MUVUMBE SMALL HYDRO PROJECT Instructions to Tenderers (ITT) CONTRACT ADMINISTRATION The proposed Contract would be governed under the “Conditions of Contract for CONSTRUCTION FOR BUILDING AND ENGINEERING WORKS DESIGNED BY THE EMPLOYER”, First Edition 1999, ISBN 2 -88432 022-9 prepared by the FEDERATION INTERNATIONALE DES INGRNIEURS-CONSEILS (FEDIC) or INTERNATIONAL FEDERATION OF CONSULTING ENGINEERS. For the prospective Tenderers, the tender documents will include a copy of the above document. 1. Project Summary Project - Muvumbe Small Hydro Project The contract is divided into 4 Sub-Contracts, namely MHU/C/1 - Construction of dam, intake, sedimentation tank and channel and aqueducts from 0+000 to 1+100 MHU/C/2 - Construction of channel and aqueducts from 1+100 to 2+080, forebay and civil works for penstock MHU/C/3 - Construction of power house, tailrace and civil works for the switch yard MHU/C/4 - Fabrication and installation of electro mechanical works In addition Power Plants and electrical sub-station would be procured by the Employer 2. Employer - Muvumbe Hydro (U) Ltd. No.29/33, Kampala Road, Amber House, 1st Floor, Suite B108 Kampala, Uganda. Web Address www.muvumbehydro.com b. Colombo Office, 4th Floor, Access Towers, Union Place, Colombo 2, Sri Lanka. Employer’s Bank - Account No. 9030008053269, Stanbic Bank Uganda Ltd, Kabale Branch 3. Project Developer - Vidullanka PLC, a Board of Investment approved company, incorporated in Sri Lanka. Address - 4th Floor, Access Towers, Union Place, Colombo 2, Sri Lanka. Basis - On exclusive permit issued by Electricity Regulatory Authority (ERA), Republic of Uganda Project Data Location - Muvumbe River, Maziba, Kabale District, South- Western Uganda Access - The site is accessible by a 24km gravel road, starting at 6km from Kabale town on the Kabale – Mbarara highway Capacity - 6,500 kW, feeding 31.42 million units of (GWh) annually River Flow - 6.7 m3/s with a gross head of 120m Location Environment - Elevation - 1,600m above msl Ava. Temp. - 18 deg C Rainfall - 1000 to 1500 mm annual Project components - Diversion Dam, Intake, Sedimentation Tank, Head race channel, Forebay tank, Penstock, Power house, Tailrace, Switchyard and Transmission line Diversion Dam - Concrete gravity structure, 13 m long, 2.3m maximum height Intake - 9m wide, 1.7m high, 17m long with a steel log barrier and lift gate Sedimentation Tank Head race channel - 1,975m long, 1,661mm open channel 3.1mx1.85m high, 580m on aquaducts Forebay tank - R.C. Structure 26m long, 6.5m wide and 5.85m deep 4. Penstock - Welded steel pipe 295m long, diameter 1.65m to 1.0m, supported on piers and anchors Power house - 28m long 10m wide, two Francis turbines 4,000 kW and 2,500 kW Switchyard - 2 transformers and switchgear Transmission line - 33kV and 5.4 km in length Period of Completion It is proposed to complete the total project including civil works, machine installation and commissioning within a period of 21 months and the proposed programme of works with the relationship of items of work to different works are indicated. It is expected that each contractor’s programme will follow the main Programme and individual contractors will corporate each other for timely completion of the project. Each Tender is expected to be accompanied with the Contractor’s Programme of Works for the respective sector. 5. Project Cost and Funding The project is expected to cost U.S. Dollars 11.5 million. The investment is planned on the basis of 70% to 30% debt to equity. The project is funded by N.D.B Bank in Sri Lanka and Ugandan operations through Stanbic Bank in Uganda. The Employer expects to get a substantial help under the “GET-FiT - Uganda” programme; however the deal is under negotiation. 6. Prequalification information The tender for the contracts is only by invitation. 7. Bid Language The language of Tender and contract administration will be English. 8. Tender In Civil Construction contracts MHU/C/1, MHU/C/2 and MHU/C/3 are being tendered simultaneously. The MHU/C/4 for Electro-mechanical works would be tendered separately. The tenderers shall tender for all three contracts and are eligible to get one, two or all three contracts. 9. Issue of Tender Documents Prospective tenderers may purchase a complete set of tender documents upon the payment of a nonrefundable fee of U.S. Dollars 200 or on payment to Account No. 9030008053269, Stanbic Bank Uganda Ltd, Kabale Branch and on the presentation of receipts. Documents are available at Muvumbe Hydro (U) Ltd, Kampala office at No.29/33, Kampala Road, First Floor, Suit B 108, Kampala, Uganda by contacting Mr. Rwkarayoto Bruce on +256 (0) 782 051210 or +256 (0) 702 051210 or at Muvumbe Hydro (U) Ltd, Colombo Office, Level 4, Access Towers, 278, Union Place, Colombo 02, Sri Lanka on or after 15 October 2014. 10. Site visit and pre-bid meeting The site visit will take place on 05th November 2014 and prospective tenderers and the Employer’s staff will meet at JOPFAN COUNTRY Hotel, Plot 1, Bourdillon Road, Makanga, Kabale at 08.00 AM. Phone numbers +256(0)486426055 and +256(0)772510973. The Pre-bid meeting will take place on the 06th November 2014 in the same Hotel at 09.00 AM. 11. Clarifications Any further clarifications requested would be entertained until 13th November 2014 by E Mail contacting Sandun Thalagala at sandunt@muvumbehydro.com or Tudor Wijenayake at tudorw@muvumbehydro.com. The clarifications would be informed to all tenderers. 12. Employer’s address for the purpose of tender submission Muwambe Hydro (U) Ltd.,No.29/33, Kampala Road, Amber House, First Floor Suite B108, Kampala, Uganda 13. Deadline for submission of tenders The sealed tenders could be deposited in the Tender Box kept at Muwambe Hydro (U) Ltd, No. 29/33, Kampala Road, Amber House, First Floor, Suite B 108, Kampala, Uganda on or before 11th December 2014, 12.00 Noon. Sealed Tenders could also be sent by courier to reach the Kampala Office, but the Employer would not be held responsible for any delays. 14. The Employer’s role in construction The Employer may get involved in initial construction of Engineer’s facilities and the construction of access roads. The maintenance of roads would be allocated to individual contractors, as indicated in Bills of Quantities. The details of Employer’s role in construction would be explained at the Pre-bid Meeting. 15. Services by the employer The Employer will establish/ employ/ and maintain following services /staff a. Provide land for the establishment of contractor’s office, material store, staff and worker accommodation b. Provide land for open storage of bulky materials as sand and metal in a location accessible to heavy vehicles. c. Establish and run a quality control laboratory. d. First Aid services including a resident Nurse. e. The Employer will maintain an ambulance or a similar vehicle for the carrying of any injured persons to the hospital. f. Employ an Environmental Officer, Quality Control Officer and a Safety officer 16. A. Services by Contractors MHU/C/1, MHU/C/2 and MHU/C/3 Each Contractor is expected to carry out following support services a. Supply and install a construction water supply for all works under C/1, including 2 no intake pumps from the river, pipelines, 10,000 liter water tank (including construction of a suitable base), delivery lines to supply construction works. If small streams in the locality can supply with better quality water year around, the water source may be changed to a stream from the river. Details would be informed at the Pre-bid meeting. b. Supply and install a water treatment plant to produce potable water to construction works, staff and workers. c. Maintain and run the water supply system, including cost of chemicals for treatment, supply of electricity power for pumping. The costs of above would be paid under BOQ. B. Additional services by Contractor for MHU/C/1, Additionally, the Contractor for MHU/C/1 is expected to produce and deliver pipe borne supply of general purpose water and provide electricity with a 5KVA generator to Engineer’s Office Complex. The contractor would be paid under the relevant BOQ items. NOTE : Some of the services expected under Item 16 may change and would be clarified during the Pre-bid Meeting. 17. Maintenance of Roads The area under each contractor is shown in the layout drawing. The employer will construct 4 m wide gravel access roads including culverts as given in the drawings. The maintenance of the roads under each section would be the responsibility of each contractor and the contractor will be eligible for payment under the relevant BOQ items. However, every contractor will have the right to use all roads in the project. 18. Employment of Expatriate staff If the contractor wishes to employ expatriate staff, in addition to Ugandan personnel, the employment would be subjected to relevant immigration laws of Uganda. Any expenditure incurred in travelling from the country of the staff member and complying with the laws of Uganda is considered included in the rates. 19. Rates and Taxes The contractor is expected to abide by the laws of Uganda for rates and taxes in Company basis and the employees would be subjected to taxation in Uganda. 20. Price Adjustment The total project is expected to be completed within 21 months and individual contracts are expected to be completed within 21 months. The BOQ is priced in U.S. Dollars and payments to the contractor would be in U.S. Dollars and Price Adjustments will not apply. 21. Currencies of the Tender The tender would be in U.S. Dollars. 22. Period of Tender Validity 240 days from the day of Tender Closure 23. Percentage of Annual Increase The tenders are in U.S. Dollars and the Contractor’s would not be eligible for price increases. 24. 25. Amount of Tender Security MHU/C/1 - Minimum 1% of Tender Price MHU/C/2 - Minimum 1% of Tender Price MHU/C/3 - Minimum 1% of Tender Price MHU/C/4 - Minimum 1% of Tender Price Number of copies of the Tender to be completed and returned Two 26. Submission of Contractor’ Bills The contractor shall submit Bills (Interim Payment Certificates) for works carried out during each month. 27. As –Built drawings The Contractor is expected produce As-Built drawings for the Works carried out and need to be submitted to the Engineer after the completion of each project item. Nonsubmission of the As-Built drawings or poor presentation, the Contractor shall receive none, or only part of the relevant payment stipulated in the B.O.Q. 28. Currency Conversion For currency conversion purposes of the contract, Ugandan Shilling and Sri Lankan Rupee would be converted to U.S. Dollars and the conversion parity rates would be as following. The parity rates was computed based on the mid buying /selling rates for Ugandan Shilling to U.S. Dollar issued by Bank of Uganda and mid buying /selling rates for Sri Lankan Rupee to U.S. Dollar issued by Central Bank of Ceylon, 30 days prior to the day issue of Invitation to Bids and is given below. Ugandan Shilling to U.S. Dollar - 2,605.00 Sri Lankan Rupee to U.S. Dollar 29. - 130.19 Domestic contractor’s eligibility to receive a margin of preference in tender Ugandan domestic tenderers will not receive a margin of preference during the selection of the contractor. 30. Standard forms and amount of performance securities Tender Security (Bid Bond) – The intended tenderer is expected to submit a Tender Security as per the standard form given attached, as a Bank Guarantee from a reputed bank acceptable to the Employer, amounting to a value not less than 2.5% of the Contract Price. Performance Security - The successful tenderer is expected to submit a Performance Security as per the standard form given attached, as a Bank Guarantee from reputed Bank acceptable to the Employer, amounting to a value not less than 15% of the Contract Price. 31. Dispute Adjudication Agreement One Sole Member, to be appointed mutually agreed by the Contractor and the Employer. ………………………………………………………………….. Signature of Tenderer