Design and Construction of the Kato Hydropower Plant and Irrigation Infrastructure (63)
WORKS PROCUREMENT NOTICE
Contract title: Design and Construction of the Kato Hydropower Plant and Irrigation Infrastructure
Location – Guyana, Caribbean
- 1. Publication reference
EuropeAid/134065/D/WKS/GY
- 2. Procedure
Open
- 3. Programme
10th EDF
- 4. Financing
Financing Agreement No. GY/FED/23444
- 5. Contracting Authority
Government of Guyana, represented by the
National Authorising Officer
Minister of Finance
Ministry of Finance
Main & Urquhart Streets
Georgetown
Guyana
Email: naotaskforce@finance.gov.gy
CONTRACT SPECIFICATIONS
- 6. Description of the contract
The project aims at the installation of a hydropower plant and irrigation facilities in the village of Kato, Region 8, Guyana. The works to be accomplished are split in 2 lots:
Lot 1: design and construction of the 330 kW hydropower plant at the Chiung river falls in Kato, including final project design, construction of 1 hydropower plant of 330 kW total capacity; supply, installation and commissioning of the 2 turbines, 36 m gross head and 1.16 m3/s total rated discharge; 1 hydropower weir;
Lot 2: design and construction of the irrigation infrastructure including 1 irrigation weir; 1 irrigation pumping station with 90 kW pumping capacity and 4 pumps; 1 000 m irrigation water feeding pipe; 7 600 cubic meters volume irrigation water storage reservoir.
The transmission line supply and installation works will be tendered separately and are not part of this tender.
- 7. Number and titles of lots
- i. Lot 1: Design and Construction of Hydropower Plant
- ii. Lot 2: Design and Construction of Irrigation Infrastructure
TERMS OF PARTICIPATION
- 8. Eligibility and rules of origin
Participation in tendering is open on equal terms to all natural and legal persons (participating either individually or in a grouping (consortium) of tenderers) which are established in one of the Member States of the European Union, ACP States or in a country or territory authorised by the ACP-EC Partnership Agreement under which the contract is financed (see also heading 22 below). Participation is also open to international organisations. All works, supplies and services under this contract must originate in one or more of these countries.
- 9. Grounds for exclusion
Tenderers must submit a signed declaration, included in the Tender Form for a Works Contract, to the effect that they are not in any of the situations listed in point 2.3.3 of the Practical Guide to contract procedures for EU external actions.
- 10. Number of tenders
Tenderers may submit only one tender per lot. Tenders for parts of a lot will not be considered. Any tenderer may state in its tender that it would offer a discount in the event that its tender is accepted for more than one lot. Tenderers may not submit a tender for a variant solution in addition to their tender for the works required in the tender dossier.
- 11. Tender guarantee
Tenderers must provide a tender guarantee of 20,000 Euros for each lot when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer(s) upon signature of the contract by all parties.
- 12. Performance guarantee
The successful tenderer will be asked to provide a performance guarantee of 10% of the amount of the contract at the signing of the contract. This guarantee must be provided together with the return of the countersigned contract no later than 30 days after the tenderer receives the contract signed by the Contracting Authority. If the selected tenderer fails to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next cheapest compliant tender.
- 13. Information meeting and/or site visit
An information meeting is planned to be held on March 19, 2013 in Guyana. A mandatory site visit is planned for March 20, 2013. Participants need to register with the Contracting Authority by March 8, 2013 for both events.
- 14. Tender validity
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
- 15. Period of implementation of tasks
24 months
SELECTION AND AWARD CRITERIA
- 16. Selection criteria
The selection criteria for each tenderer are as follows:
In order to be considered eligible for the award of the contract, tenderers must provide evidence that they meet the selection criteria. This evidence must be provided by tenderers in the form of the information and documents described in Sub-clause 12.1 of the Instructions to Tenderers and in whatever additional form tenderers may wish to utilise.
In the case of a tender submitted by a consortium, unless specified, these selection criteria will be applied to the consortium as a whole:
The selection criteria for each tenderer for Lot 1, Hydropower Plant, are as follows:
Economic and financial capacity of candidate:
- The average annual turnover of the tenderer in the past 3 years must be at least EURO 2.5 Mio.
- If it is the sole tenderer it must have access to sufficient credit and other financial facilities to cover the required cash-flow for the duration of the contract.
- In any case, the amount of credit available must exceed the equivalent of EURO 1.7 Mio.
Technical and professional capacity of candidate:
- It must have completed at least 3 (three) projects of the same nature/amount/complexity comparable to the works concerned by the tender, which were implemented during the past 5 years from the tender submission deadline. Key elements here are the construction of (i) concrete structures in rivers; (ii) hydropower stations; (iii) pipelines in steep slopes; (iv) hydraulic structures to conduct water. The Contracting Authority reserves the right to ask for copies of the respective certificates of final acceptance signed by the supervisors/contracting authority of the projects concerned
- It must carry out at least 70% of the contract works by own resources, which means that it must have the equipment, materials, human and financial resources necessary to enable it to carry out that percentage of the contract.
- If it is the lead member of a joint venture/consortium, it must have the ability to carry out at least 50% of the contract works by its own means.
- If it is a partner of a joint venture/consortium (i.e. not the lead member) it must have the ability to carry out at least 10% of the contract works by its own means.
- All its key personnel must have at least 10 years appropriate experience and proven qualifications relevant to works of a similar nature to this project.
- It must have significant design experience (participation to at least 70% of the activities) in the design of at least 3 (three) projects of similar nature/type/complexity within the past 5 (five) years. However, the tenderer must have experience with at least 2 (two) completed designs of similar nature/type/complexity within the past 5 (five) years in which it was the sole contractor/designer. Key elements are the design of (i) structures in the river, in particular concrete weirs; (ii) hydraulic structures for the conveyance of water; (iii) hydropower stations of the anticipated type and size; (iv) penstock pipelines in steep slopes; (v) sizing of hydropower turbines, generators and auxiliary equipment.
- It must prove by means of its description in the method statement and work plan, that it is technically capable of accomplishing the project’s objective with regards to the design and the construction of the project, including supply and installation of all equipment.
The selection criteria for each tenderer for Lot 2, Irrigation Infrastructure, are as follows:
Economic and financial capacity of candidate:
- The average annual turnover of the tenderer in the past 3 years must be at least EURO 2.0 Mio.
- If it is the sole tenderer it must have access to sufficient credit and other financial facilities to cover the required cash-flow for the duration of the contract.
- In any case, the amount of credit available must exceed the equivalent of EURO 1.2 Mio.
Technical and professional capacity of candidate:
- It must have completed at least 3 (three) projects of the same nature/amount/complexity comparable to the works concerned by the tender, which were implemented during the past 5 years from the submission deadline. Key elements here are the construction of (i) concrete structures in rivers; (ii) pumping stations; (iii) pipelines build over ground; (iv) earth-fill dams and reservoirs. The Contracting Authority reserves the right to ask for copies of the respective certificates of final acceptance signed by the supervisors/contracting authority of the projects concerned
- It must carry out at least 70% of the contract works by own resources, which means that it must have the equipment, materials, human and financial resources necessary to enable it to carry out that percentage of the contract.
- If it is the lead member of a joint venture/consortium, it must have the ability to carry out at least 50% of the contract works by its own means.
- If it is a partner of a joint venture/consortium (i.e. not the lead member) it must have the ability to carry out at least 10% of the contract works by its own means.
- All its key personnel must have at least 5 years’ appropriate experience and proven qualifications relevant to works of a similar nature to this project.
- It must have significant design experience (participation to at least 70% of the activities) in the design of at least 3 (three) projects of similar nature/type/complexity within the past 5 (five) years. However, the tenderer must have experience with at least 2 (two) completed designs of similar nature/type/complexity within the past 5 (five) years in which it was the sole contractor/designer. Key elements are the design of (i) structures in the river, in particular concrete weirs; (ii) hydraulic structures for the conveyance of water; (iii) pumping stations of the anticipated type and size; (iv) water transport pipelines over ground; (v) earth fill dams for storage reservoir impoundment; (vi) sizing of water pumps and auxiliary equipment.
- It must prove by means of its description in the method statement and work plan, that it is technically capable of accomplishing the project’s objective with regards to the design and the construction of the project, including supply and installation of all equipment.
An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. Some examples of when it may not be considered appropriate by the Contracting Authority are when the tender rely in majority on the capacities of other entities or when they rely on key criteria. If the tender rely on other entities it must prove to the Contracting Authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator. Furthermore, the data for this third entity for the relevant selection criterion should be included in the tender in a separate document. Proof of the capacity will also have to be furnished when requested by the Contracting Authority.
- 17. Award criteria
Price
TENDERING
- 18. How to obtain the tender dossier
The tender dossier is available in two Lots – “LOT 1: HYDROPOWER PLANT” and “LOT 2: IRRIGATION INFRASTRUCTURE”. One or both Lots can be acquired upon payment of a non-refundable fee of G$ 10,000 or US$ 50, per Lot, in cash, bank draft or Manager’s cheque. Please make cheque payable to Permanent Secretary, Office of the Prime Minister. Foreign interested parties may make arrangements with their local courier services for the purchase and delivery of the tender dossier using the prepaid service. The tender dossier is also available for inspection at the premises of the Contracting Authority which address is as stated in point 5 above. Tenders must be submitted using the standard tender form included in the tender dossier, whose format and instructions must be strictly observed. Tenderers with questions regarding this tender should send them in writing to: Head, NAO Task Force, Ministry of Finance, Main & Urquhart Streets, Georgetown, Guyana (Email : naotaskforce@finance.gov.gyand CC to :heu@electricity.gov.gy) mentioning the publication reference shown in item 1 at least 21 days before the deadline for submission of tenders given in item 19. The Contracting Authority must reply to all tenderers’ questions at least 11 days before the deadline for submission of tenders. Eventual clarifications or minor changes to the tender dossier will be published at the latest 11 days before the submission deadline on the EuropeAid website at https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?ADSSChck=1361192969225&do=publi.detPUB&searchtype=QS&orderby=upd&orderbyad=Desc&nbPubliList=15&page=1&aoref=134065.
- 19. Deadline for submission of tenders
April 23, 2013; 09:00 hrs Guyana Time
Any tender received after this deadline will not be considered.
- 20. Tender opening session
April 23, 2013; 10:00 hrs Guyana Time
- 21. Language of the procedure
All written communications for this tender procedure and contract must be in English.
- 22. Legal basis
ACP-EC Partnership Agreement signed at Cotonou on 23 June 2000 as amended.