Upload
votruc
View
224
Download
2
Embed Size (px)
Citation preview
INVITATION
FOR
PREQUALIFICATION
KABELI ‘A’ HYDROELECTRIC PROJECT (KAHEP)
KABELI ENERGY LIMITED (KEL) 313-Gangadevi Marg, Buddhanagar, Kathmandu
P.O. Box 26040
Tel: +977-1-4785735, 4785295, 4781776
Fax: +977-1-4780994, 4785393
March 2011
Section 1 2
Section I: Invitation for Prequalification
Date of First Publication: 16 March 2011
Name of Contract: Lot 4-Surface Civil Construction
Lot 5- Underground Civil Construction
Lot 6-Hydromechanical Works
Lot 7-Electromechanical works
Bid No: Lot 4: KEL.PQ.IBC.11.001.0
Lot 5: KEL.PQ.IBC.11.002.0
Lot 6: KEL.PQ.IBC.11.003.0
Lot 7: KEL.PQ.IBC.11.004.0
General information
1. The project company, KEL, is a public limited company formed as a joint venture company of Butwal
Power Company Limited with Shangri-La Energy Ltd, Nepal; SCP Hydro International Inc, Canada;
Asia Pacific Power-Tech Co Ltd, China; and Khudi Hydropower Ltd, Nepal. KEL is arranging sufficient
funds from the World Bank and various Nepalese funding agencies for the successful execution of the
KAHEP project.
2. 38 MW capacity Kabeli-A Hydropower project is a peaking run-of-the-river type project. The Project
is located between elevations 400 m and 600 m above mean sea level in the district of Panchthar in
the Eastern Development Region of Nepal. The headworks of the project also lie in Taplejung
district. This project is located on the Kabeli river, which is a tributary of the Tamor River belonging
to the Koshi River system. Geographically, the project is located in Panchthar District of the Eastern
Region of Nepal close to the Phidim-Taplejung branch of the Mechi highway. Both the headworks and
powerhouse sites are relatively accessible and involve construction of only 11.5 km of road to
connect them to the existing highway.
3. The project will divert Kabeli river flow into the Tamor River by a tunnel of 4.5-km short- cutting the
loop formed by the Kabeli and Tamor rivers. The powerhouse would be located at the left bank of
the Tamor River. The optimum capacity of the project is 38MW.
4. Prequalification (PQ) will be conducted following the Evaluation criteria contained in the PQ
documents and is open to all eligible national and international contractors or their joint ventures.
Only the bidders who satisfy the Evaluation criteria shall be considered for further bidding by the
Employer.
5. The Invitation to Prequalification (ITP) consists of four (4) sections. Section 1 is the Invitation to
Prequalification. Section 2 is the project information. Section 3 is the scope of works for the Project
Lots, Lot 4: Surface Civil Construction, Lot 5: Underground Civil Construction, Lot 6:
Hydromechanical works and Lot 7: Electromechanical works. Section 4 is “Forms”.
6. The works for the above mentioned Lots are described in the Scope of Works section of this
prequalification document.
7. The prequalification is carried out in a single stage process. Bidders are required to submit the
complete Bid comprising of all necessary information.
8. No application fee is required for bidding this PQ. All costs incurred by the Bidder in connection
with, or costs arising out of the preparation of his Bid shall be borne by the Bidder himself. KEL, in no
case, shall be responsible or liable for any such costs. It is recommended that interested eligible
contractors familiarize themselves with the local conditions and visit the project site. Costs incurred
for site visits are to be borne by the applicant. .
Section 1 3
9. KEL will charge application fee of Nepalese Rupees Five Thousand Only (NPR 5000.00) or US $
65.00 (American Dollar Sixty Five only) to the prequalified bidders to obtain Bidding Documents in
order to participate in the Bidding process.
10. KEL 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 reason whatsoever.
11. The interested eligible applicants may obtain further information from the Employer‟s address or
from the URL address www.bpc.com.np.
Method of applying
12. The Invitation to Prequalification (ITP) documents can be obtained free of cost from the KEL office
located at Buddanagar, Kathmandu or can be downloaded from the web-site www.bpc.com.np.
13. The ITP document comprises four Lots from Lot 4 to Lot 7. Bidders can bid for one or more Lots.
Each Lot will be separately evaluated. Bidders wishing to Bid for more than one Lot are required to
submit complete Bidding document for individual Lots.
14. The Bid shall be signed on each page by a duly authorized person holding Power of Attorney for
signing the Bid. A certified copy of the Power of Attorney shall accompany the Bid in such cases. Bids
submitted without such document shall be automatically disqualified.
15. The Bidders shall submit the documents mentioned in the sub-section “Submission of Documents”, in
Form B of Section 4 and all other necessary documents mentioned in this ITP. It is the responsibility
of the Bidders to submit a complete set of documents. The Employer deserves the right to disqualify
all the incomplete Bids.
16. Two or more Contractors can apply for PQ in joint venture. The number of partners in Joint
Ventures is limited to three and share of each partner in the Joint Venture shall not be less than 20%
while the share of lead partner shall be more than 40%.
17. Bidders may request for any clarification regarding ITP documents and other relevant information. A
request for clarification shall be made in writing to Employer‟s address indicated in this document.
The Employer will respond to any such requests for clarification within reasonable time.
18. Each joint venture shall be experienced in work of similar nature to that included in the contract for
which the prequalification is sought, and each joint venture partner should be experienced in the field
in which he is proposed as specialist contributor for the contract works. The capacity of a partner to
carry out his responsibility in accordance with either the joint venture agreement or the declaration
of intent to form such an agreement will be assessed in terms of experience, technical qualifications
and financial capacity.
19. Any formation of a joint venture after prequalification and any change in a prequalified joint venture
will be subject to KEL approval in writing prior to the deadline set for the receipt of the bids. Such
approval will not be granted if, among other things, the proposed formation or change will result in
KEL „s opinion in (i) a substantial reduction in completion, (ii) the inclusion of a firm which had not
previously been prequalified (either individually or as part of a joint venture), (iii) the lowering of a
joint venture‟s qualifications below the minimal standards stated as acceptance in the prequalification
documents
Submission of documents
20. The deadline for submission of Documents for PQ is 17:00 pm (Nepal Standard Time) on the 22nd
day from the date of the first publication of the ITP. If the deadline falls on the public holiday of the
Government of Nepal, the deadline will be the following working day at the same time.
Section 1 4
21. The document for PQ shall be prepared in one (1) original and two (2) copies. The original and the
copy sets shall be clearly marked Original and Copy, respectively on the front cover of each set. In
the event of discrepancy between original and copy, the original shall prevail.
22. Document for PQ for individual Lot shall be submitted in one (1) sealed envelope. The sealed
envelope must be either delivered by hand or by registered mail, on or before the time and date of
submission deadline to the address of the Employer mentioned in this document.
23. The sealed envelope enclosing Document for PQ shall be legibly marked:
“Application to Prequalify for Construction of Kabeli ‘A’ HEP/Lot No…..: (Please specify
Lot number here)” at Panchthar district, Nepal:
and shall include the name, mailing address, telephone, fax and email address of the Bidder.
24. All information requested shall be furnished in English. Certificates and relevant documents not in
English shall be accompanied by the official translated copy (ies). This requirement maybe waived for
the official documents in Nepali language issued by the offices of the Government of Nepal.
25. All documents submitted by the applicants shall be treated as confidential and will not be returned.
Evaluation criteria
26. The prequalification will be subject to Bidder‟s fulfillment of the Evaluation Criteria set and stipulated
in Section 4, Form A, and substantiated by authentic and relevant information and details in the
prescribed formats. Additional information in support of the Bidder‟s claims of achievements may be
furnished in suitable form of their device and/or design.
27. The Evaluation criteria in Form A are set forth as the minimum. Contractors with proven experience
and qualification are highly encouraged to apply for PQ.
28. Arbitrary Lot Value (ALV) has been defined by KEL for every Lot as a parameter for Evaluation
criteria. It is an indicative value and shall not be interpreted for other purposes.
29. The Employer considers the Evaluation Criteria as transparent as possible. The total mark for
Evaluation is set at 20. To be prequalified, the Bidders shall pass the individual criteria and shall also
score a minimum of 8 out of 20.
30. Documents which are received after the above deadline, will not be considered for evaluation. The
Applications will be opened on the next day of the submission deadline. The results of the PQ will be
posted within one week of the opening of applications.
Employer’s Address:
Kabeli Energy Limited
Ganga Devi Marga-313
Buddanagar, Kathmandu, NEPAL
P.O. Box 26040
Tel: +977-1-4785735, 4785295, 4781776
Fax: +977-1-4780994, 4785393
Email: [email protected]
Kabeli Energy Limited Section 2: Project Description
Section 2 5
Section 2: Project Description
(Attached in separate file)
Kabeli Energy Limited Section 3: Scope of Works
Section 3 6
Section 3: Scope of Works
Kabeli Energy Limited Section 3: Scope of Works
Section 3 7
Lot –4: Civil Works for Surface Structure
The major items of civil works of surface components for Kabeli-A Hydroelectric project are tabulated in Table -1.
Table -1: Bill of quantity for Civil Works for Surface components
SN Item Description Unit Quantity
1 Coffer Dam
i) River bed materials m3 16083.3
ii) Gravel Fill m3 5600.0
iii) Impervious Fill m3 2800.0
iv) Riprap 2-2.5m dia boulders) m3 1400.0
v) Water sealing membrane m2 2160.0
vi) Dewatering and water control LS 1.0
2
Diversion tunnel (included in this Lot as the work is
associated with Barrage Construction)
i) Rock excavation in tunnel m3 8669.1
ii) Shotcrete in tunnel (10 cm) m2 4442.3
iii) Rock support (25dia. 2 m long) nos 1975.0
iv) Lean Concreting for Floor m3 288.0
v) Seepage drainage and lighting ventilation etc. LS
vi) Grouting LS
3
Diversion tunnel intake and outlet portal
(included in this Lot as the work is associated with
Barrage Construction)
i) Rock Excavation m3 910.7
ii) BMS Excavation m3 3271.5
iii) PCC for RCC (C25) in walls m3 140.0
iv) PCC for RCC (C25) in bottom m3 55.0
v) Reinforcement steel for RCC Tonnes 15.3
vi) Formwork m2 280.0
4 Barrage
i) Excavation works
Excavation on river bed
(loose alluvial deposit) m3 73109.8
Excavation on rock m3 8550.0
ii) Concreting works
Blinding concrete, Grade C15 m3 757.1
Kabeli Energy Limited Section 3: Scope of Works
Section 3 8
SN Item Description Unit Quantity
Grade C20 m3 12952.2
Grade C20 Plum m3 7387.9
Grade C25 m3 16200.0
Grade C35 m3 8442.4
Grade C50 abrasion resistance m3 4425.3
iii) Formworks
For height less then 3m m2 2681.0
For height above 3m m2 10070.5
iv) Reinforcement Tonnes 1649.5
v) 0.5 m thick gravel inverted filter m2 12898.5
vi) 0.3 m thick clay layer m2 1350.0
vii) 2.0 m boulder riprap m2 4926.0
viii) Rock Support
3.0 m long rock bolts (20mm dia) Nos 158.0
ix) Earthwork in filling with compaction m3 40978.5
x) Joints
Water bars m 1089.9
Joint fillers m 1089.9
xi) Water sealeant 2179.9
xii) Stone masonry in 1:3 C/S ratio m3 1671.9
xiii) Curtain grouting below axis rm 1120.0
5 Fish ladder
i) Excavation works( including backfill) m3 LS
ii) C15 blinding concrete m3 21.7
iii) C25 RCC
Base slab m3 91.1
Side walls m3 63.0
Side walls m3 18.8
Int. walls m3 23.7
Total m3 196.5
iv) Reinforcement @ 1 % of concrete volume Tonnes 15.4
v) Formwork
Base slab m2 79.2
Side walls m2 840.0
Side walls m2 250.0
Int. walls m2 190.4
Total m2 1359.6
vi) Gates Nos 2.0
Kabeli Energy Limited Section 3: Scope of Works
Section 3 9
SN Item Description Unit Quantity
6 Penstock Pipe
i) Rock Excavation m3 8037.4
ii) Boulder mix soil excavation m3 32149.6
iii) Subase Preparation m2 1194.5
iv) Blinding Concrete (C10) m3 89.6
v) Structural Concrete (C20) m3 2101.0
vi) 30% plum concrete (1:3:6) m3 287.3
vii) Rebar Tonnes 72.6
viii) Formworks m2 2565.8
ix) Back Filling m3 10547.5
7 Powerhouse and Control building
i) Site clearance m2 8361.0
ii) Earthwork excavation in boulder mixed soil m3 32034.2
iii) Backfill work m3 4805.1
iv) Concrete works
100 mm thick blinding concrete C10 m3 47.9
40% Plum concrete m3 2216.1
Cement concrete C25 m3 4904.0
40 mm Screed concrete m3 42.6
v) Reinforcement @1.25% t 481.2
vi) Formworks m2 5674.3
vii) Brickwork m3 300.0
viii) 12.5mm thick cement plaster in 1:4 c/s mortar m2 6101.1
ix) White washing two coats m2 6101.1
x) Handrails in Powerhouse m 341.4
xi) Doors and windows in PH and Control Building m2 277.2
xii) Sliding shutter m2 74.3
xiii) PH Roof truss kg 17129.4
xiv) C.G.I. Sheets in roof m2 619.3
xv) Cost of washer, Hooks and nut bolts etc
xvi) Water stops m 45.0
xvii) Galvanized metal gratings m2 95.5
xviii) False ceiling in control building m2 89.1
xix) Provision for toilet, sewer line and septic tank LS
xx) Provision for electricity LS
Kabeli Energy Limited Section 3: Scope of Works
Section 3 10
SN Item Description Unit Quantity
8 PH compound and Switchyard
i) Excavation m3 8424.2
ii) Back filling work m3 2527.3
iii) 1:6 stone masonry m3 1470.1
iv) 75mm HDPE pipe for weep hole m 355.2
v) PCC work (C10) m3 369.6
vi) Cement concrete C25 m3 174.8
vii) Reinforcement @ 0.75% t 10.3
viii) Formwork m2 387.1
ix) Laying 50 mm size gravels in switchyard area m3 330.0
x) Compound boundary fencing m2 1000.0
xi) Security Post LS
xii) Final Preparation and bio engineering m2 5000.0
9 Tailrace
i) Excavation work m3 12465.2
ii) Backfilling m3 12465.2
iii) PCC work (C10) m3 47.3
iv) Reinforced Cement concrete C25 m3 763.7
v) Reinforcement @1% t 59.9
vi) Formwork m2 3188.6
vii) Fixed iron steps (monkey ladder) nos 64.0
10 Powerhouse Protection Work
i) Earthwork in excavation m3 20422.7
ii) C25 Concrete work m3 2098.4
iii) Stone masonary in 1:6 c:s mortar m3 1038.8
iv) Gabion Work m3 615.6
v) Backfilling m3 37611.7
vi) Reinforcement Tonnes 164.7
vii) Armouring at Slope m2 1812.6
viii) Filter material m2 3041.7
ix) 1.5 to 2 m dia boulder riprap m2 1695.4
x) Geotextile layer m2 2699.1
xi) 200 mm dia perforated pipe rm 180.0
xii)
75mm dia HDPE pipes for weep holes @ 2m C/C
Horizontally &1m C/C vertically rm 168.6
Kabeli Energy Limited Section 3: Scope of Works
Section 3 11
SN Item Description Unit Quantity
xiii) Piple Khola crossing causeway
Excavation m3 75.0
PCC C25 m3 30.0
Reinforcement Tonnes 2.9
Formwork m2 75.0
xiv) Form work m2 8276.1
Notes:
1. These items are subjected to change during detail design.
2. The mentioned quantity is based upon the design adopted in Updated Feasibility Study.
3. The Arbitrary Lot Value (ALV) for this Lot is US Dollar Twelve (12) Million.
Kabeli Energy Limited Section 3: Scope of Works
Section 3 12
Lot –5: Civil Works for Underground Structure
The major item of civil works of surface components for Kabeli-A Hydroelectric project is tabulated in Table -2.
Table -2: Bill of quantity for Civil Works of Underground components
Number Item Description Unit Quantity
1 Intake
i) Excavation works
Excavation on top soil cover m3 1408.0
Excavation on rock m3 4000.0
ii) Concreting works
Blinding concrete, Grade C15 m3 21.6
Grade C25 m3 1231.0
iii) Formworks m2
For height less than 3m m2 55.6
For height above 3m m2 1377.4
iv) Reinforcement ton 49.1
Earthwork in filling with compaction m3 2704.0
v) Joints
Water bars rm 92.5
Joint fillers rm 92.5
vi) Water sealeant rm 185.0
2 Settling Basin
i) Excavation
Excavation in inlet and outlet transition and
main basin m3 53060.3
Excavation in tunnel flushing m3 664.0
ii) Backfilling m3 861.3
iii) Concreting
Grade C35 m3 1382.9
Grade C25 m3 297.5
Grade C10 m3 1242.3
iv) Formworks m2 848.1
v) Reinforcement Tonnes 207.1
vi) Shotcrete
15cm fibre reinforced shotcrete m2 3459.9
10 cm shotcrete m2 6523.8
5mm plain shotcrete m2 381.3
Kabeli Energy Limited Section 3: Scope of Works
Section 3 13
Number Item Description Unit Quantity
vii) Rock Support
5m and 25 mm dia Nos. 1957.9
3m and 25 mm dia Nos. 3691.7
1.5m 25 mm dia bolts Nos. 215.8
3 Converging (Twin) Tunnel
i) Excavation m3 2604.5
ii) Shotcrete lining
Rock class I (5 cm plain shotcrete) m2 991.1
Rock class III ( 10 cm sfr) m2 1329.6
iii) Rock Support
Rock class I Nos. 361.4
Rock class III Nos. 786.7
iv) Reinforcement
Rock class I Tonnes 21.8
Rock class III Tonnes 29.3
v) Formworks m2 2320.7
vi) Concrete lining(C25 grade) m3 868.8
vii) Injection grouting m3
viii) Gravel grading( 15cm) m3 1692.6
ix) drainage LS
4 Tunnel Outlet Portal
Rock Excavation m3 123.8
BMS Excavation m3 123.8
PCC for RCC (C25) in walls m3 70.0
PCC for RCC (C25) in bottom m3 27.5
Reinforcement steel for RCC ton 7.7
Formwork m2 140.0
5 Headrace Tunnel
i) Excavation m3 124531.5
ii) Shotcrete lining
Rock class I (5cm thick steel fibre shotcrete) m2 16445.5
Rock class II (6 cm thick steel fibre shotcrete) m2 29161.0
Rock class III (7 cm thick steel fibre shotcrete) m2 10765.9
Kabeli Energy Limited Section 3: Scope of Works
Section 3 14
Number Item Description Unit Quantity
Rock class IV (7 cm thick steel fibre shotcrete) m2 5244.3
Rock class V (10 cm thick steel fibre shotcrete) m2 1228.5
iii) Rock Support
Rock class I (25mm dia. 2m long) Nos. 6792.0
Rock class II (25 mm dia. 1.5 m long) Nos. 12048.0
Rock class III (25 mm dia. 1m long) Nos. 6669.0
Rock class IV (20mm dia. 1.5m long) Nos. 3610.0
Rock class V (25 mm dia. 2m long) Nos. 1275.0
iv) Reinforcement
Rock class IV Tonnes 151.0
Rock class V Tonnes 35.4
v) Formworks m2 1228.5
vi) Steel ribs @ 1m interval m 445.6
vii) Concrete lining(C25 grade) m3 2840.4
viii) Invert concrete m3
ix) Injection grouting m3 632.5
x) Gravel grading( 15 cm) m3 19166.8
xi) Drainage LS
6 Surge shaft
i) Excavation
Excavation of Top 4m Soil m3 4366.7
Excavation of rock above surge shaft m3 2146.4
Excavation at other parts m3 7201.8
ii) Concrete works
Grade C20 208.1
Grade C25 1491.9
iii) Reinforcements Tonnes 97.9
iv) Formworks m2 2374.3
v) Shotcrete m2 543.4
vi) Rock Support
3 m long 25mm dia Nos. 944.0
5m long 25mm dia Nos. 91.0
1.5m long 25mm dia Nos. 204.0
vii) Steel bars Tonnes 0.3
viii) Monkey Ladder (Mild steel) Tonnes 8.6
Kabeli Energy Limited Section 3: Scope of Works
Section 3 15
Notes:
4. These items are subjected to change during detail design.
5. The mentioned quantity is based upon the design adopted in Updated Feasibility Study.
6. The Arbitrary Lot Value (ALV) for this Lot is US Dollar Thirteen (13) Million.
Kabeli Energy Limited Section 3: Scope of Works
Section 3 16
Lot – 6: Hydromechanical Works
The scopes of work shall include, but not limited to the Supply, design, manufacture, shop-testing, surface
preparation, painting, packing for delivery, delivery to the site, installation, site testing and commissioning.
The major item of works for Kabeli-A Hydroelectric project is tabulated in Table -3.
Table -3: Bill of quantity for Hydromechanical Works
S. N. Item and description Unit Qty Specification
1. Barrage Radial Gates Sets 4 Size 10 m x 9.5 m, Design head 15.3 m.
2. Barrage Stoplogs Set 1 Size 10 m x 9.5 m, Design head 15.3 m.
3. Flap Gate Set 1 Size 3.0 m x 8.1 m, Design head 15.3 m.
4. Fish Pass Gate 1 Set 1 Size 0.7 m x 1.3 m, Design head 5.3 m.
5. Fish Pass Gate 2 Set 1 Size 0.6 m x 0.5 m, Design head 5.3 m.
6. Diversion Tunnel Gate Set 1 Size 5.0 m x 5.0 m, Design head 10.3 m.
7. Intake Gate Sets 2 Size 2.9 m x 3.2 m, Design head 12.3 m
8. Intake Stoplog Set 1 Size 2.9 m x 3.2 m, Design head 12.3 m.
9. Trashrack Sets 2 Size 5.4 m x 5.8 m, Design head 12.3 m.
10. Settling Basin Outlet Gate Sets 2 Size 3.2 m x 6.0 m , Design head 10.3 m.
11. Settling Basin Flushing Gate Sets 2 Size 1.0 m x 1.5 m , Design head 15.3 m.
12. Flushing Pipe with external rib
Length 102 m.
Ton 38 Diameter 1.75 m , Design head 15.3 m.
13. Penstock Pipe Inlet (Bonneted)
Gate
Set 1 Size 3.55 m x 3.55 m, Design head 38.4 m.
14. Draft tube gate Sets 2 Size 4.25 m x 2.45 m, Design head 13.1 m.
15. Tailrace Stoplog Set 1 Size 4.5 m x 5.5 m, Design head 8.67 m.
16. Steel penstock pipe, Thickness
10 to 20 mm, length 250 m
Ton 320 Diameter 3550 mm, Gross head 117 m.
17. Bifurcation, Bends and Manhole Set 1
18. Spiral Ladder Set 1 Dia. 1.5 m, Height 15 m
19. T Tailrace gritting Set 1 Size 6.2 m x 3.0 m.
20. Gritting at Flushing Set 1 Size 3.0 m x 3.0 m.
21. Powerhouse door Set 1 Size: 5.0 m x 5.0 m.
Notes:
1. These items are subjected to change during detail design.
2. The mentioned quantity is based upon the design adopted in feasibility study.
3. The Arbitrary Lot Value (ALV) for this Lot is US Dollar Three and half (3.5) Million.
Kabeli Energy Limited Section 3: Scope of Works
Section 3 17
Lot – 7: Electromechanical Works
The contract shall include but is not limited to, the design, manufacture, test before shipment, transport to site,
insurance, storage, erection, testing & commissioning at site, remedy for defects of any equipments and guaranteed
output of 37.6 MW for Kabeli-A Hydroelectric project.
The equipments to be supplied under the contract are listed as below:
a) Two (2) Vertical shaft Francis type hydraulic turbines each to develop rated output capacity
of 19,280 kW with their accessories
i. Two (2) sets of governor
ii. Two (2) sets of main inlet valve an bypass valve
iii. Cooling Water System
iv. Drainage and Dewatering System
v. Draft tube, spiral casing, penstock extension, spiral casing extensions and pit liner
with accessories
b) Two (2) alternating current generators each of 22.11 MVA, with their accessories.
c) Two (2) 11/132 kV, 22.5 MVA main transformer, three phase with their accessories.
d) Two (2) 11/0.4 kV, 500 kVA station service transformer and their accessories.
e) One (1) 11/11 kV, 500 kVA isolation transformer and its accessories
f) Two (2) 11/0.4 kV, 250 kVA distribution transformer and accessories, one each for dam site
and housing area.
g) One (1) lot of ancillary equipment such as: overhead travelling crane, diesel generator set
(400 kVA), two sets of oil handling & purifying equipment one for lubricating oil and the
other for transformer oil, tools and meters, air conditioning & ventilating unit and fire
fighting systems all complete with their accessories.
h) All complete switchgear equipment for indoor 11 kV system and for outdoor 132 kV system
with accessories.
i) Control and protection equipment for generating units, transformer, plant equipment and
line protection, etc. complete with accessories.
j) Instrument transformers with accessories.
k) Low voltage distribution panels with accessories.
l) All complete Power, control and communication cables with accessories.
m) Storage battery and battery chargers for 110V DC, 48V DC and 24V DC supply.
n) Miscellaneous material such as electrical conductor, cable insulators, steel structure and all
other necessary materials, their accessories.
o) All complete Communication equipment with their accessories.
p) Steel structure for takeoff / gantry, busbars, equipments mounting.
q) Illumination of powerhouse, diesel generator room, switchyard areas etc.
r) Illumination and electrical works for headworks area.
s) All complete Earthing work of powerhouse and switchyard
All works under the electromechanical contract necessary for the proper completion and operation of plant
whether specified here in detail or not shall be carried out by the Contractor in accordance with the specifications
and the conditions mentioned within the complete tender document.
In addition, the Contractor is obligated to provide training of the Employer's personnel as required, to establish a
well-trained operation and Maintenance staff.
The major item of works for Kabeli-A Hydroelectric project is tabulated in Table 4.
Kabeli Energy Limited Section 3: Scope of Works
Section 3 18
Table -4: Bill of quantity for Electromechanical Works
Items No. Particulars Unit Quantity
1 Turbine
(a) 19280 kW, Vertical shaft Francis type Turbine with all auxilliary
equipment & accessories lot 2
i Francis runners with accessories lot 2
ii Turbine shaft and intermediate shaft, Shaft seal, turbine guide
bearing & accessories lot 2
iii Draft tube, Spiral casing Penstock extension, Spiral case extension
and pit liner with accessories lot 2
iv Guide vanes and regulating mechanism with accessories lot 2
(b) Inlet Valve and accessories lot 2
(c) Digital governor and accessories lot 2
(d) Pressure oil supply system and acessories 2
(e) Cooling Water Supply System & Dewatering System lot 2
(f) Compressed air supply system lot 2
(g) Embbeded parts, supports and Foundation material LS
(h) Miscellaneous and Accessories lot LS
(i) Alternative Offer
(j) Spare Parts lot
2 Generators
a)i 22.11 MVA Alternating current generator, excitation system, other
auxilliary equipment and accessories lot 2
a)ii Alternative Offer
b) Spare Parts lot 1
3 Power Transformers
a)i 11/132 kV, 22.5 MVA Three phase, power transformer, ONAN/ONAF
type complete with necessary accessories no 2
a)ii Alternative Offer
b) Spare parts lot 1
4 Station Transformers and Other Transformers
a) 11/0.4kV, 500 kVA dry type station transformer no 2
complete with necessary accessories
b) 0.4/11 kV, 250 kVA ONAN type transformer for dam site supply no 1
with complete with necessary accessories
c) 11/0.4kV, 250 kVA ONAN type distribution transformer no 1
complete with necessary accessories for housing area supply
d) 11/11 kV, 500 kVA ONAN type isolation transformer no 1
complete with necessary accessories for housing area supply
e) Spare parts lot 1
5 Ancillary Equipment
(a) Crane
i Overhead crane, 80 tons + 10 tons with accessories lot
ii Spares for above lot
(b) Emergency DG Set
i 400kVA DG set accessories lot
ii Chain hoist with mono rail lot
Kabeli Energy Limited Section 3: Scope of Works
Section 3 19
Items No. Particulars Unit Quantity
iii Spares for above lot
(c) Oil handling equipment
i Lubricating Oil Purifying Equipment with accessories
ii Transformer Oil Purifying Equipment with accessories
iii Oil transfer pump with accessories
iv Insulation oil tester with accessories
v Spare Parts for above lot
(d) Tools and testing instruments
i Workshop machines with accessories lot
ii Mechanical tools with accessories lot
iii Electrical tools & meters with accessories lot
(e) Air conditioning and ventilation system
i Packaged type Air conditioning equipment with accessories lot
ii Ventilation equipment with accessories lot
iii Ducting material with accessories LS
iiv Ceiling mounted exhaust fans lot
v Embedded components LS
vi Spares for above items lot
(f) Fire fighting system
i Transformer water deluge/sprinkle system with accessories lot
ii Firehose cabinet, spray nozzles with accessories for powerhouse lot
iii Hydrant equipment with accessories for switchyard lot
iv Portable Dry chemical extinguishers (DCE) and carbon dioxide (CO2)
fire extinguishers with accessories
v Generator CO2 release system with control system complete with
accessories lot
vi Pipes, Valves, Embedded components lot
vii Fire detectors, smoke detector, control panels, cables with accessories lot
viii Spares for above items lot
6 132 kV Outdoor switchyard Eqipment
6.1 Circuit Breakers
a) 145kV, 1250 A, 3-Ph, SF6 circuit breaker complete with accessories set 3
b) Spare parts lot 1
6.2 Disconnecting Switches
a)
145kV, 1250 A, 3-Ph, disconnecting switch with grounding switch
complete with accessorries set 6
d) Spare Parts lot 1
6.3 Miscellaneous Materials
a)
Busbars, conductors and connections and 132kV string insulators to
complete the specified scope of works lot 1
b) Spare parts lot 1
7 Relay and control switchboards complete
with accessories
a) Generator control panel complete with accessories lot 2
b) Transformer and line protection panel complete with accessories lot 1
e) Control Desk complete with accessories lot 1
f) Station service and auxillary Control Panel complete with accessories lot 1
g) Automatic synchronizing and PLC Panel Complete with accessories lot 1
h) Water level indicator & Telemetry Equipment Cubicle lot 1
Kabeli Energy Limited Section 3: Scope of Works
Section 3 20
Items No. Particulars Unit Quantity
i) Spare parts lot 1
8 Instrument Transformers
a) 132 kV Capacitor Voltage Transformer complete with accessories no 3
b) 132 kV Voltage Transformer complete with accessories no 9
b) 132kV, 150-300/1 A, current transformer complete with accessories set 6
c) 132kV, 150/1 A, current transformer complete with accessories set 6
d) Spare parts lot 1
9 12kV Switchgear
a) 12kV generator breaker cubicle complete with accessories set 2
b) Service station transformer breaker cubicle complete with accessories set 1
c) 12 kV busbar cubicle complete with accessories (if applicable) set 1
d) Excitation transformer cubicle with accessories set 2
(supplied under chapter 2)
e) Spare parts for above lot 1
10 Low Voltage Distribution Panel
a) AC main distribution panel lot 1
b) AC sub-distribution panel at DG room lot 1
c) AC sub-distribution board for PH illumination lot 1
d) 110V DC distribution board lot 1
e) 48 V DC distribution board lot 1
f) 24 V DC distribution board lot 1
g)
230V AC distribution board for station transformer at dam site and
housing lot 2
h) DC sub-distribution board for powerhouse emergency lighting lot 1
i) Spare parts for above lot 1
11 Cables
a) 12kV Power Cable and necessary equipment including termination kits
to complete the specified scope of works lot 1
b) Control and instrumentation cable with accessories to complete the
specified scope of work
c) Communication and Telemetry Cables and necessary equipment to
complete the specified scope of work lot 1
d) Spare Parts lot 1
12 Lightning Arrestor
a) 120kV, 10kA lightning arrester complete with accessories no 9
b) Spare parts lot 1
13 Storage Battery and Battery Charger
a)
110V/48V, minimum 400 Ahr Vented Lead Acid stationery type battery
and battery charger panel and DC/DC converter complete with
necessary accessories lot 1
b)
24V, minimum 250 Ahr Vented Lead Acid stationery type battery and
battery charger panel complete with necessary accessories lot 1
c) Spare parts lot 1
Kabeli Energy Limited Section 3: Scope of Works
Section 3 21
Items No. Particulars Unit Quantity
14 Grounding material to complete the specified scope of works
a) Earthing flat plate lot 1
b) Copper clad steel grounding rod lot 1
c) Grounding materials including lightning protection lot 1
15 Steel Structures
a) Steel structure for 132kV take off, gantry, and mounting lot 1
b) Steel structure for post, beam and equipment supporting frame
complete with bolts, nuts and all accessories lot 1
16 Illumination System
a) Powerhouse Illumination lot 1
b) Intake Site Electrical Works lot 1
c) Substation Ilumination lot 1
d) Spare parts lot 1
17 SCADA and Communication System
18 Employers Shop Inspection & Training lot 1
Notes:
1. Quantity might vary with manufacturer design hence are subjected to change.
2. The mentioned quantity is based upon the design adopted in feasibility study.
3. The Arbitrary Lot Value (ALV) for this Lot is US Dollar Eight (8) Million.
Kabeli Energy Limited Section 4: Forms
Section 4 22
Section 4: Forms
Kabeli Energy Limited Section 4: Forms
Section 4 23
Kabeli Energy Limited Section 4: Forms
Section 4 24
Form B: Documents to be submitted for PQ Evaluation
Prequalification Documents
Kabeli-A Hydroelectric Project (37.6 MW)
SN Items Action by the bidder Response Remarks
1 Performance record including
legal status, registration, tax
payment
Submit legal registration certificate of the company, Tax
clearance certificate for the last fiscal year and company
renewal certificate, if applicable.
Submitting documents Separately for all the
individual parties, and
their JV.
2 Integrity and Ethics Submit a Pledge to maintain integrity and ethics during the
entire duration of project work. Supporting assurance
documents can be attached.
Submitting document In case of JV, provide
them for individual parties.
3 Financial resources Submit Audited Balance sheet of the company for the last
three years (2007 to 2009).
In case of JV, the same for the individual parties and also the
JV, if applicable.
Submitting documents In case of JV,this criteria
shall be satisfied by
individual parties for an
amount of ALV times JV
proportion.
4 Testimonials, Certification Submit a maximum of 20 completion certificates from the
Clients in different projects
Submitting documents
5 Organization and skills Submit the organization chart of the organization, list of key
staff with brief CV. Also provide the tentative organization
chart of the project team to be mobilized for this project
Submitting documents
6 Equipment and facilities Submit a list of equipment and facilities owned by the
bidder. Include the status and current location of these
machine, equipment, laboratory and workshops
Submitting documents In case of JV, provide
them for individual parties.
7 Past 5 years' relevant experience
of the sole or lead partner in a
single largest hydropower project
Submit experience certificate for the successful completion
of the project
Submitting document
8 Past 10 years' total relevant
experience in hydropower
project as the sole or lead
partner.
Submit experience certificates for 10 projects Submitting documents In case of JV, at least 3
from either party.
9 Experience in Storage or Peaking
Reservoir type project
Write Yes or No and if Yes, this should be verified by
certificates as mentioned in 8 or 9 above
Yes or No
10 Past 5 years' relevant experience
in construction other than
Hydropower
Provide experience certificate for a maximum of 3 projects Providing documents
11 Construction experience in Nepal Provide experience certificate for a project Providing documents In case of JV, experience
of one party is enough.
12 Experience in WB funded project Provide experience certificate for a project Providing documents In case of JV, experience
of one party is enough.
13 Office location Provide office registration in Nepal along with objective
statement of the office, contact details and site map
Providing documents
14 Claim and litigation history Compulsorily submit the complete claim and litigation
history for the past three years (2007 to 2009); if no claim
and litigations, state accordingly.
Providing documents
15 Current work load Submit a complete list of currently ongoing projects which
the bidder is undertaking solely or in consortium
Submitting documents
16 Awards and prizes Provide a list of awards and prizes (maximum 10) with
supporting documents as the evidence.
Providing documents
Note: All the required information shall be duly filled by the bidders.
Kabeli Energy Limited Section 4: Forms
Section 4 25
Form C : Financial data
Prequalification Documents
A. List all income from contracting for the last three financial years:
Name of Employer Name of Contract Income from contracting
2008 2009 2010
Total
B. Attach copies of audited financial statements (profit/loss, assets/liabilities) for the last three financial years and
summarize data in the following table.
1. Total Assets
2. Current Assets
3. Total Liabilities
4. Net Worth (1-3)
5. Working Capital (2-4)
2008 2009 2010
Kabeli Energy Limited Section 4: Forms
Section 4 26
C. Available Credit:
1. Name/ Address of Commercial Bank providing credit line:
………………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………………
Telephone: ………………………………….. Telefax:………………………………………..
Email:
2. Total Amount of Credit Line:
………………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………
Kabeli Energy Limited Section 4: Forms
Section 4 27
Form D : Letter of Application
Prequalification Documents
Registered Business Name : ……………………………………………………………………………………………………
Registered Business Address: ………………………………………………………………………………………………….
To: Project Manager
Kabeli Energy Limited
Post Box. No. 26040,
Ganga Devi Marga-313
Buddanagar, Kathmandu, NEPAL
P.O. Box 26040, Tel: +977-1-4785735, Fax: +977-1-4780994, 4785393
Email: [email protected]
Dear Sir:
1. We hereby apply to be qualified with the Kabeli Energy Limited as a bidder for Construction of
for Kabeli –A Hydro Energy Project
Lot 4-Surface Civil Construction
Lot 5- Underground Civil Construction
Lot 6-Hydromechanical Equipment
Lot 7-Electromechanical Equipment
2. We authorize KEL or its authorized representative to conduct any investigations to verify the
statements documents and information submitted and to clarify the financial and technical
aspects of this application.
3. The names and positions of persons who may be contracted for further information, if required,
are as follows:
a) Technical: ………………………………………………………………………………….:
b) Financial : …………………………………………………………………………………..
c) Personnel: …………………………………………………………………………………..
4. We declare that the statements made and the information provided in the duly competed
applications are complete, true and correct in every detail.
Respectfully,
(Authorized representative of applicant)
Signature:
Name:
Date:
Office Seal: