engineering, procurement & construction of hydromechanical...
TRANSCRIPT
ENGINEERING, PROCUREMENT & CONSTRUCTION
OF
HYDROMECHANICAL WORKS
FOR
MIDDLE MODI HYDRO POWER PROJECT (15.1 MW)
BID DOCUMENT
VOLUME–1: BID REQUIREMENTS
DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 2 of 44
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
MIDDLE MODI HYDROPOWER PROJECT (15.1 MW)
Contents of HM subcontract Bid Document
VOLUME DESCRIPTION OF DOCUMENT
VOLUME-1 BID REQUIREMENTS
Part-1 Preamble to Bid
Part-2 Bid Reference (BR)
Part-3 Invitation For Bids (IFB)
Part-4 Instruction To Bidders (ITB)
Part-5 Information for Bidders (INFB)
VOLUME-2 CONDITIONS OF CONTRACT
Part-1 General Conditions of Contract (GCC)
Part-2 Particular Conditions of Contract (PCC)
Part-3 Proforma for Forms of Contract (C-1 to C-6)
Volume-3 EMPLOYER’S REQUIREMENTS
Part-1 General Technical Specifications
Part-2 Particular Technical Specifications
Part-3 Tender Drawings
VOLUME-4 TECHNOECONOMIC DATA SUBMISSIONS
Part-1 Qualification Details of Bidder
Part-2 Bid submission Forms, B-1 to B-16
Part-3 BOQ for HM Works for Evaluation Purpose
Part-4 Contract Data dully Filled up
VOLUME-5 PRICE SCHEDULE & BOQ
Part-1 Preamble to Price Schedule
Part-2 Price Schedule
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 3 of 44
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
PART-1
PREAMBLE TO BID
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 4 of 44
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
PREAMBLE TO BID
Middle Modi Hydropower Limited (MMHPL) is developing the Middle Modi Hydropower
Project (MMHP) in Nepal. The Project is located at about 40 Km north-west of Pokhara
in Kaski and Parbat Districts, in the Gandaki and Dhaulagiri Zones of Western
Development Region. The Project lies in the Bhuktangle, Deupur and Salyanand Tilhar
VDCs of Parbat District and Lumle VDC of Kaski District. The headworks is located at
Birethanti village. At present there is about 1.5 Km long earthen road access to the
head works area from Nayapul bazaar which is the nearest point with all year road
access along the Pokhara –Baglung highway. The powerhouse lies opposite to the
Pokhara-Baglung highway, at the right bank of the Modi Khola.
The Project is a simple Run-of –River scheme that utilizes the flow in Modi Khola. Modi
Khola is one of the major tributaries of the Kaligandaki River of the Gandaki Basin.
The proposed Project has an installed capacity of 15.1 MW, design discharge of 25
cumec (Cum/sec) and net head of about 70 m. The proposed diversion weir across
Modi Khola will divert the water required for power generation into the side intake.
Excess water in the river will flow over the ungated weir. For silt flushing purpose, two
numbers of gate controlled sluices are provided in the weir.
The water drawn through the intake will pass through open desanding basins, where
the bigger sand particles will settle and the settled particles will be flushed back into
the river, through flushing ducts. Water coming out of the desanding basins will be
conveyed through an open duct leading to an underground tunnel (HRT), which will in
turn discharge the water into a forebay. Water from the forebay will be conveyed to
the powerhouse through a surface penstock, which will bifurcate into two pipes near
the powerhouse, for feeding into the two vertical axis Francis Turbines. Water from
the units will be discharged back into the river through a tail race duct.
MMHPL has awarded the entire works of the Middle Modi Hydropower Project to Himal
Hydro & General Construction Ltd. (HHGCL) through a single EPC Contract consisting
of “Design & Engineering, Procurement, Transportation, and Storage, Fabrication /
Erection/Construction, Testing and Commissioning of Civil, Hydromechanical and
Electromechanical works”.
HHGCL is now proposing to subcontract the Hydromechanical works in the above main
contract to a qualified Hydromechanical Contractor. For this subcontract for
hydromechanical works, HHGCL will act as the owner.
The set of documents presented below provide the contractual stipulations and
conditions for the execution of the Hydromechanical Works of the Project.
END OF PREAMBLE TO BID
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 5 of 44
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
PART-2
BID REFERENCE (BR)
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 6 of 44
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
BID REFERENCE (BR)
INTERNATIONAL COMPETITIVE BIDDING
Name of the Project Middle Modi Hydropower Project (15.1 MW)
Name of the Owner Himal Hydro & General Construction Limited
Address 2nd Floor, Steel Tower, Jawalakhel, Lalitpur,
Nepal
Telephone No. +977-1-5555977/5553477
FAX No. +977-1-5553478
E mail: [email protected]
Bid reference No. MMHEP/HM/Lot-2-2015
Name of the Package
Engineering, Procurement & Construction of
Hydromechanical works of Middle Modi
Hydropower Project
Period of sale of
bid documents
From: 4th Deceember 2016
To: 16th December 2016
Bid documents issued to ----
Bid documents issued on Date:---
Time:---
Last date and time for
receipt of bids
Date: 18th December 2016
Time: 13:00 PM
Time and date of opening of
bids.
Date: 18th December 2016
Time: 15:00 PM
Place of submission of bids
Steel Tower, Jawalakhel, Lalitpur, Nepal
Telephone no. +977-1-5000479/5000480
Fax No. +977-1-5000477
END OF BID REFERENCE
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 7 of 44
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
PART-3
INVITATION FOR BIDS (IFB)
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 8 of 44
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Invitation for Bids for Hydromechanical Works of Middle Modi Hydroelectric Project (2 x 7.55 MW)
Date of First Publication: 4th December 2016 Himal Hydro & General Construction Ltd. (HHGCL) invites bids for the execution of hydromechanical works
of the Middle Modi Hydroelectric Project (2 x 7.55 MW), located at Parbat & Kaski District, Nepal on
EPC mode from Contractors having experience in the execution of hydromechanical works in
hydroelectric projects on EPC basis.
1. Interested eligible bidders may obtain further information from the office of Himal Hydro &
General Construction Ltd.
2. A complete set of Tender Documents in English may be purchased by interested eligible Bidders
from 4th December 2016 onward, till 16th December 2016 on the submission of a written
application to the address stated below and upon payment of a non-refundable fee of NRs.
15,000 (NRs Fifteen Thousand) deposited in the account No. 0010001014106 at Sanima Bank
Limited, Kumaripati Branch, Lalitpur or in the form of crossed demand draft drawn in favor
of Himal Hydro & General Construction Limited . The document will be handed over to the
representative of the Bidder upon production of the evidence of payment of the fee.
3. Bids must be delivered to the address below at or before 13.00 hours local time on 18th December 2016. All Bids must be accompanied by Earnest Money Deposit (EMD) of minimum amount as
given in the table below, in the form of demand draft or bank guarantee issued by a scheduled
bank in favour of HHCGL, valid for a minimum period of 180 days from the last date for
submission of bids.
S.
No.
Name of Works Earnest Money
Deposit (EMD)
1 Hydromechanical works for
Middle Modi Hydroelectric
Project
Tender No. MMHEP/HM/Lot-2-
2016
NRs 2.0 Million
5. Documents which are received late or without EMD will not be considered and will be returned
unopended. Bids will be opened in the presence of the Bidders’ representatives who choose to
attend at the address below at 15.00 hours local time on 18th December 2016. 6. If the last date for purchasing or submission falls on a government holiday then the next working
day shall be considered as the last day for submission.
7. It is recommended that eligible Bidders familiarize themselves with the local conditions by
visiting the project area. Costs incurred for preparation of bids and for visits are to be borne by
the Bidder.
8. HHGCL reserves the right to accept or reject any bid or cancel the tendering process at any time
before award without assigning any reason whatsoever.
Address of Employer:
Senior General ManagerHimal Hydro & General Construction Ltd.
2nd Floor, Steel Tower, Jawalakhel, Lalitpur, Nepal
Phone No. (ISD) 5555977/5553477, Fax 5553478Email:[email protected], Website:www.himalhydro.com.np
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 9 of 44
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
PART-4
INSTRUCTIONS TO BIDDERS (ITB)
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 10 of 44
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
INSTRUCTIONS TO BIDDERS (ITB)
Table of Contents
A. GENERAL ............................................................................................................ 12
1 Scope of Bid ................................................................................... 12
2 Source of Funds ............................................................................. 12
3 Eligibility criteria for Bidders.......................................................... 12
4 Qualification data of the Bidder(s) ................................................. 14
5 Disqualification/Ineligibility of Bidders.......................................... 16
6 One Bid per Bidder ......................................................................... 17
7 Cost of Bidding ............................................................................... 17
8 Site Visit......................................................................................... 17
B. BIDDING DOCUMENTS........................................................................................ 18
9 Content of Bidding Documents ....................................................... 18
10 Clarification of the Bidding Documents .......................................... 19
11 Amendment of Bidding Documents ................................................ 20
C. PREPARATION OF BIDS ...................................................................................... 20
12 Language of the Bid ....................................................................... 20
13 Documents comprising the Bid ....................................................... 20
14 Bid Prices ....................................................................................... 21
15 Currencies of Bid and Payment....................................................... 22
16 Bid Validity..................................................................................... 22
17 Earnest Money Deposit-EMD (Bid Security) .................................... 22
18 Alternative Proposals by Bidders.................................................... 23
19 Format and Signing of Bid .............................................................. 23
D. SUBMISSION OF BIDS ........................................................................................ 24
20 Sealing and Marking of Bids ........................................................... 24
21 Deadline for Submission of the Bids ............................................... 25
22 Late Bids ........................................................................................ 26
23 Modification and Withdrawal of Bids .............................................. 26
E. BID OPENING AND EVALUATION ........................................................................ 26
24 Bid Opening.................................................................................... 26
25 Clarification of Bids ........................................................................ 27
26 Examination of Bids and Determination of Responsiveness ........... 27
27 Correction of Errors........................................................................ 28
28 Evaluation and Comparison of Bids ................................................ 28
29 Employer’s Right To Accept Or Reject Bids..................................... 29
F. AWARD OF CONTRACT ........................................................................................ 29
30 Award Criteria ................................................................................ 29
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 11 of 44
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
31 Notification of Award ..................................................................... 29
32 Signing of Contract Agreement ...................................................... 29
33 Security Deposit (Performance Security & Retention Money)......... 30
34 Permanent Account Number (PAN) ................................................ 30
35 Advance Payments ......................................................................... 31
36 Corrupt or Fraudulent Practices ..................................................... 31
37 Conciliator ...................................................................................... 32
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 12 of 44
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
INSTRUCTIONS TO BIDDERS (ITB)
A. GENERAL
1 Scope of Bid
1.1 The Himal Hydro & General Construction Limited (HHGCL), who is the single
EPC Contractor for the Civil, Hydromechanical and Electromechanical Works
of Middle Modi Hydropower Project, (Referred to as Employer or Owner in
these documents),wishes to subcontract the hydromechanical works and
hence invites bids for the “Engineering, Procurement and Construction of
Hydromechanical works for Middle Modi Hydropower Project (15.1 MW)”.
This subcontract package covers the Design & Engineering, procurement,
transportation, storage, fabrication/ erection/ construction, testing and
commissioning of Hydromechanical works (referred to as the “Works″ in
these documents). The scope of works covered in this package is elaborated
in clause 1 of Particular Conditions of Contract.
1.2 The most critical commitment of the successful bidder shall be to strictly
adhere to the “Time for Completion″ stipulated in Section 4, Contract data of
the bidding documents.
2 Source of Funds
The Employer will arrange for necessary funds for execution of the works.
3 Eligibility criteria for Bidders
3.1 The Invitation for Bids is open to all eligible bidders meeting the eligibility
criteria as defined in clause no. 3.4 below.
3.2 All bidders shall provide Qualification Information and Forms of Bid.
3.3 An enterprise / company may participate in the bidding process, only if they
are legally and financially autonomous, operate under commercial law and
are not a dependent agency of the Employer.
3.4 Eligibility Criteria
The minimum eligibility criteria shall be as under:
3.4.1 The Bidder(s) should be an incorporated legal entity.
3.4.2 In case of Joint Venture (JV)/Consortium, all partners shall be incorporated
legal entities, as an agency, company or society.
3.4.3 The Bidder/s should have experience, as sole contractor or partner of JV, for
executing Design & Engineering and supply, erection, testing and
commissioning Hydro mechanical works such as penstocks, vertical gates and
hoists along with associated control systems, and trash racks in at least two
water resources project (s) / hydro power project (s) during last 15 years,
with the minimum sizes of such works as indicated below. Details like
monetary value of Works, Clients/Employers, and proof of satisfactory
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 13 of 44
completion of these works should be submitted for establishing eligibility.
(i) The bidder should have designed and executed minimum 2 numbers of
the following components.
a) Penstock of inner diameter not less than 2.5 m.
b) Vertical gate for opening size not less than 3 m x 3 m.
c) Rope drum hoist of lifting capacity not less than 25 tonnes.
(ii) Trash racks of minimum 5 m width
3.4.4 The value of at least one single contract executed by the Bidder, in last 15
years shall not be less than 80 Million Nepalese Rupees.
3.4.5 The Bidder should have completed such work/s in their own name or as a
member partner of a JV/Consortium or as approved Sub-Contractor.
3.4.6 The bidder/ each partner of JV who has executed the work as a member
partner of any Joint Venture/ Consortium can also participate provided:
a) The allocation of scope of work between the partners of the Joint
Venture/ Consortium is clearly defined and the bidder/ each partner of
JV’s scope of work and the break-up of quantities executed by them as
individual contribution in Joint Venture/ Consortium meet the
requirements.
b) In case the allocation of the scope of executed work between the
partners of the JV /Consortium is not clearly defined, then the work
experience of the JV/C can be claimed by the bidder/ each partner of
JV/C provided the bidder’s /each JV partner’s share in the aforesaid
works executed by Consortium was at least 35%.
3.4.7 The Bidder/s should also specify the year when such works were completed
including the monetary value, and while moderating the value, an escalation
factor of 5% per year shall be applied to arrive at the intrinsic present value
of work.
3.4.8 The Employer, reserves the right to make suitable enquiries regarding the
bona-fide of the Bidder(s) or JV Partner(s), as the case may be.
3.4.9 The Bidder(s) should have following minimum unutilized banking facilities
within one month prior to date of bid submission / opening;
a) Cash Credit Facility of about 50 million Nepalese Rupees (NR).
b) Bank Guarantee Limits of about 25 million Nepalese Rupees (NR).
c) Turnover of about 100 million Nepalese Rupees. For the purpose,
average annual construction turnover value for the preceding 5 years
shall be taken for evaluation. For conversion from foreign currency to
NR, the exchange rate as on the last day of the accounting year shall
be considered.
d) Net worth including share capital /reserves shall be positive for 3 out of
preceding 5 years.
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 14 of 44
Letter of adequacy and commitment from their Bankers shall be submitted
along with his/their bids along with duly audited balance sheets for past 5
financial years.
3.4.10 The Bidder(s) shall submit an undertaking along with their bid that they have
bid capacity of not less than NR 100 Million based on formula given below.
Similar undertaking shall also be submitted before award of work in case
found successful.
Bid Capacity = A x N x K – B where
N = No. of years prescribed for completion of the subject contract
A = Maximum Value of Works executed in any one year during last 15 years
(at current price level)
B = Value at current price level, of existing commitments and ongoing
K = 2 (Two).
The Bidder shall submit documentary evidence in support of establishing A &
B, along with their Bid.
4 Qualification data of the Bidder(s)
The Bidder(s) shall submit following information with their Bid in forms
specified in qualification information & forms of bid of Biding Documents for
the purpose of assessment of their qualification.
4.1 Duly certified copies of original documents defining the constitution or legal
status, place of registration, and principal place of business along with power
of attorney in original of the signatory of the Bid to commit the Bidder. In
case of JVs, the constitution and the share of participation of all partners, JV
agreement, and above defined documents for all JV Partners.
4.2 Experience in works of a similar nature and size for each of the last fifteen
years, which the Bidder wishes to be considered for the purpose of
Qualification, and details of works under way or contractually committed; and
Name & Address of the clients/employers who may be contacted for further
information on those contracts.
4.3 Major items of construction equipment along with their deployment schedule
as per proposed construction methods and plan to carry out the Works under
the Contract, furnish details as stated below.
The Bidder/s should commit that construction equipment as per Form B-8,
would be mobilized at the site of work, in case of award of the work to
him/them.
The Construction equipment should be owned by the Bidder/s or a letter of
comfort from an Equipment Bank/Equipment Leasing Company should be
furnished with the Bid, confirming that in case of award of the work the
Equipment shall be made available or new equipment would be purchased &
delivered at site.
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 15 of 44
4.4 Qualifications and experience of key site management and technical
personnel (along with alternative candidates) proposed to be deployed for the
Contract as per Form B-9.
The Bidder shall submit the structure of the project implementation team
along with the names and CVs of all these Key Personnel, in their bid. The
CV’s shall include position, professional qualifications, Job title, No. of Years
with the present employer/ his associated companies with details of technical
/ managerial experience relevant to the works covered under the proposed
Contract Package. Also number of expatriate personnel and local employees
for these positions should be furnished as Form B-9.
4.5 Reports on the financial performance of the Bidder, audited Balance Sheets &
profit and loss statements, auditor’s reports for the past five financial years
and other documents required, as laid in Form B-10.
4.6 Evidence of adequacy of working capital for this contract [Access to line(s) of
credit and availability of other financial resources].
4.7 Authority to seek references from the Bidder’s bankers.
4.8 Information regarding dispute resolution through any arbitration/litigation
cases, current or during the last five years, in which the Bidder is involved,
the various parties concerned, and disputed amount duly filled in Form B-11.
4.9 Wherever the bidder lacks in qualification, Proposals for subcontracting
permissible components of the Works (For each, the qualifications and
experience of the identified sub-contractor in the relevant field should be
annexed in duly filled in Form B-12.
4.10 The Bidder(s) should demonstrate, through documentary evidence, that they
are applying latest Project Planning Processes in their ongoing works and are
in possession of requisite monitoring tools and submit the proposed
methodology for each component/section of works and program of
construction, backed with equipment planning and deployment schedule,
duly supported with broad calculations and quality control procedures
proposed to be adopted, justifying the capability of execution and completion
of the works as per technical specifications within the stipulated Time for
Completion meeting the specified milestones.
4.11 All Undertakings and the letters of comfort from Bankers, Equipment Leasing
Cos. etc. as defined in the eligibility Criteria.
4.12 Duly completed following forms need to be submitted along with the bid,
besides documents stated above
Form No. Details
B1 Bid Submission Form
B2, B3 Power of Attorney
B4 Joint Venture Agreement, If Applicable
B5 Monetary Value of Works Performed
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 16 of 44
B6 Qualification works in Last 15 Years
B7 Existing Commitment and Ongoing Works
B8 Equipment availability and proposal for deployment
B9 Professionals proposed to be deployed
B10 Financial Performance
B11 Arbitration/Litigation history
B12 Undertaking from subcontractors
B13 Bank guarantee for EMD
B14 Declaration of bidder
B15 Checklist of submissions
B16 Checklist of Qualification data
5 Disqualification/Ineligibility of Bidders
Even though the bidders meet the above qualifying criteria, they shall be
disqualified if they have:
a) Been involved in the Corrupt or Fraudulent or collusive or coercive
Practices as defined in clause ITB 36. and/or
b) Made misleading or false representation(s) in the forms, statements
and attachments submitted in proof of the qualification requirements;
and/or
c) Record of poor performance such as abandoning the works, serious
litigation history, or financial failures etc. (The basis of assessment of
suitability shall be decided by the Employer based on the parameters
laid down by him on these issues).
d) If the bidder /any member partner of the JV / Consortium shall not
have been declared ineligible for poor performance / failure issued by
any National Govt. / State Govt. / Govt. Department / PSU / World
Bank / Asian Development Bank. A declaration to this effect shall be
submitted by the bidder in Form B-14.
e) If the Bidder(s) is found to have conflict of interest. For clarification
purposes a conflict of interest is when bidders:
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 17 of 44
i) are associated with an agency or any of its affiliates which have
been engaged by the Employer to provide consulting services for
the preparation of the design, specifications, and other documents
to be used for the procurement of the goods/works under these
Bidding Documents;
ii) or submit more than one bid in this bidding process. However,
this does not limit the participation of subcontractors in more than
one bid.
f) If the bidder is found to have submitted more than one bid.
6 One Bid per Bidder
Each bidder (and the members of a JV/Consortium, as the case may be) shall
submit only one bid for one package. Any bidder (and the members of a
JV/Consortium) who submits or participates in more than one Bid except in
cases of alternatives that have been permitted or requested) will cause all
the proposals with that bidder’s participation to be disqualified. Sub-
contractors are allowed to participate in more than one bid but only in that
capacity.
7 Cost of Bidding
The bidder shall bear all direct or indirect costs associated with the
preparation and submission of his bid (including site visit and attending pre-
bid meetings, if any), and the Employer will in no case be responsible or
liable for those costs, regardless of the conduct or outcome of the bidding
process.
8 Site Visit
8.1 The Bidder is advised to visit and examine the Site of Works and its
surroundings and obtain for itself, on his own responsibility, all information
that may be necessary for preparing the bid and entering into a Contract for
construction of the Works. The bidder shall assess and satisfy himself as to
the adequacy of the local conditions which have relevance to his work, such
as approach roads to the site, accommodation required during the Contract,
availability of labour, construction materials, details of taxes, royalties, duties
and levies as applicable and locally applicable laws and regulations governing
engagement of labour for employment and deployment at site and any other
information required. The costs of visiting the Site shall be at the Bidder’s
own expense.
8.2 The employer will arrange for the permission for the Bidder and any of his
personnel or agents to enter upon project premises and lands for the purpose
of such inspection, but only upon the express condition that the Bidder, his
personnel or agents, will release and indemnify the Employer and his
personnel and agents from and against all liability in respect thereof and will
be responsible for personal injury (whether fatal or otherwise), loss of or
damage to property and any other loss, damage, costs and expenses
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 18 of 44
however caused, which, but for the exercise of such permission would not
have arisen.
8.3 Also, based upon site visit the Bidder shall submit, along with the bid,
appreciation of Project illustrating awareness and understanding of all
principal technical and logistics problems related to transportation and
installation of Construction Equipment, availability of land for Contractor’s
infrastructural works, methodology of construction etc.
8.4 The Employer shall facilitate the visit and bidder is required to furnish his
confirmation of site visit.
B. BIDDING DOCUMENTS
9 Content of Bidding Documents
9.1 The bidding documents will be issued in five volumes, with each volume
containing the details as indicated below.
Volume No.
Part No.
Details
1
BID REQUIREMENTS
1
Preamble to Bid
2
Bid Reference (BR)
3
Invitation for Bids (IFB)
4
Instruction to Bidders (ITB)
5
Information for Bidders (INFB)
2
CONDITIONS OF CONTRACT
1
General Conditions of contract
2
Particular Conditions of contract
5
Proforma for Forms of contract (C-1 to C-6)
3
EMPLOYER’S REQUIREMENTS FOR HM WORKS
1
General Technical Specifications for HM Works
2
Particular Technical Specifications for HM
Works
3
Tender Drawings for HM works
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 19 of 44
4
TECHNOECONOMIC DATA SUBMISSIONS
1
Qualification details of bidder
2
Bid Submission Forms (B-1 to B-16)
3
BOQ of HM works for Evaluation Purpose
4
Contract Data duly filled up
5
PRICE SCHEDULE
1
Preamble to Price schedule
2
Price schedule for HM Works
9.2 Two sets of Bid documents marked ″Original″ and ″Bidder’s Copy″ are
issued, as follows.
a. Original- All five volumes.
b. Bidders copy- Volumes 4 and 5 only (Volumes 1 to 3, containing bid
requirements, contract conditions and employer’s requirements are
enclosed with Original only).
10 Clarification of the Bidding Documents
10.1 Bidder shall examine the Bidding Documents thoroughly in all respects and if
any conflict, discrepancy, error or omission is observed, bidder may request
clarification promptly by notifying the Employer in writing or by cable
(hereinafter “cable″ includes facsimile and e-mail) at the Employer’s address
indicated in Bid Reference (BR). The Employer will respond to any request for
clarification which he receives up to 15 days prior to the deadline for
submission of bids. Copies of the Employer’s response will be forwarded to all
purchasers of the bidding documents, including a description of the enquiry
but without identifying its source. Employer’s response may also be put on
his website.
Any failure by bidder to comply with the aforesaid requirement shall not
excuse the bid der, after subsequent award of contract, for performing the
work in accordance with the Contract.
10.2 Pre-bid meeting
10.2.1 The bidder or his official representative is invited to attend a pre-bid meeting
which will take place at HHGCL Office on 08th December 2015 at 10:00 hr.
Last date for receiving the pre-bid queries is 04th December 2015.
10.2.2 The purpose of the meeting will be to clarify issues and to answer questions
on any matter that may be raised till that stage.
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 20 of 44
10.2.3 The bidder is requested to submit any questions in writing or by cable to
reach the Employer not later than one week before the meeting.
All questions raised during the Pre-Bid Meeting, for which the Bidders expect
clarifications from the Employer, shall be submitted by the bidder in writing
during the Pre-Bid Meeting.
10.2.4 Any modification of the bidding documents listed in Sub-Clause 9.1 which
may become necessary as a result of the pre-bid meeting shall be made by
the Employer exclusively through the issue of an Addendum/corrigendum
pursuant to Clause 11.
10.2.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification
of a bidder.
11 Amendment of Bidding Documents
11.1 Before the deadline for submission of bids, the Employer may modify the
bidding documents by issuing amendment(s) in the form of addendum/
corrigendum during the bid ding period.
11.2 Any addendum/corrigendum thus issued shall become part of the bidding
documents and shall be communicated in writing or by cable to all the
purchasers of the bidding documents and will be uploaded on website also.
Prospective bidders shall acknowledge receipt of each addendum by cable/in
writing to the Employer.
11.3 To give prospective bidders reasonable time in which to take an addendum
into account in preparing their bids, the Employer shall extend as necessary
the deadline for submission of bids, in accordance with Sub-Clause 21.2
below.
C. PREPARATION OF BIDS
12 Language of the Bid
All documents relating to the bid shall be in the English language.
13 Documents comprising the Bid
13.1 The bid submitted by the bidder shall comprise the following documents:
a) Duly filled in Bid submission form ″B-1″.
b) Earnest Money Deposit in a separate cover marked Earnest Money
Deposit.
c) Bidder‘s Address of communication
d) Telephone No(s): Office
e) Mobile No:
f) Facsimile (Fax) No:
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 21 of 44
g) Electronic Mail Identification (E-mail ID):
h) Qualification information and documents
i) Drawings prepared by the Bidder (If any other than Tender Drawings
provided by the Employer)
j) BOQ.
k) Price schedule duly filled up.
l) Contract data duly filled with details
m) Any other information/documents required to be completed and
submitted by bidders in accordance with instructions as per ITB.
n) The documents/information as listed in Contract Data, Qualification
information, and in Bid submission forms B1 to B14, shall be duly filled-
in, signed, stamped and submitted without exception.
o) Checklist for Bid submission documents (Form B-15)
p) Checklist for Qualification data (Form B-16).
13.2 The following documents, which are not submitted with the bid, will be
deemed to be part of the bid.
Volume Particulars
1 IFB, ITB, INFB
2 Conditions of Contract (GCC & PCC)
3 Employer’s Requirements
13.3 The Bidder shall treat the Bid Documents and contents thereof as
confidential.
14 Bid Prices
14.1 The Contract shall be for the whole Works as described in sub Clause 1.1
based on the prices submitted by the bidder in the price schedule.
Bidders shall also include in his quoted prices the cost of enabling works/
facilities not specifically listed in the scope of work, but are required to
complete the scope of work.
14.2 The Bidder shall include in his quoted rates, compensation for all associated
works required to complete the intent of scope even if not specifically
mentioned.
14.3 All taxes, duties, levies, royalties etc. (including Service Tax) prevailing as of
one month prior to the submission of Price Bid shall be the responsibility of
the contractor and the rates quoted shall include the same.
14.4 The rates quoted by the Bidder will be firm and will not be subject to any
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 22 of 44
adjustment for price escalation during the performance of the Contract in
accordance with Clause 4 of Particular Conditions of contract (PCC).
14.5 In the event that the Employer requests and the Bidder agrees to an
extension of the Bid Validity Period, the Contract Price, if the Bidder is
selected for award, shall be corrected as mutually agreed.
15 Currencies of Bid and Payment
15.1 The rates quoted by bidder shall be in Nepalese Rupees or in US Dollar/ Euro.
15.2 When the price is quoted in USD or in EURO, the bidder shall also mention
the exchange rate considered in his bid. The Employer will convert the
amounts in US Dollar or Euro, to Nepalese Rupee at the exchange rate
mentioned by different bidders and arrives at the quoted price in Nepalese
Rupees, which shall be used for purpose of evaluation as well as subsequent
payment purpose. It may be noted that even if quoted in other currencies
payment will be made in NR only as per the payment schedule indicated in
PCC.
16 Bid Validity
16.1 Bids shall remain valid for a period of one hundred and eighty (180) days
after the deadline date for bid submission specified in Clause 21 of ITB. A bid
valid for a shorter period shall be rejected by the Employer as non-
responsive.
16.2 In exceptional circumstances, prior to expiry of the original Bid Validity
period, the Employer may request that the bidders may extend the period of
validity for a specified additional period. The request and the bidders
‘responses shall be made in writing or by cable. A bidder may refuse the
request without forfeiting his earnest money. A bidder agreeing to the
request will not be required or permitted to modify his bid but will be
required to extend the validity of his bid security in compliance with Clause
17 of ITB in all respects.
17 Earnest Money Deposit-EMD (Bid Security)
17.1 The Bidder shall furnish, as part of his bid, a Bid Security.
In case of the bid submitted by Joint Venture / consortium (JV/C), the Lead
partner of the JV shall submit EMD favoring the Employer, and in case the
Employer so agrees, each partner of the JV/Consortium (JV/C) will submit
EMD in the proportion of their participation share. The EMD shall be valid for
the period stipulated in the Bid Document.
17.2 The Bid Security offered shall be in one of the following forms:
(a) A crossed Demand Draft / Pay Order in favour of Employer from any
Nationalized or Scheduled Bank.
(b) A bank guarantee issued by nationalized / scheduled bank or a Foreign
Bank which is counter guaranteed by a nationalized / schedule bank
and in the form B-13.
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 23 of 44
Bank Guarantees for the EMD/ Bid Security shall be valid for 180 days from
the date of Opening of Bid. The EMD/Bid Security shall be made payable
without any condition/ demur to the Employer ’on Demand‘.
The bid security may be submitted in Nepalese Rupees or equivalent US
Dollars or Euro.
17.3 Any Bid not accompanied by an acceptable Bid Security will be rejected by
the Employer as non-responsive.
17.4 The bid securities of unsuccessful Bidders will be discharged / returned as
promptly as possible, but not later than 45 days after the expiration of the
period of bid validity or award of work covered under the contract Package
whichever is earlier.
17.5 No interest will be payable by the Employer on the said amount covered by
the EMD/Bid Security.
17.6 The EMD/ Bid Security shall be forfeited, if
(a) The Bidder modifies / withdraws the Bid after Bid opening and during
the period of Bid Validity
(b) The bidder has been found practicing corrupt or fraudulent or collusive
or coercive practices during bidding process; or
(c) The successful Bidder fails within the specified time limit to
i) Sign the Contract Agreement or
ii) Furnish the required Performance Security in Form B-3.
(d) The bidder does not accept correction of errors.
17.7 The Bid Security of the successful bidder will be discharged after he has
signed the Agreement and furnished the required Performance Security.
18 Alternative Proposals by Bidders
Bidders shall submit offers that comply with the requirements of the bidding
Documents. Alternatives will not be considered, unless specifically asked for
by the Employer.
19 Format and Signing of Bid
19.1 The Bidder shall fill-in documents marked ″Original″ comprising the bid as
described in Clause 13 of these ITB.
19.2 The Documents shall be typed or written in indelible ink and shall be signed
by a person or persons duly authorized to signing the bid documents on
behalf of the Bidder [refer Form B-2 prescribed in case of single bidder and
Form B-3 in case of bidding by a JV/Consortium] and JV agreement in Form
B-4 shall be duly signed by all the partners of JV/Consortium. All pages of the
bid shall be initialed by the person or persons duly authorized to sign the bid
on behalf of the bidder as stated above.
19.3 The Bid shall contain no alterations or additions, except those to comply with
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 24 of 44
instructions issued by the Employer, or as necessary to correct errors made
by the bidder in which case such corrections shall be initialed by the person
or persons authorized to sign the bid.
D. SUBMISSION OF BIDS
20 Sealing and Marking of Bids
20.1 The bid shall be submitted in four sealed envelopes duly marked Envelope 1,
Envelope 2A, Envelope 2B and Envelope 3 with different envelopes containing
documents as stated below:
Envelope 1- Earnest Money Deposit
The Envelope-1 shall be named, marked and sealed as ″Earnest Money
Deposit″. This envelope shall contain the DD/ Pay order /Banker’s
cheque/Bank Guarantee for the amount specified.
Envelope 2A- Qualification Data
The Envelope-2A shall be named, marked and sealed as ″Bidders
Qualification″ and shall contain the following documents:-
Firm/JV registration documents, Experience details, Value of works executed,
financial capability, Equipment availability, Arbitration/Litigation history,
Existing commitments, and Professional manpower proposed to be used, Sub
contractors’ capability and under takings, Calculation of bid capacity etc.
Envelope 2B- Techno-Commercial Details
The Envelope-2B shall be named, marked and sealed as ″Techno-Commercial
Bid″. This Envelope shall contain the following documents:-.
Bid application form, Appreciation of site visit, Address of communication,
Power of Attorney, Authority to seek references from bankers, Structure
wise construction methodology proposed, Broad calculations justifying the
adequacy of construction equipment proposed, proposed quality control
measures, comfort letters from bankers and equipment leasing companies,
Additional drawings if any prepared by the bidders, BOQ indicating the
quantities considered for groups of items in the Price schedule, Contract data
duly filled in etc.
Envelope 3-Price bid
The Envelope-3 shall be named, marked and sealed as ″Price Bid″ containing
duly indicating the prices in figures and words in the prescribed format. If the
Bid is submit ted by JV/C, the percentage share of each partner of JV/C shall
be stated in the ″Price Bid″.
20.2 The envelopes shall have following information clearly written on outside of
the envelope, failing which the Employer will assume no responsibility for the
misplacement or premature opening of the bid envelopes.
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 25 of 44
a) Be addressed to the Employer at the following address:
Himal Hydro & General Construction Limited,
Steel Tower, Jawalakhel,
Lalitpur, Nepal
b) And bear the following identification:
Bid for Hydromechanical works for Middle Modi Hydropower Project.
Bid Reference No. MMHEP/HM/Lot-2-2015
DO NOT OPEN BEFORE 18th December 2016, 15:00 hr
Name and address of the bidder.
c) Envelope 1 shall be super scribed on top as ″EARNEST MONEY
DEPOSIT″, Envelope 2A shall be super scribed on top as ″BIDDER’S
QUALIFICATION″, Envelope 2B shall be super scribed on top as
″TECHNO-COMMERCIAL BID″ and Envelope 3 shall be super scribed
on top as ″PRICE BID″ respectively.
20.3 The four envelopes as specified above shall be placed in another outer cover.
The outer cover shall be sealed, marked and super scribed as per clause 20.2
a and b. The bidder shall submit his bid in duplicate (marked original and
duplicate separately)
20.4 The bidder has the option of sending the Bid by registered post/courier or by
submitting the Bid in person, so as to reach by the date and time indicated in
the Invitation for Bids (IFB). Bids submitted by cable will not be accepted.
The bidder shall be responsible for timely delivery of Bids and Bids received
after the stipulated date and time will not be accepted.
21 Deadline for Submission of the Bids
21.1 Bids must reach the Employer at the address specified above not later than
18th Deember 2016 at 13:00 hr. In the event of the specified date for the
submission of bids being declared a holiday by the Employer, the Bids will be
received up to the appointed time on the next working day.
21.2 The Employer may extend the deadline for submission of bids by issuing an
amendment in accordance with Clause 11 (ITB), in which case all rights and
obligations of the Employer and the bidders previously subject to the original
deadline will then be subject to the new deadline. Amendment will be sent to
the bidders who have physically purchased the bid document and shall also
be posted on the website of the Employer and separate press notification
shall not be issued.
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 26 of 44
22 Late Bids
Any Bid received by the Employer after the deadline prescribed in Clause 21
(ITB) will be returned unopened to the bidder.
23 Modification and Withdrawal of Bids
23.1 Bidders may modify or withdraw their bids by giving notice in writing before
the deadline prescribed in Clause 21 (ITB).
23.2 Each Bidder‘s modification or withdrawal notice shall be prepared, sealed,
marked, and delivered by him to the Employer in accordance with Clauses
19 & 20 (ITB), with the outer and inner envelopes additionally marked
MODIFICATION″ or ″WITHDRAWAL″ as appropriate.
23.3 No bid shall be modified after the deadline for submission of Bids.
23.4 Withdrawal or modification of a Bid between the deadline for submission of
bids and the expiration of the original period of bid validity in Clause 16.1
(ITB) above or as extended pursuant to Clause 16.2 (ITB) may result in the
forfeiture of the Earnest Money De posit pursuant to Clause 17 (ITB).
23.5 In case a bidder chooses to offer a rebate, then he may do so offering it on a
percentage basis applied to the lump sum price quoted.
E. BID OPENING AND EVALUATION
24 Bid Opening
24.1 On the due date and appointed time as specified in clause 21 (ITB), the
Employer will open envelope 1, 2A, and 2B of all bids received (except those
received late) including modifications made pursuant to clause 23 (ITB) in
presence of the Bidders or their representatives who choose to attend. In the
event of the specified date for Bid opening being declared a holiday by the
Employer, the bids will be opened at the specified time and location on the
next working day.
24.2 Envelopes marked ″WITHDRAWAL″ shall be opened and read out first. Bids
for which an acceptable notice of withdrawal has been submitted pursuant to
Clause 23 (ITB) shall not be opened. Unopened bids shall immediately be
returned to the respective Bidder.
24.3 All those Bidders, who have submitted Bids together with requisite EMD/Bid
Security, will be so informed then and there. If any Bid does not contain
EMD/Bid Security in the manner prescribed in the Bid documents, then that
Bid will be rejected and the Bidder informed accordingly and other sealed
envelope will be returned to him without opening.
24.4 The sealed Envelopes shall be opened in stages and in sequence as required
by the Employer for the eligible bidders for evaluation of bids and award of
Contract.
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 27 of 44
24.5 The Price Bid contained in Envelope-3 shall be opened by the Employer on a
later date in the presence of the Bidders who may like to be present. The
time, date and venue for opening of the Price Bid shall be intimated to the
Bidders by fax, letter & notifying on Employer‘s Website in due course. The
Bidders ‘name, their Price Bids, the total amount of each Bid, any discounts,
and such other details as the Employer may consider appropriate, will be
announced by the Employer at the Price Bid opening. Any Bid Price, discount,
which is not read out and recorded at Price Bid opening, will not be taken into
account in Bid evaluation.
25 Clarification of Bids
25.1 To assist in the examination and comparison of Bids, the Employer may, at
his discretion, ask any Bidder for clarification of his Bid, The request for
clarification and the response shall be in writing or by cable, but no change in
the price or substance of the Bid shall be sought or offered or permitted
except as required to confirm the correction of arithmetic errors discovered
by the Employer in the evaluation of the Bids in-accordance with Clause 27
(ITB).
25.2 Subject to sub-clause 25.1 above, no Bidder shall contact the Employer on
any matter relating to his Bid from the time of the bid opening to the time
the contract is awarded. If the Bidder wishes to bring some information to
the notice of the Employer, he should do so in writing.
25.3 Any effort by the Bidder to influence the Employer‘s bid evaluation, bid
comparison or contract award decisions, may result in the rejection of his bid.
26 Examination of Bids and Determination of Responsiveness
26.1 Prior to detailed evaluation of Bids, the Employer will determine whether each
Bid;
(a) meets the eligibility criteria defined in ITB Clause 3 and;
(b) it has been properly signed by an authorized signatory (accredited
representative) holding Power of Attorney in his favour as defined in
ITB Clause 4.1;
(c) is accompanied by the required EMD/Bid Security and;
(d) is responsive to the requirements of the Bidding documents
26.2 A responsive Bid is the one which conforms to all the terms, conditions and
specification of the Bidding documents including time for completion, without
material deviation or reservation. A material deviation or reservation is the
one which
(a) affects in any substantial way the scope, quality or performance of the
Works;
(b) limits in any substantial way, the Employer’s rights or the Bidder’s
obligations under the Contract, or
(c) whose rectification would affect unfairly the competitive position of
other Bidders presenting responsive Bids.
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 28 of 44
26.3 If a Bid is not substantially responsive, it will be rejected by the Employer,
and may not subsequently be made responsive by correction or withdrawal of
the non-conforming deviation or reservation.
26.4 The Employer may waive any minor non-conformity or irregularity in a bid
that does not constitute a material deviation and that does not prejudice or
affect relative ranking of any bidder.
27 Correction of Errors
27.1 Bids determined to be responsive will be checked by the Employer for any
arithmetic errors. Where there is a discrepancy between the rates in figures
and in words, the rate in words will govern;
27.2 The amount stated in the Bid will be corrected by the Employer in accordance
with the above procedure for the correction of errors and shall be considered
as binding upon the bidder. If the Bidder does not accept the corrected
amount, his Bid will be rejected, and the EMD/Security Deposit may be
forfeited in accordance with sub-clause 17.6(d) of ITB.
28 Evaluation and Comparison of Bids
28.1 The Employer will evaluate and compare only the Bids determined to be
responsive in accordance with clause 26 of ITB.
28.2 In evaluating the Bids, the Employer will determine for each Bid, the
evaluated Bid Price by adjusting the Bid Price as follows:
(a) Making any correction for errors pursuant to Clause 27
(b) Making appropriate adjustments to reflect discounts or other price
modifications offered in accordance with Sub Clause 14.2 and 23.2
(c) Converting the amount to a single currency in accordance with Clause
15.2;
28.3 If the Bid of the successful Bidder is seriously unbalanced i.e. extra ordinary
low / high priced in relation to the Employer‘s estimate of the cost of work,
the Employer may require the Bidder to produce detailed price basis for his
price assessment, to demonstrate the internal consistency of those prices
with the implementation/construction methodology and schedule proposed.
28.4 Requirement of submission of price analysis from the successful Bidder shall
be com plied with by him and submitted to the Employer‘s Representative or
his nominee within fifteen days from the date of such notice issued by the
Employer’s Representative or his nominee failing which his bid would be
treated as non-responsive.
28.5 After evaluation of price analysis, taking into consideration the schedule of
estimated payments, the Employer may require that the amount of the
Performance Security set forth in Clause 33 (ITB) be increased at the
expense of the bidder to a level sufficient to protect the Employer against
financial loss in the event of default of the successful bidder.
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 29 of 44
29 Employer’s Right To Accept Or Reject Bids
Notwithstanding Clause 28 above, the Employer reserves the right to accept
or reject any Bid, and to annul the bidding process and reject all bids,
without assigning any reason, at any time prior to award of contract, without
thereby incurring any liability to the affected bidder or bidders or any
obligation to inform the affected bidder or bidders of the grounds for the
Employer‘s action.
F. AWARD OF CONTRACT
30 Award Criteria
30.1 After evaluating the bids, the Employer shall award the Contract to the
Bidder at his quoted price, including any discounts or corrections and whose
Bid has been determined to be responsive to the Bidding documents and who
has the lowest evaluated Bid Price which has been found, provided that such
Bidder has been determined to be (a) eligible in accordance to the provisions
of Clause 3 of ITB, and (b) qualified in accordance with the provisions of
Clause 4 of ITB.
30.2 The employer shall make all efforts to award the contract within the period of
Bid validity.
31 Notification of Award
31.1 The Notification of award of contract shall be according to the provisions of
this clause onwards.
31.2 The Bidder who’s Bid has been accepted will be notified of the award by the
Employer prior to expiration of the Bid validity period by cable/Fax and
confirmed by registered letter. This letter issued in Form C-1 (hereinafter and
in the Conditions of Contract called the ″Letter of Acceptance″) will state the
sum that the Employer will pay to the Contractor in consideration of the
execution, & completion of the Works by the Contractor as prescribed by the
Contract (hereinafter and in the Contract called the ″Contract Price″). The
successful bidder (hereinafter called the ’Contractor‘) shall acknowledge and
submit a signed copy to the Employer immediately on receipt of the ″Letter
of Acceptance″.
32 Signing of Contract Agreement
32.1 The Employer and the successful bidder shall enter into a Contract
Agreement (the Form of Agreement is placed at Form C-2) within 28 days
after the successful bidder (hereinafter called the Contractor) receives the
Letter of Acceptance, unless they agree otherwise, subject to furnishing the
performance security as laid down in ITB Clause-33 before signing the
Agreement with the Employer.
32.2 Upon issue of “Letter of Acceptance″ to the successful Bidder, the Employer
will promptly notify the other Bidders that their Bids have been unsuccessful
and release their Earnest Money Deposit/Bid Security.
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 30 of 44
33 Security Deposit (Performance Security)
33.1 Security Deposit shall consist of Performance Security which is to be
submitted upon award of work.
33.2 Performance Security shall be 10 % of Contract Price and shall be submitted
as Bank Guarantee, or any other form of deposit stipulated by the Employer,
within 28 days of receipt of “Letter of Acceptance″. If the performance
security is provided by the successful Bidder in the form of a Bank
Guarantee, then (a) the performance bank guarantee expressed in Nepalese
rupees shall be issued by a Scheduled Bank or Foreign Bank notified as
Scheduled Bank and (b) The Bank Guarantees in currency other than NR
(Nepalese Rupee) shall be acceptable only if these are issued by an
International Bank of repute.
33.3 Failure of the successful bidder to comply with the above stated requirements
of ITB, clause 32 & 33 shall constitute a cause for annulment of the award,
forfeiture of the EMD/Bid Security, and any other such remedy the Employer
may take under the provisions of the contract.
33.4 Not Used.
33.5 The Contractor shall extend the validity of the Bank Guarantees issued
against security deposit, if so requested by the Employer due to delay in
operational acceptance of performance of the unit/works at least 1 month
before the expiry of the ″period of validity″ of each of the Bank Guarantee
thereof.
33.6 The security deposit shall be released on successful completion of Defect
Liability Period.
33.7 In case of JV/Consortium, all the partners shall have to submit the
performance security deposit individually, aggregating to the total sum of 5%
of Contract Price. The value of individual guarantees submitted shall
correspond to each partner’s share in the JV.
34 Permanent Account Number (PAN)
Within 28 days from the date of issue of the Letter of Acceptance, the
successful bidder shall furnish to the Employer his Permanent Account
Number (PAN no.) issued by the Income Tax Authorities or any other
equivalent relevant document as per the prevalent Income Tax rules of the
host country. No payment shall be made to the contractor unless he submits
his Permanent Account Number or any other equivalent appropriate
document.
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 31 of 44
35 Advance Payments
The Employer may provide interest bearing Advance Payments against Bank
Guarantee of equal amount to the Contractor if stipulated in the Conditions of
Contract. The interest rate for such advances is as stated in the Contract
Data.
36 Corrupt or Fraudulent Practices
36.1 The Employer requires that Bidders/Suppliers/Contractors under this
contract, observe the highest standard of ethics during the procurement and
execution of this contract.
In pursuance of this policy, the Employer:
(a) Will reject a proposal for award of work if he determines that the Bidder
recommended for award has engaged in corrupt* or fraudulent** or
collusive*** or coercive**** practices in competing for the contract in
question.
(b) Will declare a Bidder ineligible, either indefinitely or for a stated period
of time, for award a contract/contracts or continuing with it after award
if he, at any time, determines that the Bidder has engaged in
“corrupt″ or “fraudulent″ or “collusive″ or “coercive″ practices in
competing for, or in executing, the contract.
* “corrupt practice″ means the offering, giving, receiving or soliciting of
anything of value to influence the action of any official in the
procurement process or in contract execution;
** “fraudulent practice″ means a misrepresentation of facts in order to
influence a procurement process or the execution of a contract to the
detriment of the Employer, and includes collusive practice among
Bidders (prior to or after bid submission) designed to establish bid
prices at artificial non-competitive levels and to deprive the Employer
of the benefits of free and open competition;
*** “collusive practice″ means a scheme or arrangement between two
or more bidders, with or without the knowledge of the Employer,
designed to establish bid price at artificial, non-competitive levels;
**** “coercive practice″ means harming or threatening to harm,
directly or indirectly, any person or their property to influence their
participation in the tendering process or affect the execution of a
contract.
36.2 Furthermore, Bidders shall be aware of the provision regarding forfeiture of
Earnest Money Deposit stated in ITB Clause 17.6.
36.3 Bidders or each member partner of the Joint Venture / Consortium shall not
be involved/listed and/or charged for ″corrupt″ or ″fraudulent″ or ″collusive″
or ″coercive″ practices issued by Govt. of host country or any foreign govt. /
State Govt. / Government Depts. / PSUs / World Bank / Asian Development
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 32 of 44
Bank or ineligibility thereof in accordance with ITB Clause 36.1. Bidders/each
member partner of JV shall submit a declaration in this regard in ’Form B-15’.
37 Conciliator
For this tender, provision of Conciliator is not proposed, unless specifically
agreed with the employer.
END OF ITB
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 33 of 44
PART-5
INFORMATION FOR BIDDERS (INFB)
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 34 of 44
INFORMATION FOR BIDDERS (INFB)
Table of Contents
1 INTROUCTION .................................................................................................... 35
1.1 General description of the project .................................................. 35
1.2 Land availability and temporary land acquisition ........................... 36
2 PROJECT COMPONENTS ...................................................................................... 37
2.1 DIVERSION WEIR........................................................................... 37
2.2 River diversion ............................................................................... 37
2.3 RIVER INTAKE AND FEEDER DUCT.................................................. 37
2.4 DESANDING CHAMBERS ................................................................. 37
2.5 HEAD RACE TUNNEL ....................................................................... 37
2.6 FOREBAY AND POWER INTAKE....................................................... 38
2.7 PENSTOCKS .................................................................................... 38
2.8 POWER HOUSE ............................................................................... 38
2.9 TAILRACE SYSTEM.......................................................................... 38
3 PRO BABLE RISKS ............................................................................................... 39
3.1 Meteorological variations ............................................................... 39
3.2 Seismological variation .................................................................. 39
3.3 Constraints in access to site ........................................................... 40
3.4 Political and social risks ................................................................. 40
3.5 Economical and legal variation ....................................................... 41
3.6 Acts of employer affecting works ................................................... 41
3.7 Acts of Contractor affecting works ................................................. 42
4 RISK REGISTER .................................................................................................. 44
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 35 of 44
INFORMATION FOR BIDDERS (INFB)
1 INTROUCTION
Following information and data for site related characteristics & logistics
including geo-technical details are being furnished in respect of this project.
1.1 General description of the project
The construction site of Middle Modi Hydropower Project (MMHP) is
located in Kaski and Parbat Districts of Gandaki Zone in Western
Development Region of Nepal. The Project lies in the upper region of the
Lesser Himalayas. The Modi Khola is one of the major tributaries of the
Kaligandaki River of the Gandaki basin. The intake for MMHP is located at
Birethanti village which is about 40 km north-west of Pokhara and about
14 km north-east from Kusma, the district headquarter of the Parbat
District. At present, there is about 1.5 km long earthen road to access the
intake area of the project from Nayapul on Pokhara- Baglung Highway.
The earthen road is accessible throughout the year from Pokhara –
Baglung highway. The powerhouse is located opposite to the Pokhara –
Baglung high way on the right bank of the Modi Khola, just upstream of the
diversion weir of existing Modi Khola Hydroelectric Project that is being
operated by NEA.
The Contractor is solely responsible for all his access and transport needs
to the Site. This is a public road and the Employer will not be responsible
for the condition of the road including delays or additional costs due to
interruptions and closures of the road.
The Contractor shall abide by all limitations, laws and regulations relating to
the use of public transportation routes. The Contractor shall have collected
all necessary information and made his own assessment of the road and
bridge conditions and capacities and shall be responsible for any
rehabilitation or strengthening needed for his transport requirements
also on the public road between Birgunj/ Kathmandu to the Site. The
Contractor shall obtain the permissible load-bearing capacities of the
existing road / bridges along the public road network. The Contractor shall
be responsible for satisfying himself that any of his vehicles or equipment
which he intends to pass over any of the existing road/ bridges in the area
shall not damage or endanger the integrity or safety of the general public,
roadways, associated structures and other traffic. He shall make any
necessary repair or replacements as the case may be to any structure on
the route which is damaged by the Contractor as a result of his own
a c t i v i t i e s . Such repair or replacement shall be satisfactory to the
Engineer or the appropriate government authorities.
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 36 of 44
In the event that the Contractor proposes to carry out any strengthening
or supporting works of any bridge or associated structure or roadway in
order to use of heavier or larger vehicle, for the purposes of executing
the Works under the Contract, the Contractor shall be responsible for
obtaining all necessary approvals and permissions as may be required from
the authorities concerned which own or are responsible for operation
of such bridges, structures or roadways. The Contractor shall submit to
the Engineer a copy of all such requests for permission within 3 days of
submission of the original request to the authority concerned, including all
supporting drawings, calculations and other information. The Contractor
shall submit to the Engineer a copy of approval or permission within 3
days after receiving it from concerned authorities.
1.2 Land availability and temporary land acquisition
The Employer will acquire all the lands necessary for the permanent and
temporary construction works. The Contractor shall, during the execution of
the works, have free use of working areas and access thereto in the
Employer's area of land, except where shown otherwise on the Drawings.
The Contractor will be permitted to construct temporary roadways, and
other temporary facilities such as accommodation for his work force, site
offices, water supply and sewerage system, and all other works necessary
as per the Contract within the area provided by the Employer. I f the
Contractor needs additional temporary land besides the temporary land
given by the Employer, the Contractor shall justify for it and take approval
from the Engineer.
The Contractor shall follow the following procedure while acquiring the land
and other private properties required for temporary works:
i) The Contractor shall make an assessment report on his needs in
terms of temporary land acquisition, possible impacts, households to be affected, and compensation arrangements before taking possession of or entering in to the assets and submit it to the Employer;
ii) The Engineer and the Employer together shall verify on the ground,
review and approve the Contractor’s request;
iii) After getting the approval from the Employer, the Contractor shall enter into an agreement with the owner of the land and provide a copy of the agreement to the Engineer before entering into the l a n d or occupying such property. All rentals, lease amount, compensation to loss of any crops, vegetation, trees etc. shall be paid by the Contractor at his own cost.
The Contractor shall not take the possession of any private land before the
approval of the Engineer and the Employer.
The Contractor shall make efficient plan for the land provided by the
Employer. Subject to the availability of limited open area at the site,
the Contractor might use land economically and temporary housing area
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 37 of 44
may require to design and adjust accordingly because of the steep and
narrow topographical features the headworks site.
2 PROJECT COMPONENTS
2.1 DIVERSION WEIR
An ungated diversion weir with sluices for silt flushing is proposed across Modi
Khola for diverting the water to the intake.
Suitable arrangement shall be made in the weir body to pass the approved
minimum ecological discharge, under continuously varying reservoir level
between FRL and MDDL, with appropriate controlling system.
Suitable arrangement like construction of fish ladder shall also be made for
safe passage of fish through the body of the weir.
2.2 RIVER DIVERSION
The work includes construction of diversion canal; design, construction,
maintenance and restoration of upstream and downstream cofferdams for the
entire construction period
Diversion of Modi Khola has been envisaged in two stages. In first stage a
diversion channel is envisaged on the left bank of the Modi River along with a
coffer dam from Upstream to the Downstream of the headworks area. After
the completion of the construction of sluice, intake and part of weir on the
right bank of Modi River, the river will be diverted through the sluice with the
construction of adequate coffer dams to divert it.
2.3 RIVER INTAKE AND FEEDER DUCT
The water conductor system and powerhouse are proposed on the right bank
of Modi Khola. Intake structure is proposed at the entrance of the open
feeder duct, located just upstream of the weir. The invert of intake structure
is kept at 1012 m, (1.5 m above the invert of sluice, to prevent entry of
sediments and trash into the feeder duct, which will lead the water to the
desanding chambers. For the maintenance of water conductor system, service
gate is provided in the feeder duct.
2.4 DESANDING CHAMBERS
The feeder duct will be split into three ducts just before the desanding
chambers and the split ducts will lead water into the three desanding
chambers. The design discharge in each chamber will be about 9.583 cumec.
The purpose of providing desanding chambers is to remove suspended
sediments of 0.20 mm and above size from the water, before entering the link
duct leading water to the HRT which further leads to the forebay.
2.5 HEAD RACE TUNNEL
Water from both desanding chambers will enter the link ducts of V-size 4.2 m
x 4.2 m which will lead water to the common Head Race Tunnel of 4.2 m dia
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 38 of 44
D-shaped tunnel of approximately 2793 m length. The design discharge of
HRT will be about 25cumec plus 10% for overloading.
2.6 FOREBAY AND POWER INTAKE
2.6.1 FOREBAY
HRT will carry water from link ducts to the Forebay. The forebay will carry out
the function of surge shaft to reduce the pressure surges created due to water
hammer and to limit their further transmission into HRT. The forebay shall
also supply water to turbines in case of sudden startup of a machine and the
capacity of forebay shall be designed considering this aspect. Overflow
arrangement shall be provided in the forebay for discharging excess water
into the river during upsurge as well as excess water collected during rains.
The contractor shall carry out the surge analysis in the penstock and the
design of forebay shall consider the effect of water level fluctuations due to
water hammer effect in the penstocks.
2.6.2 POWER INTAKE
At the mouth of the penstock, a power intake is provided, protected with trash
racks. This intake shall ensure turbulent free water supply to the penstocks.
2.7 PENSTOCKS
One number 3 m dia surface penstock of about 150 m length, bifurcated into
two unit penstocks of 2000 m dia (about 25 m each including transition) feed
the water from the forebay into the two units of the powerhouse. At the
mouth of the penstock, suitable trash rack shall be provided to prevent entry
of trash into the penstock. Though the trash racks are planned to be cleaned
manually, as another trash rack is already provided at the river intake, this
trash rack is planned to be designed with a net maximum velocity at MDDL of
1.5 m /sec, with 25 % of net opening of trash rack structure clogged. The net
flow area of the trash shall be calculated as the area of opening minus the
area occupied by the trash rack frame and bars within the opening.
The main and unit penstocks are made of steel liners supported on saddle
supports at intervals. Appropriate anchor blocks shall be provided at all bends
of penstocks. The purpose of the penstocks is to carry water from forebay to
the powerhouse to feed the turbines with water for power generation.
2.8 POWER HOUSE
A surface powerhouse is proposed on the right bank of Modi Khola. Two units
of horizontal axis Francis Turbines having an installed capacity of 7.55 MW
each is proposed.
2.9 TAILRACE SYSTEM
The two tail race ducts emanating from the draft tubes will be merged
together to form a common tail race duct, finally discharging back into the
river.
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 39 of 44
3 PROBABLE RISKS
3.1 Meteorological variations
The main meteorological condition which may affect the work is rain falls of
higher density.
3.1.1 Occurrence of heavy rains during non-monsoon periods
Rains of small intensities of short durations may affect the work only
temporarily. However, if higher intensity rains occur, outdoor activities will be
hampered. The contractor shall include the costs to be incurred during rains of
intensities up to 30 mm/hr. intensity, during non-monsoon periods, in his
quoted price.
In case, the HM activities are affected due to occurrences of rain fall of
intensities more than 30 mm/hr, during non-monsoon periods, the additional
costs if any incurred to manage the outdoor works, shall be calculated by the
contractor as per the provisions of risk register and such amounts approved
by the Employer (less any compensations to be received from insurance
policies) will be equally shared between the Employer and the Contractor.
(Employer 50% and Contractor 50%).
3.1.2 Occurrence of very heavy rains including cloud bursts during monsoon
periods:
In monsoon seasons, during heavy rainfall periods, the outdoor construction
activities may be suspended. However, if very high intensity rain falls occur,
additional measures will have to be taken to protect the work areas and
already constructed structures. The contractor shall include the costs to be
incurred during rains of intensities up to 100 mm/hr. intensity, during
monsoon periods, in his quoted price.
In case, the HM activities are affected due to occurrences of rain fall of
intensities more than 100 mm/hr, during monsoon periods, the additional
costs if any incurred to manage the outdoor works, shall be calculated by the
contractor as per the provisions of risk register and such amounts approved
by the Employer (less any compensations to be received from insurance
policies) will be equally shared between the Employer and the Contractor.
(Employer 50% and Contractor 50%).
3.2 Seismological variation
The Contractor shall include in his price all rectification works required as a
result of occurrence of earthquakes with PGA up to 0.25 g (horizontal) and
0.17 g (Vertical), in his quoted price.
In case, of occurrence of earth quakes having PGA values higher than 0.25 g
(horizontal) and 0.17 g (vertical), the additional costs if any required due to
the increased earth quake intensity, shall be calculated by the contractor as
per the provisions of risk register and such amounts approved by the
Employer(less any compensations to be received from insurance policies) will
be entirely borne by the Employer (Employer 100%).
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 40 of 44
3.3 Constraints in access to site
During the construction stage there is likelihood of obstructions in the
approach roads and highway, as a result of heavy traffic, landslides,
accidents, bad weather conditions, etc.
Impact of Such obstructions to approaches up to 3 days continuously shall be
considered in the bid by the contractor.
Extra costs required due to impact of disruptions to approaches exceeding 3
days, shall be calculated by the contractor as per the provisions of risk
register and such amounts approved by the Employer(less any compensations
to be received from insurance policies) will be equally shared between the
Employer and the Contractor (Employer 50% and Contractor 50%).
3.4 Political and social risks
3.4.1 War, hostilities, invasion, acts of foreign enemies, rebellion, revolution,
insurrection of military or usurped power, or Civil war.
Such occurrences will disrupt the work schedule and also may cause damages
to the already constructed works.
Extra cost required to restore the works including rectification of damages if
any shall be calculated by the contractor as per the provisions of risk register
and such amounts approved by the Employer(less any compensations to be
received from insurance policies) will be entirely borne by the Employer
(Employer 100%).
3.4.2 Contamination by radio activity from any nuclear fuel, or from any nuclear
waste, or radioactive materials, pressure waves caused by aircrafts or other
aerial devices travelling at sonic or supersonic speeds.
Such incidents will disrupt the work schedule and also may cause damages to
the already constructed works.
Extra cost required to restore the works including rectification of damages if
any shall be calculated by the contractor as per the provisions of risk register
and such amounts approved by the Employer(less any compensations to be
received from insurance policies) will be entirely borne by the Employer
(Employer 100%).
3.4.3 Damages due to any Political or Religious incidence.
Such occurrences will disrupt the work schedule and also may cause damages
to the already constructed works.
Extra cost required to restore the works including rectification of damages if
any shall be calculated by the contractor as per the provisions of risk register
and such amounts approved by the Employer(less any compensations to be
received from insurance policies) will be equally shared between the Employer
and the Contractor (Employer 50% and Contractor 50%).
3.4.4 Incidence due to local hindrance/instability
Such occurrences will disrupt the work schedule and also may cause damages
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 41 of 44
to the already constructed works.
Extra cost required to restore the works including rectification of damages if
any shall be entirely borne by the Contractor (Contractor 100%).
3.4.5 Acts of terrorism, Riots or commotion or disorder, unless solely restricted to
employees of the contractor or his subcontractors and arising from the
conduct of the works.
Such occurrences will disrupt the work schedule and also may cause damages
to the already constructed works.
Extra cost required to restore the works including rectification of damages if
any shall be calculated by the contractor as per the provisions of risk register
and such amounts approved by the Employer(less any compensations to be
received from insurance policies) will be equally shared between the
Employer and the Contractor (Employer 50% and Contractor 50%).
3.5 Economical and legal variation
3.5.1 Fluctuation of prices of materials, labour, and equipment.
The cost increase due to escalation of prices of various materials, labour and
machinery shall be considered in the quoted price and no escalation will be
separately applicable.
Even in the case of abnormal variation in prices of any commodity, the entire
cost increase shall be borne entirely by the Contractor. (Contractor 100%).
3.5.2 Changes in administrative regulation /government policies /Law.
In the case of cost increase as a result of any modification or introduction of
new conditions by Government agencies, changes in any regulation,
government policy or law, subsequent to the submission of bids, the increase
in cost shall be calculated by the contractor as per the provisions of risk
register and such amounts approved by the Employer(less any compensations
to be received from insurance policies) will be entirely borne by the Employer
(Employer 100%).
3.6 Acts of employer affecting works
3.6.1 Modification in schedules of other contracts which will affect the works of the
HM contractor.
In unavoidable circumstances, the employer may accept the modifications in
the schedules of other contracts, which may affect the works of HM Package.
In such cases the schedule of the HM Contract also may have to be modified
to match with the revised schedule of other packages.
In case extra cost is to be incurred due to the above changes in schedule, the
same shall be calculated by the contractor as per the provisions of risk
register and such amounts approved by the Employer (less any
compensations to be received from insurance policies) will be entirely borne
by the Employer (Employer 100%).
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 42 of 44
3.6.2 Suspension of works ordered by the employer, in excess of 15 days.
In certain site conditions, the employer may require suspension of works at
site.
The contractor shall include in his quoted price, the impact of suspensions
extending upto15 days.
In case the suspension periods exceeds 15 days, the cost increase if any due
to the impact of suspension in excess of 15 days shall be calculated by the
contractor as per the provisions of risk register and such amounts approved
by the Employer (less any compensations to be received from insurance
policies) will be entirely borne by the Employer (Employer 100%).
3.6.3 Additional tests for a work, ordered by the employer, which is then found to
have no defect.
Sometimes for additional clarification and confirmation purpose, the employer
may order the contractor to carry out certain extra tests.
However if such extra tests proves that the work carried out is meeting the
specification requirements, then the cost incurred for such additional tests will
be completely borne by the employer, in line with the provisions of risk
register.
3.6.4 Delay in handing over work fronts.
In case of delays in handing over work fronts at intermediate stages due to
delays in the activities of other related contractors, the cost increase as a
result of such delays in handing over of fronts, shall be calculated by the
contractor as per the provisions of risk register and such amounts approved
by the Employer will be entirely borne by the Employer (Employer 100%).
3.7 Acts of Contractor affecting works
3.7.1 Labour injuries and accidents.
As the impact of this activity is solely attributable to the contractor, the cost
increase if any due to this shall be entirely borne by the Contractor
(Contractor 100%).
3.7.2 Improper interference with the connivance of the public
As the impact of this activity is solely attributable to the contractor, the cost
increase if any due to this shall be entirely borne by the Contractor
(Contractor 100%).
3.7.3 Damage caused by the transportation of goods
As the impact of this activity is solely attributable to the contractor, the cost
increase if any due to this shall be entirely borne by the Contractor
(Contractor 100%).
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 43 of 44
3.7.4 Acts or defaults of subcontractors of HM contractor
As the impact of this activity is solely attributable to the contractor, the cost
increase if any due to this shall be entirely borne by the Contractor
(Contractor 100%).
3.7.5 Defects in materials, plant and workmanship
As the impact of this activity is solely attributable to the contractor, the cost
increase if any due to this shall be entirely borne by the Contractor
(Contractor 100%).
3.7.6 Lack of a competent project management team.
As the impact of this activity is solely attributable to the contractor, the cost
increase if any due to this shall be entirely borne by the Contractor
(Contractor 100%).
3.7.7 Lack of forward planning and budgetary control.
As the impact of this activity is solely attributable to the contractor, the cost
increase if any due to this shall be entirely borne by the Contractor
(Contractor 100%).
3.7.8 Casual attention towards critical targets of time, cost and quality.
As the impact of this activity is solely attributable to the contractor, the cost
increase if any due to this shall be entirely borne by the Contractor
(Contractor 100%).
3.7.9 Delays in procurement of materials and construction equipment due to a
casual approach.
As the impact of this activity is solely attributable to the contractor, the cost
increase if any due to this shall be entirely borne by the Contractor
(Contractor 100%).
3.7.10 Inadequate maintenance of construction equipment / inadequate workshop
facilities and shortage of spare parts for construction equipment.
As the impact of this activity is solely attributable to the contractor, the cost
increase if any due to this shall be entirely borne by the Contractor
(Contractor 100%).
3.7.11 Non deployment of competent specialized sub-contractors
As the impact of this activity is solely attributable to the contractor, the cost
increase if any due to this shall be entirely borne by the Contractor
(Contractor 100%).
3.7.12 Shortage of tradesmen and supervisors.
As the impact of this activity is solely attributable to the contractor, the cost
increase if any due to this shall be entirely borne by the Contractor
(Contractor 100%).
3.7.13 In-adequate quality control facilities and staff
VOLUME-1: BID REQUIREMENTS DECEMBER 2016
Himal Hydro & General Construction Limited
Engineering, Procurement & Construction of Hydromechanical Works
Middle Modi Hydropower Project (2 x 7.55 MW) Page 44 of 44
As the impact of this activity is solely attributable to the contractor, the cost
increase if any due to this shall be entirely borne by the Contractor
(Contractor 100%).
4 RISK REGISTER
A risk register shall be maintained at site, during execution, in which the
status of various parameters will be recorded daily or whenever the risk
events occur. The register shall be maintained at site jointly by the Employer
and the Contractor. These recordings duly countersigned by the authorized
representatives of both parties (Employer and Contractor) will form the basis
for computing compensation on account of the occurrence of these risk
events. The proforma of risk register is provided in Contract Form C-6.
END OF INFB