You are on page 1of 29

Nyadi Hydropower Limited Invitation for Prequalification

Section I: Invitation to Prequalification

NYADI HYDROPOWER LIMITED (NHL)


NYADI HDROPOWER PROJECT (NHP)

Date of First Publication: 20 March 2011


Name of Contract: Lot 1 (Contract Reference No. NHL.PQ.ICB.11.001.0): - Civil Works
including Underground Construction
Lot 2 (Contract Reference No. NHL.PQ.ICB.11.002.0): - Electro-
mechanical Works
Lot 3 (Contract Reference No. NHL.PQ.ICB.11.003.0): - Hydro-
mechanical Works

General information
1. The project company, NHL, is a public limited company formed as a joint venture
company of Butwal Power Company Limited with Lumjung Electricity
Development Company, Nepal. NHL is arranging sufficient funds from the various
funding agencies for the successful execution of the Nyadi Hydropower Project.
2. Prequalification (PQ) will be conducted following the Evaluation criteria contained
in the PQ documents and is open to all eligible national and international
contractors or their joint ventures. Only the bidders who satisfy the Evaluation
criteria shall be considered for further bidding by the Employer.
3. The Invitation to Prequalification (ITP) consists of three (3) sections. Section 1 is
the Invitation to Prequalification. Section 2 is the scope of works for the Project
Contract Packages, Lot-1: Civil Works including Underground Construction, Lot-2:
Electro-mechanical Works, Lot-3: Hydro-mechanical Works and Section 3 is
“Forms”.
4. The works for the above mentioned contract packages are described in the Scope
of Works section of this prequalification document.
5. The prequalification is carried out in a single stage process. Bidders are required
to submit the complete Bid comprising of all necessary information.
6. No application fee is required for bidding this PQ. All costs incurred by the Bidder
in connection with, or costs arising out of the preparation of his Bid shall be borne
by the Bidder himself. NHL, in no case, shall be responsible or liable for any such
costs. It is recommended that interested eligible contractors familiarize
themselves with the local conditions and visit the project site. Costs incurred for
site visits are to be borne by the applicant. .
7. NHL will charge application fee of Nepalese Rupees Five Thousand Only (NPR
5000.00) or US $ 65.00 (American Dollar Sixty Five only) to the prequalified
bidders to obtain Bidding Documents in order to participate in the Bidding
process.
8. NHL reserves the right to accept or reject any or all applications for
prequalification and cancel the prequalification process and reject all applications
without assigning any reason whatsoever.

Section 1 1
Nyadi Hydropower Limited Invitation for Prequalification

9. The interested eligible applicants may obtain further information from the
Employer’s address or from the URL address www.bpc.com.np.

Method of applying
10. The Invitation to Prequalification (ITP) documents can be obtained free of cost
from the NHL office located at Buddanagar, Kathmandu or can be downloaded
from the web-site www.bpc.com.np.
11. The ITP document comprises three Packages from Contract package 1 to Contract
package 3. Bidders can bid for one or more Contract Packages. Each Contract
Package will be separately evaluated. Bidders wishing to Bid for more than one
Contract Package are required to submit complete Bidding document for
individual Contract Packages.
12. The Bid shall be signed on each page by a duly authorized person holding Power
of Attorney for signing the Bid. A certified copy of the Power of Attorney shall
accompany the Bid in such cases. Bids submitted without such document shall be
automatically disqualified.
13. The Bidders shall submit the documents mentioned in the sub-section
“Submission of Documents”, in Form B of Section 3 and all other necessary
documents mentioned in this ITP. It is the responsibility of the Bidders to submit a
complete set of documents. The Employer deserves the right to disqualify all the
incomplete Bids.
14.Two or more Contractors can apply for PQ in joint venture. The number of
partners in Joint Ventures is limited to three and share of each partner in the Joint
Venture shall not be less than 20% while the share of lead partner shall be more
than 40%.
15. Bidders may request for any clarification regarding ITP documents and other
relevant information. A request for clarification shall be made in writing to
Employer’s address indicated in this document. The Employer will respond to any
such requests for clarification within reasonable time.
16.Each joint ventures shall be experienced in work of similar nature to that included
in the contract for which the prequalification is sought, and each joint venture
partner should be experienced in the field in which he is proposed as specialist
contributor for the contract works. The capacity of a partner to carry out his
responsibility in accordance with either the joint venture agreement or the
declaration of intent to form such an agreement will be assessed in terms of
experience, technical qualifications and financial capacity.
17. Any formation of a joint venture after prequalification and any change in a
prequalified joint venture will be subject to NHL approval in writing prior to the
deadline set for the receipt of the bids. Such approval will not be granted if,
among other things, the proposed formation or change will result in NHL ‘s
opinion in (i) a substantial reduction in completion, (ii) the inclusion of a firm
which had not previously been prequalified (either individually or as part of a joint
venture), (iii) the lowering of a joint venture’s qualifications below the minimal
standards stated as acceptance in the prequalification documents

Section 1 2
Nyadi Hydropower Limited Invitation for Prequalification

Submission of documents
18. The deadline for submission of Documents for PQ is 12:00 pm (Nepal Standard
Time) on the 22nd day from the date of the first publication of the ITP. If the
deadline falls on the public holiday of the Government of Nepal, the deadline will
be the following working day at the same time.
19. The document for PQ shall be prepared in one (1) original and two (2) copies. The
original and the copy sets shall be clearly marked Original and Copy, respectively
on the front cover of each set. In the event of discrepancy between original and
copy, the original shall prevail.
20. Document for PQ for individual Contract Package shall be submitted in one (1)
sealed envelope. The sealed envelope must be either delivered by hand or by
registered mail, on or before the time and date of submission deadline to the
address of the Employer mentioned in this document.
21.The sealed envelope enclosing Document for PQ shall be legibly marked:
“PQ document for NHP/C No.: (Please specify Contract Package number here)”;
and shall include the name, mailing address, telephone, fax and email address of
the Bidder.
22. All information requested shall be furnished in English. Any certificates and
relevant documents not in English shall be accompanied by the official translated
copy(ies). This requirement maybe waived for the official documents in Nepali
language issued by the offices of the Government of Nepal.
23.All documents submitted by the applicants shall be treated as confidential and
will not be returned.

Evaluation criteria
24. The prequalification will be subject to Bidder’s fulfillment of the Evaluation
Criteria set and stipulated in Section 3, Form A, and substantiated by authentic
and relevant information and details in the prescribed formats. Additional
information in support of the Bidder’s claims of achievements may be furnished in
suitable form of their device and/or design.
25. The Evaluation criteria in Form A are set forth as the minimum. Contractors with
proven experience and qualification are highly encouraged to apply for PQ.
26. Arbitrary Contract Package Value (ACPV) has been defined by NHL for every
Contract Package as a parameter for Evaluation criteria. It is an indicative value
and shall not be interpreted for other purposes.
27. The Employer considers the Evaluation Criteria as transparent as possible. The
total mark for Evaluation is set at 20. To be prequalified, the Bidders shall pass
the individual criteria and shall also score a minimum of 8 out of 20.
28. Documents which are received after the above deadline will not be considered for
evaluation. The Applications will be opened on the next day of the submission
deadline. The results of the PQ will be posted within one week of the opening of
applications.

Employer’s Address:
Project Director, Nyadi Hydropower Project
Nyadi Hydropower Limited

Section 1 3
Nyadi Hydropower Limited Invitation for Prequalification

Ganga Devi Marga-313


Buddanagar, Kathmandu, NEPAL
P.O. Box 26305
Tel: +977-1-4785392,4785736
Fax: +977-1-4785393
Email: nhl@bpc.com.np

Section 1 4
Nyadi Hydropower Limited Invitation for Prequalification

Section 2: Scope of Works

NYADI HYDROPOWER LIMITED (NHL)


NYADI HYDROPOWER PROJECT (NHP)

Section 4 1
Nyadi Hydropower Limited Invitation for Prequalification

Contract Lot 1 - Civil Works including Underground Construction


The major items of civil works including underground construction for Nyadi
Hydropower Project are tabulated in Table 1and Table 2.

Table 1: Bill of quantity for Civil Works for Surface components

S.N. Item Descriptions Unit Quantity

1 General, Headworks
1.1 Site Clearence m2 4000.00
2 Coffer Dam
2.1 Earthwork in backfilling m3 1680.00
2.2 PVC sheet 1 mm thick m2 640.00
2.3 Hard stone lining ( 0.4m thick) m2 80.00
2.4 Removal of coffer dam No 2.00
2.5 Water control in coffer dam Day 10.00
3 Weir and Undersluice

3.1 Excavation on rock with blasting m3 6,973.15

3.2 Excavation on river bed m3 6,973.15

3.3 Earthwork in backfilling m3 3,123.55

3.4 Blinding concrete (C15) m3 1,270.50

3.5 Reinforced Cement Concrete (C35) m3 2,875.48

3.6 Reinforced Cement Concrete (C25) m3 4,313.23

3.7 Reinforcement ton 754.56

3.8 Geotextile m2 1,287.00

3.9 Hard stone lining (0.4m thick) m3 336.00

3.10 Water control in weir Day 90.00

3.11 Laying 300mm thick filter layer m2 525.00


3.12 Laying of 0.5m thick cobble & pebble layer m3 -

3.13 Boulder lining m3 1,050.00

3.14 Formwork m2 5,460.45

3.15 Expansion Joints m 14.00

3.16 Sealant m 14.00

3.17 Hydro cell m 14.00

3.18 Water bars m 14.00

3.19 Curtain grouting kg 52.80

3.20 GI Pipes (50mm dia) m 169.80

Section 4 2
Nyadi Hydropower Limited Invitation for Prequalification

S.N. Item Descriptions Unit Quantity

4 Control Building
4.1 Earthwork in Excavation m3 20.29
4.2 Granular Material m3 124.26
4.3 Blinding Concrete (C15) m3 2.54
4.4 Formwork m2 259.48
4.5 Reinforced Cement Concrete (C25) m3 60.30
4.6 Reinforcement Tons 4.73
4.7 Brickwork m3 89.45
4.8 Steel Railings rm 40.50
5 River Protection
5.1 Earthwork in excavation m3 1315.60
5.2 Gabion works m3 965.00
6 Anchor blocks/ Support piers
6.1 Rock Excavation m3 432.88
6.2 Boulder mix soil excavation m3 8947.39
6.3 Blinding Concrete (C15) m3 70.44
6.4 Structural Concrete (C25) m3 3116.92
6.5 Rebar Ton 122.34
6.6 Formworks m2 1904.00
6.7 Back Filling m3 3728.67
6.8 Subbase Preparation m2 875.24
7 Switchyard and River Training works
7.1 Gravel filling m3 414.00
7.2 Gabion mattress as launching apron m3 150.00
7.3 Backfilling m3 7901.50
7.4 Rip rap m3 900.00
7.5 1:4 C/S Stone Masonry m3 601.50
7.6 C15 Concrete Blinding m3 14.44
7.7 C20 Concrete Slab m3 7.00
7.8 C25 concrete for machine foundation m3 127.47
7.9 Formworks m2 387.08
7.10 Reinforcement ton 21.15

Notes:

1. These items are subjected to change during detail design.


2. The mentioned quantity is based upon the design adopted in Feasibility Study.

Section 4 3
Nyadi Hydropower Limited Invitation for Prequalification

Table 2: Bill of quantity for Civil Works of Underground components


S.N Uni
Item Descriptions Quantity
. t
1 Diversion tunnel and fish ladder
1.1 Excavation on rock with blasting m3 600.00
1.2 Tunnel excavation (Underground) m3 1400.00
1.3 Inlet pipe Dia 0.5m (8 mm thickness) ton 2.00
1.4 Reinforced Cement Concrete (C35) m3 5.70
1.5 Reinforcement ton 0.45
1.6 Shotcrete (5cm steel fibre reinforced) m2 1139.99
1.7 Rockbolt (2m long, 25mm dia grouted) No 320.00
1.8 Formwork m2 38.00
1.9 Trimming and preparation m2 120.00
1.10 Water control in tunnel Day 45.00
1.11 Grouting kg 6901.10
2 Gravel Trap & Flushing Culvert
2.1 Tunnel excavation (Underground) m3 294.50
2.2 Earthwork in excavation (Surface) m3 26.88
2.3 Stone masonry work m3 63.61
2.4 Blinding Concrete (C15) m2 6.36
2.5 Formwork m2 709.53
2.6 Reinforced Cement Concrete (C35) m3 354.38
Ton
2.7 Reinforcement s 27.82
2.8 Dressed Stone Lining m3 23.60
3 Intake Tunnel
3.1 Tunnel excavation (Underground) m3 565.43
3.2 Reinforced Cement Concrete (C35) m3 119.70
3.3 Reinforcement ton 9.40
3.4 Formworks m2 404.78
3.5 Reinforced shotcrete ( 5 cm) m2 467.25
3.6 Rockbolt (1.5m long, 25mm dia grouted) No 105.00
3.7 Water control in tunnel Day 25.00
3.8 Expansion Joints m 5.00
3.9 Sealant m 5.00
3.10 Hydro cell m 5.00
3.11 Water bars m 5.00
3.12 Grouting kg 2490.43
4 Settling Basin
2
4.1 Tunnel excavation (Underground) m3 9,777.20

4.2 Reinforced Cement Concrete (C35) m3 3,383.88

4.3 Reinforcement ton 265.63

Section 4 4
Nyadi Hydropower Limited Invitation for Prequalification

S.N Uni
Item Descriptions Quantity
. t

4.4 Formwork m2 5,897.02


1
4.5 Shotcrete (10cm steel fibre reinforced) m2 0,135.66

4.6 Shotcrete (5cm steel fibre reinforced) m2 6,076.01

4.7 Rockbolt (1.5m long, 25mm dia grouted) No 1,950.00

4.8 Rockbolt (2.0m long, 25mm dia grouted) No 1,092.00

4.9 Rockbolt (3.5m long, 25mm dia grouted) No 4,668.00

4.10 Trimming and preparation m2 120.00

4.11 Water control in tunnel Day 152.00

4.12 Expansion Joints m 27.00

4.13 Sealant m 27.00

4.14 Hydro cell m 27.00

4.15 Water bars m 27.00

4.16 Stone Masonry m3 1,986.86


5 Headrace tunnel
5.1 Rock Excavation m3 48724.31
5.2 Blinding Concrete (C15) m3 1122.05
5.3 Structural Concrete (C25) m3 3201.12
Ton
5.4 Rebar s 251.29
5.5 Formworks m2 9876.00
5.6 Subbase Preparation m2 14960.60
5.7 50 mm of unreinforced shotcrete m2 8402.64
5.8 50 mm steel fibre reinforced shotcrete m2 2466.00
5.9 100 mm steel fibre reinforced shotcrete m2 4926.70
5.10 150 mm steel fibre reinforced shotcrete m2 1553.90
5.11 200 mm steel fibre reinforced shotcrete m2 696.64
5.12 2 m long 25 mm dia. Grouted rock bolts at 1.5m*1.5m c/c no 3568.00
5.13 Spot bolting , 2m long 25mm dia grouted rock bolts no 5178.00
5.14 2m long 25mm dia grouted rock bolts at 1.3m*1.3m c/c spacing no 4110.00
5.15 2m long 25mm dia grouted rock bolts at 1.2m*1.2m c/c spacing no 1295.00
5.16 2m long 25mm dia grouted rock bolts at 1m*1m c/c spacing no 1120.00
5.17 4 m long spilling no 185.00
5.18 Gravel Fill m3 3170.88
5.19 Grouting kg 288454.32
5.20 Ribs kg 22275.00
5.21 Water control tunnel (25-50 lps) Day 400.00
6 Naije Adit
6.1 Landscaping spoil tip m2 20800.00

Section 4 5
Nyadi Hydropower Limited Invitation for Prequalification

S.N Uni
Item Descriptions Quantity
. t
6.2 Rock Excavation m3 1803.41
6.3 2m long 25mm dia grouted rock bolts at 1.5m*1.5m c/c spacing no 540.00
6.4 50 mm unreinforced shotcrete m2 1271.70
6.5 Gravel fill m3 58.56
6.6 Subbase preparation m2 30.00
6.7 C15 Blinding Concrete m3 2.07
6.8 C25 Concrete m3 68.52
6.9 Formworks m2 53.27
6.10 Rebar Ton 5.38
6.11 1:4 stone masonry works m3 540.00
6.12 Grouting kg 9811.00
Surge adit , Surge Tank and Ventillation adit , Gravel Trap with
7 flushing and spoil tips
7.1 Boulder mix soil excavation m3 2311.35
7.2 Rock Excavation m3 2650.58
7.3 Blinding Concrete (C15) m3 32.99
7.4 Structural Concrete (C25) m3 574.67
7.5 Rebar Ton 60.45
7.6 Formworks m2 1035.66
7.7 Subbase Preparation m2 458.30
7.8 50 mm of steel reinforced shotcrete m2 1133.73
7.9 100 mm of steel reinforced shotcrete m2 628.32
7.10 2 m long 25 mm dia. Grouted rock bolts at 1.5m*1.5m c/c no 481.12
7.11 1.5 m long 25 mm dia. Grouted rock bolts at 1.3m*1.3m c/c no 330.00
7.12 Landscaping spoil tip m2 6500.00
7.13 1:4 Stone masonry wall m3 663.40
7.14 75mm HDP Pipes for weep holes m 360.00
7.15 Ge--textile m2 120.00
7.16 Filter materials m3 60.00
8 Vertical Shaft
8.1 Rock Excavation m3 1651.58
8.2 Structural Concrete (C25) m3 1076.60
8.3 Rebar ton 84.51
8.4 70 mm of steel reinforced shotcrete m2 1954.65
8.5 2 m long 25 mm dia. Grouted rock bolts at 1.5m*1.5m c/c no 830.00
8.6 Double grouting kg 52659.68
9 Powerhouse Main Building
9.1 Rock Excavation m3 10558.54
9.2 200mm thick Shotcrete m3 336.00
9.3 25mm dia 4m long rock bolts @1.2m C/C no. 1260.00
9.4 Shotcrete ribs@2m C/C m3 264.00
9.5 Rebar in Shotcrete ribs ton 14.98
9.6 Water control in cavern 50-70 l/s day 180.00

Section 4 6
Nyadi Hydropower Limited Invitation for Prequalification

S.N Uni
Item Descriptions Quantity
. t
9.7 Cement grout Kg 9056.12
9.8 Concrete (C25) m3 298.93
9.9 Reinforcement ton 19.52
9.10 Formwork m2 1048.53
9.11 Steelwork t 23.52
9.12 CGI sheets 20 gauge m2 575.00
9.13 CGI sheet ceiling accessories m2 575.00
9.14 Finishes LS 1.00
10 Powerhouse Control building
10.1 Rock Excavation m3 1119.38
10.2 120mm thick Shotcrete m3 29.81
10.3 25mm dia 4m long rock bolts @1.2m C/C no. 264.00
10.4 Cement grout Kg 1707.01
10.5 C25 Concrete m3 105.89
10.6 Rebar t 8.31
10.7 Formwork m2 690.94
10.8 Finishes LS 1.00
10.9 Doors and windows m2 31.33
10.1
0 Plumbing & pipework LS 1.00
10.1
1 Miscellaneous steelwork; covers, handrails LS 1.00
11 Access Tunnel
11.1 Portal excavation and support LS 1.00
11.2 Water control in adit on incline 25-25 l/s day 50.00
11.3 Rock Excavation m3 3640.00
11.4 120mm thick Shotcrete m3 226.20
11.5 25mm dia 2.4m long rock bolts @1.5m C/C no. 968.00
11.6 Cement grout Kg 7267.26
11.7 C25 Concrete in floor m3 125.30
11.8 Rebar for C25 Concrete in floor ton 9.84
11.9 Rock bolts for cable rack no. 383.00
12 Tailrace Tunnel
12.1 Rock excavation m3 50.00
12.2 C20 Concrete m3 5,358.84
12.3 Formwork for C20 Concrete m2 363.42
12.4 Reinforcement Steel for C20 Concrete kg 1,360.31
12.5 Steel Ribs (H Beam: 150mmx150mmx5.4mm) kg 690.94
12.6 100 mm thick shotcrete m3 7,267.26
12.7 20mm dia 2m long rock bolts no. 125.30
12.8 Water control in tailrace tunnel 20-25 l/s day 60.00

Notes:

Section 4 7
Nyadi Hydropower Limited Invitation for Prequalification

1. These items are subjected to change during detail design.


2. The mentioned quantity is based upon the design adopted in Updated
Feasibility Study.

Section 4 8
Nyadi Hydropower Limited Invitation for Prequalification

Contract Lot 2- Electromechanical Works


The contract shall include but is not limited to, the design, manufacture, test before
shipment, transport to site, insurance, storage, erection, testing & commissioning at
site, remedy for defects of any equipments and guaranteed output of 30 MW for
Nyadi Hydropower project.

The equipments to be supplied under the contract are listed as below:

a) Three (3) Horizontal shaft Pelton type hydraulic turbines each to develop
rated output capacity of 10,900 kW with their accessories
i. Three (3) sets of governor
ii. Three (3) sets of main inlet valve an bypass valve
iii. Cooling Water System
iv. Drainage and Dewatering System

b) Three (3) alternating current generators each of 12.5 MVA, with their
accessories.
c) Four (4) 11/132 kV, 12.5 MVA main transformer, Single phase with their
accessories.
d) One (1) 11/0.4 kV, 500 kVA station service transformer and their
accessories.
e) One (1) 11/33 kV, 1000 kVA Distribution transformer and its accessories
f) Two (2) 33/0.4 kV, 250 kVA distribution transformer and accessories, one
each for dam site and housing area.
g) One (1) lot of ancillary equipment such as: overhead travelling crane,
diesel generator set (350 kVA), two sets of oil handling & purifying
equipment one for lubricating oil and the other for transformer oil, tools
and meters, air conditioning & ventilating unit and fire fighting systems
all complete with their accessories.
h) All complete switchgear equipment for indoor 11 kV system and for
outdoor 132 kV system with accessories.
i) Control and protection equipment for generating units, transformer, plant
equipment and line protection, etc. complete with accessories.
j) Instrument transformers with accessories.
k) Low voltage distribution panels with accessories.
l) All complete Power, control and communication cables with accessories.
m) Storage battery and battery chargers for 110V DC, 48V DC and 24V DC
supply.
n) Miscellaneous material such as electrical conductor, cable insulators, steel
structure and all other necessary materials, their accessories.
o) All complete Communication equipment with their accessories.
p) Steel structure for takeoff / gantry, busbars, equipments mounting.
q) Illumination of powerhouse, diesel generator room, switchyard areas etc.
r) Illumination and electrical works for headworks area.
s) All complete Earthing work of powerhouse and switchyard
All works under the electromechanical contract necessary for the proper completion
and smooth operation of plant whether specified here in detail or not shall be carried
out by the Tenderer/Contractor in accordance with the specifications and the
conditions mentioned within the complete tender document and it Single Line
Diagram.

In addition, the Tenderer/Contractor is obligated to provide training of the Employer's


personnel as required, to establish a well trained operation and Maintenance staff.

Section 4 9
Nyadi Hydropower Limited Invitation for Prequalification

The major item of works for Nyadi Hydropower project is tabulated in Table 3.

Table 3: Bill of quantity for Electro-mechanical Works


Quantit
Items No. Particulars Unit y
1 Turbine
(a) 10900 kW, Horizontal shaft Pelton type Turbine with all
lot 3
auxilliary equipment & accessories
i Pelton runners with accessories lot 3
ii Turbine shaft , bearings & its complete accessories lot 3
iv Nozzles and regulating mechanism with accessories lot 3
(b) Inlet Valve and accessories lot 3
(c) Digital governor and accessories lot 3
(d) Pressure oil supply system and acessories 3
(e) Cooling Water Supply System & Dewatering System lot 3
(f) Compressed air supply system lot 2
(g) Embbeded parts, supports and Foundation material LS
(h) Miscellaneous and Accessories lot LS
(i) Alternative Offer
(j) Spare Parts lot

2 Generators
12.5MVA Alternating current generator, excitation system,
a)i
other auxilliary equipment and accessories lot 3
a)ii Alternative Offer
b) Spare Parts lot 1

3 Power Transformers
a)i 11/132 kV, 12.5 MVA Single phase, power transformer,
ONAN/ONAF type complete with necessary accessories no 3
a)ii Alternative Offer
b) Spare parts lot 1

4 Station Transformers and Other Transformers


a) 11/0.4kV, 500 kVA dry type station transformer no 2
complete with necessary accessories
33/11 kV, 250 kVA ONAN type transformer for dam site
b)
supply no 1
with complete with necessary accessories
c) 33/0.4kV, 250 kVA ONAN type distribution transformer no 1
complete with necessary accessories for housing area
supply
e) Spare parts lot 1

5 Ancillary Equipment
(a) Crane
i Overhead crane, 45 tons + 10 tons with accessories lot
ii Spares for above lot
(b) Emergency DG Set

Section 4 10
Nyadi Hydropower Limited Invitation for Prequalification

Quantit
Items No. Particulars Unit y
i 350kVA DG set accessories lot
ii Chain hoist with mono rail lot
iii Spares for above lot
(c) Oil handling equipment
i Lubricating Oil Purifying Equipment with accessories
ii Transformer Oil Purifying Equipment with accessories
iii Oil transfer pump with accessories
iv Insulation oil tester with accessories
v Spare Parts for above lot
(d) Tools and testing instruments
i Workshop machines with accessories lot
ii Mechanical tools with accessories lot
iii Electrical tools & meters with accessories lot
(e) Air conditioning and ventilation system
i Packaged type Air conditioning equipment with
lot
accessories
ii Ventilation equipment with accessories lot
iii Ducting material with accessories LS
iiv Ceiling mounted exhaust fans lot
v Embedded components LS
vi Spares for above items lot
(f) Fire fighting system
i Transformer water deluge/sprinkle system with
lot
accessories
ii Firehose cabinet, spray nozzles with accessories for
lot
powerhouse
iii Hydrant equipment with accessories for switchyard lot
iv Portable Dry chemical extinguishers (DCE) and carbon
dioxide (CO2) fire extinguishers with accessories
v Generator CO2 release system with control system
complete with accessories lot

vi Pipes, Valves, Embedded components lot


vii Fire detectors, smoke detector, control panels, cables with
lot
accessories
viii Spares for above items lot

6 132 kV Outdoor switchyard Equipment


6.1 Circuit Breakers
145kV, 1250 A, 3-Ph, SF6 circuit breaker complete with
a) accessories set 2
b) Spare parts lot 1
6.2 Disconnecting Switches
145kV, 1250 A, 3-Ph, disconnecting switch with grounding
a) switch complete with accessorries set 3
d) Spare Parts lot 1
6.3 Miscellaneous Materials
Busbars, conductors and connections and 132kV string
a) insulators to complete the specified scope of works lot 1
b) Spare parts lot 1

7 Relay and control switchboards complete


with accessories

Section 4 11
Nyadi Hydropower Limited Invitation for Prequalification

Quantit
Items No. Particulars Unit y
a) Generator control panel complete with accessories lot 2
Transformer and line protection panel complete with
b) accessories lot 1
e) Control Desk complete with accessories lot 1
Station service and auxillary Control Panel complete with
f) accessories lot 1
Automatic synchronizing and PLC Panel Complete with
g) accessories lot 1
h) Water level indicator & Telemetry Equipment Cubicle lot 1
i) Spare parts lot 1

8 Instrument Transformers
132 kV Capacitor Voltage Transformer complete with
a) accessories no 3
b) 132 kV Voltage Transformer complete with accessories no 9
c) Spare parts lot 1

9 12kV Switchgear
a) 12kV generator breaker cubicle complete with accessories set 3
Service station transformer breaker cubicle complete with
b) accessories set 1
12 kV busbar cubicle complete with accessories (if
c) applicable) set 1
d) Excitation transformer cubicle with accessories set 3
(supplied under chapter 2)
e) Spare parts for above lot 1

10 Low Voltage Distribution Panel

a) AC main distribution panel lot 1


b) AC sub-distribution panel at DG room lot 1
c) AC sub-distribution board for PH illumination lot 1
d) 110V DC distribution board lot 1
e) 48 V DC distribution board lot 1
f) 24 V DC distribution board lot 1
230V AC distribution board for station transformer at dam
g) site and housing lot 2
DC sub-distribution board for powerhouse emergency
h) lighting lot 1
i) Spare parts for above lot 1

11 Cables
a) 12kV Power Cable and necessary equipment including
termination kits to complete the specified scope of works lot 1
b) Control and instrumentation cable with accessories to
complete the specified scope of work
c) Communication and Telemetry Cables and necessary
equipment to complete the specified scope of work lot 1
d) Spare Parts lot 1

12 Lightning Arrestor
a) 120kV, 10kA lightning arrester complete with accessories no 6
b) Spare parts lot 1

Section 4 12
Nyadi Hydropower Limited Invitation for Prequalification

Quantit
Items No. Particulars Unit y
13 Storage Battery and Battery Charger
110V/48V, minimum 400 Ahr Vented Lead Acid stationery
type battery and battery charger panel and DC/DC
a) converter complete with necessary accessories lot 1
24V, minimum 250 Ahr Vented Lead Acid stationery type
battery and battery charger panel complete with
b) necessary accessories lot 1
c) Spare parts lot 1

Grounding material to complete the specified scope of


14 works
a) Earthing flat plate lot 1
b) Copper clad steel grounding rod lot 1
c) Grounding materials including lightning protection lot 1

15 Steel Structures
a) Steel structure for 132kV take off, gantry, and mounting lot 1
b) Steel structure for post, beam and equipment supporting
frame complete with bolts, nuts and all accessories lot 1

16 Illumination System
a) Powerhouse Illumination lot 1
b) Intake Site Electrical Works lot 1
c) Substation Illumination lot 1
d) Spare parts lot 1

17 SCADA and Communication System

18 Employers Shop Inspection & Training lot 1

Notes:

1. Quantity might vary with manufacturer design hence are subjected to


change.
2. The mentioned quantity is based upon the design adopted in feasibility
study.

Section 4 13
Nyadi Hydropower Limited Invitation for Prequalification

Contract Lot 3- Hydro-mechanical Works


The scopes of work shall include, but not limited to the Supply, design, manufacture,
shop-testing, surface preparation, painting, packing for delivery, delivery to the site,
installation, site testing and commissioning. The major item of works for Nyadi
Hydropower project is tabulated in Table 4.
Table 4: Bill of quantity for Hydro-mechanical Works
S. N. Item and description Unit Qty Specification

1. Coarse trashrack Sets 2 Size 2.5 m x 3.0 m, bar opening 150


mm, Design head 6.6 m

Undersluice Stoplogs Set 1 Size 6.15 m x 10.0 m, Gantry Crane


2.
operated hoisting system, Design
head 14.8 m

Undersluice Radial Gate Sets 2 Size 5.5 m x 4.0 m, Hydraulic


3.
operated hoisting System, Design
head 14.8 m

4. Gravel trap flushing Gate Set 1 Size 5.0 m x 3.2 m, Motor operated
hoisting system, Design head 10.3 m

5. Gravel trap intake tunnel Set 1 Size 2.1 m x 3.1 m, Motor operated
Gate hoisting system, Design head 8.8 m

6. Water level monitors Sets 2

Settling chamber Set 1 Size 3.0 m x 3.0 m , Chain pulley


7.
isolation stoplog (Inlet) operated hoisting system, Design
head 9.7 m

8. Settling chamber Sets 2 Size 3.0 m x 3.0 m , Motor operated


isolation Gate (Inlet) hoisting system, Design head 9.7 m

Settling chamber Set 1 Size 3.5 m x 3.5 m , Chain pulley


9.
isolation stoplog (Outlet) operated hoisting system, Design
head 9.7 m

10. Settling chamber Sets 2 Size 3.5 m x 3.5 m , Motor operated


isolation Gate (Outlet) hoisting system, Design head 9.7 m

Section 4 14
Nyadi Hydropower Limited Invitation for Prequalification

S. N. Item and description Unit Qty Specification

11. Gate Valve Sets 2 500 mm Diameter, Design head 15.2


m

12. Gate Valve Sets 2 500 mm Diameter, Design head 33.6


m

13. Gate Valve Sets 2 250 mm Diameter, Design head 40.7


m

14. Hydraulic water Pump Sets 2 5.2 lit./sec., Design head 15.2 m

15. Settling chambers Set 1


sounding reel

16. Real time sediment Set 1


monitoring

Diversion tunnel inlet Set 1 Size 3.5 m x 3.5 m, Chain pulley


17.
portal stoplog operated hoisting system, Design
head 7.8 m

18. Bulkhead gate at Naiche Set 1 Size 2.5 m x 2.0 m, motor operated
Adit hoisting system, Design head 29.3 m

19. Bulkhead gate at Surge Set 1 Size 2.5 m x 2.0 m, motor operated
Adit hoisting system, Design head 21.3 m

Portal gate at Naiche Sets 3 Size 2.0 m x 2.2 m, Manually


20. adit, ventilation audit & operated, No water head
surge adit

21. Water tight stoplog at Set 1 Size 3.2 m x 3.2 m, motor operated
tailrace hoisting system, Design head 20.0 m

22. Tailrace gate Sets 3 Size 1.2 m x 2.1 m, motor operated


hoisting system, Design head 2.4 m

Pressure valve between Set 1 1750 mm diameter pressure valve


23.
Headrace tunnel and hydraulically operated, Design Head
penstock 21.3 m

Steel penstock pipe, Ton 58 Diameter 1750 mm, Gross head


24.
thickness 8 mm, length covered by this stretch 49 m
160 m

Steel penstock pipe, Ton 68 Diameter 1750 mm, Gross head


25.
thickness 12 mm, length covered by this stretch 105 m
124 m

Steel penstock pipe, Ton 129 Diameter 1750 mm, Gross head
26.
Thickness 16 mm, length covered by this stretch 157 m
177 m

Steel penstock, Ton 76 Diameter 1750 mm, Gross head


27.
thickness 22 mm, length covered by this stretch 233 m
76 m

Section 4 15
Nyadi Hydropower Limited Invitation for Prequalification

S. N. Item and description Unit Qty Specification

Steel penstock, Ton 40 Diameter 1750 mm, Gross head


28.
thickness 25 mm, length covered by this stretch 268 m
35 m

Steel penstock, Ton 45 Diameter 1750 mm, Gross head


29.
thickness 28 mm, length covered by this stretch 303 m
35 m

Steel penstock, Ton 96 Diameter 1750 mm, Gross head


30.
thickness 30 mm, length covered by this stretch 347.5 m
70 m

Bifurcation Diameter Nos. 2


31. 1750mm to 1450mm &
1000mm and 1450mm to
1000mm & 1000mm

Steel branch penstock Ton 5 Diameter 1450 mm


32.
pipe, thickness 30 mm,
length 13 m

Steel branch penstock Ton 9 Diameter 1000 mm


33. pipe, thickness 30 mm,
length 45 m (Three legs
after manifold)

34. Stiffener, Wear & Saddle Ton 15


Plate

Expansion joint Diameter Nos. 7 Sleeve type, designed for expansion


35. 1750 mm and contraction at temperature
variation of 50ºC for 250 m long
steel pipe.
36. Penstock Pipe Bends Nos. 9 Diameter 1750 mm

37. Manholes Nos. One manhole for stretch 175 m in


M exposed penstock pipe

38. Powerhouse door Set 1 Size: 4.8 m x 5.0 m, manually


operated (Rolling gate)

Below is the detail scope of Works for Siuri Tailrace Flow:

1. Hydraulic water Pump Sets 2 0.7 m3/s, Design head 30.0 m

2. Stoplogs Set 1 Size 3.0 m x 2.0 m, Chain pulley


operated hoisting system, Design head
10.0 m

3. Steel penstock pipe, Ton 34 Diameter 800 mm


thickness 8 mm, Length
200 m.

4. Steel penstock pipe, Ton 31 Diameter 800 mm


thickness 10 mm,

Section 4 16
Nyadi Hydropower Limited Invitation for Prequalification

1. Hydraulic water Pump Sets 2 0.7 m3/s, Design head 30.0 m

Length 148 m.

5. Expansion joint, Nos. 10 Sleeve type, designed for expansion


Diameter 800 mm and contraction at temperature
variation of 50ºC for 250 m long steel
pipe.

Notes:
1. These items are subjected to change during detail design.
2. The mentioned quantity is based upon the design adopted in feasibility study.

Section 4 17
Nyadi Hydropower Limited Invitation for Prequalification

Section 3: Forms

NYADI HYDROPOWER LIMITED (NHL)


NYADI HYDROPOWER PROJECT (NHP)

Section 4 18
Nyadi Hydropower Limited Invitation for Prequalification

Form A: Evaluation Criteria


Prequalification Documents
Nyadi Hydropower Project (30 MW)

S.N. Items Marking System Maximu Pass Remarks


m Score mark
1 Performance record Shall have up to date legal registration Mandatory
including legal status, status, shall have applicable taxes
registration, tax (Mandatory) and shall have year of
payment establishment, reform etc.
2 Integrity and Ethics The bidder must maintain integrity and Mandatory
ethics during the entire project work and
shall be reflected by the past experience.
3 Financial resources Minimum net worth in the last 3 years more 1 0 Mandatory
than 10% of the Arbitrary Contact Package
Value (ACPV) (Mandatory), if greater than
4 Testimonials, Good, Satisfactory, Poor (Score 2,1,0) 2 1
Certification
5 Organization and skills Competent, Fair, Incompetent (Score 2,1,0) 2 1

6 Equipment and Good, Satisfactory, Insufficient (Score 2,1,0) 2 1


facilities

7
Past 5 years' relevant 0,1,2 if installed capacity less than 5 MW, 5- 2 1 The experience earned in
experience of the sole 50 MW, >50MW a JV shall be factored by
or lead partner in a the JV proportion.
single largest
hydropower project.
If JV, sum of all parties
8 Past 10 years' total 0 or 1 if total installed capacity <100 MW or 1 0 for the
relevant experience in >100 MW Relevant lot. The
hydropower project as experience
the sole or lead earned in a JV shall be
partner factored
by the then JV
proportion.

9 Experience in the Experience in construction of at least one 1 1


construction of head race tunnel of at least of 3 m finished
Headrace Tunnel diameter and 3 km length
10 Experience in the Experience of at least one vertical shaft of 1 1
construction of at least 4 m diameter and 100 m height.
Underground Vertical
Shaft
11 Experience in the Experience of at least one Underground 1 1
construction of Cavern of at least 10 m wide
Underground Cavern
12 Past 5 years' relevant if last five year's experience of worth more 1 0
experience in than 25% of ALV in irrigation, water supply
construction other or other hydraulic structures (or in thermal
than Hydropower plants) with components relevant to
hydropower project, otherwise
13 Construction 1 if work experience with contract amount 1 0 In case of JV, experience
Experience in Nepal in a single package exceeding 25% of ACPV, of one party is enough

Section 4 19
Nyadi Hydropower Limited Invitation for Prequalification

otherwise 0
14 Office location 1 if head office or branch office with the 1 0
capacity to sign the contract is in Nepal,
otherwise 0.
15 Claim and litigation 2 if no claims, 1 if have claims but settled 2 1
history through negotiation and arbitration but with
no delay in project

16 Current Workload Depending on the current work load, 1 0


working location and the capacity of the
company, a score of 1 or 0 will be allocated
as per the Evaluator's discretion
17 Awards and prizes If the contractor has received incentives, 1 0
awards or prizes for subjects like prior
completion, innovative approach, good
public relation and transparency, a
maximum score of I can be allocated.

Overall 20 8

Notes:
1. To be successful in PQ, the bidder shall fulfill the mandatory criteria ,receive pass mark in each items and
receive a minimum overall score of 8
2. Prequalified bidders will be asked to submit Technical and Financial proposal during Tendering.
3. PQ will have a weightage of 30% in the overall Evaluation of Contractors.
4. Arbitrary Lot Value (ALV) for each lot is mentioned in the scope of Works for each lot.

Section 4 20
Nyadi Hydropower Limited Invitation for Prequalification

Form B: Documents to be submitted for PQ Evaluation


Prequalification Documents
Nyadi Hydropower Project (30 MW)

SN Items Action by the bidder Response Remarks


Performance
1 record including
Submit legal registration certificate of the company, Submitting
Tax documents Separately for all the
legal status, registration,clearance
tax certificate for the last fiscal year and company individual parties and
payment renewal certificate, if applicable. their JV.
Integrity
2 and Ethics Submit a Pledge to maintain integrity and ethics duringSubmitting
the document In case of JV, provide
entire duration of project work. Supporting assurance documents for individual
documents can be attached. parties.
F
3inancial resources Submit Audited Balance sheet of the company for the Submitting
last documents In case of JV,this criteria
three years (2007 to 2009). shall be satisfied by
In case of JV, the same for the individual parties and also the individual parties for an
JV, if applicable. amount of ALV times JV
proportion.
Testimonials,
4 Certification
Submit a maximum of 20 completion certificates from Submitting
the documents
Clients in different projects
Organization
5 and skills Submit the organization chart of the organization, list
Submitting
of key documents
staff with brief CV. Also provide the tentative organization
chart of the project team to be mobilized for this project

Equipment
6 and facilitiesSubmit a list of equipment and facilities owned by theSubmitting documents In case of JV, provide
bidder. Include the status and current location of these documents for individuall
machine, equipment, laboratory and workshops Parties.
Past
7 5 years' relevant experience
Submit experience certificate for the successful completion
Submitting document
of the sole or lead partner in aof the project
single largest hydropower project

Past
8 10 years' total relevant Submit experience certificates for 10 projects Submitting documents In case of JV, at least 3
experience in hydropower from either party.
project as the sole or lead
partner.
9 Experience in the Submitting Documents
construction Submit experiance certificates
10 of5 Underground
Past structures
years' relevant experience
Provide experience certificate for a maximum of 3 projects
Providing documents
in construction other than
Hydropower
11
Construction experience inProvide
Nepal experience certificate for a project Providing documents In case of JV, experience
of one party is enough.

.
12Office location Provide office registration in Nepal along with objective
Providing documents
statement of the office, contact details and site map
13
Claim and litigation history
Compulsorily submit the complete claim and litigation
Providing documents
history for the past three years (2007 to 2009); if no claim
and litigations, state accordingly.
14Current work load Submit a complete list of currently ongoing projectsSubmitting
which documents
the bidder is undertaking solely or in consortium
15
Awards and prizes Provide a list of awards and prizes (maximum 10) with
Providing documents
supporting documents as the evidence.
Note: All the required information shall be duly `filled by the bidders.

Section 4 21
Nyadi Hydropower Limited Invitation for Prequalification

Form C : Financial data


Prequalification Documents
Nyadi Hydropower Project (30 MW)
A. List all income from contracting for the last three financial years:

Name of Name of Income from contracting


Employer Contract
2008 2009 2010

Total

B. Attach copies of audited financial statements (profit/loss, assets/liabilities) for the last three
financial years and summarize data in the following table.

2008 2009 2010

1. Total Assets

2. Current Assets

3. Total Liabilities

4. Net Worth (1-3)

5. Working Capital
(2-4)

Section 4 22
Nyadi Hydropower Limited Invitation for Prequalification

C. Available Credit:
1. Name/ Address of Commercial Bank providing credit line:
………………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………………
Telephone: ………………………………….. Tele fax ………………………………………..

2. Total Amount of Credit Line:

………………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………

Section 4 23
Nyadi Hydropower Limited Invitation for Prequalification

Form D : Letter of Application


Prequalification Documents
Nyadi Hydropower Project (30 MW)

Registered Business Name :


……………………………………………………………………………………………………
…………………………………………………………………………………………………………………………………..
Registered Business Address:
………………………………………………………………………………………………….
…………………………………………………………………………………………………………………………………...

To:

Project Director
Nyadi Hydropower Limited
Ganga Devi Marga-313
Buddanagar, Kathmandu, NEPAL
P.O. Box 26305
Tel: +977-1-4785392,4785736
Fax: +977-1-4785393
Email: nhl@bpc.com.np

Sir:

1. We hereby apply to be qualified with the Nyadi Hydropower Limited as a


bidder for Construction of for Nyadi Hydropower Project

Lot 1 (Contract Reference No. NHL.PQ.ICB.11.001.0): - Civil Works including


Underground Construction
Lot 2 (Contract Reference No. NHL.PQ.ICB.11.002.0): - Electro-mechanical
Works
Lot 3 (Contract Reference No. NHL.PQ.ICB.11.003.0): - Hydro-mechanical
Works

2. We authorize NHL or its authorized representative to conduct any


investigations to verify the statements documents and information submitted
and to clarify the financial and technical aspects of this application.

3. The names and positions of persons who may be contracted for further
information, if required, are as follows:

Section 4 24
Nyadi Hydropower Limited Invitation for Prequalification

a) Technical: ………………………………………………………………………………….:

b) Financial: …………………………………………………………………………………..

c) Personnel: …………………………………………………………………………………..

4. We declare that the statements made and the information provided in the
duly competed applications are complete, true and correct in every detail.

Respectfully,
(Authorized representative of
applicant)
Date: …………………………………..

Section 4 25

You might also like