Professional Documents
Culture Documents
For
JULY, 2015
CONTENTS
Descri~tion
Page No.
Preamble
Background
- Salient Features/ Principal data of the Warsak HPP
Scope of Work
Part-II Required submission by Consultants/Firms
4
5
5
6
Instruction to Applicants
7
7
Annex-1
10
Annex-2
Declaration of Undertaking
11
WAPDA intends to carry out 2nd Rehabilitation of old Generating Units and Allied
Equipment of Warsak Hydroelectric Power Station with the financial support of French
Development Agency (AFD), the German Development Bank (KfW) , the European .Investment Bank (EIB) and the European Union [together "the European Development
Partners"] and invites Expression of Interest (EOI) from the consultant firms!
consultants, for the services of suitable Consultants for support to WAPDA in
establishing a Sustainable Sediment Management Strategy of Warsak reservoir.
Method of Selection i.e. Quality and Cost Based Selection (80:20) will be used. This
assignment will be financed by a grant from the European Union, through the Asia
Investment Facility, delegated to AFD for implementation.
2.
General Manager
(Hydel) Development, WAPDA
104-WAPDA House, Lahore
Tel:042-99202189
Fax:042-36369004
Civil works: sediment management at the intake structure, for which further
studies need to be carried out; replacement of concrete deck of intake,
interventions to mitigate AAR effect on powerhouse and spillway;
Hydro-mechanical works: new hopper trash racks, replacement of crane, new
trash rack cleaning machine;
Electro-mechanical equipment: replacement of all runners and wicket gates
with application of appropriate coatings resistant to erosion; replacement of 4
generators;
Electrical systems: replacement of electrical component of 4 units, new
SCADA system, control panels;
Enhancement of the workshop.
It has been jointly agreed with the Lenders that this investment would be
sustainable only if operation rules of the reservoir change, in particular regarding
the erosion of turbines. The objective of the new sediment management system
combined with appropriate operation rules would be -to reduce by 5 or 10 times the
quantity of fine sand entering the turbines - therefore increasing their life-time.
In addition, community projects are also planned on the site.
1.1
1.1.1 Dam
Type:
Height:
Length:
Area:
Gross Storage Capacity (DeSigned):
Live Storage Capacity (Designed):
Dead Storage Capacity (Designed):
1.1.2 Spillway
Type
Length
No. of Gates
Size of each Gate
Discharge capacity/gate
Overflow
440 ft.
9
40 x 40 ft.
60,000 m3/s
1.1.3. Powerhouse
Gross head
137 ft / 41.8 m
21 000 cfs/ 595 m 3/s
Design flow
6 Francis turbines each 40 or 43 MW capacity
2.0
. . ...
' ,:
4.0
The final submission date of EOI is 28.09.2015 up to 11.00 Noon. One set of the
EOl/prequalification documents in closed envelope shall be marked "Original" and one
copy (printed and electronic version on CD), and be signed by the authorised
representatives of the applicants, shall be directly forwarded not later than the
submission date to:
WAPDA
General Manager (Hydel) Development
104-Wapda House, Lahore- Pakistan
Phone: +92-42-99202189 Fax: +92-42-36369004
Email: gmhvdeldev@hotmail.com
One copy (printed and electronic version inside) of the complete set of the EOI
documents shall also be submitted in closed envelopes not later than the submission
date to the following recipient:
AFD
Mr Matthieu Bommier
Project Manager, Sustainable Transport and Energy Division
5, rue Roland Barthes
75598 Paris cedex 12 - France
Email: bommierm@afd.fr
For timely delivery only the submission at WAPDA is relevant.
5.0
Interested consultants must provide information indicating that they are qualified to
perform the services.The EOI I prequalification documents shall contain (for the lead
consultant and all associated partners):
~
Relevant references with brief description of the task for the last ten years to
prove technical qualifications and experience abroad, in Pakistan as well as
in the region, strictly related to the envisaged services (maximum 15
references) in the EU-Format [Annex-1];
Interested consultants are requested to submit concise and clear, but substantial
documents and to adhere to the above structure. Non-compliance with this invitation or
faulty information shall lead to non-qualification.
6.0
(B)
(C)
1.
1.1
,',
".~-<,
,Ok
.~~f'~
)1:
.,
Maximum
Score
- 0- '"
40
?~~
,\;r
~:~.,'i-
25
2.
~'.
60
'~::.i.
25
f.
~~'~I~
15
9
15
Total
10
ANNEX-1
Reference Project Sheet
Please complete a table using the format below to summarize the major relevant
projects related to this project carried out in the course of the past 10 years by the legal
entity or entities making this application. The number of references to be provided must
not exceed 15 for the entire application.
Ref
No.
(max.
15)
Name
of
legal
entity
Project Title
Country
Overall
project
value
[EURO]
Proporti
on
carried
out by
legal
entity
[%] .
4
No of
staff
provided
with man
months
share
Namel Po
sitlon of
Key Staff
Description of project
r
,j
Ii
6
"
"."lr :..
)Origin of
tfuntUng
I~:/
:." 1-:
.<,
Name
of
client
~.
,~
'
10
,,1"',-\..
11
Annex 2
DECLARATION OF UNDERTAKING
We underscore the importance of a free, fair and competitive procurement process that
precludes abusive practices. In this respect we have neither offered nor granted directly or
indirectly any inadmissible advantages to any public servant or other person nor accepted
such advantages in connection with our bid, nor will we offer or grant or accept any such
incentives or conditions in the present procurement process or, in the event that we are
awarded the contract, in the subsequent execution of the contract. We also declare that no
conflict of interest exists 1
We also underscore the importance of adhering to minimum social standards ("Core Labour
Standards") in the implementation of the project. We undertake to comply with the Core
Labour Standards ratified by the country of Pakistan (name of country).
We will inform our staff about their respective obligations and about their obligation to fulfil
this declaration of undertaking and to obey the laws of the country of @ (name of country).
We also declare that our company/all members of the consortium has/have not been
included in the list of sanctions of the United Nations, nor of the EU, nor of the German or
the French Government, nor in any other list of sanctions and affirm that our company/all
members of the consortium will immediately inform the client and the Lenders if this
situation should occur at a later stage.
We acknowledge that, in the event that our company (or a member of the consortium) is
added to a list of sanctions that is legally binding upon the client and/or the Lenders, the
client is entitled to exclude our company/the consortium from the procurement procedure
and, if the contract is awarded to our company/ the consortium, to terminate the contract
immediately if the statements made in the Declaration of Undertaking were objectively false..
or the reason for exclusion occurs after the Declaration of Undertaking has been issued.
(Place) (Date)
(Name of company)
(Signature(s)
Tenders from bidders will be admitted to the procedure provided that none of the following reasons for exclusion or conflicts of interest apply:
a) Sanctions or embargoes of the Security Council of the United Nations, the EU6 or the German government preclude the participation of a
bidder. b) The bidder is excluded from the tendering process with legal effect in the Client's country on the grounds of punishable offences,
especially fraud, corruption or other economic crimes. c) The bidder or a subcontractor to be subcontracted for significant parts of the contract
has economic links to the Client and/or is a state-controlled company in the partner country that is not legally or economically independent. d)
The bidder or individual members of the bidder's staff or a subcontractor has economic links or family ties with personnel of the Client who are
involved in preparing the tender documents, awarding the contract or supervising the execution of the contract, insofar as the conflict of interests
could not be resolved to The Lender's satisfaction in advance of the contract award and execution phase. e) The bidder or individual members of
the bidder's staff were directly involved in drawing up the terms of reference and/or other information for the tendering procedure. This shall not
apply to Consultants who have produced preparatory studies for the contract or who were involved in a preceding phase, insofar as the
information they prepared in this connection, especially feasibility studies, was made available to all bidders and the preparation of the terms of
reference for the invitation to tender was not part of the activity. 1) The bidder is not or was not during thelast 12 months prior to publication of
the invitation to tender indirectly or directly linked to the project in question through employment as a staff member or advisor to the Client, and
is not or was not able in this connection to influence the award of the contract for services, or the bidder is not or was not otherwise able to
influence the award of the contract for services."
12