PREQUALIFICATION DOCUMENTS

Size: px
Start display at page:

Download "PREQUALIFICATION DOCUMENTS"

Transcription

1 UPPER TAMAKOSHI HYDROPOWER LIMITED PREQUALIFICATION DOCUMENTS Prequalification of Applicants For Lot A-'Chhet Chhet - Rikhu' Cable Car Scheme Under Contract Identification No.: UTKHEP/ ICB /74 AUGUST 2017 KATHMANDU, NEPAL

2 Table of Contents TABLE OF CONTENTS Description Page No. Preface... I ABBREVIATIONS AND GLOSSARY...1 Invitation for Prequalification...3 PART I -. PREQUALIFICATION PROCEDURES...7 Section 1 - Instructions to Applicants (ITA)...8 Section 2 - Application Data Sheet (ADS)...20 Section 3 - Qualification Criteria...24 Table of Criteria Eligibility Nationality Conflict of Interest GoN/DP Eligibility Government-Owned Entity United Nations Eligibility VAT and PAN Registration Pending Litigation Pending Litigation Financial Situation Historical Financial Performance Average Annual Construction Turnover Financial Resources Experience General Experience Contracts of Similar Size and Nature Experience in Key Activities Personnel Equipment Domestic Preference...30 Section 4 - Application Forms...32 Application Submission Sheet...32 Upper Tamakoshi Hydropower Limited Page I

3 Table of Contents Application Submission Sheet...33 Form ELI Applicant Information Sheet...35 Form ELI JV Information Sheet...36 Form LIT Pending Litigation and Arbitration...37 Form FIN Historical Financial Performance...38 Information from Balance Sheet Information from Income Statement Average Annual Construction Turnover...39 General Experience...42 Experience in Contracts of Similar Size and Nature...43 Experience in Key Activities...44 Proposed Personnel...45 Resume of Proposed Personnel...46 Equipment...47 PART II - REQUIREMENTS...48 Section 5 - Scope of Contract...49 A.Requirements Brief Description of the Scope Major Contract Components Estimated Quantities of Major Components Contract Implementation Period...53 B.Supplementary Information Brief Descriptions of Rolwaling Diversion Tunnel Scheme and Chhet Chhet Rikhu Cable Car Environmental Considerations...55 Physical environment Upper Tamakoshi Basin...55 Hydrology...56 Geology...57 Seismicity...57 Topography and Soils...58 Air and noise quality...59 Land use pattern Applicable Conditions of Contract...59 Upper Tamakoshi Hydropower Limited Page II

4 Table of Contents 4. Approximate Alignment Drawings...60 C. Facilities to be Provided by the Employer...71 Upper Tamakoshi Hydropower Limited Page III

5 Preface Preface This Prequalification Document (PQD) has been prepared by Upper Tamakoshi Hydropower Limited (UTKHPL) and is based on the Standard Procurement Document for the Prequalification of Bidders (SPQD) issued by the Public Procurement Monitoring Office (PPMO). Upper Tamakoshi Hydropower Limited Page I

6 ABBREVIATIONS AND GLOSSARY Abbreviations and Glossary ADS APF BOQ CRCS DoR DP EIA elev. FIDIC FSL FY GCOC GoN GWh HEP ICB IF IFB IFP ITA ITB JV JVA MoEST MW NCB NEA PQ QLC RDTS SBD SoC SPD UTKHEP UTKHPL VDC Application Data Sheet Application Forms Bill of Quantities 'Chhet Chhet - Rikhu' Cable Car Scheme Department of Road Development Partner Environmental Impact Assessment Elevation Federation Internationale des Ingenieurs-Conseils; an association based in Switzerland that produces GCOCs for different classes of works construction. Full Supply Level Fiscal Year General Conditions of Contract Government of Nepal Giga Watt Hour Hydro Electric Project International Competitive Bidding Information Forms Invitation for Bids Invitation for Prequalification Instructions to Applicants Instructions to bidders Joint Venture Joint Venture Agreement Ministry of Environment, Science and Technology Mega Watt National Competitive Bidding Nepal Electricity Authority Prequalification Qualification Criteria Rolwaling Diversion Tunnel Scheme Standard Bidding Document Scope of Contract Standard Prequalification Document Upper Tamakoshi Hydropower Limited Village Development Committee Upper Tamakoshi Hydropower Limited Page 1

7 Abbreviations and Glossary Affiliate (s) "Affiliate(s)" means an individual or an entity that directly or indirectly controls, is controlled by, or is under common control with the Consultant or the Bidder. Bidder A prequalified Firm or Joint Venture of firms which submit the Bids for the specific contract. Employer Contractor Joint venture Engineer Post Qualification Prequalification Prime Contractor Provisional sum Turnover Works One of the two parties to a works contract, the other party being the Contractor. The legal entity that is party to and performs a works contract, the other party to the contract being the Employer. 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. A Consultant, acting as an agent of the Employer, engaged to administer the Contract signed between Employer and different Contractors. An assessment made by the Employer after the evaluation of bids and immediately prior to award of contract, to ensure that the lowestevaluated, responsive, eligible bidder is qualified to perform the contract in accordance with previously specified qualification requirements. 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. 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. 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. 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. 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. Upper Tamakoshi Hydropower Limited Page 2

8 Re-Invitation for Prequalification Re-Invitation for Prequalification Upper Tamakoshi Hydropower Limited Page 3

9 Re-Invitation for Prequalification Re-Invitation for Prequalification UPPER TAMAKOSHI HYDROPOWER LIMITED (UTKHPL) Date of First Publication: August 29, 2017 Name of Project:, Name of Contract: Lot A-'Chhet Chhet - Rikhu' Cable Car Scheme Contract Identification No: UTKHEP/ICB /74 Deadline for Bid Purchase: September 18, 2017 Deadline for Submission: September 20, Upper Tamakoshi Hydropower Ltd. (UTKHPL) intends to apply a fund from national financial institutions towards the cost of the (UTKHEP). It intends to apply part of the proceeds of this fund for payments under the contract for Lot A- 'Chhet Chhet - Rikhu' Cable Car Scheme for the construction of Rolwaling Diversion Tunnel Scheme (RDTS) under (UTKHEP). RDTS is the second stage development of UTKHEP in which Rolwaling water will be diverted via tunnel to UTKHEP reservoir to produce additional energy mostly in the dry seasons. 2. UTKHPL intends to prequalify firms for 'Chhet Chhet - Rikhu' Cable Car Scheme, but not limited to the followings: Detail design, manufacture, supply, transportation, installation, testing and commissioning including one year operation of about 2.4 km long cable car (8 passenger, bi-cable, jig-back system) with load carrying capacities as below: o Load Capacity of Car/Carrier - 8 passengers or 1000 kg with freight basket o Number of Carrier - 2 o Capacity - 50 passengers per hour per direction Construction of two end stations - one at Chhet Chhet village at elev. 1,400 m and the other at Rikhu village at elev. 2,100 m, and one intermediate station at lower Simigaon at elev. 1,850 m. 3. It is expected that invitations to bid will be made in October/ November, The works are based on FIDIC Conditions of Contract for EPC/Turnkey Contract- First Edition 1999 (Silver Book). It includes complete design, manufacture, supply, transportation, installation, testing, commissioning and operation of Cable Car or Ropeway System at least for one year with all complete. 4. Prequalification will be conducted with following criteria contained in the prequalification documents and is open to applicants from all countries. Applicants are required to meet the following threshold criteria: Participation as a Prime Contractor of at least two cable car or ropeway systems design, manufacturing, supply, installation and commissioning with all complete for operation having total amount equivalent to USD 2.0 million each within the last ten years. At least one of the above two contracts has been completed outside the bidder's home country. Participation as a Prime Contractor of at least one Cable car or ropeways system with design, manufacturing, supply, installation and commissioning contract of minimum 1.2 km length and total elevation difference of minimum 100 m between any two consecutive stations has been successfully completed within last ten years. Possess Average Annual Turnover of USD 4.5 million within the last 5 years. Able to demonstrate Liquid Asset/Line of Credit of USD 1.0 million Upper Tamakoshi Hydropower Limited Page 4

10 Able to demonstrate the positive net worth. Re-Invitation for Prequalification Able to demonstrate adequate labor and equipment to be used for the Project. All work experiences shall be substantiated or evidenced with experience certificates or letters issued by the Owner or the Employer or the Engineer. The references and other prequalification documents of the parent or subsidiary companies of the Applicant shall not be considered for the evaluation. In case of a Joint venture, the above work experiences can be collectively satisfied by the partners as outlined in the Prequalification Document. 5. Interested eligible applicants may obtain further information and inspect the prequalification documents at the Office of UTKHPL (address below) within office hours (10:00 to 17:00 hours). A complete set of prequalification documents in English may be purchased from UTKHPL office and UTKHEP office, Gongar, Dolakha by interested applicants from 29 th August, 2017 to 18 th September, 2017 upon submission of a written application to the office as addressed below and upon submission of bank voucher evidencing a non-refundable cash deposit of Nepalese Rupees (NPR) 25,000/- or any convertible currency equivalent to United States Dollar (USD) 250/- in favor of UTKHPL s current Account no: in Nabil Bank Limited, 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. 6. If requested by the Applicant the document could also be sent by registered airmail. In this condition, the Applicant should include a certified cheque in the amount and currency equivalent to the cost of document as indicated above and applicable mailing/shipping charges not less than NRs 10,000 or any convertible currency equivalent to USD100 in favor of UTKHPL. UTKHPL will promptly dispatch the documents by registered airmail, starting 28 th August, 2017 but UTKHPL shall not be responsible for delay or non-delivery of the document. 7. Prequalification application along with one (1) set of original and one (1) set of duplicate prequalification documents, signed by authorized personnel, should be submitted in sealed envelopes, delivered to the address below on or before 20 th September, :00 hours (local time), and be clearly marked Application to Prequalify for Lot A- 'Chhet Chhet - Rikhu' Cable Car Scheme under, Contract Identification No. UTKHEP/ICB /74". Names and addresses of the applicants will be published in the UTKHPL's official webpage. Applications for prequalification will be opened at 14:00 hours (local time) on the same day at the Office of UTKHPL (address below) in the presence of the applicants' representatives who choose to attend. The opening process will not be hampered even if applicants' representatives are not present. 8. If the last date for purchase or submission of PQ document falls on public holiday, the next consecutive working days shall be applicable for both purchase and submission. 9. It is recommended to visit the project site by perspective applicants and familiarize themselves with the local conditions. Cost incurred for preparation of prequalification document and the site visit will be solely at the expenses of the applicant. 10. UTKHPL reserves the right to accept or reject any Application for prequalification and to cancel the prequalification process and reject all Applications at any time, without assigning any reasons whatsoever. 11. Interested eligible applicants may obtain further information from the address below or company website Address Upper Tamakoshi Hydropower Limited (UTKHPL) Bishnudhan Niwas, Annapurna Marga Gyaneswor, Kathmandu, Nepal Tel. No.: , Fax No.: neautp@mos.com.np; Upper Tamakoshi Hydropower Limited Page 5

11 Re-Invitation for Prequalification Summary Description PART I. PREQUALIFICATION PROCEDURES Section 1- Instructions to Applicants (ITA) This Section specifies the procedures to be followed by Applicants in the preparation and submission of their Applications for Prequalification (AFP). Information is also provided on opening and evaluation of AFPs. Section 1 - contains provisions that are to be used without modification. Section 2- Application Data Sheet (ADS) This Section consists of provisions that are specific to each prequalification and supplement the information or requirements included in Section 1 - Instructions to Applicants. Section 3- Qualification Criteria (QLC) This Section contains the criteria and methods to be used to evaluate Applications. Section 4- Application Forms (APF) This Section contains the Application Submission Sheet and all the forms required to be submitted with the Application. PART II. REQUIREMENTS Section 5 - Scope of Contract (SOC) This Section includes a summary description of the scope of contract and additional information on major contract components, major quantities, required construction methods, and the contract implementation period of the Contract subject of this prequalification exercise. Upper Tamakoshi Hydropower Limited Page 6

12 Part I - Prequalification Procedures PART I -. PREQUALIFICATION PROCEDURES Upper Tamakoshi Hydropower Limited Page 7

13 Section 1 - Instructions to Applicants (ITA) Section 1 - Instructions to Applicants (ITA) Upper Tamakoshi Hydropower Limited Page 8

14 Description Section 1 - Instructions to Applicants (ITA) Upper Tamakoshi Hydropower Limited Page 9 TABLE OF CONTENTS Section 1 - Instructions to Applicants (ITA) Page No. General Scope of Application Source of Funds Fraud and Corruption Eligible Applicants Eligible Materials, Equipment and Services Contents of Prequalification Document Sections of the Prequalification Document Clarification of Prequalification Document Amendment of Prequalification Document Preparation of Applications Cost of Applications Language of Application Documents Comprising the Application Application Submission Sheet Documents Establishing the Eligibility of the Applicant Documents Establishing the Qualifications of the Applicant Format and Signing of the Application Submission and Opening of Applications Sealing and Marking of Applications Deadline for Submission of Applications Late Applications Opening of Applications Evaluation of Applications Confidentiality Clarification of Applications Responsiveness of Applications Margin of Preference Subcontractors Prequalification of Applicants Evaluation of Applications Employer s Right to Accept or Reject Applications Prequalification of Applicants Notification of Prequalification... 19

15 Section 1 - Instructions to Applicants (ITA) 29. Invitation to Bid Changes in Qualifications of Applicants General Contents of the Prequalification Document Preparation of Applications Submission and Opening of Applications Evaluation of Applications Prequalification of Applicants Upper Tamakoshi Hydropower Limited Page 10

16 Section 1-Instructions to Applicants (ITA) Section 1 - Instructions to Applicants (ITA) General 1. Scope of Application 1.1 In connection with the Invitation for Prequalification indicated in Section 2, Application Data Sheet (ADS), the Employer, as defined in the ADS, issues this Prequalification Document to applicants interested in bidding for the works described in Section 5, Scope of Contract. The number of contracts and the name and identification of each contract as well as the International Competitive Bidding (ICB) number corresponding to this prequalification, are provided in the ADS. 1.2 Throughout this Bidding Document: (a) the term in writing means communicated in written form and delivered against receipt; (b) except where the context requires otherwise, words indicating the singular also include the plural and words indicating the plural also include the singular; and (c) day means calendar day. 2. Source of Funds 2.1 UTKHPL Funded: In accordance with its annual program and budget, approved by the GoN, the implementing agency indicated in the ADS plans to apply a portion of the allocated budget to eligible payments under the contract(s) resulting from the bidding for which this prequalification is conducted hereinafter called the Contract. Or Or Public Entities'(PE) own Resource Funded: In accordance with its annual program and budget, approved by the public entity, the implementing agency indicated in the ADS plans to apply a portion of the allocated budget to eligible payments under the contract(s) resulting from the bidding for which this prequalification is conducted hereinafter called the Contracts". 3. Fraud and Corruption Upper Tamakoshi Hydropower Limited Page DP Funded: The GoN has applied for or received financing (hereinafter called funds ) from the Development Partner (hereinafter called the DP ) indicated in the ADS toward the cost of the project named in the ADS. The GoN intends to apply a portion of the funds to eligible payments under the contract(s) resulting from the bidding for which this prequalification is conducted hereinafter called the Contract. 2.3 DP Funded: Payment by the DP will be made only at the request of the GoN and upon approval by the DP in accordance with the terms and conditions of the financing agreement between the GoN and the DP (hereinafter called the Loan/Grant Agreement ), and will be subject in all respects to the terms and conditions of that Loan/Grant Agreement. No party other than the GoN shall derive any rights from the Loan Agreement or have any claim to the funds. 3.1 UTKHPL require that the Employer as well as bidders, suppliers and contractors and their sub-contractors under UTKHPL -financed contracts, shall

17 Section 1 - Instructions to Applicants (ITA) adhere to the highest standard of ethics during the procurement and execution of such contracts. In this context, the UTKHPL; (a) Defines, for the purposes of this provision, the terms set forth below as follows: (b) (i) corrupt practice" means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party; (ii) fraudulent practice" means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (iii) coercive practice" means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party; (iv) collusive practice" means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party; (v) obstructive practice" means deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a GoN/DP investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or Will reject bid(s) if it determines that the bidder has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question. 3.2 The Applicant shall not carry out or cause to carry out the following acts with an intention to influence the implementation of the procurement process or the procurement agreement: (a) (b) (c) give or propose improper inducement directly or indirectly; distortion or misrepresentation of facts; engaging in corrupt or fraudulent practice or involving in such act; (d) interference in participation of other competing applicants; (e) (f) (g) coercion or threatening directly or indirectly to cause harm to the person or the property of any person to be involved in the procurement proceedings; collusive practice among applicants before or after submission of applications for distribution of works among applicants; and Contacting the Employer with an intention to influence the Employer about the applications or interference of any kind in examination and evaluation of the applications during the period from the time of opening of the application until the notification of prequalification. 3.3 PPMO, on the recommendation of the UTKHPL may blacklist an Applicant/Bidder for a period of one (1) to three (3) years for its conduct including on the following grounds and seriousness of the act committed by the Applicant/Bidder: Upper Tamakoshi Hydropower Limited Page 12

18 Section 1 - Instructions to Applicants (ITA) (a) if convicted by a court of law in a criminal offence which disqualifies the Applicant/Bidder from participating in the contract; (b) (c) (d) if it is established that the qualification of the applicant was based on false or misrepresentation of Applicant s qualification information; if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for, or in executing, a GoN/DPfinanced contract; and Any other acts committed in contravention of prevailing public procurement Act, Rules and UTKHPL bylaws thereof. 3.4 An Applicant/bidder declared blacklisted and ineligible by the GoN, Public Procurement Monitoring Office (PPMO) or by competent authority for not paying a loan of a bank or financial institution and/or the DP in case of DP funded project, shall be ineligible to apply/bid for a contract during the period of time determined by the authorities and/or the DP. 3.5 DP Funded: In pursuance of the fraud and corruption policy, the DP. 4. Eligible Applicants (a) (b) will reject a proposal if it determines that the bidder recommended for award has directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question; will cancel the portion of the loan /credit /grant allocated to a contract if it determines at any time that representative(s) of the GoN or of a beneficiary of the fund engaged in corrupt, fraudulent, collusive, or coercive practices during the procurement or the execution of that contract, without the GoN having taken timely and appropriate action satisfactory to the DP to remedy the situation. 4.1 An Applicant may be a natural person, private entity, government-owned entity, subject to ITA Sub-Clause 4.6, or any combination of them with a formal intent to enter into an agreement or under an existing agreement in the form of a Joint Venture (JV). In the case of a JV, (a) All partners shall be jointly and severally liable. Maximum (b) number of JV shall be as specified in the ADS. The qualification requirement of the parties to the JV shall be as specified in Section 3 Qualification Criteria; and A JV shall nominate a Representative who shall have the authority to conduct all business for and on behalf of all the partners of the JV during the prequalification process and, in the event, the JV is prequalified, during the bidding process, and in the event, the JV is awarded the Contract, during contract execution. 4.2 An Applicant, and all partners constituting the Applicant, shall have the nationality of an eligible country mentioned in the ADS. An Applicant shall be deemed to have the nationality of a country if the Applicant is a citizen of that country; or is constituted, incorporated, or registered and operates in conformity with the provisions of the laws of that country. 4.3 The above requirement shall also apply to the determination of the nationality of proposed Subcontractors or Suppliers for any part of the Contract including related services. Upper Tamakoshi Hydropower Limited Page 13

19 Section 1 - Instructions to Applicants (ITA) 4.4 At the time of bidding, Bidders shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. Bidders may be considered to be in a conflict of interest with one or more parties in the bidding process if including but not limited to: (a) (b) (c) (d) (e) (f) (g) they have controlling shareholders in common; or they receive or have received any direct or indirect subsidy from any of them; or they have the same legal representative for purposes of this bid; or they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to material information about or improperly influence the bid of another Bidder, or influence the decisions of the Employer regarding this bidding process; or A Bidder participates in more than one bid in this bidding process, either individually or as a partner in a joint venture Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which it is involved. However, this does not limit the inclusion of the same Subcontractor in more than one bid; or a Bidder 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; and A Bidder or any of its affiliates has been hired (or is proposed to be hired) by the Employer as Engineer for the contract. 4.5 A firm that is under a declaration of ineligibility by GoN/DP in accordance with ITA 3, at the date of the deadline for application or bid submission shall be disqualified. 4.6 Applicants shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request. 4.7 Applicants shall be excluded if 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 persons or entities in that country. 4.8 Domestic Applicant shall be eligible only if the applicant has obtained Permanent Account Number (PAN) and Value Added Tax (VAT) Registration Certificate(s) and Tax Clearance Certificate or proof of submission of income return as stated in ADS from the Inland Revenue Office. Foreign applicant shall be eligible only if it submits the document(s) indicated in the ADS. 5. Eligible Materials, Equipment and Services 5.1 The materials, equipment and services to be supplied under the Contract shall have their origin in any source countries as defined in ITA 4.2 above. Contents of Prequalification Document Upper Tamakoshi Hydropower Limited Page 14

20 Section 1 - Instructions to Applicants (ITA) 6. Sections of the 6.1 The Prequalification Document consists of Parts I and II, which include all Prequalification the sections, indicated below, and should be read in conjunction with any Document Addenda issued in accordance with ITA Clause 8. PART I Section 1. Section 2. Section 3. Section 4. Prequalification Procedures Instructions to Applicants (ITA) Application Data Sheet (ADS) Qualification Criteria (QLC) Application Forms (APF) PART II Section 5. Requirements Scope of Contract (SOC) 6.2 The Invitation for Prequalification issued by the Employer is not part of the Prequalification Document. 6.3 The Employer is not responsible for the completeness of the Prequalification Document and its Addenda, if they were not obtained directly from the source stated by the Employer in the Invitation for Prequalification. 6.4 The Applicant is expected to examine all instructions, forms, and terms in the Prequalification Document and to furnish all information or documentation required by the Prequalification Document. The information or documentation shall be complete, accurate, current, and verifiable. The Employer shall have the right to conduct independent checks to determine the completeness and accuracy of the information or documentation provided by the Applicant, and to take remedial actions, including rejection of the Applicant, as appropriate. 7. Clarification of Prequalification Document 8. Amendment of Prequalification Document 7.1 A prospective Applicant requiring any clarification of the Prequalification Document shall contact the Employer in writing at the Employer s address indicated in the ADS. The Employer will respond in writing to any request for clarification if such request is received no later than 15 days prior to the deadline for submission of Applications. The Employer shall forward copies of its response to all Applicants who have acquired the Prequalification Document directly from the Employer including a description of the inquiry but without identifying its source. Should the Employer deem it necessary to amend the Prequalification Document as a result of a request for clarification, it shall do so following the procedure under ITA Clause 8 and in accordance with the provisions of Sub-Clause 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 in accordance with ITA Sub-Clause To give prospective Applicants reasonable time in which to take an addendum into account in preparing their Applications, the Employer may, Upper Tamakoshi Hydropower Limited Page 15

21 Section 1 - Instructions to Applicants (ITA) at its discretion, extend the deadline for the submission of Applications, pursuant to ITA Sub-Clause Preparation of Applications 9. Cost of Applications 10. Language of Application 11. Documents Comprising the Application 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 The Application, as well as all correspondence and documents relating to the prequalification exchanged by the Applicant and the Employer, shall be written in the English language. Supporting documents and printed literature that are part of the Application may be in another language, provided they are accompanied by an accurate translation of the relevant passages into the English language, in which case, for purposes of interpretation of the Application, the translation shall govern The Application shall comprise the following: (a) Application Submission Sheet, in accordance with ITA Clause 12; (b) written confirmation authorizing the signatory of the Application to commit the Applicant, in accordance with ITA Sub-Clause 15.3; (c) (d) (e) documentary evidence establishing the Applicant s eligibility to prequalify, in accordance with ITA Clause 13; documentary evidence establishing the Applicant s qualifications, in accordance with ITA Clause 14; and Any other document required as specified in the ADS. 12. Application Submission Sheet 13. Documents Establishing the Eligibility of the Applicant 14. Documents Establishing the Qualifications of the Applicant 15. Format and Signing of the Application 12.1 The Applicant shall prepare an Application Submission Sheet using the form furnished in Section 4, Application Forms. This form must be completed without any alteration to the text, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested To establish its eligibility in accordance with ITA Clause 4, the Applicant shall complete the eligibility declarations in the Application Submission Sheet and Forms ELI1 and 2, included in Section 4, Application Forms To establish its qualifications to perform the contract in accordance with Section 3, Qualification Criteria, the Applicant shall provide the information requested in the corresponding Information Sheets included in Section 4, Application Forms The Applicant shall prepare one original of the documents comprising the Application as described in ITA Clause 11 and clearly mark it ORIGINAL. The original of the Application shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Applicant The Applicant shall submit copies of the signed original Application, in the number specified in the ADS, and clearly mark them COPY. In the event of any discrepancy between the original and the copies, the original shall prevail. Upper Tamakoshi Hydropower Limited Page 16

22 Section 1 - Instructions to Applicants (ITA) 15.3 The requirements regarding the legal instrument evidencing the authorization to represent and sign on behalf of the Applicant shall be as specified in the ADS. Applications submitted by an existing or intended JV shall include an undertaking signed by all partners (a) (b) stating that all partners shall be jointly and severally liable, and nominating a Representative who shall have the authority to conduct all business for and on behalf of any and all the partners of the JV during the prequalification process and, in the event the JV is prequalified, during the bidding process, and in the event the JV is awarded the Contract, during contract execution. Submission and Opening of Applications 16. Sealing and Marking of Applications 16.1 Applicants may always submit their application by mail or by hand. When so specified in the ADS, Applicants shall have the option of submitting their applications electronically. Procedures for submission, sealing and marking are as follows: (a) (b) Applicant submitting applications by mail or by hand shall enclose the original and each copy of the Application, in separate sealed envelopes, duly marking the envelopes as ORIGINAL and COPY. These envelopes containing the original and the copies shall then be enclosed in one single envelope. The rest of the procedure shall be in accordance with ITA 16.2 and Bidders submitting bids electronically shall follow the electronic bid submission procedures specified in the ADS The Applicant shall enclose the original and the copies of the Application in a sealed envelope which shall (a) bear the name and address of the Applicant; (b) (c) be addressed to the Employer, in accordance with ITA 17.1; and bear the specific identification of this prequalification process indicated in the ADS If the envelope is not sealed and marked as required, the Employer will assume no responsibility for the misplacement or premature opening of the Application. 17. Deadline for Submission of Applications 18. Late Applications 19. Opening of Applications 17.1 Applications must be received by the Employer at the address and no later than the deadline indicated in the ADS The Employer may, at its discretion, extend the deadline for the submission of Applications by amending the Prequalification Document in accordance with ITA Clause 8, in which case all rights and obligations of the Employer and the Applicants subject to the previous deadline shall thereafter be subject to the deadline as extended Prequalification application received later than the deadline specified in ITA 17.1 shall be returned unopened The Employer shall prepare a record of the opening of Applications that shall include, as a minimum, the name of the Applicant. A copy of the record Upper Tamakoshi Hydropower Limited Page 17

23 Section 1 - Instructions to Applicants (ITA) shall be distributed to all Applicants. Any specific electronic application opening procedures required, if electronic bidding is permitted in accordance with ITA 16.1, shall be as specified in the ADS. Evaluation of Applications 20. Confidentiality 20.1 Information relating to the evaluation of Applications, and recommendation for prequalification, shall not be disclosed to Applicants or any other persons not officially concerned with such process until the notification of prequalification is made to all Applicants From the deadline for submission of Applications to the time of notification of the results of the prequalification in accordance with ITA Clause 28, if any Applicant wishes to contact the Employer on any matter related to the prequalification process, it may do so in writing. 21. Clarification of Applications 21.1 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 If an Applicant does not provide clarifications of the information requested by the date and time set in the Employer s request for clarification, its Application may be rejected. 22. Responsiveness of Applications 23. Margin of Preference 22.1 The Employer may reject any Application which is not responsive to the requirements of the Prequalification Document If so indicated in the ADS, a margin of preference shall apply in the bidding process resulting from this prequalification. 24. Subcontractors 24.1 Applicants shall state in the Application Submission Sheet whether they intend to subcontract parts or elements of the Works If an Applicant intends to subcontract any of the key activities listed in Section 3, Qualification Criteria, Criteria 4.2, then such key activities and the proposed Subcontractors (Specialist Subcontractors) shall be clearly identified in Section 4, Application Forms, Forms ELI-2 and EXP-2. Such Specialist Subcontractor(s) shall meet the corresponding qualification requirements specified in Section 3, Qualification Criteria. A formal intent to enter into an agreement with the Specialist Subcontractors in the form of a letter jointly signed by the Applicant and the Specialist Subcontractor should be submitted together with the Application. At the time of bidding, the Bidder shall use in its bid only Specialist Subcontractors prequalified during the prequalification exercise Unless otherwise specified in the ADS, the Employer does not intend to execute certain specific parts of the Works by Subcontractors selected in advance by the Employer (Nominated Subcontractors). Prequalification of Applicants Upper Tamakoshi Hydropower Limited Page 18

24 Section 1 - Instructions to Applicants (ITA) 25. Evaluation of 25.1 The Employer shall use the criteria and methods defined in Section 3, Applications Qualification Criteria to evaluate the qualifications of the Applicants and proposed Subcontractors Only the qualifications of proposed Specialist Subcontractors with respect to Experience in Key Activities that have been identified in the Application pursuant to ITA 24.2 will be considered in the evaluation of an Applicant. However, the financial resources of Specialist Subcontractors shall not be added to those of the Applicant for purposes of prequalification of the Applicant Unless otherwise indicated in the ADS, this prequalification shall be for a single contract. 26. Employer s Right to Accept or Reject Applications 27. Prequalification of Applicants 28. Notification of Prequalification 26.1 The Employer reserves the right to accept or reject any Application, and to annul the prequalification process and reject all Applications at any time, without thereby incurring any liability to Applicants All Applicants, including their proposed Specialist Subcontractors, whose Applications have been determined to be substantially responsive to the requirements of the Prequalification Document and who have met or exceeded the specified criteria shall be prequalified by the Employer Once the Employer has completed the evaluation of the Applications it shall notify all Applicants in writing of the names of those applicants who have been prequalified. 29. Invitation to Bid 29.1 Promptly after the notification of the results of the prequalification, the Employer shall invite bids from all the Applicants that have been prequalified Bidders shall be required to provide bid security in the form of a demand guarantee or other security acceptable to the Employer for an amount as specified in the bidding document. 30. Changes in Qualifications of Applicants 30.1 Any change in the qualification status of an Applicant after being prequalified in accordance with ITA Clause 27 shall be subject to the written approval of the Employer. Any such change shall be submitted to the Employer not later than 15 days after the date of the Invitation to Bid. Such approval shall be denied if as a consequence of any change, (a) (b) the prequalified Applicant, after the change, no longer substantially meets the qualification criteria set forth in Section 3, Qualification Criteria; or a new partner that had not been prequalified as an Applicant or a Specialist Subcontractor as per ITA 24.2 is added to a prequalified Applicant. Upper Tamakoshi Hydropower Limited Page 19

25 Section 3 -Qualification Criteria Section 2 - Application Data Sheet (ADS) Upper Tamakoshi Hydropower Limited Page 20

26 Section 2 -Application Data Sheet (ADS) Section 3 -Qualification Criteria Information in this ADS are intended to complement, amend, or supplement the provisions in the ITA. In the event of conflict or ambiguity, the provisions in the ADS shall prevail over those in the ITA. General ITA 1.1 ITA 1.1 ITA 2.1 The Name of the Employer is : Upper Tamakoshi Hydropower Limited (UTKHPL) Name of the Contract :Lot A- 'Chhet Chhet - Rikhu' Cable Car Scheme Contract Identification Number : UTKHEP/ICB /2074 The name of the Public Entity : Upper Tamakoshi Hydropower Limited (UTKHPL) Rolwaling Diversion Tunnel Scheme (RDTS) is the second stage development of Upper Tamakoshi Hydroelectric Project (UTKHEP) in which Rolwaling water will be diverted via tunnel to UTKHEP reservoir to produce additional energy mostly in the dry seasons. The construction works of this second stage development of UTKHEP are divided into following two (2) separate contract packages: (i) (ii) Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme (CRCS) Lot B - Rolwaling Diversion Tunnel Scheme (RDTS) Out of two Lots mentioned above, Lot A is required/ to construct as an access to one of the work fronts of RDTS. It is approximately 2.4km in length and runs through Chhet Chhet to Rekhu with an intermediate station near Simigaun. It varies from elevation 1401m to 2122m above mean sea level. Operation speed shall not be more than 5m/sec. Upper Tamakoshi Hydropower Ltd. (UTKHPL) intends to apply fund from national financial institutions towards the cost of the (UTKHEP), and it intends to apply part of the proceeds of this fund for payments under the contracts mentioned above under (UTKHEP). Presently UTKHPL is executing 456 MW Upper Tamakoshi Hydroelectric Project (UTKHEP). The Project is entirely financed by internal resources. ITA 2.1 ITA 4.1(a) ITA 4.2 Employer intends to procure Lot A ('Chhet Chhet - Rikhu' Cable Car Scheme) based on the FIDIC Conditions of Contract for EPC/Turnkey Projects-1999 Edition. The name of the Project is. Maximum number of partner in a joint venture is limited to 3 (Three) and share of each partner in the Joint Venture shall not be less than 10% and share of Lead Partner shall be at least 40%. The one with the largest share shall be appointed as Lead Partner in the Joint Venture. Eligible countries: All countries having diplomatic relationship with Nepal. ITA 4.8 Tax Clearance Certificate or Proof of submission of income return for: FY 2073/74 Foreign applicant shall include a declaration to submit the following documents at the time of contract agreement, in the event it is awarded the contract : Permanent Account Number (PAN) and Value Added Tax (VAT) registration from concerned tax revenue office. Resident foreign applicant shall submit PAN/VAT certificate and tax clearance certificate or proof of submission of Income Return for FY 2073/74. Contents of the Prequalification Document Upper Tamakoshi Hydropower Limited Page 21

27 Section 3 -Qualification Criteria ITA 7.1 For clarification purposes only, the Employer s address is Attention:-Project Chief Upper Tamakoshi Hydropower Limited (UTKHPL) (UTKHEP) Bishnudhan Niwas, Annapurna Marga Gyaneswor, Kathmandu, Nepal Tel. No.: , Fax No.: neautp@mos.com.np; Web: Preparation of Applications ITA 11.1 (e) The Applicant shall submit with its Application the following additional documents: [specify any additional document not already listed in ITA 11.1 that must be submitted with the Application] ITA 15.2 ITA 15.3 In addition to the original, the number of copies to be submitted with the Application is ONE. The requirements regarding the legal instrument evidencing the authorization to represent and sign on behalf of the Applicant shall be: An organizational document, board resolution or its equivalent, or power of attorney specifying the representative s authority to sign the Application on behalf of the Applicant. If the Applicant is an intended or an existing joint venture, all should sign the power of attorney partners and specify the authority of the named representative of the joint venture to sign on behalf of the intended or existing joint venture. If the joint venture has not yet been formed, also include evidence from all proposed joint venture partners of their intent to enter into a joint venture in the event of a contract award. Submission and Opening of Applications ITA 16.1 Applicants shall have the option of submitting their applications electronically ). ( Not Applicable) ITA 16.1(b) The electronic submission procedures shall be : ITA 17.1 ( Not Applicable) For Application submission purposes only, the Employer s address is: Project Chief Upper Tamakoshi Hydropower Limited (UTKHPL) (UTKHEP) Bishnudhan Niwas, Annapurna Marga Gyaneswor, Kathmandu, Nepal Tel. No.: , Fax No.: neautp@mos.com.np; Web: Applications for prequalification shall be submitted in the same name on which documents were purchased from UTKHPL. In case of Joint Venture, documents shall be purchased in the name of Joint Venture. Applications will be rejected if they are submitted in different names than the names on which documents were purchased. The deadline for Application submission is: Date : September 18, 2017 Time :12:00 hours (local time) Upper Tamakoshi Hydropower Limited Page 22

28 Section 3 -Qualification Criteria ITA 19.1 Applications for prequalification will be opened at 14:00 hours (local time) on September 20, 2017, at the Office of UTKHPL in the presence of the applicants' representatives who choose to attend. The opening process will not be hampered even if applicants' representatives are not present. Evaluation of Applications ITA 23.1 ITA 24.3 A margin of preference shall apply in the bidding process corresponding to this prequalification.it shall be applicable according to this Pre Qualification document. The Employer does not intend to execute certain specific parts of the Works by Subcontractors selected in advance (Nominated Subcontractors). Prequalification of Applicants ITA 25.3 As stipulated in ITA 1.1, this prequalification exercise shall be for a single contract. Upper Tamakoshi Hydropower Limited Page 23

29 Section 3 -Qualification Criteria Section 3 - Qualification Criteria Upper Tamakoshi Hydropower Limited Page 24

30 Section 3 -Qualification Criteria Table of Criteria 1. Eligibility Nationality Conflict of Interest GoN/DP Eligibility Government-Owned Entity United Nations Eligibility VAT and PAN Registration Pending Litigation Pending Litigation Financial Situation Historical Financial Performance Average Annual Construction Turnover Financial Resources Experience General Experience Contracts of Similar Size and Nature Experience in Key Activities Personnel Equipment Domestic Preference 30 Page Upper Tamakoshi Hydropower Limited Page 25

31 Section 3 -Qualification Criteria Unless specifically indicated otherwise, it is the legal entity or entities comprising the Applicant, and not the Applicant s parent companies, subsidiaries or affiliates that must satisfy the qualification criteria described below. 1. Eligibility 1.1 Nationality Criteria Compliance Requirements Documents Requirement Nationality in accordance with ITA Sub- Clause Conflict of Interest No conflicts of interest in accordance with ITA Sub-Clause GoN/DP Eligibility Not having been declared ineligible by GoN/DP, as described in ITA Sub-Clause Government-Owned Entity Applicant required to meet conditions of ITA Sub-Clause United Nations Eligibility Not having been excluded by an act of compliance with the UN Secretary Council resolution in accordance with ITA VAT and PAN Registration Single Entity must meet requirement must meet requirement must meet requirement must meet requirement must meet requirement All Partners Combined must meet requirement existing or intended JV must meet requirement must meet requirement must meet requirement must meet requirement Joint Venture Each Partner must meet requirement must meet requirement must meet requirement must meet requirement must meet requirement One Partner not applicable not applicable not applicable not applicable not applicable Submission Requirement s Forms ELI 1; ELI 2 with attachments Application Submission Sheet Application Submission Sheet Forms ELI -1 ; ELI -2 with attachments Application Submission Sheet (Applicants required to meet conditions of ITA Sub-Clause 4.8.) a. Domestic/Resident Foreign Applicant must meet requirement existing or intended JV must meet requirement must meet requirement not applicable PAN and VAT Registration Certificate Tax clearance/tax Return 2073/74 b. Foreign Applicant must meet requirement existing or intended JV must meet requirement must meet requirement not applicable Declaration to submit PAN and VAT Registration Certificate at the time of Contract Agreement Upper Tamakoshi Hydropower Limited Page 26

32 2. Pending Litigation Section 3 -Qualification Criteria Criteria Compliance Requirements Documents Requirement 2.1 Pending Litigation All pending litigation, if any, shall be treated as resolved against the Applicant and so shall in total not represent more than 50%percent of the Applicant s net worth calculated as the difference between total assets and total liabilities should be positive. Single Entity must meet requirement by itself or as partner to past or existing JV All Partners Combined not applicable Joint Venture Each Partner must meet requirement by itself or as partner to past or existing JV One Partner not applicable Submission Requirements Form LIT 1 3. Financial Situation Criteria Compliance Requirements Documents Requirement 3.1 Historical Financial Performance Submission of audited financial statements or, if not required by the law of the applicant s country, other financial statements acceptable to the Employer, for the last 5 years to demonstrate the current soundness of the Applicant s financial position. In case of domestic partner it shall be 3 years. As a minimum, the Applicants net worth for the last year, calculated as the difference between total assets and total liabilities should be positive. For foreign Applicants, Audited financial statement shall be present in notarized translated English version. Single Entity must meet requirement All Partners Combined not applicable Joint Venture Each Partner must meet requirement One Partner not applicable Submission Requirements Form FIN -1 with attachments 3.2 Average Annual Construction Turnover Minimum average annual construction turnover of US$ 4.5 million calculated as total certified payments received for contracts in progress or completed within the last 5 years. In case of domestic partner, minimum average annual construction turnover shall be taken from the best 3 years of the last ten years.. In case of domestic partner it shall not be less than 25% of US$ 3.0 Million. must meet requirement must meet requirement must meet 25% of the requirement must meet 40% of the requireme nt Form FIN 2 Upper Tamakoshi Hydropower Limited Page 27

33 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 overall cash flow requirements for this contract and its current work commitment. The minimum Liquid Asset/ Line of Credit shall be US$1.0 million. must meet requirement must meet requirement must meet 25% of the requirement Section 3 -Qualification Criteria must meet 40% of the requireme nt Form FIN- 3.1& Experience Criteria Compliance Requirements Documents Requirement 4.1 General Experience Single Entity All Partners Combined Joint Venture Each Partner One Partner Submission Requirement s Experience under design, manufacture, supply and installation of Cable Car/ Ropeways contracts or construction contracts in the role of contractor/ subcontractor at least for the last ten years and 3 years in case for domestic partner prior to the applications submission deadline. must meet requirement not applicable must meet requirement not applicable Form EXP Contracts of Similar Size and Nature Participation as a Prime Contractor of at least two cable car or ropeway systems design, manufacturing, supply, installation and commissioning with all complete for operation having total amount equivalent to USD 2.0 million each within the last ten years. At least one of the above two contracts has been completed outside the bidder's home country. must meet requireme nt not applicabl e not applicable Must meet requirem ent Form EXP 2)a( Participation as a Prime Contractor of at least one Cable car or ropeways system with design, manufacturing, supply, installation and commissioning contract of minimum 1.2 km length and total elevation difference of minimum 100 m between any two consecutive stations has been successfully completed within last ten years. Upper Tamakoshi Hydropower Limited Page 28

34 4.3 Experience in Key Activities For the above or other contracts executed during the period stipulated in 4.1 above, a minimum construction experience in the following key activities: Section 3 -Qualification Criteria Design, manufacture, supply, delivery testing, installation and commissioning of Cable car/ Ropeway system as a Prime Contractor of at least three tower stations and 1 ton or 8 Passenger capacity of each carrier/car with cable must be completed within the last 10 years. must meet requirem ent not applicabl e not applicable must meet require ment Form EXP 2)b( Note: All work experiences shall be substantiated or evidenced with experience certificates or letters issued by the Owner or the Employer or the Engineer. Such certificates or letters and other prequalification documents of the parent or subsidiary companies of the Applicant shall not be considered for the evaluation. In case of a Joint venture, the above work experiences can be collectively satisfied by the partners. 5. Personnel The Applicant must demonstrate that it has the personnel for the key positions that meet the following requirements: No. Position Academic Qualification [When position demands] Project Manager / Team Leader Installation Manager Production Manager 4. Surveyor Total Work Experience [Years] Bachelor in Engineering 8 Intermediate in Engineering 8 Bachelor in Engineering Diploma in engineering Survey/Civil or equivalent 8 Experience in Similar Works [Years] 4 years in manufacture, installation and commissioning of Cable Cars or Rope Ways 4 years in installation and commissioning of Cable Cars or Rope Ways 4 years in manufacturing of Cable Cars or Rope Ways 5 3 years in construction works The Applicant shall provide details of the proposed personnel and their experience records in the relevant Information Forms included in Section 4 (Application Forms). 6. Equipment The Applicant must demonstrate that it has the key equipment listed hereafter: No. Equipment Type and Characteristics Minimum Number Requirement 1. All the necessary Equipment required for design, manufacturing, supply, installation and commissioning should be compatible with the technology. All necessary equipment Upper Tamakoshi Hydropower Limited Page 29

35 Section 3 -Qualification Criteria The Applicant shall provide further details of proposed items of equipment using the relevant Form in Section 4 (Application Forms). 7. Domestic Preference If a margin of preference is provided for under ITA 23.1, the following procedure shall apply: In comparing domestic bids with foreign bids, a margin of preference will be granted to eligible domestic contractors, as defined below, in accordance with the following provisions. (a) For application of domestic preference, all responsive bids will first be classified into the following two categories: (i) Category I :Bids offered by domestic contractors and joint ventures eligible for the preference in accordance with the criteria set forth in BDS; and (ii) Category II: Bids offered by other contractors. The Employer will review each bid to confirm the appropriateness of, or to modify as necessary, the category to which the bid was assigned by the bidder in preparing it. (b) The lowest evaluated bid of each category will then be determined by comparing all evaluated bids in each category among themselves. (c) Such lowest evaluated bids will next be compared with each other and if, as a result of this comparison, a bid from Category I is found to be the lowest, it will be selected for the award of contract. (d) If, however, as a result of the comparison under (c) above, the lowest bid is found to be from Category II, it will be further compared with the lowest evaluated bid from category I. For the purpose of this further comparison, only an upward adjustment will be made to the lowest evaluated bid price of Category II by adding an amount equal to 7.5% of the bid price. If, after such comparison, the Category I bid is determined to be the lowest, it will be selected for the award of contract; if not, the lowest evaluated bid from Category II will be selected Domestic contractors and joint ventures between a domestic contractor(s) and its foreign partner(s) shall meet the following minimum criteria for eligibility of the Domestic Preference Scheme: (i) Domestic contractor(s): (ii) firms are registered in Nepal; (iii) firms have majority ownership by nationals of Nepal; and (iv) Firms will not subcontract to foreign contractors more than fifty per cent (50%) of the total value of their work. (a) A joint venture between a domestic contractor(s) and its foreign partner(s) will be eligible for the preference only if: (i) the domestic partner(s) are individually eligible for the preference according to the criteria stated above; Upper Tamakoshi Hydropower Limited Page 30

36 Section 3 -Qualification Criteria (ii) the domestic partner(s) would not qualify for the Works on technical or financial grounds without the foreign participation; and (iii) The domestic partner(s) will, under the arrangements proposed, carry out at least fifty per cent (50%) of the Works measured in terms of value Bidders applying for the preference shall provide all evidence, including details of ownership, necessary to prove that they are qualified for the preference according to the criteria set forth in paragraph above If the Contract is awarded to a bidder who has received the preference pursuant to the foregoing provisions, such contractor shall not subcontract to foreign contractors more than fifty per cent (50%) of the total value of their work Comparison of bids will only be between bids which conform fully to the specifications.in the event that the alternative bid not conforming to the specifications, if any, of the bidder whose main bid, which conforms with the specifications, is the lowest evaluated, is considered more advantageous than its main bid, such alternative bid may be considered A joint venture which is awarded the Contract as a result of the application of the above domestic preference provisions, shall furnish the Employer, together with the Performance Security, a "Domestic Preference Security "to guarantee that the profit and loss distribution and work-sharing arrangements with which the joint venture satisfied the criteria of Sub-Clause (b) above will not be modified throughout the execution of the Contract.The domestic performance security shall be in the form of an unconditional on-demand bank guarantee or standby letter of credit acceptable to the Employer, for an amount in a convertible currency equivalent to the difference between the joint venture's bid price and the bid price of the lowest foreign bid. The domestic preference security shall be issued either (a) by a bank located in Nepal, or (b) directly by a foreign bank acceptable to the Employer. The domestic preference security shall be valid until the Contractor has substantially completed the Works and a Taking-Over Certificate has been issued by the Engineer in accordance with the provisions of GCC and such security be returned to the Contractor together with the Taking-Over Certificate. Upper Tamakoshi Hydropower Limited Page 31

37 Section 4 - Application Forms Section 4 - Application Forms Application Submission Sheet Form ELI 1 Form ELI 2 Form LIT 1 Form FIN 1 Form FIN 2 Form FIN 3.1 Form FIN 3.2 Form EXP 1 Form EXP 2(a) Form EXP 2 (b) Form PER 1 Form PER 2 Form EQU Applicant Information Sheet JV Information Sheet Pending Litigation and Arbitration Historical Financial Performance Average Annual Construction Turnover Summary Sheet: Current Contract Commitments / Works in Progress Financial Capabilities General Construction Experience Experience in Contracts of Similar Size and Nature Construction Experience in Key Activities Proposed Personnel Resume of Proposed Personnel Equipment Upper Tamakoshi Hydropower Limited Page 32

38 Application Submission Sheet Section 4 - Application Forms Date:. Name of Project: Name of Contract: Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme Contract Identification (CI) No: To: UTKHEP/ICB /18 Project Chief Upper Tamakoshi Hydropower Limited (UTKHPL) (UTKHEP) Bishnudhan Niwas, Annapurna Marga Gyaneswor, Kathmandu, Nepal Tel. No.: , Fax No.: neautp@mos.com.np; Web: We, the undersigned, apply to be prequalified for the referenced Contract Identification (CI) No. and declare the following: (a) (b) (c) (d) (e) (f) (g) We have examined and have no reservations to the Prequalification Document, including Addenda No (s).., issued in accordance with ITA Clause 8. We, including all Subcontractors or Suppliers for any part of the contract resulting from this prequalification process, if any, have nationalities from eligible countries, in accordance with ITA Sub- Clause 4.2. We, including any Subcontractors or Suppliers for any part of the contract resulting from this prequalification, do not have any conflict of interest in accordance with ITA Sub-Clause 4.4 and we have not been punished for an offense relating to the concerned profession or business. We, including any Subcontractors or Suppliers for any part of the contract resulting from this prequalification, have not been declared ineligible by GoN/DP in accordance with ITA Sub-Clause 4.5 or by act of compliance with a decision of the United Nations Security Council in accordance with ITA Sub-Clause 4.8. We are not a government-owned entity. We, in accordance with ITA Sub-clause 24.1, plan to subcontract the following key activities or parts of the works :.... We declare that the following commissions, gratuities, or fees have been paid or are to be paid with respect to the prequalification process: Name of Recipient Address Reason Amount (If none has been paid or is to be paid, indicate "none").. (h) (i) We understand that you may cancel the prequalification process at any time and that you are not bound either to accept any Application that you may receive or to invite the prequalified Applicants to bid for the contract subject of this prequalification, without incurring any liability to the Applicants, in accordance with ITA Clause 26. We agree to permit GoN/UTKHPL or its representative to inspect our accounts and records and other documents relating to the Application for prequalification and to have them audited by auditors appointed by GoN/UTKHPL. Upper Tamakoshi Hydropower Limited Page 33

39 Section 4 - Application Forms (j) We understand that any misrepresentation that knowingly or recklessly misleads or attempts to mislead the Employer in the prequalification evaluation process may lead to the rejection of the Application. Name... In the capacity of... Signed Duly authorized to sign the Application for and on behalf of... Date Upper Tamakoshi Hydropower Limited Page 34

40 Form ELI 1 Applicant Information Sheet Section 4 - Application Forms Date:... CI No :.... Page...of... pages Applicant Information Applicant s legal name In case of JV, legal name of each partner Applicant s actual or intended country of constitution Applicant s actual or Intended year of constitution Applicant s legal address in country of constitution Applicant s authorized representative (name, address, telephone numbers, fax numbers, e- mail address) Attached are copies of the following original documents. 1. In case of single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITA Sub- Clauses 4.1 and Authorization to represent the firm or JV named above, in accordance with ITA Sub-Clause In case of JV, letter of intent to form JV or JV agreement, in accordance with ITA Sub-Clause In case of a government-owned entity, any additional documents not covered under 1 above required to comply with ITA Sub- Clause 4.6. Upper Tamakoshi Hydropower Limited Page 35

41 Section 4 - Application Forms Form ELI 2 JV Information Sheet for JV Partners and Specialist Subcontractors as per ITA 24.2 Date:... CI No :.... Page...of... pages Each member of a JV and Specialist Subcontractors as per ITA 24.2 must fill in this form. JV / Specialist Subcontractor Information Applicant s legal name JV Partner s or Specialist Subcontractor s legal name JV Partner s or Specialist Subcontractor s country of constitution JV Partner s or Specialist Subcontractor s year of constitution JV Partner s or Specialist Subcontractor s legal address in country of constitution JV Partner s or Specialist Subcontractor s authorized representative information (name, address, telephone numbers, fax numbers, address) Attached are copies of the following original documents. 1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITA Sub-Clauses 4.1 and Authorization to represent the firm named above, in accordance with ITA Sub-Clause In the case of government-owned entity, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITA Sub-Clause 4.6. In case of Specialist Subcontractors as per ITA 24.2 a formal intent to enter into an agreement in the form of a letter jointly signed by the Applicant and the Specialist Subcontractor. Specialist Subcontractor is a specialist enterprise engaged for highly specialized processes which cannot be provided by the main Contractor. Upper Tamakoshi Hydropower Limited Page 36

42 Form LIT 1 Pending Litigation and Arbitration Section 4 - Application Forms Applicant s Legal Name:... Date:... JV Partner Legal Name:... CI No :.... Page...of... pages Each Applicant or member of a JV must fill in this form if so required under Criterion 2.1 of Section 3 (Qualification Criteria). Pending Litigation and Arbitration No pending litigation and arbitration Below is a description of all pending litigation and arbitration involving the Applicant (or each JV member if Applicant is a Joint Venture) Year Matter in Dispute Value of Pending Claim in USD Equivalent Value of Pending Claim as a Percentage of Net Worth Upper Tamakoshi Hydropower Limited Page 37

43 Section 4 - Application Forms Form FIN 1 Historical Financial Performance Applicant s Legal Name:... Date:... JV Partner Legal Name:... CI No :.... Page...of... pages Each Applicant or member of a JV must fill in this form. Information from Balance Sheet Financial Data for Previous 5 Years [USD Equivalent] Year 1 Year 2 Year 3 Year 4 Year 5 Total Assets Total Liabilities Net Worth Current Assets Current Liabilities Information from Income Statement Financial Data for Previous 5 Years [USD Equivalent] Year 1 Year 2 Year 3 Year 4 Year 5 Total Revenues Profits Before Taxes Profits After Taxes Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last five years, as indicated above, complying with the following conditions. Unless otherwise required by Section 3 (Qualification Criteria), all such documents must reflect the financial situation of the legal entity or entities comprising the Applicant and not the Applicant s parent companies, subsidiaries or affiliates. Historic financial statements must be audited by a certified accountant. Historic financial statements must be complete, including all notes to the financial statements. Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted). Upper Tamakoshi Hydropower Limited Page 38

44 Form FIN 2 Average Annual Construction Turnover Section 4 - Application Forms Applicant s Legal Name:... Date:... JV Partner Legal Name:... CI No :.... Page...of... pages Each Applicant or member of a JV must fill in this form. The information supplied should be the Annual Construction Turnover of the Applicant or each member of a JV in terms of the amounts billed to clients for each year for work in progress or completed, converted to US Dollars at the rate of exchange at the end of the period reported. Year Annual Turnover Data for the Last 5 Years (Design, Manufacture, Installation, Testing and Commissioning Works) Amount Exchange USD Currency Rate Equivalent Year 1 Year 2 Year 3 Year 4 Year 5 Average Annual Construction Turnover Upper Tamakoshi Hydropower Limited Page 39

45 Form FIN 3.1 Section 4 - Application Forms 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 etc. Employer, contact address/tell/fax/ Contract amount (Equivalent USD) Value of outstanding work (current equivalent USD) Estimated completion date Original completion date Average monthly invoicing over last six months [Equivalent USD] month The Applicant shall provide evidence to substantiate the adequacy of the sources of finance to meet the Applicant s cash flow requirements on the above contracts. Upper Tamakoshi Hydropower Limited Page 40

46 Form FIN 3.2 Financial Capabilities Section 4 - Application Forms 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 Evaluation Criteria 3.3. 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 Fax Contact name and title Summarize actual assets and liabilities in US Dollar equivalent for the previous five calendar years, or such period as stated in ADS. Based upon known commitments, summarize projected assets and liabilities in US Dollar equivalent for the next two calendar years, unless the with holding of such information by stock market listed public companies can be substantiated by the Applicant. Upper Tamakoshi Hydropower Limited Page 41

47 Form EXP 1 Section 4 - Application Forms General Experience Each Applicant or member of a JV must fill in this form. General Experience Starting Month Year Ending Month Year Year Contract Identification and Name and Address of Employer Brief Description of the Works Executed by the Bidder Role of Applicant Upper Tamakoshi Hydropower Limited Page 42

48 Form EXP 2(a) Section 4 - Application Forms Experience in Contracts of Similar Size and Nature Applicant s Legal Name:... Date:... JV Partner Legal Name:... CI No :.... Page...of... pages Fill up one (1) form per contract. Contract No......of Award Date Total Contract Amount Contract of Similar Size and Nature Contract Identification Completion Date USD If partner in a JV or Subcontractor, specify participation of total contract amount Employer s Name Address Telephone/Fax Number Percent of Total Amount Description of the similarity in accordance with Criteria 4.2 of Section 3 Upper Tamakoshi Hydropower Limited Page 43

49 Form EXP 2 (b) Experience in Key Activities Section 4 - Application Forms Applicant s Legal Name:... Date: JV Partner s Legal Name:... CI No.: Subcontractor s Legal Name (as per ITA 24.2): Page :...of... pages Fill up one (1) form per contract. Contract No......of Award Date Contract with Similar Key Activities Contract Identification Completion Date Total Contract Amount USD If partner in a JV or Subcontractor, specify participation of total contract amount Employer s Name Address Telephone Number Fax Number Percent of Total Amount Description of key activities in accordance with Criteria 4.3 of Section 3 Upper Tamakoshi Hydropower Limited Page 44

50 Form PER -1 Proposed Personnel Section 4 - Application Forms Bidders should provide the names of suitably qualified personnel to meet the specified requirements for each of the positions listed in Section 3 (Qualification Criteria). The data on their experience should be supplied using the Form below for each candidate. No. Name Position* Academic Qualification Total Work Experience [Years] Experience in Similar Works [Years] As listed in Section 3 (Qualification Criteria). Upper Tamakoshi Hydropower Limited Page 45

51 Form PER 2 Section 4 - Application Forms Resume of Proposed Personnel The Bidder shall provide all the information requested below. Fields with asterisk (*) shall be used for evaluation. Position* Personal Information Name Date of Birth Present employment Professional qualifications Name of employer Address of employer Telephone Fax Job title Contact (manager/personnel officer) Years with present employer Summarize professional experience over the last twenty years in reverse chronological order. Indicate particular technical and managerial experience relevant to the project. From* To* Company, Project, Position and Relevant Technical and Management Experience* Upper Tamakoshi Hydropower Limited Page 46

52 Form - EQU Equipment Section 4 - Application Forms The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key equipment listed in Section 3 (Qualification Criteria). A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Bidder.The Bidder shall provide all the information requested below, to the extent possible.fields with asterisk (*) shall be used for evaluation. Type of Equipment* Equipment Information Name of manufacturer Model and power rating Current Status Source Capacity* Current location Details of current commitments Indicate source of the equipment Year of manufacture Owned Rented Leased Specially manufactured The following information shall be provided only for equipment not owned by the Bidder. Owner Name of owner Address of owner Telephone Fax Contact name and title Agreements Details of rental / lease / manufacture agreements specific to theproject Upper Tamakoshi Hydropower Limited Page 47

53 Part II - Requirements PART II - REQUIREMENTS Upper Tamakoshi Hydropower Limited Page 48

54 Section 5 - Scope of Contract Section 5 - Scope of Contract Upper Tamakoshi Hydropower Limited Page 49

55 Section 5 - Scope of Contract Table of Contents A. Requirements Brief Description of the Scope Major Contract Components Estimated Quantities of Major Components Contract Implementation Period...53 B. Supplementary Information Brief Descriptions of Rolwaling Diversion Tunnel Scheme and Chhet Chhet Rikhu Cable Car Environmental Considerations Applicable Conditions of Contract Approximate Alignment Drawings...60 C. Facilities to be Provided by the Employer...71 Upper Tamakoshi Hydropower Limited Page 50

56 Section 5 - Scope of Contract A. Requirements 1. Brief Description of the Scope The construction works of the second stage development of has divided into the following two (2) separate contract packages: (i) (ii) Lot A- 'Chhet Chhet - Rikhu' Cable Car Scheme Lot B- Rolwaling Diversion Tunnel Scheme(RDTS) This prequalification documents intends to prequalify the experience bidders for the Lot A- 'Chhet Chhet - Rikhu' Cable Car Scheme who has successfully completed with design, manufacture, supply, installation, testing and commissioning including one year operation. The primary purpose of the Chhet Chhet- Rikhu Cable Car Scheme is to transport construction materials and equipment to the Top Station at Rikhu during construction of the Rolwaling Diversion Scheme while its secondary purpose is to transport passengers, local product and goods after construction of the Rolwaling Diversion Scheme. It also serves as an access to the Simigaun village, which is located nearby Middle Station of the alignment. The additional scope of works are as follows. Bidders shall responsible for detail survey to finalize the appropriate alignment and must take approval from the Employer before starting the design activities. Bidders are responsible to submit detail survey report on both hard and soft copy to the Employer. Bidders shall have full responsibility of design, manufacture, supply, installation; testing, commissioning and operation comply with International Standards. Final report shall submit to the Employer with operation and maintenance manual. Operation and Maintenance Manual shall consider all the Civil, Mechanical and Electrical related structure and components. Bidders are recommended to visit the project site and familiarize themselves with the local conditions. Cost incurred for preparation of prequalification document and the site visit will be solely at the expenses of the applicant. Bidders shall have full responsibility to construct safe Cable Car/Ropeway System compatible with European or equivalent International standard. 2. Major Contract Components Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme comprises following works, but not limited to the following: Survey, Design, manufacture, supply, transportation, installation, testing and commissioning including one year operation of about 2.4 km long cable car (8 passenger, bi-cable, jig-back system) with load carrying capacities as below: Load Capacity of Carrier - 8 passengers Load Capacity of Carrier above 640 kg Load Capacity of Carrier kg with freight basket Number of Carriers - 2 Capacity - 50 passengers per hour per direction. Construction of two end stations - one at Chhet Chhet village at elev. 1,400 m and the other at Rikhu village at elev. 2,100 m Construction of one intermediate station at lower Simigaun at elev. 1,850 masl to serve as passenger carrier to the villagers. Upper Tamakoshi Hydropower Limited Page 51

57 Section 5 - Scope of Contract The type of Cable Car/ Ropeway System shall be double-track reversible (jig-back) bi-cable aerial tramway without carrier track brakes. The overall system shall comply with the European Standard or equivalent. The drive machinery shall be as compact as possible, but provide enough access for safe maintenance. The main drive shall be an AC electric motor, which can be powered either from the power grid or from an independent generator. This electric motor shall act directly onto the drive bullwheel via a gearbox. The safety brake shall be a caliper type and as per code required acting on the drive bull wheel. A hydraulic brake unit shall control it. The operating brake shall be integrated in the AC motor. For emergency drive, the system shall be designed to run the ropeway empty under full load at reduced speed. Such an emergency drive shall act directly on the bullwheel (bypassing main drive and gearbox) and be powered by an independent generator set. Each tower shall be equipped with ladders and platforms for safe access for maintenance and service. The carrier shall have the option to exchange the passenger cabin with a freight basket and/or a load frame within 30 minutes. Therefore, the carriage and hanger arm shall stay attached to the rope. Only the cabin shall be able to be disconnect and replaced easily and without the use of any special tools. The cabin doors shall be automatically open, close, lock in the stations, and stay lock during the whole trip. The lock needs to be monitor. Due to the challenging terrain, "Integrated Recovery System" shall be included. The bidder shall provide electrical and mechanical training to the operator. The supplier shall also supervise for the first full month of operation. The station shall need only minimal footprint. Cabin doors shall face towards inside so that only one load and unload platform is needed. The carrier stops shall have buffers. Ladders and platforms shall be provided to access elevated machinery for maintenance and service The above figures are preliminary and subject to revision. 3. Estimated Quantities of Major Components Component Size Volume Cable Car Bicable Rope minimum diameter of 46 mm Concrete Foundation At least 5 Tower truss fabrication and installation Driven wheel At least for 8 passengers Minimum 46mm diameter rope with high factor of safety equivalent to European standard Approximate (10 x 10 x 4)m Height = 14 to 32 m Electric motor Driven wheel with appropriate capacity 2 nos. 2.4 km 2000 cum Minimum 70 Ton 2 nos. The above figures are indicative requirements only and are subject to revision. Upper Tamakoshi Hydropower Limited Page 52

58 Section 5 - Scope of Contract 4. Contract Implementation Period The detail survey, design, manufacture, supply, installation, testing, commissioning and operation of cable car scheme is scheduled to finish within 14 to 18 months from its commencement. Upper Tamakoshi Hydropower Limited Page 53

59 B. Supplementary Information Section 5 - Scope of Contract 1. Brief Descriptions of Rolwaling Diversion Tunnel Scheme and Chhet Chhet Rikhu Cable Car The Rolwaling Diversion Tunnel Scheme (RDTS) is located in the lower region of the Higher Himalayas in Gaurishankarr VDC of Dolakha District, Janakpur Zone of Central Development Region, which lies about 95km (direct) north-east from the national capital city,kathmandu. Project location is shown in Figure 1. By road, the distance from Kathmandu to the Project area is approximately 200km. Figure -1: Location of the Project. RDTS is the second stage development of 456 MW (UTKHEP). It involves mainly diversion weir, intake and diversion (or transfer) tunnel from Rolwaling River to UTKHEP reservoir at Lamabagar. The water from Rolwaling River will add to the water from Tamakoshi itself before conveyed to UTKHEP intake. As UTKHEP receives sufficient water from Tamakoshi River for full production in the wet season, the additional water from Rolwaling River is not only required in the dry season but also in transition periods between dry and wet seasons.the Rolwaling headworks is located at an approximate elevation of 2,200 masl near Rikhu Village of Gaurishankar VDC whereas outlet is located in Upper Lamabagar village of Lamabagar VDC. The access road has not yet envisaged up to Rolwaling headwork s site due to difficult topography from confluence of Tamakoshi and Rolwaling rivers to the intake site.a permanent type cable car (8 passenger, bi-cable, jig-back system having carrier capacity of max kg with freight basket per trip, and 9 min. trip time etc.) shall be constructed from Chhet Chhet (elev. 1,400 m) up to Rikhu village (elev. 2,100 m). Approximate length of the cable car is 2.4 km. Access from Rikhu village to Rolwaling headwork s will be through construction adit no. 1 and part of the diversion tunnel itself from adit no. 1 to intake. A connecting road of approx. length m shall be constructed from cable car's end station at Rikhu up to the portal of adit no. 1. The Bottom Station shall be located at, or near ChhetChhet near by the existing road. Stations land shall be acquired by UTKHPL on safe and foot accessible place. The expected maximum GLOF flood level near Chhet Chhet would approximately 10 m above the existing river bed level. The proposed location for the Base Station is about 40 m above the existing river bed level and seems Upper Tamakoshi Hydropower Limited Page 54

60 Section 5 - Scope of Contract safe during GLOF. The top Station is at Rikhu at elevation above 2100m, which is nearby the headworks site of Rolwaling Diversion Tunnel Scheme. The construction of cable car shall be commenced prior to the commencement of the main works of Lot B - Rolwaling Diversion Tunnel Scheme and is scheduled to finish within 14 to 18 months from its commencement. 2. Environmental Considerations The diversion is planned at about elevation 2200 masl about 3 km upstream of Rolwaling River's confluence with Tamakoshi in a steeply (18%) sloping reach of the River. The area has apparently low riparian habitation and the only nearby settlement is Rikhu, which is situated at elevation 2150 masl to the north overlooking Rolwaling River. The trekking trail and track from Simigaun to Beding is about 1 km to the south from about m above the point of diversion in the left bank of the Rolwlaing khola. The Riverbanks are deeply incise in the terrain, which seems to be cover with forest. The minimum average monthly flow of Rolwaling River is 2.5 m 3 /s at the location approximately 1 km upstream from the confluence with Tamakoshi, meaning that about 2.25 m 3 /s will be available for diversion. As per the Hydropower Policy requirement, 0.25 m 3 /s (10% of the minimum average monthly flow) shall release as downstream riparian flow. The biophysical impacts from this diversion will be minimum in Rolwaling watershed. However, the dry season flow in the stretch between confluence of Tamakoshi River and Rolwaling River and Tailrace outlet will be reduced. Physical environment Upper Tamakoshi Basin The Tamakoshi river basin is one of the several Trans-Himalayan catchments with headwaters situated on the Tibetan Plateau. The two principal watercourses originating in Tibet are Lapche Khola and Rongchar Chu. Both enter Nepal from the North and Northeast at elevations of about 4,000 m and 2,500 m, respectively. From the northern border down to Lamabagar upper village at the elevation of 1,970m, the river descends rapidly in a narrow valley over a distance of 30 km, with a steep average gradient of 7.5%. The highest point on the western and eastern boundaries of the upper basin reach elevations is about 6,000masl (Figure 2, below). The headworks site is located in the upper part of the Tamakoshi River basin, particularly at Lamabagar village about 100 Km east of Kathmandu, 8 Km south of China border and 30 Km north of Charikot, Dolakha district. The total catchment area up to the UTKHEP intake site is 1,745 km 2. Near to the suspension bridge at Lamabagar village, the Department of Hydrology and Meteorology (DHM) network gauging station GS2 is located at elevation 1,965m. Rolwaling Khola is the first larger tributary, enveloping a relatively larger catchment area of 309 km 2 at the upstream end of the Rolwaling Diversion Tunnel Scheme and flows into the Tamakoshi River upstream of ChhetChhet village from the east at an elevation of 1,428m. Upper Tamakoshi Hydropower Limited Page 55

61 Section 5 - Scope of Contract Figure 2: Upper Tamakoshi river basin Hydrology Rolwaling is a major tributary, which flows into the Tamakoshi at approximately 5.5 km downstream of the headworks site. It flows, in general, from east to west direction, and is surrounded by high peaks on the north, east and southern sides, which all exceed 5500 m altitude. The confluence point with the Tamakoshi lies at an altitude of 1428 m, and the total catchment area of Rolwaling River upstream of this point is 309 km 2. The catchment area upstream of Rolwaling proposed intake point is approximately 277 km 2. This area contributes 94% of the total catchment area of Rolwaling River down to its confluence with Tamakoshi. There are small tributaries like the Ghatte Khola and Bhaise Khola, which flow into the river over this reach. Over a length of 5.8 km from Rolwaling Khola to the tailrace outlet, the most important tributary river is Gongar Khola. Considerable flow even in the month of May occur in Bhaise Khola which flows in from the right bank and mixes into the river at about 4 km downwards from the main headworks site. Mean monthly flows of Tamakoshi and Rolwaling Rivers are present in the table below: Months Tamakoshi River at UTKHEP Dam Jan Feb Mar Apr May Rolwaling River at Intake Upper Tamakoshi Hydropower Limited Page 56

62 Section 5 - Scope of Contract Jun Jul Aug Sep Oct Nov Dec A glacial lake outburst flood from Tsho Rolpa may not have severe impact on a Rolwaling intake and weir, as the structural dimensions are small and can design to pass the GLOF over the structure. Geology The entire project area belongs to the Higher Himalayan, and, in particular, to the Higher Himalayan Crystalline unit. This zone is composed of Precambrian metamorphic and igneous rocks. Structurally numerous thrusts and more or less folded napes, and schuppes divide the zone. The Higher Himalayan Unit extends continuously along the entire length of the country with its width varying locally. The high-grade metamorphose gneisses;schist has and marbles of the zone form the basement of the Tibetan-Tethys zone. Granites are found in the upper part of the unit. The Higher Himalayan unit of this region can be subdivided into four major structural units of which the immediate project area belongs to the Crystalline schuppe zone (Solo gneiss schuppe zone), which is considered to be allochthonous. The Solo gneiss schuppe zone which is distributed widely in the upper reaches of the Tamakoshi and surrounding area and has a general orientation of 30/040 (dip/dip direction of foliation). The upper part of the schuppe is composed of banded mica gneiss with minor folding and augen structure while the lower part is mainly composed of medium-grained gneiss with moderately developed foliation. Garnet mica gneiss is the most common rock in this schuppe. In the course of the UTK Feasibility Study, the major rock type encountered in the project area was micaceous schist and banded gneiss with abundant mica content. The rock cores from exploratory boreholes drilled at the right bank of the Tamakoshi River between the UTK headworks and the powerhouse area contained 20% to 42% of mica and 40% to 72% of quartz and feldspar, with a predominance of quartz. According to verbal communication with UTK site geologists, during excavation of the powerhouse, as well as the access and tailrace tunnels, intercalations of schistose interlayers of a few decimeters to meter thickness with reduced shear strength were encountered occasionally within the predominantly gneissose rock mass. The excavation of the headrace tunnel did not intersect such interlayers. Geological surface mapping and remote sensing, i.e. interpretation of satellite images and a quasi 3D analysis of Google Earth images, shows the Rolwaling project area to comprise a sound monolithic rock mass without any significant weak zones. The rock is massive, consisting of strong to very strong micaceous gneiss. If anything at all, only a few tectonic faults are to be expected along the tunnel alignment. Seismicity Immediately prior to the seismic hazard assessment for the Rolwaling site, an extremely large M7.8 earthquake occurred on 25th April 2015, ripping across about 150 km of central Nepal, from Gorkha, past Kathmandu, stopping near Bokhara, not far from the project site. On 12 May 2015, an unusually large aftershock of M7.2 occurred, with epicenter at E/27.84 N. The origin points of these two ruptures are shown in Figure 3, along with the aftershocks of both earthquakes up to 19 May The aftershock distribution can be taken as mapping approximately Upper Tamakoshi Hydropower Limited Page 57

63 Section 5 - Scope of Contract the area of the mega thrust that has broken and along which slip occurred in the two main shocks. Figure 3: Epicenter map of the aftershock sequences recorded teleseismically by the USGS, following the 25 th April 2015, M7.8 shock (pink) and following the 12 th May 2015, M7.2 shock (yellow). The Rolwaling site is marked by a red triangle, mainshocks are denoted by stars Probabilistic and deterministic seismic hazard analyses were carried out for Rolwaling Diversion Tunnel Project to estimate the Operating Basis Earthquake (OBE) and Safety Evaluation Earthquake (SEE). The Operating Basis Earthquake (OBE) causes ground motion at the project site for which only minor damage is acceptable, while the Safety Evaluation Earthquake (SEE) causes the maximum level of ground motion for which the structures should be designed so that there is no uncontrolled release of water. The OBE corresponds to the PSHA results for 10% exceedance probability in 50 years. A value of PGAOBE = 0.222g is adopted (Table 3.1). The PGA caused by the SEE can be derived from comparison of: the PSHA results for 1% exceedance probability in 100 years, i.e g (from Table 3.1); with The deterministically estimated PGA corresponding to that for the SEE, PGASEE = 0.34g. The larger acceleration that method yields, either probabilistic or deterministic, is adopted as the PGASEE estimate. Thus a value of PGASEE = 0.34g was adopted. Following the directives of of EN (CEN, 2004) the vertical components for the PGAOBE and the PGASEE are derived from the preceding values to be 0.2g and 0.31g, respectively. In summary, the Peak Ground Accelerations for design are as follows: PGA PGA Vertical Horizontal OBE 0.22g 0.20g SEE 0.34g 0.31g Topography and Soils The project impact area lies near the lower regions of the Higher Himalayas in the Tamakoshi, which constitutes a broad complex of mountains, hills and valleys. The hills are steep and the topography rugged. Hill slopes on both the banks of the river are steep to vertical cliffs. At some places, the hills are exceedingly steep. Except for the river plain upstream of the natural dam at Upper Tamakoshi Hydropower Limited Page 58

64 Section 5 - Scope of Contract Lamabagar, plain areas of any extent are very scarce in the predominantly steep landscape. The altitudinal variation of the project area ranges between 1980 m to over 6000 m. As the project stretches within the Lesser Himalayan region and Higher Himalayan region, different types of soil were prevalent depending upon the altitude. At lower altitudes along the riverbanks, colluvium soil deposits are found. Air and noise quality The project area lies in a rural setting, where there are no industries and is completely devoid of industrial emissions, and since the project area consists of foot tracks only, air pollution from vehicular emission is nil. In a normal condition, the ambient air quality is not a problem in the UTKHEP area and will be within the WHO guideline values for all criteria. However, in the dry season (February April) with very little ground moisture, loosening of dry agricultural soils for plantation and windy conditions, the air quality is degraded. Land use pattern The land use in the project area mainly consists of forest with isolated patches of agricultural land. The right bank of the head works area consists of rock outcrop with forest on the upper slope while the left bank consists of dense forest. The proposed camp area is located on cultivated terrace land with forest on the lower slopes of Rikhu village. 3. Applicable Conditions of Contract 'Chhet Chhet - Rikhu' Cable Car Scheme for the construction of Rolwaling Diversion Tunnel Scheme under shall be carried out in a single package based on the FIDIC Conditions of Contract for EPC/Turnkey Projects, 1999 Edition (Silver Book). Upper Tamakoshi Hydropower Limited Page 59

65 Section 5 - Scope of Contract 4. Approximate Alignment Drawings Upper Tamakoshi Hydropower Limited Page 60

66 Section 5 - Scope of Contract Upper Tamakoshi Hydropower Limited Page 61

67 Section 5 - Scope of Contract Upper Tamakoshi Hydropower Limited Page 62

68 Section 5 - Scope of Contract Tower 3 = Mid Station Tower 2 Tower 1 Bottom Station Upper Tamakoshi Hydropower Limited Page 63

69 Section 5 - Scope of Contract Bottom Station Upper Tamakoshi Hydropower Limited Page 64

70 Section 5 - Scope of Contract Bottom Station Upper Tamakoshi Hydropower Limited Page 65

71 Section 5 - Scope of Contract Upper Tamakoshi Hydropower Limited Page 66

72 Section 5 - Scope of Contract Tower 1 Upper Tamakoshi Hydropower Limited Page 67

73 Section 5 - Scope of Contract Tower 3 = Mid Station Tower 2 Tower 1 Upper Tamakoshi Hydropower Limited Page 68

74 Section 5 - Scope of Contract Tower 3 = Mid Station Tower 2 Upper Tamakoshi Hydropower Limited Page 69

75 Section 5 - Scope of Contract Top Station At Rikhu Tower 5 Tower 4 Upper Tamakoshi Hydropower Limited Page 70

ASIAN UNIVERSITY FOR WOMEN PROCUREMENT OF CONSTRUCTION OF CAMPUS CENTER & AUDITORIUM BUILDING OF ASIAN UNIVERSITY FOR WOMEN AT PAHARTOLI, CHITTAGONG

ASIAN UNIVERSITY FOR WOMEN PROCUREMENT OF CONSTRUCTION OF CAMPUS CENTER & AUDITORIUM BUILDING OF ASIAN UNIVERSITY FOR WOMEN AT PAHARTOLI, CHITTAGONG ii ASIAN UNIVERSITY FOR WOMEN ASIAN UNIVERSITY FOR WOMEN CAMPUS PROJECT PROCUREMENT DOCUMENTS PREQUALIFICATION DOCUMENTS FOR PROCUREMENT OF CONSTRUCTION OF CAMPUS CENTER & AUDITORIUM BUILDING OF ASIAN

More information

Invitation for Bids. Deadline for Submission of Bids: July 17, 2017 up to 1200 Hours (Nepal Standard Time)

Invitation for Bids. Deadline for Submission of Bids: July 17, 2017 up to 1200 Hours (Nepal Standard Time) Invitation for Bids Grant No. and Title: 2015 68 112: Reconstruction and Improvement of Electricity in Earthquake Affected Districts. Tender No. and Title: ICB-REIP-073/74-01, Lot 1: Immediate Relief Measure

More information

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) IOM Nigeria FRAMEWORK AGREEMENT FOR SUPPLY OF DIESEL FOR ONE (1) YEAR ITB NO: NG10-014 Prepared by DORCAS SHAIBU 11 January, 2018 IOM Nigeria No.11

More information

IDA Credit Number: #0146-IN. June-2018.

IDA Credit Number: #0146-IN. June-2018. GUJARAT ECOLOGY COMMISSION [GOVERNMENT OF GUJARAT] GUJARAT STATE PROJECT MANAGEMENT UNIT [SPMU] INTEGRATED COASTAL ZONE MANAGEMENT PROJECT (ICZMP) NATIONAL COMPETITIVE BIDDING (NCB) CONSTRUCTION OF A MANGROVE

More information

Procurement of Goods

Procurement of Goods GOVERNMENT OF MEGHALAYA SUPPORTING HUMAN CAPITAL DEVELOPMENT IN MEGHALAYA (SHCDM) (ADB LOAN NO. 3033-IND) Bid Document for Phase-I Procurement of Lab/Workshop, Classroom, Library and IT Lab equipment,

More information

BIDDING DOCUMENT. Contract No. PAL 3060/61-KASP-Works ICB-03 VOLUME 1

BIDDING DOCUMENT. Contract No. PAL 3060/61-KASP-Works ICB-03 VOLUME 1 REPUBLIC OF PALAU PALAU PUBLIC UTILITIES CORPORATION (PPUC) KOROR-AIRAI SANITATION PROJECT (KASP) BIDDING DOCUMENT Sewage Treatment Plant Upgrade in Malakal Contract No. PAL 3060/61-KASP-Works ICB-03 VOLUME

More information

Procurement of Works, Major Equipment and Industrial Installations

Procurement of Works, Major Equipment and Industrial Installations PREQUALIFICATION DOCUMENT Procurement of Works, Major Equipment and Industrial Installations Public Procurement Board Accra, Ghana October 2003 i Table of Contents Introduction... ii Abbreviations and

More information

PREQUALIFICATION DOCUMENTS. for. Procurement of

PREQUALIFICATION DOCUMENTS. for. Procurement of PREQUALIFICATION DOCUMENTS for Procurement of Design, manufacture, supply, installation, testing and commissioning of Rolling Stock Employer: Mumbai Metro Rail Corporation Country: Republic of India Project:

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO.IPSTC/PREQ/2016/2017/231FOR REGISTRATION OF SUPPLIERS FOR PROVISION OF TENTS CHAIRS

More information

PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/2015

PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/2015 PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072

More information

Section IV. Bidding Forms

Section IV. Bidding Forms Section IV. Bidding Forms 1-1 Section IV. Bidding Forms Table of Forms Letter of Bid... 3 Form of Bid Security (Bank Guarantee)... 6 Form of Bid Security (Bid Bond)... 7 Form of Bid-Securing Declaration...

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR COUNTY GOVERNMENT OF NANDI NANDI COUNTY ASSEMBLY P. O BOX 673-30300 KAPSABET STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR (PROVISION OF AIR TRAVEL AGENCY AND AIR TICKETING SERVICES-IATA/KATA REGISTERED)

More information

National Science Foundation Ministry of Science, Technology & Research

National Science Foundation Ministry of Science, Technology & Research 1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF

More information

MINISTRY OF HEALTH & FAMILY WELFARE National AIDS Control Organization (NACO) Government of India. National AIDS Control Programme Phase-IV (NACP-IV)

MINISTRY OF HEALTH & FAMILY WELFARE National AIDS Control Organization (NACO) Government of India. National AIDS Control Programme Phase-IV (NACP-IV) 1 MINISTRY OF HEALTH & FAMILY WELFARE National AIDS Control Organization (NACO) Government of India National AIDS Control Programme Phase-IV (NACP-IV) NATIONAL COMPETITIVE BIDDING BID DOCUMENT For PROCUREMENT

More information

B I D D I N G D O C U M E N T S

B I D D I N G D O C U M E N T S REPUBLIC OF KENYA MINISTRY OF WATER AND IRRIGATION STATE DEPARTMENT OF WATER TANATHI WATER SERVICES BOARD FUNDING DESIGN AND BUILD OF NDARUGU 1 DAM WATER SUPPLY PROJECT B I D D I N G D O C U M E N T S

More information

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI PRE-QUALIFICATION DOCUMENT FOR PROVISION OF CREATIVE DESIGN, LAYOUT AND PRINTING OF MAGAZINES, CALENDARS, PROMOTIONAL MATERIALS, BROCHURES, NOTEBOOKS AND DIARIES CONTRACT NO: AWSB/HQ/PQ/18/2015-2017 MAY

More information

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES CONTRACT NO: AWSB/HQ/PQ/09/2015-2017 MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX 45283-00100

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

Pre Qualification Document

Pre Qualification Document Pre Qualification Document PREPARATION OF MASTER PLAN OF WATER SUPPLY, SEWERAGE, DRAINAGE AND GROUNDWATER MANAGEMENT SYSTEM FOR SHEIKHUPURA, KASUR & NANKANA SAHIB DISTRICTS Lahore Development Authority

More information

Open National Tender (ONT) Tender Document. For the. SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes)

Open National Tender (ONT) Tender Document. For the. SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes) Open National Tender (ONT) Tender Document For the SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes) Invitation for Tender (IFT) Number: KEMSA/ONT 04/2017-2019 FRAMEWORK CONTRACTING

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

A F R I C A N U N I O N Standard Bidding Document

A F R I C A N U N I O N Standard Bidding Document A F R I C A N U N I O N Standard Bidding Document Procurement of Goods and Services Open Tender REGIONAL COMPETITIVE BIDDING (RCB) African Peer Review Mechanism Procurement Number: 2/APRM/IT/07/17 TENDER

More information

COUNTY ASSEMBLY OF KILIFI

COUNTY ASSEMBLY OF KILIFI COUNTY ASSEMBLY OF KILIFI PREQUALIFICATION DOCUMENT PROVISION OF ELECTRICAL WORKS AND MAINTENANACE CAK/030/2015-16 COUNTY ASSEMBLY OF KILIFI F/Y 2015-2016 Table of Contents Page INTRODUCTION 3 SECTION

More information

SELECTION OF CONSULTANT for provision of Consultancy Services for

SELECTION OF CONSULTANT for provision of Consultancy Services for REQUEST FOR PROPOSALS FOR SELECTION OF CONSULTANT for provision of Consultancy Services for Preparation of Masterplan, Design and Construction Supervision of the Infrastructure Works at Les Salines Procurement

More information

PREQUALIFICATION DOCUMENT. Development and Implementation of ERP (Oracle / SAP or Equivalent)

PREQUALIFICATION DOCUMENT. Development and Implementation of ERP (Oracle / SAP or Equivalent) PREQUALIFICATION DOCUMENT Development and Implementation of ERP (Oracle / SAP or Equivalent) June, 2016 First Floor 7 C-1, Gulberg-III, Lahore-Pakistan Phone: +92 (42) 35750936-8 Fax: +92 (42) 35750939

More information

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI TANATHI WATER SERVICES BOARD K.I.D.P. Bldg., Kalawa Rd., Private Bag, Kitui. Phone: 020 8009628/044-4422416 Telefax: +254 044-44221O8/4422417 Email: tanathiwsb@gmail.com PRE-QUALIFICATION DOCUMENT FOR

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t R E P U B L I C O F L I B E R I A N A T I O N A L E L E C T I O N S C O M M I S S I O N B i d d i n g D o c u m e n t I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t F o r t

More information

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya Tender Document For the Supply and delivery of Mobile Digital X - Ray Machines ITT No.: GF ATM TB NFM - 17/18 OIT -

More information

Punjab Thermal Power (Pvt) Limited

Punjab Thermal Power (Pvt) Limited Punjab Thermal Power (Pvt) Limited REQUEST FOR EXPRESSION OF INTEREST Services required for External Audit, Half yearly review, Code of Corporate Governance (CCG) Compliance and Generation License (GL)

More information

Section 4 - Bidding Forms

Section 4 - Bidding Forms Section 4 - Bidding Forms 4-1 Section 4 - Bidding Forms This Section contains the forms which are to be completed by the Bidder and submitted as part of his Bid. Table of Forms Letter of Bid... 2 Schedules...

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS AT ELELEA SUBCOUNTY HOSPITAL IN ELELEA WARD, TURKANA COUNTY BILLS OF QUANTITIES Tender No... County

More information

MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING

MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING COUNTY GOVERNMENT OF MACHAKOS MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING PROPOSED CONSTRUCTION OF COUNTY GOVERNMENT OFFICES AT MATUU-MACHAKOS COUNTY TENDER DOCUMENTS QUANTITY SURVEYOR PUBLIC

More information

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK DATE ISSUED: January 10, 2018 DEADLINE FOR WRITTEN

More information

Deadline for documents submission June 11, 2009 before 12:00 hours (local time)

Deadline for documents submission June 11, 2009 before 12:00 hours (local time) United Nations Development Programme Date: 26 May 2009 Expression of Interest Pre-Qualification for Civil Works Ref: PRQ/KRT/09/001- R1 United Nations Development Programme (UNDP), Sudan office announces

More information

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II MACHAKOS UNIVERSITY COLLEGE ISO 9001:2008 Certified (A Constituent College of Kenyatta University TENDER DOCUMENT FOR THE PROPOSED CONSTRUCTION AND COMPLETION OF BUILDING AND CIVIL ENGINEERING WORKSHOPS

More information

Procurement Policy Office

Procurement Policy Office Procurement Policy Office (Established under section 4 of the Public Procurement Act 2006) Ref: WG/EG38/05-14 Evaluation Guide (Works and Goods) Procurement Policy Office Ministry of Finance and Economic

More information

Section 6: Returnable Bidding Forms / Checklist

Section 6: Returnable Bidding Forms / Checklist Section 6: Returnable Bidding Forms / Checklist This form serves as a checklist for preparation of your Proposal. Please complete the Returnable Bidding Forms in accordance with the instructions in the

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX 78-90300 MAKUENI TENDER NO. GMC/T/24/2017/2018 & 2018/2019 PROVISION OF FOR THE FINANCIAL YEAR 2017/2018 & 2018/2019 TENDER DOCUMENT

More information

GOVERNMENT OF KARNATAKA

GOVERNMENT OF KARNATAKA Annexure VI K/W 6 GOVERNMENT OF KARNATAKA. (Name of Organization). (Address) Telephones: Fax:. PREQUALIFICATION FOR THE WORK OF. (Description of Works) TENDER REFERENCE : PERIOD OF SALE OF P Q DOCUMENT

More information

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP /

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP / REPUBLIC OF KENYA RIFT VALLEY WATER SERVICES BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP /2016-2017 TENDER DOCUMENT EMPLOYER PROJECT MANAGER RIFT VALLEY

More information

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD. NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH

More information

DEVELOPMENT OF HIGH-RISE TWIN TOWERS ON JOINT VENTURE BASIS AT JAIL ROAD, LAHORE, PUNJAB, PAKISTAN PREQUALIFICATION DOCUMENTS

DEVELOPMENT OF HIGH-RISE TWIN TOWERS ON JOINT VENTURE BASIS AT JAIL ROAD, LAHORE, PUNJAB, PAKISTAN PREQUALIFICATION DOCUMENTS DEVELOPMENT OF HIGH-RISE TWIN TOWERS ON JOINT VENTURE BASIS AT JAIL ROAD, LAHORE, PUNJAB, PAKISTAN PREQUALIFICATION DOCUMENTS APRIL, 2017 1 Invitation for Prequalification (IFP No. LDA/SPU/MAR/PQD-001)

More information

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT THE STANDARD TENDER REGISTRATION DOCUMENT AND LIST OF REQUIREMENTS

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT THE STANDARD TENDER REGISTRATION DOCUMENT AND LIST OF REQUIREMENTS REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT P.O. BOX 2344-00900 KIAMBU-KENYA THE STANDARD TENDER REGISTRATION DOCUMENT AND LIST OF REQUIREMENTS TENDER NO. KCG/HEALTHSERVICES/005/2016-2017- 2018 REGISTRATION

More information

Tanahu Hydropower Limited. Invitation for Expression of Interest (EOI) for consultancy services. for

Tanahu Hydropower Limited. Invitation for Expression of Interest (EOI) for consultancy services. for Tanahu Hydropower Limited Invitation for Expression of Interest (EOI) for consultancy services for Route Alignment Survey of Damauli Bharatpur 220 kv transmission line. Date of First Publication 2070-12

More information

SIMLAW Seed CoMpAny LIMIted

SIMLAW Seed CoMpAny LIMIted SIMLAW Seed CoMpAny LIMIted TENDER DOCUMENT TENDER FOR SALE OF BOARDED MOTOR VEHICLES AND BEANS TENDER REF: SSC/T/DC/10/2018/2019 TENDER CLOSING & OPENING DATE: -16 th NOVEMBER, 2018 SIMLAW SEED COMPANY

More information

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO. REPUBLIC OF KENYA MINISTRY OF LAND, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF LAND PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO.

More information

INSTRUCTIONS TO TENDERERS

INSTRUCTIONS TO TENDERERS INSTRUCTIONS TO TENDERERS INVITATION TO TENDER FOR THE APPOINTMENT OF A PR AGENCY ON A PROJECT BASIS TO BRAND, POSITION AND PUBLICISE THE ASIA PACIFIC BREWERIES FOUNDATION SIGNATURE ART PRIZE 2014 FOR

More information

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS PRE-QUALIFICATION/ REGISTRATION OF SUPPLIERS FOR 2017-2018 CLOSING

More information

Section - III Evaluation and Qualification Criteria

Section - III Evaluation and Qualification Criteria Section - III Evaluation and Qualification Criteria 1-2 Table of Clauses TABLE OF CLAUSES... 2 1. EVALUATION... 4 1.1 TECHNICAL EVALUATION... 4 1.2 ECONOMIC EVALUATION... 5 2. QUALIFICATION... 6 2.1 ELIGIBILITY...

More information

Section 3 - Evaluation and Qualification Criteria

Section 3 - Evaluation and Qualification Criteria Section 3 - Evaluation and Qualification Criteria 3-1 Section 3 - Evaluation and Qualification Criteria Table of Criteria 1. Evaluation... 3-2 1.1 Technical Evaluation... 3-2 1.2 Alternative Technical

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax , University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel. 0112914476, Fax. 0112911393, e-mail : supplies@kln.ac.lk 08/12/2015 Web Domains/UKSJ/15/12/20154 The Manager, Invitation of Quotations for Web

More information

PROCUREMENT PLAN. Procurement of Goods and Works Method Threshold Comments

PROCUREMENT PLAN. Procurement of Goods and Works Method Threshold Comments PROCUREMENT PLAN Basic Data Project Name: VIE: Second Northern GMS Transport Network Improvement Project : 41444-013 Approval : 2703 Country: Viet Nam, Socialist Republic of Executing Agency: Ministry

More information

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER SUPPLY AND DELIVERY OF MEDICAL EQUIPMENTS

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER SUPPLY AND DELIVERY OF MEDICAL EQUIPMENTS AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA Addis Ababa, ETHIOPIA P. O. Box 3243 Tel: +25 (0)-55 7700 Fax: +25 (0)-55 0430 Website : www.africa-union.org AFRICAN UNION COMMISSION PROCUREMENT OF GOODS

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT TENDER NO: KCG/CHS/007/2018-2020 PREQUALIFICATION OF SERVICE PROVIDERS FOR SUPPLY, DELIVERY AND SERVICING OF MEDICAL EQUIPMENTS, PLANT AND MACHINERY CLOSING DATE

More information

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR TO TENDERERS MINISTRY OF WATER AND IRRIGATION STATE DEPARTMENT OF WATER UPPER TANA NATURAL RESOURCES MANAGEMENT PROJECT (UTaNRMP) P.O. Box 996-60100 Embu; Tel 068 22 31376; Email: info@utanrmp.or.ke utanrmp@gmail.com

More information

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/ SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/2015-2016 NOTICE DATE: WEDNESDAY 6 TH MAY 2015 CLOSING DATE: WEDNESDAY 20 TH MAY 2015 AT 10:00

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-070-2018 TENDER FOR STRUCTURAL REHABILITATION OF OLKARIA II GEOTHERMAL POWER STATION (OPEN NATIONAL) Kenya Electricity Generating Company Limited Stima

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

Tender for the installation and construction of Mwalija Solar Powered Irrigation Scheme in Chikwawa District: Publication reference: MWI

Tender for the installation and construction of Mwalija Solar Powered Irrigation Scheme in Chikwawa District: Publication reference: MWI Tender for the installation and construction of Mwalija Solar Powered Irrigation Scheme in Chikwawa District: Publication reference: MWI 1014 18-04 G O V E R N M E N T O F M A L A W I REPRESENTED BY THE

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No.

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No. Date: 12 th July 2017 #1069265 To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project Addendum No. 5 Addendum no. 5 is issued for inclusion into the tender documents.

More information

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL)

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNCITRAL Model Law on Procurement of Goods, Construction and Services with Guide to Enactment CONTENTS PREAMBLE CHAPTER I. GENERAL PROVISIONS

More information

3. BIDDERS QUALIFICATION CRITERIA

3. BIDDERS QUALIFICATION CRITERIA 3. BIDDERS QUALIFICATION CRITERIA Section VII Forms and Procedures Page 1 of 25 3. BIDDERS QUALIFICATION CRITERIA 1. QUALIFICATION CRITERIA 1.1 Prequalification will be based on meeting all the following

More information

Supply of 40 MVA, 132/33 kv Power Transformers and Related Services for Srikona and Sipajhar Grid Substations in Assam

Supply of 40 MVA, 132/33 kv Power Transformers and Related Services for Srikona and Sipajhar Grid Substations in Assam BIDDING DOCUMENT FOR Supply of 40 MVA, 132/33 kv Power Transformers and Related Services for Srikona and Sipajhar Grid Substations in Assam A S S A M E L E C T R I C I T Y G R I D C O R P O R A T I O N

More information

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) TENDER DOCUMENT FOR CONSTRUCTION OF BIOSAFETY LEVEL II LABORATORY (BSL II) (PUBLIC HEALTH LABORATORY) AT MOI TEACHING REFERRAL

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA

REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA NOMINATED SUB-CONTRACT TENDER DOCUMENT FOR THE PROPOSED MEDICAL COMPLEX - PHASE 1 AT KERUGOYA COUNTY HOSPITAL IN KERUGOYA TOWN, KIRINYAGA COUNTY ERECTION

More information

1. These Rules pertain to the implementation of the City's Mentoring Program for MBEs and WBEs set forth in Section of the Municipal Code.

1. These Rules pertain to the implementation of the City's Mentoring Program for MBEs and WBEs set forth in Section of the Municipal Code. 1. These Rules pertain to the implementation of the City's for MBEs and WBEs set forth in Section 2-92-535 of the Municipal Code. 2. Section 2-92-535 provides for both participation credit and a bid preference

More information

STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS

STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS PGCL/SYS/PRO/FLR-02 STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS PROCUREMENT DEPARTMENT PAK GULF Construction (Pvt) Ltd ISLAMABAD TABLE OF CONTENTS DESCRIPTION PAGE NO. 1.0 INVITATION FOR PREQUALIFICATION...

More information

United Nations Development Programme (UNDP) FOR THE

United Nations Development Programme (UNDP) FOR THE United Nations Development Programme (UNDP) CALL FOR EXPRESSIONS OF INTEREST AND PREQUALIFICATION FOR THE CONSTRUCTION AND REHABILITATION OF IRRIGATION SYSTEMS IN LEBANON UNDP Lebanon invites interested

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA DEPARTMENT OF ROADS, PUBLIC WORKS & TRANSPORT PROPOSED COSTRUCTION AND COMPLETION OF TYPE DISPENSARIES & ASSOCIATED EXTERNAL WORKS FOR THE MIN. OF HEALTH

More information

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 Maintenance and Operations 1302 Service Road Tustin, California 92780 (714) 730-7515 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Tustin Unified School District ( District ) has determined that

More information

EXPRESSION OF INTEREST (EOI)

EXPRESSION OF INTEREST (EOI) EXPRESSION OF INTEREST (EOI) For Short-Listing Of Consultants For THE PREPARATION OF SITE SPECIFIC CONSERVATION ACTION PLAN FOR NEWLY ESTABLISHED SUB POPULATION OF BLACKBUCK IN SUKLAPHANTA WILDLIFE RESERVE

More information

INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS

INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS Title: 530 and 531 KOS 4000 restoration of wall paintings of Bogorodica Ljeviska Church in Prizren Safeguard of Cultural Page 1 of 24 INVITATION

More information

GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For

GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS For Removal of Asbestos Roof Sheets and Replace with Galvalume At Garden of Eden and Canefield Contract No. GPL-PI-082-2013 June 2013 Contents

More information

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BIDDING DOCUMENT FOR Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BID IDENTIFICATION NO:-AEGCL/MD/TECH-652/ /200,

More information

UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME

UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME December, 2016 (TENDER DOCUMENT FOR PREQUALIFICATION

More information

ContourGlobal Hydro Cascade CJSC. Rehabilitation of Vorotan Cascade Hydropower Plants. PROCUREMENT DOCUMENT Prequalification of Bidders

ContourGlobal Hydro Cascade CJSC. Rehabilitation of Vorotan Cascade Hydropower Plants. PROCUREMENT DOCUMENT Prequalification of Bidders Rehabilitation of Vorotan Cascade Hydropower Plants PROCUREMENT DOCUMENT Prequalification of Bidders 23 June 2016 PROCUREMENT DOCUMENT Prequalification of Bidders for the Procurement of Rehabilitation

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October

More information

KENYA WILDLIFE SERVICE

KENYA WILDLIFE SERVICE KENYA WILDLIFE SERVICE REHABILITATION AND PERFORMANCE BASED ROUTINE MAINTENANCE OF MAKTAU-KITANI-LAKE JIPE ROADS IN TSAVO WEST NATIONAL PARK TENDER NO.KWS/OT/PBC/R&F/15/2015-2016 : NOVEMBER 2015 DIRECTOR

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GT

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GT KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GT-012-2017 Tender for Re-location of One GE Frame 6 Gas Turbine Plant from Embakasi in Nairobi to Muhoroni near Kisumu. Scope :( Dismantling, Transportation,

More information

Albany Unified School District Contractor Prequalification

Albany Unified School District Contractor Prequalification Albany Unified School District Contractor Prequalification The Albany Unified School District ( District ) has determined that contractors providing construction services ( Contractor(s) or Firm(s) ) must

More information

PROCUREMENT PLAN N/A. Procurement of Goods and Works Method Threshold Comments

PROCUREMENT PLAN N/A. Procurement of Goods and Works Method Threshold Comments PROCUREMENT PLAN Basic Data Project Name: University of Science and Technology of Hanoi Development (New Model University) Project Project : 42079-013 Approval : 2751/2750 Country: Viet Nam, Socialist

More information

EXPRESSION OF INTEREST NOTICE Date: 9 October 2013 UNDP/EOI/13/105

EXPRESSION OF INTEREST NOTICE Date: 9 October 2013 UNDP/EOI/13/105 United Nations Development Programme (UNDP) EXPRESSION OF INTEREST NOTICE Date: 9 October 2013 UNDP/EOI/13/10 Country: Pakistan The United Nations Development Programme (UNDP) in Pakistan would like to

More information

Pre-Qualification Document

Pre-Qualification Document Pre-Qualification Document Instructions to Prospective Applicants Issued by Quaid-e-Azam Solar Power (Pvt.) Ltd. 18 th October 2013 TABLE OF CONTENTS S. No DESCRIPTION PAGE NO. 1.0 INVITATION FOR PREQUALIFICATION...

More information

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/ NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/2016-2017 TENDER FOR SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION AND COMMISIONING OF A STRUCTURED CABLING LOCAL AREA NETWORK, FIBER EXTENSION

More information

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD TENDER No. NCC/T/RPW&T/205/2017- Chief officer Roads, Public works and Transport

More information

Policy for the procurement of goods, works, services and consultancies with resources of the Central American Bank for Economic Integration

Policy for the procurement of goods, works, services and consultancies with resources of the Central American Bank for Economic Integration Policy for the procurement of goods, works, services and consultancies with resources of the Central American Bank for Economic Integration DI-16/2018 Table of Contents I. INTRODUCTION...4 II. OBJECTIVE...4

More information

ROADS AND FLEET MANAGEMENT DEPARTMENT

ROADS AND FLEET MANAGEMENT DEPARTMENT ROADS AND FLEET MANAGEMENT DEPARTMENT TENDER NO. KWS/OT/R&F/22/2017 2018 ROUTINE MAINTENANCE OF JUNCT A109 CHYULU HILLS ROAD(E1819) IN CHYULU NATIONAL PARK February 2018 (Persons With Disability) HEAD,

More information