VANUATU PROJECT MANAGEMENT UNIT (VPMU) has floated a tender for Engineering, Procurement and Construction for the Brenwe Hydropower Plant. The project location is Vanuatu and the tender is closing on 31 May 2019. The tender notice number is VEAP - BHP 01/2019, while the TOT Ref Number is 32088768. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Vanuatu

Summary : Engineering, Procurement and Construction for the Brenwe Hydropower Plant

Deadline : 31 May 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 32088768

Document Ref. No. : VEAP - BHP 01/2019

Competition : ICB

Financier : Asian Development Bank (ADB)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : VANUATU PROJECT MANAGEMENT UNIT (VPMU)
Attention: The Director, Prime Minister-s Office Complex, Emmanuel Brunet Street Floor/Room number: Ground Floor - Directors City: Port Vila
Vanuatu
Email :fatiaki.gibson@gmail.com

Tender Details

Tenders are invited for Engineering, Procurement and Construction for the Brenwe Hydropower Plant.

1. The Government of The Republic of Vanuatu has applied for financing from the Asian Development Bank (ADB) towards the cost of the Vanuatu Energy Access Project. Part of this financing will be used for payments under the contract named above. No nationality restrictions apply.

2. The Vanuatu Project Management Unit (VPMU), on behalf of the Ministry of Finance and Economic Management (the Employer), invites sealed bids for the Brenwe Hydropower Project (“The Facilities”).

The Facilities include a run of river hydropower station, with a generation capacity of a 422kW, from twin impulse turbines. The main elements of the scheme are the intake weir, headrace, forebay, penstock, powerhouse, tailrace, turbine-s, switchgear, transformer, 20kV three phase transmission cable (to public road) and access roads to the intake, forebay and powerhouse. The hydropower station will be located on the Brenwe River, approximately 4.5km north of Brenwe village in north west Malekula. The construction period is 24 months.

3. International Competitive Bidding (ICB) will be conducted in accordance with ADB-s Single-Stage: Two-Envelope bidding procedure and is open to Bidders without nationality restrictions.

4. The attention of the interested Bidders is drawn to the qualification requirements detailed in the Bidding Documents. Bidders shall meet the following minimum requirements along with other requirements as specified in the Bidding Documents:

a) Minimum average annual construction turnover of US$ 5.5 million calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.

b) The Bidder must demonstrate that its financial resources defined in FIN - 3, less its financial obligations for its current contract commitments defined in FIN - 4, meet or exceed the following cash-flow requirement of US$ 1 million and the overall cash flow requirements for this contract and its current works commitment.

c) Participation as contractor, management contractor, or subcontractor, in at least three (3) contracts within the last ten (10) years, each with a value of at least US$ 4.25 million that have been successfully or are substantially completed and that are similar to the proposed plant and services. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics of the Facilities. AND either (i) or (ii) below:

i. Successful completion as a prime contractor of at least one (1) EPC/Design Build Construct of hydropower project comprising all civil, electrical and mechanical works of at least 300kW capacity and design discharge capacity of at least 0.5 m3/s within last 15 years OR

ii. Successful completion as a prime contractor of at least one (1) contract of hydropower project of design discharge capacity of at least at least 0.5 m3/s with the combination of the following civil, electrical and mechanical works within last 15 years:

1. Weir

2. Headrace

3. Powerhouse

4. Impulse turbine

d) A minimum construction experience in the following key activities:

• Successful completion of design, analysis and construction of at least one (1) concrete weir structure, screen and intake similar in size to that proposed

• Successful completion of design, analysis and construction of at least one (1) headrace/ penstock installation project similar in size to that proposed.

• Successful completion of design and analysis of at least one (1) Forebay/ Surge chamber installation project similar in size to that proposed.

• Successful completion of construction of at least one (1) concrete powerhouse structures for a project similar in size to that proposed

• Successful completion of at least one (1) design, manufacture, supply and installation of impulse turbine/s and generators for a project similar in size of that proposed

• Successful completion of at least one (1) design, manufacture, supply and installation, testing and commissioning of Control/ Protection system for a project similar in size to that proposed.

• Preparation, implementation and monitoring of at least one (1) approved Construction Environmental Management Plan (CEMP) Other detailed requirements are shown in Part 1 - Section 3 of the Bidding Documents - Evaluation and Qualification Criteria.

5. A complete set of Bidding Documents, in the English language, can be obtained at no cost upon registering directly with VPMU. To register, Bidders may contact:

Address for Registering Interest and requesting the Bidding Documents:
Vanuatu Project Management Unit, Prime Minister-s Office Complex
Street address: Emmanuel Brunet Street
Floor/Room number: Ground Floor - Director-s Office
City : Port Vila
Country: Vanuatu
Contact: Fatiaki Gibson - Project Manager on email: fatiaki.gibson@gmail.com

Once registered, the Bidding Documents will be accessible to the interested Bidders on
a secure file share site which would be a secured link prepared by the Employer.
6. Bids must be delivered to the address below on or before 11:00 am (Vanuatu Time),
31 May 2019. All bids must be accompanied by a Bid Security as indicated in the Bidding
Documents. Late bids shall be rejected. All Bids will be opened immediately after the bid
submission deadline in the presence of the Bidders' representatives who choose to attend at the
address below. Electronic submission is not allowed.
Address for Bidding Submission and Bid Opening:
Attention: The Director,
Vanuatu Project Management Unit, Prime Minister-s Office Complex,
Street address: Emmanuel Brunet Street
Floor/Room number: Ground Floor - Directors Office for Bid Submission / Conference
Room for Bid Opening
City: Port Vila
ZIP code:
Country: Vanuatu
All Tenders are to be deposited in the Tender Box available at the above office.
7. A pre-bid meeting and site visit will be held on week beginning Monday, 6 May to 10
May 2019 and details are in Appendix A of Instruction to Bidders, to clarify the bid requirements
and to answer questions on any matter that may be raised at that stage as stated in ITB 7.4 of
Section 2 of the bidding document. Attendance of the pre-bid meeting and site visit must be
confirmed by the Bidder in advance to ensure sufficient time for organizational logistics.
Attendees are responsible for ensuring they have the correct visa.
8. The inspection of the site is included in the allocated week as above. The site inspection
will be held on that week at the Brenwe hydropower project location on Malekula. Whilst
attendance at the pre-bid meeting and site visit is not mandatory, potential bidders are
encouraged to participate to ensure they have a thorough understanding and appreciation of the
Project and site logistics. Staff from the VPMU and their Design Supervision Consultant will be
available on 9 May 2019 to answer any further questions that may arise from the pre-bid
meeting and site inspection. No one-on-one consultations will be allowed.
9. The Employer will not be responsible for any cost or expense incurred by Bidders in
connection with the preparation or delivery of bids including the costs and expenses invested to
site visits.

Documents

 Tender Notice