VANUATU PROJECT MANAGEMENT UNIT (VPMU) has floated a tender for Engineering, Procurement and Construction for the Transmission and Distribution Power Networks. The project location is Vanuatu and the tender is closing on 31 May 2019. The tender notice number is VEAP - T&D 02/2019, while the TOT Ref Number is 32088778. 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 Transmission and Distribution Power Networks

Deadline : 31 May 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 32088778

Document Ref. No. : VEAP - T&D 02/2019

Competition : ICB

Financier : Asian Development Bank (ADB)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : VANUATU PROJECT MANAGEMENT UNIT (VPMU)
Prime Minister-s Office Complex Emmanuel Brunet Street Floor/Room number: Ground Floor - Director-s Office City : Port Vila Contact: Fatiaki Gibson - Project Manager
Vanuatu
Email :fatiaki.gibson@gmail.com

Tender Details

Tenders are invited for Engineering, Procurement and Construction for the Transmission and Distribution Power Networks.

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 Government of the Republic of Vanuatu (represented by the Ministry of Finance and Economic Management), (the Employer) invites sealed bids for:

Lot 1 - Engineering, Procurement and Construction for the Brenwe Hydropower Project Transmission Line and Malekula Grid Expansion: The Works include an approximately 21km long, 20kV, three phase transmission line is required to connect the new Brenwe hydropower project to the existing diesel generation facility in Lakatoro. The alignment will follow the existing public highway. Also, 20kV, three phase distribution grid extensions and three phase transformers from the transmission line form the required works to service the villages of Leviamp 1&2, Tulwei/Livet, Brenwe, Unmet, Uri/Alkakau/Alnivert, Anuatak, Laravet, Lambumbu and Kona Point

Lot 2 - Engineering, Procurement and Construction for the Espiritu Santo Grid Expansion: The Works include an approximately 40km long, 20kV, three phase distribution line is required to connect the existing line termination at Turtle Bay to a new 400kVa transformer at Port Olry. The alignment will follow the existing public highway.

Also, 20kV, three phase distribution grid extensions and three phase transformers from the main distribution line form the required works to service the villages of Hog Harbour, Loreviakarkar, Lorevulko, Kole 1, Natawa and Valankara.

Bidders may bid for one or both lots.
3. International Competitive Bidding (ICB) will be conducted in accordance with ADB-s
Single-Stage: One-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. Along with other requirements as specified in the Bidding
Documents, Bidders shall meet the following requirements for each lot, or aggregate
requirements if bidding both lots:
a) The Bidder must demonstrate a minimum average annual construction turnover of:
i. US$3 million for Lot 1 or,
ii. US$3 million for Lot 2 or,
iii. US$6 million for both lots

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, less its financial obligations for its current contract commitments, meet or exceed the total requirement for the Subject
Contract value of:
i. US$0.5 Million for Lot 1 or,
ii. US$0.5 Million for Lot 2 or,
iii. US$1.0 Million for both Lots.

c) If a Joint Venture; the Bidder must demonstrate that its financial resources, less its financial obligations for its current contract commitments, meet or exceed the total requirement for the Subject Contract of:

i. One partner must demonstrate that its financial resources, less its financial obligations for its own current contract commitments, meet or exceed its required share of 40% from the total requirement for the Subject Contract value, And,

ii. Each partner must demonstrate that its financial resources, less its financial obligations for its own current contract commitments, meet or exceed its required share of 25% from the total requirement for the Subject Contract value, And,

iii. The Joint venture must demonstrate the combined financial resources of all partners meet the requirements of 5b) above.

d) The Bidder must demonstrate participation in at least two (2) contracts that have been successfully or substantially completed within the last ten (10) years and that are similar to the proposed contract works (as described in 3a) and 3b) above) where the value of the Bidder-s participation exceeds:
i. (i) US$ 1.25 million for Lot 1 or,
ii. (ii) US$1.25 million for Lot 2 or,
iii. (iii) US$2.5 million for both Lots.

e) For each lot, the Bidder must demonstrate a minimum construction experience in the following key activities within the last ten (10) years: i. Successful completion of design and analysis of at least 2 (two) MV (11kV - 33kV) distribution lines in cyclonic areas similar to that proposed having a length in excess of 10km.

ii. Successful completion of the procurement, delivery and installation of at least 2
(two) MV (11kV - 33kV) distribution lines in cyclonic areas and having installed
length in excess of 10km.
iii. If bidding both lots, the Bidder must demonstrate the requirements of e)i and e)ii
above.
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 per lot, as described 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 Santo Grid Expansion Site and Brenwe hydropower project
location through the public road route to the diesel station at Lakatoro 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 consultation 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