Sunteți pe pagina 1din 6

INVITATION FOR BIDS

Supply and Installation of i) 220 D/C KV Shindand-Adraskan-Herat Transmission Line ii)


220/20 KV Substations at Shindand& Adraskan, Herat Province, Afghanistan

RE-Bid
(MEW/008-92/ICB)
IFB No: MEW/008-92/ICB

Date: October 28, y

1. The Ministry of Energy and Water, Islamic Republic of Afghanistan has received fund from
Ministry of Finance toward the cost of the Supply and Installation of i) 220 D/C KV ShindandAdraskan-HeratTransmission Line ii) 220/20 KV Substations at Shindand& Adraskan, Haret
Province, Afghanistan and intends to apply part of these funds to payments under the contract
for Supply and Installation of i) 220 D/C KV Shindand-Adraskan-Herat Transmission Line ii) 220/20
KV Substations at Shindand& Adraskan, HeratProvince, Afghanistan.
2.

The scope of the facilities in the Contract to be provided includes Herat Province
(Shindand and Adraskan).

3.

Ministry of Energy and Water now invites sealed Bids from eligible and qualified Bidders
for:Supply and Installation of i) 220 D/C KV Shindand-Adraskan-Herat Transmission Line ii) 220/20
KV Substations at Shindand& Adraskan, Herat Province, Afghanistan.

4.
5.

The estimated completion period for this works is 36 months.


QUALIFICATION REQUIREMENT: Qualification requirements for bidders,
including members of joint ventures, subcontractors or vendors:
(A) Historical Non- Performance Contract:
Non-performance of a contract did not occur within the last Five (5) years prior to the
deadline for application submission, based on all information on fully settled disputes or
litigation. A fully settled dispute or litigation is one that has been resolved in accordance
with the Dispute Resolution Mechanism under the respective contract, and where all
appeal instances available to the bidder have been exhausted.
All pending litigation shall in total not represent more than fifty percent (50%) of the
Bidders net worth and shall be treated as resolved against the Bidder.
(B) Financial Situation:
(a) Submission of audited balance sheets or if not required by the law
of the bidders country, other financial statements acceptable to the
Employer, for the last Three [3] years to demonstrate the current
soundness of the bidders financial position and its prospective long
term profitability. As a minimum, a Bidders net worth calculated as

the difference between total assets and total liabilities should be


positive.
(b) Minimum annual turnover of USD 20.5million, calculated as total
certified payments received for contracts in progress or completed,
within any of the last Five (5) years.
(c) The Bidder must demonstrate access to, or availability of, financial
resources such as liquid assets, unencumbered real assets, lines of
credit, and other financial means, other than any contractual advance
payments to meet: 3.7 Million USDand (a) the overall cash flow
requirements for this contract and its current commitments.
(C) Experience:
(a) General Experience: Experience under contracts in the role of
contractor within any of the last six [6] years prior to the applications
submission deadline.
(D) Specific Experience:
(I) Participation as a contractor, in at least two (2) contracts within the
last Ten (10) years, with a value of at least USD 25.5 million for each
contract, that have been successfully and substantially completed and
that are similar to the proposed Plant and Installation Services.
(II) For the above or other contracts executed during the period stipulated in D (I)
above, minimum experience in the following key activities:
(i) 220 KV Double Circuit Shindand-Adraskan-Herat Transmission Line
1. The bidder must have executed/constructed 220 KV Transmission Line or
Transmission Line of higher Voltage rating of length not less than 125 Kms.
in length. The value of transmission Line executed shall not be less than
USD 20 million.
(ii) 220/20 KV 2x10 MVA Substation at Shindand& Adraskan
i. The bidder must have executed/constructed at least one No of 220/20 KV
Substation valuing not less than USD 5.00 million& the completion period
prescribed in the requisite Contract. The bidder must furnish copy of the
requisite Contract along with completion certificate duly signed by the
competent authority, failing which the bid of the bidder shall be considered
non-responsive & no claim in this regard shall be considered.
ii. The bidder must have installed 20 KV switchgear on 220/20 KV Power
Transformer.
iii. The bidder must have executed civil works pertaining to EHV substations
& amounting to not less than USD 2 million & submit its proof along with the
bid.

iv. The manufacturer of Transformers, whose Transformers are offered by the


bidder, must have got Type Tests including Short Circuit Test, conducted on
220/20 KV Power Transformer of 10 MVA or higher rating from an
International Test House such as KEMA or CESI.
The Type Test Certificates/ Reports including Short Circuit Test, conducted on
220/20 KV Power Transformer of 10 MVA or higher rating, shall be enclosed
along with the Bid failing which the bidders claim in this regard shall not be
taken authentic & the bid shall be considered non-responsive.
The proof on account of above items shall be submitted along with the bid
failing which or submission of the same after opening of bids; the bid shall
be considered non-responsive.

6. Personnel
The Bidder must demonstrate that it will have the personnel for the
key positions that meet the following requirements:
(I) 220 KV Double Circuit Shindand-Adraskan-Herat Transmissions
Line

S.No
1.
2.

3.

4.

5.
6.

Position

Requirem
ent

Designer for 220 KV transmission Line or


transmission Line of higher voltage
rating
Erector
for
erection
of
220
KV
Transmission Line on Latticed type
Towers or of higher voltage Level

4 Nos.

Electrical
Engineer
or
Mechanical
Engineer for Stringing works Latticed
Type Towers meant for 220 KV
Transmission Line or Transmission Line of
higher voltage rating.
Civil Engineer for Laying Foundation
Blocks for the Latticed Type Towers
meant for 220 KV Transmission Line or
Transmission Line of higher voltage
rating
Commissioning Engineer Transmission
Line of 220 KV Level or of higher voltage
Level.
Expert in explosives

4 Nos.

4 Nos.

4 Nos.

3 Nos.
2 Nos.

(II) 220/20 KV 2x 10 MVA Substations at Shindand& Adraskan

S.N
Requirem
Position
o
ent
Designer for 220 KV Substation or
Substation of higher voltage rating
Erector (expert in erection, testing &
4 Nos.
A
commissioning- 220 KV Level or higher
voltage
Level)
for
the
following
specialized fields:
i) Power Transformers of rating not less
4 Nos.
than 10 MVA
ii) 20 KV Switchgear
4 Nos.
B. Civil Engineer for the following specialized
fields:
i) Laying Foundation Blocks for the
following;
ii)
Gantry
Structures
as
well
as
4 Nos.
Equipment, Rail Track, , etc.
iii) Laying Earthing mat.
4 Nos.
C. PLCC Engineer
1 No.
D. Illumination & Fire Protection Scheme
4 Nos.
Expert
(Two Nos.
each)
E. Commissioning Engineer for S/S of 220 KV
4 Nos.
Level or higher voltage Level.
The Bidder shall provide details of the proposed personnel and their
experience records in the relevant Forms included in Section IV,
Bidding Forms.
7: Equipments:

The Bidder must demonstrate that it will have access to the key
Contractors equipment listed hereafter:
S.No

Equipment

220 KV Double Circuit Transmission


Line

i)

Trucks for Transportation of material

Requirement

5 Nos.(meant for
Substation
Line
also)

ii)

Compressor with set of Dies

6 sets

iii) Winch for stringing

6 Nos.

iv) Crane

4 Nos

v)
B
1.
2.
a.
b.
c.
d.
e.
f.
g.

220/20 KV 2x10 MVA Substation

Filtration Plant of Adequate capacity


Testing equipment as under:
Oil testing kit
Primary injection Kit for testing of
CTs.
Secondary Injection Kit for testing of
relays
Galvanometer
Variacs, Multimeters etc
Crimping Tool for crimping of Lugs
meant for cables having conductor
cross sectional area up to 630 mm2
10 KV Meggar

2 Nos.
2 Nos.
2 Nos.
2 Nos.
2 Nos.
4 Nos each
4 Nos
4 Nos

The Bidder shall provide further details of proposed items of equipment


using the relevant Form in Section IV.
For detailed qualification requirements, please refer to the Section III
Bid Data Sheets of the bidding documents.
8.

Bidding will be conducted by International Competitive Bidding in accordance with the


procurement rules of the Government of Afghanistan and are open to all bidders from
eligible source countries as defined in bidding document.

9.

Interested eligible bidders may obtain further information from Ministry of Energy and
Water, Procurement Directorate and inspect the bidding documents at the address given
below from 0800 to 1600 hrs Saturday to Wednesday. Interested Bidders may obtain a
complete
set
of
Bid
Documents
in
Englishat
a
chargefrom the
MEWProcurementDirectorate (address given below). In case of any difficulty, interested
Bidders
may
contact
at
e-mail
address
h_stanik@yahoo.com
and
jabarkhel2007@gmail.com.

10.

Pre Bid Meeting: 7thNovember 2015 at 10:30 AM

11.

Bids must be delivered to the address below at or before 10:00 hrs on 25th November
2015. Electronic bids shall not be permitted.All bids must be accompanied by a bid security
of Bid Security for USD $800,000.00or an equivalent amount in a freely convertible
currency.Late bids will be rejected. Bid Security must be from an Afghanistan based bank
otherwise the bidders bid will be rejected, and declared non responsive. Bid Security
validity periodis 148 days from the bid opening date.
Bid Security issued by Afghan Banks will only be acceptable. Bid security issued by
foreign banks will be declared invalid, and bids will be declared non responsive, Bids
security issued by foreign banks will be acceptable, if its corresponding bank located
inside Afghanistan can certify it validity.
Bids will be opened in the presence of the bidders representatives who choose to attend at
the address below at 10:00 hrs (Kabul Local time) on the same day.

12.

Bids should be valid for a period of 120 days from the bid submission deadline date.

13.

Bidders are required to submit with their bids a signed and stamp copy of the bidding
documentations package provided to the bidder including all technical documents and any
other documents subsequently provided prior to the bid submission date and time, failure to
adhere to this requirement, the bidders bid shall be declared nonresponsive.

Bids shall be addressed to:


Procurement Directorate, (MEW/008-92/ICB),
1th Floor, Ministry of Energy and Water, Darulaman Road, Sanatorium,
Kabul, Afghanistan.
Attention: Eng. Waliullah Jabarkhel & Mr. Hizbullah Stanikzai
Procurement Directorate, (MEW/008-92/ICB),1 th Floor, Ministry of Energy and
Water, Darulaman Road, Sanatorium,
Kabul, Afghanistan.
E-mail (for clarifications only) to Email: h_stanik@yahoo.com and
jabarkhel2007@gmail.com Phone: +93 (0) 0777238320

S-ar putea să vă placă și