Business Opportunity Warsak Dam

12
Pakistan Water and Power Development Authority EXPRESSION OF INTEREST (EOI) DOCUn.,ENT \ - For Hiring of Consultancy Services for SUEport to WAP-DA in Establishing a Sustainable Sedi, ment Management Dam & under Warsak Hydroelectric Power Station 2 nd Rehabilitation Project GENERAL MANAGER (HYDEL) DEVELOPMENT WAPDA, WAPDA HOUSE, LAHORE JULY, 2015 -

description

Business Opportunity Warsak Dam

Transcript of Business Opportunity Warsak Dam

Pakistan Water and Power Development Authority

EXPRESSION OF INTEREST (EOI) DOCUn.,ENT \ -

For

Hiring of Consultancy Services for SUEport to WAP-DA in

Establishing a Sustainable Sedi,ment Management CQn,c~ptfo[

.theW~,rsak Dam & Rese~()i.r ~n~O_~her Rel.C!t~~ ~~~i.y~~' under

Warsak Hydroelectric Power Station 2nd Rehabilitation Project

GENERAL MANAGER (HYDEL) DEVELOPMENT WAPDA, WAPDA HOUSE, LAHORE

JULY, 2015

-

EXPRESSION OF INTEREST DOCUMENT

CONTENTS

Descri~tion Page No.

Preamble 3

Part-I Salient Information 4

• Background 4 - Salient Features/ Principal data of the Warsak HPP 5

• Scope of Work 5 Part-II Required submission by Consultants/Firms 6

• Instruction to Applicants 6

• Submission Date, Address for submission & Future 7 Information

• Scope & Content of Prequalification Document 7

• Evaluation of Prequalification Documents 8

Annex-1 Format of Experience of Consultants 10

Annex-2 Declaration of Undertaking 11

2

Advertisement for EOI

1. 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. Expression of Interest documents, are available for interested bidders at office of General Manager (Hydel) Development, WAPDA 104-WAPDA House, Lahore. EOI documents can also be downloaded from http://tenders.afd.dgmarket.com and www.wapda.gov.pk. The scope of work includes support WAPDA for the procurement of sediment measurement equipment, installation and training on hydrometric & sediment­metric and support WAPDA to establish a sustainable sediment management strategy including experimental flushings of the reservoir. The last date for submission of EOI applications is 30.09.2015 up to 11 :00 hours.

The expression of interest, prepared in accordance with the instructions in the EOI document, must reach at the office of General Manager (Hydel) Development, WAPDA 1 04-WAPDA House, Lahore on or before 30.09.2015 at 11 :00 Hrs.

General Manager (Hydel) Development, WAPDA

104-WAPDA House, Lahore Tel:042-99202189 Fax:042-36369004

3

PART-I SALIENT INFORMATION

1.0 BACKGROUND

The Water and Power Development Authority of Pakistan (WAPDA), with the financial support of the French Development Agency (AFD), the German Development Bank (KfW) and the European Investment Bank (EIB) (together "the European Development Partners or EDPs") intends to rehabilitate the Warsak Hydropower Plant in the Peshawar region in the north-west of Pakistan.

Warsak Hydropower Plant is located on Kabul River at 30 km North-West of Peshawar city. The project was completed in two phases: the first phase was completed in 1960 and consisted of construction of dam, irrigation tunnels and installation of four power generating units, 40 MW capacity each with 132 kV transmission system. Two additional generating units (41 .5 MW capacity each) were added in 1980 in a second phase. The total installed capacity of the station thus became nearly 243 MW. The reservoir also provides water intake for an irrigation scheme downstream. However, the Kabul River is very turbid, and the reservoir, whose designed live storage was 31 M m3

, has been progressively silted. It works now as a run-of-river dam, generating about 1,000 GWh annually (on average), mainly during the 6 months of spring-summer. In addition, it suffers from concrete deformation/expansion due to alkali-aggregate reaction (AAR) , mainly in the powerhouse building and the spillway. Lastly, electro-mechanical equipment is suffering from severe erosion, due to the high sediment concentration of the river water.

For these reasons, urgent rehabilitation is needed to protect the intake against further siltation and to replace E&M equipment. This will ensure the longevity of the plant for further 30-40 years. A feasibility study, detailed design and bidding document are completed by RSWIIDesignmen in 2013. It plans the following rehabilitation works:

~ 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.

4

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 SALIENT FEATURES/PRINCIPAL DATA OF THE WARSAK HPP

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

1.1.3. Powerhouse

Mass concrete gravity dam 250 ft.l76 m 460 ft. 4 sq Miles 62,000 Acre ft. 25,300 Acre ft. 36,700 Acre ft.

Overflow 440 ft. 9 40 x 40 ft . 60,000 m3/s

Gross head 137 ft / 41.8 m Design flow 21 000 cfs/ 595 m3/s 6 Francis turbines each 40 or 43 MW capacity

2.0 Scope of Work for Consulting Services

~ Activity 1: Support WAPDA for the procurement of sediment monitoring and measurement equipment. The consultant shall confirm the needs and support WAPDA for the procurement of equipment and its installation for sediment management system.

~ Activity 2: Installation and training on hydrometric and sediment-metric. Providing on-job training for the regular use of newly installed equipment, as requested by WAPDA.

5

~ Activity 3: Design of a Sustainable Sediment Management Strategy aiming on a significant reduction of the sediment flux through the turbines and consisting of e.g. local measures at the water intake and flushing operations especially during flood seasons.

~ Activity 4: Prepare procedures for eco~compatible flushings of Warsak Reservoir and to support WAPDA to perform eco-compatible flushings at an experimental stage including adequate on-site monitoring as a major component of the Sustainable Sediment Management Strategy. Providing expert assistance to WAPDA in defining the general organization of experimental flushing operations.

~ Activity 5: Design and implementation of a suitable 2d-mathematical model of the reservoir.

The contract shall be awarded in compliance with AFD Procurement Guidelines and the local laws/rules.

I Part-II Required submission by Consultants/Firms

3.0 Instructions to Applicants

WAPDA now invites consultants to indicate their interest in providing the services. Interested foreign/local consulting firms/joint ventures registered with Pakistan Engineering Council (PEC) (PEC registration can also be obtained prior to award of the contract) are invited to submit EOI for undertaking the assignment. The consultants/joint ventures shall submit their EOI documents to WAPDA and AFD not later than the submission date and time indicated below. Joint ventures shall not be comprised of more than five (5) firms in case of joint venture by foreign firm(s) and local firm(s). Joint venture will be comprised / registered as per PEC - byelaws.

Any International Consultant is encouraged to collaborate with domestic consulting firms and/or individual consultants as well as specialized consultants/experts if deemed necessary to reinforce the needed local, institutional and technical competence. The international consultants shall render the majority of the consultancy services and has the full responsibility for the results of a possible consortium.

WAPDA will prepare a short list of about six Firms/ JVs on the basis of evaluating the expressions of interest following the evaluation criteria given in EOI and Request for Proposals to perform the services will be sent to short listed firms/ JVs.

The documentation shall be prepared in the English language.

, .. . ' ,: ...

6

4.0 Submission Date, Addresses for Submission and Future Information

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: [email protected]

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: [email protected]

For timely delivery only the submission at WAPDA is relevant.

5.0 Scope and Content of Pregualification Documents

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):

~ Covering Letter, comprising the firm's name, address, contact person, telephone, fax and email;

~ Corporate profile and status (maximum 10 pages), including clear statements . of type, property and key task of the association;

7

~ Evidence of financial resources of the lead consultant and all associated partners: certified balance sheets and profit and loss accounts for the last three years;

~ 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];

~ Statement of personnel structure for the envisaged services with information about education, professional experience, regional experience, years with firm, specific project-related experience and experience in similar posts (this list shall allow a profound judgement on the consultant's general ability to provide the required personnel having the specific experience for the Project in case of an offer, but shall not include detailed CVs);

~ Declaration of intent (of submitting a proposal in case of being short-listed) and type of association with other consultant companies (intended contractual arrangement, name of lead company, letters of intent of participating firms), statement on affiliations of any kind with other firms which may present a conflict of interest in providing the envisaged services.

~ Declaration of Undertaking (signed by the lead company and all associates), as per Annex 2

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 Evaluation of Prequalification Documents

The evaluation of the prequalification documents encompasses a review of the administrative requirements and qualifications and includes the check on the documentation and criteria:

(A) Completeness of the documents as required under Item 5: type of intended association (including name of lead company), statement on affiliations, financial statements for the last three years and references for the last ten years related to the envisaged services (Annex-A).

(B) Insufficient financial resources will lead to the rejection of the prequalification documents. The following minimum criteria will apply for the lead consultant:

(B-1) Annual revenue of the lead consultant of more than 2 Million Euros for any of the last three years,

(B-2) Positive operating profit, accumulated over the last three years,

(C) II'1S4ffiq,ien.t ~~p~rience of the consultant will lead to t~~ ,~{ej~ction of the prequalification documents. The following minimum requirements will apply for Joint Venture:

8

(C-1) Experience in procurement & installation of equipment related to sediment management. .

(C-2) Experience in application and training on hydrometric and sediment-metric measuring equipment in fluvial systems.

(C-3) Experience in design and implementation of sustainable sediment management strategies for hydropower projects.

Specific evaluation criteria and their individual weight are presented in the following table: . ,', ".~-<, ,Ok .~~f'~ ~

Criteria Maximum Score - ~ - 0- '"

1. Evidence of relevant experience gained by consultants )1: 40 ,\;r during the past ten years (experience ofthe firm)

., ?~~ ~:~.,'i-

1.1 Experience in handling procurement of measurement equipment 5 and the installation for Sediment Management Plan

1.2 Experience in installation and training on hydrometric and 5 sediment-metric equipment

1.3 Experience in design and implementation of sustainable sediment 25 strategies for reservoirs, flushing operations as well as application of suitable 2d-mathematical models.

1.4 Experience with working-conditions in Pakistan (Lead Consultant). 5

2. Suitability for this specific project (experience of the available ~'. 60 ~~'~I~ • experts) ," '~::.i.

2.1 Assessment of available technical expertise specific to this project 25 lassignment

a. Engineer(s) or technician(s) in Hydraulics, Metrology, 6 Hydrology or suitable subjects with profound knowledge of hydraulics and sediment transport having organized field campaign and/or having worked in an hydraulic laboratory with an experience of at least 15 years in similar assignments

b. Engineer in River Hydraulics & morphology (Team Leader), 7 with experience of negotiation, with an experience of at least 15 years in similar assignments.

c. Environmental Expert, with an experience of at least 10 years 3 in similar assignments

d. Expert in agriculture with knowledge of local practices 3 (Pakistani)

e. Fish expert with knowledge of local species and experience of 3 enquiries (Pakistani)

f. Environmental expert with knowledge of local fauna and flora 3 for reference state (Pakistani)

2.2- Assessment of the personnel structure in regard' to' the tasks 15 expected

9

2.3 Assessment of the key personnel (list, no detailed CVs) in 15 permanent employment and always available to monitor the team and provide back-up services from the home office.

2.4 Form of the application documents: Are these complete, concise 5

and related to the Project?

Total

Minimum Qualifying Score

WAPDA is not bound to select any consultant due to whatever reasons.

All cost for a site visit, obtaining information! data and preparation! submission of the prequalification document, meetings, negotiations, etc. in relation with the prequalification or the subsequent proposal shall be borne by the consultants.

After opening the prequalification documents until preparation of the short-list of the qualified consultants, no communication of any type shall be entertained unless called for by WAPDNAFD.

It is assumed that the Consultancy Services will be rendered from 2015 until 2017 (2 years). Type of Contract is "Lump-sum Contract".

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 Project Title No. (max. 15) Name Country Overall Proporti No of Namel Po Name )Origin of 'Dates " Name of of project on staff sitlon of of tfuntUng (sia i1P partners legal value carried provided Key Staff cl ient ~end) if any entity [EURO] out· by with man I ~:/ ,~ legal months .<,

:." 1-: ~. '

entity share Ii [%] .

1 2 3 4 5 6 7 8 9 10

r ~

Description of project ,j "."lr :..

Type of services provided ,,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 exists1

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)

I 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 the·last 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