636.5 m Invert Level of Draft Tube El 631.2 m 19. Tailrace Length x width x height 130.28 m Size of Tailrace conduit 4.5 m x 4.5 m Size of tailrace pond Width =5.5m to 20 m, Length= 20 m 20. Turbine Number of generating units 2 Turbine Type Francis (vertical axis) Turbine capacity 2 *18.5 = 37 MW Turbine efficiency 92.9% Speed 375 rpm

Part 2, Section VI: Project Information / Scope of Works

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

VI- 10

Runway speed 562.5 rpm 21. Substation (132 kV) Substation at Trishuli 3B hydropower

and bay extension at Trishuli 3B Hub 132 kV substation.

Switchyard Length x breadth 80 m * 40 m 22. Transform er Type Outdoor oil immersed, ONAN cooling Rating 22 MVA Frequency 50 Hz Number of units

Transformer efficiency 3 (One as Spare) 99 %

23. Generator Rating 18.5 x 2 = 37 MW Speed 375 rpm Number of poles 16 Frequency 50 Hz Number of Units 2 Rated voltage

Generator efficiency 11 kV 97 %

24. Power and Energy (at design discharge)

Gross Head 87.00 m Net Head 82.85 m Installed capacity 37 MW Dry season energy 82.19 GWh/year Wet season energy 216.15 GWh/year Average energy 298.34 GWh/year 25. Environmental Study Downstream release (compensation

flow) 3.57 m³/s

Household affected (indirectly) by intake 47 Land acquisition by the project 7.0 ha (approximately) Number of household to be relocated 9 26. Construction Period Construction period from award of EPC

contract 3 years

4. Contractor’s Scope The scope of the contract contains the preparatory Works such as Power supply system for construction, and the Employer’s camp followed by the following Works: (1) Civil Works

Detailed design and construction of waterway and powerhouse including i) Intake structures at Head pond, ii) Headrace pressure pipe with concrete cover iii) headrace tunnel and adit tunnel, iv) Rock Trap v) headrace surge shaft, vi) Valve chamber vii) Pressure tunnel viii) Vertical Shaft ix) Horizontal Pressure Tunnel x) penstock with bifurcation, xi) powerhouse xii) draft tube , xiii) tailrace conduit, xiv) Tailrace pond and tailrace outlet, xv) access road to power house and adit tunnel xiii) borrow and disposal areas. The scope of Civil Works includes additional topographic survey and geological investigation required for the Contractor’s detailed design for the Civil Works.

Part 2, Section VI: Project Information / Scope of Works

Prequalification Documents for EPC Construction of Upper Trishuli 3B Hydroelectric Project

VI- 11

(2) Hydro mechanical Works

Design, supply and installation of i) intake equipment, ii) draft equipment, iii) Butterfly valve and accessories iv) steel lining in pressure tunnel and drop shaft v)Draft tube and Draft gate vi) tailrace equipment

(3) Electromechanical and Electrical works

Design, supply, installation and testing of i) hydraulic turbine, ii) generator, iii) overhead traveling crane, iv) Power transformer, v) switchyard equipment, vi) power plant equipment, vii) Bus duct viii) telecommunication system, ix) miscellaneous equipment, and x) generation facility Design, supply and construction of 1 32 kV Substation at Trishuli 3B hydropower and bay extension at Trishuli 3B Hub 132 kV substation.

5. Implementation Schedule

The estimated time for construction of the project is 1095 working days including mobilization to site, which is approximately thirty six months from the date of signing of the EPC contract.

The Applicants shall submit a work schedule. 6. Drawings The location map and layout drawings of the project are presented in Annex – 1.

Annex – 1

Location Map and Layout Drawings