Sie sind auf Seite 1von 16

Terms of Reference

For
Procurement of Consultancy Services for, DED,
Preparation of Tender Document, Transmission
System & PC-I
of
Patan Hydropower Project

Terms of Reference
1

General

1.2
The World Bank under umbrella of its "Water Sector Capacity Building & Advisory
Services Project has agreed to extend a standard IDA technical assistance to Government
of Pakistan to improve the management and investment planning of water resources on
Indus River Basin. The objective of the Water Sector Capacity Building and Advisory
Services Project (WCAP) is to improve the country's management and investment planning
of water resources in the Indus River system through: a) capacity building of and support to
federal institutions in water resources planning and management, b) improvement in water
resources management and development in Water and Power Development Authority
(WAPDA), and c) project management and additional studies. The studies will also include
environment and social assessments, and environment/social management plans according
to GOP and World Bank Guidelines.
1.2
Detailed Engineering Design Study, Preparation of Tender Document, Transmission
System & PC-I of the proposed Patan Hydropower Project would be financed from WCAP.
Feasibility Study carried out by a consortium of International Consulting Firms has revealed
that the Project is technically sound, economically viable and environment friendly. The
feasibility study was completed in December 2015 and the optimized capacity is 2400 MW.
2.

Objectives of the Study

2.1 The main objective of proposed consultancy services is to carry out detailed engineering
designs studies, preparation of tender documents, prepare a plan/transmission system for
evacuation of energy and PC-I. These studies will be conducted according to International
standards, which will form the basis for project appraisal by the World Bank and the
Government of Pakistan.
3. Terms of Reference
3.1 Background
3.1.1 Pakistan is rich in natural resources including hydropower potential. Only small
portion of hydropower potential (about 15%) has since been developed and large portion is
yet to be harnessed.
3.1.2 The Patan Hydropower Project was identified by Monenco for WAPDA, which was
carried out in 1984 entitled Hydroelectric Inventory Ranking and Feasibility Studies for
Pakistan (Phase A).
3.1.3 PC-II for detail engineering design and preparation of tender documents and PC-I of
the Patan Hydropower Project is under process and will be submitted to Ministry of Water &
Power for approval from Govt of Pakistan.
3.1.4 Feasibility Study of Patan Hydropower Project has been carried out by the
Consultants comprising a Joint Venture of M/s Lahmeyer Intl. (Lead Firm), M/s NDC, Lahore
and M/s PES (Pvt.) Ltd. and completed in December 2015 after carrying out detailed field
investigations on topography, hydrology, geology, seismic, infrastructure, environment, layout
planning and design, transmission with evacuation plan, etc.

3.1.5 As a result of studies, the proposed Patan Hydropower project on Indus River will
have a generating capacity of 2400 MW consisting of 8 Nos. units with annual energy
generation of 12500 GWh in an environmentally sound and sustainable way, using a
naturally renewable resource with zero emissions.
3.1.6 Feasibility Study is available with WAPDA in the office of General Manager (Hydro)
Planning Sunny View Lahore at no cost to the bidder for the purpose of the preparation of
their bids.
3.2

Scope of Services

3.2.1 All services of the Consultants described herein shall be performed in close
cooperation with the Government of Pakistan and WAPDA or designated by the
Government/WAPDA. The Consultant shall keep in mind that the services and tasks
described herein cannot be considered as the complete and comprehensive description of
the Consultants services and duties. It is rather the Consultants responsibility to critically
verify the scope of the services indicated herein, and to propose modifications in his
proposal wherever he deems it necessary according to his own professional judgment and
the knowledge that he will acquire during the preparation of his proposal. It is understood
that the Consultant shall perform all the services/work as necessary to fulfill the objectives of
the Consultancy Contract.
3.2.2 For clarity and ease the phasing of work and detailed scope of each phase is given
below
i.
ii.
iii.
iv.
v.
vi.
vii.

Overall project preparation studies, environmental and social studies and preparation
of plans, SA/SAP and EA/EMP;
Economic and financial analysis;
Supervision of site investigation and other investigations necessary for design of the
whole project.
Detailed engineering design of the whole project covering all component of the
proposed hydropower project up to the level so that the contractor would be able to
prepare construction drawings for approval of the Engineer.
Tender Documents for all works.
Transmission system for evacuation of power and connection with the National Grid.
Preparation of PC-I, implementation arrangements, institutional setup etc.

Assignment: Detailed Engineering Design, Preparation of Tender Document,


Transmission System & PC-I
3.2.3

The assignment is likely to consist, but not limited to the, following tasks:

Task A1:
Task A2:
Task A3:
Task A4:
Task A5:
3.3

Review of Feasibility Study


Preparation of Detailed Engineering Design
Transmission System
Preparation of Tender Documents
Preparation of PC-I

Task A1: Review of Feasibility Study

3.3.1 The Consultants shall carry out comprehensive review of feasibility report, and
studies on the project and all available data. The Consultants shall also review the seismic
report, type of diversion arrangement, selected project layouts, preliminary design of various
components, sediment flushing arrangements, environmental impacts, project benefits and
project cost considering the time of implementation in addition to Environment Impact

Assessment (EIA), Environmental Management and Monitoring Plan (EMMP), will also be
reviewed beside approval of the study from the concerned EPA. For the economic evaluation
all costs and benefits shall be valued in economic terms, while for the financial viability study,
these shall be expressed in financial term.
3.3.2 The feasibility studies have been completed for pre & post Diamer-Basha Dam and
Dasu HPP scenario, therefore feasibility study may be reviewed for pre-Diamer-Basha
scenario which is important for sediment handling and management point of view and overall
project benefits may reduce due to natural flow availability.
3.4

Task A2: Preparation of Detailed Engineering Design

For preparing detailed engineering design, the assignment is likely to consist, but not limited,
to the following sub-tasks:
Sub-Task
Sub-Task
Sub-Task
Sub-Task
Sub-Task
Sub-Task

A2.1:
A2.2:
A2.3:
A2.4:
A2.5:
A2.6:

Sub-Task A2.7:
Sub-Task A2.8:
Sub-Task A2.9:
Sub-Task A2.10:
Sub-Task A2.11:
Sub Task A2.12:
Sub Task A2.13:

Collection of Data and Investigation


Hydrology and Sedimentation study
Hydropower Generation/Simulation Studies
Construction Material
Design Criteria
Design of Civil Structures (Hydraulic, structure,
Geo-technical, Architecture, etc), E&M Equipments
and Infrastructures
Estimation of Project Benefits
Financing Strategy and Financing Plan
Project Implementation Planning and Procurement
Packaging
Preparation of BOQ and Costing
Economic and Financial Evaluation
Environmental
Impact
Assessment
(EIA),Environmental Management and Monitoring
Plan, etc.
Social Impact Assessment and Beneficiary
participation
aspects
and
Preparation
of
Resettlement Action Plan (RAP)

Sub-Task A2.1: Collection of Data and Investigations


3.4.1 The Consultants shall indicate the need for further investigations and surveys at this
stage of the studies in order to be able to fully establish the detailed engineering design of
the project. The Consultants shall be responsible for all surveys and investigations required
to prepare the detailed design.
3.4.2 If any additional survey is required other than WAPDA formations, consultants have
to prepare scope and hire the survey firm/contractor and supervise the survey work and pay
directly to the contractor. Therefore consultants must include cost in their financial proposal
for additional survey work.
3.4.3 The Consultants would be responsible for all investigation required for the
Assignment: These investigations should be mentioned in the methodology as well as in the
financial proposals. For all additional geological and geotechnical investigation consultant
shall prepare scope of investigation and prepare tender document if required and will be
responsible for supervision in the field of all geotechnical and geological investigation.

Tendering and evaluation will be done jointly by consultants and WAPDA. The cost of these
investigations will be paid directly by WAPDA/WCAP loan.
Sub-Task A2.2: Hydrology and Sedimentation study
3.4.4 The Consultants shall conduct detail hydrological and sedimentation studies
considering the two scenarios with and without operation of Diamer-Basha Dam and Dasu
Projects. The hydrological studies should include data for the recent years which was not
used during feasibility study of Patan HPP. Consultants should carry out flow duration
analysis taking care of reservoir simulation and sediment flushing to keep the live reservoir
volume available for full year and years to come.
3.4.5 Flood frequency analysis would be carried for safety check flood, diversion flood
during construction and annual flood. The annual sediments inflow will be estimated.
Reservoir trap efficiency would be worked out in order to assess the efforts needed for
sediment flushing through bottom outlets. Consultants should develop sediment
management system to keep the live storage volume available for full life of the project.
Sub-Task A2.3: Hydropower Generation/Simulation Studies
3.4.6 The consultants will work out power generation of the project based on the hydrology
specified above. Net heads shall be computed with hydraulic losses related to actual flow
and the efficiency of the equipment shall be taken. The energy generation will be workout for
peak and off-peak periods with different scenarios. Firm power shall be computed for each
month of the average year separately.
3.4.7 Different mode of operation would be established and energy simulation studies
would be performed for with or without Diamer-Basha Dam/Dasu Hydropower Project and
Tarbela Dam Project. During simulation studies sediment flushing, management and
downstream degradation will be given due care.
3.4.8 Study should also include transmission of power, transmission, connecting point, time
required for construction of transmission line and cost.
Sub-Task A2.4: Construction Material
3.4.9 Survey shall be carried out of the proposed site area for identification of suitable
location for construction materials. This shall cover investigations of locations of potential
quarries for sand, soils, dam core materials, rock and aggregates, etc. and preparation of
maps identifying the borrow areas; estimation of quantities; collection of samples from
borrow areas; testing of samples of the materials at the various locations, preparation of
location maps, road maps, etc. showing transport routes up to the borrowing areas and their
relation to the construction site(s).In addition, the source (national and international) of
supply of other materials such as cement, steel, lumber, etc. shall be identified.
3.4.10 All the scope of work, including findings, analysis and calculations, carried out shall
be presented in the report on construction materials. All other materials required for the civil
construction: cement, pozzolanic material, reinforcing steel, fuel, etc., shall be transported
over large distances along the Karakoram Highway from the down country.
3.4.11 Consultants should develop a laboratory testing program for all construction material
for their quality and suitability. Concrete (especially RRC) trial mix will be designed and
casted for testing their suitability. Concrete cubes and cylinder samples would be made as
per testing requirements.

Sub-Task A2.5: Design Criteria


3.4.12 The Design Criteria for the detailed design will be established by the Consultant right
at the beginning of the work. These shall comprise the physical properties of materials for
use in construction, the loads on the structures, admissible stresses, etc. and standards to
be used in the design. These Design Criteria shall be detailed enough to serve as basis for
the construction design and drawings by Contractors later at implementation stage of the
project. It is worth mentioning to say, that these criteria shall cover the mechanical and
electrical equipment parts of the project as well.
Sub-Task A2.6: Design of Civil Structures (Hydraulic, structure, Geo-technical,
Architecture, etc), E&M Equipments and Infrastructures
3.4.13 Detailed engineering design shall be developed for all components of the project
such as, diversion during construction, coffer dam, dam and appurtenant structures, intake
and power tunnel, powerhouse, tailrace, mechanical equipments, electrical equipments,
hydro-mechanical equipments, hydraulic steel structures, Operation and maintenance staff
colony/colonies, construction camps, relocation of KKH if required etc. However, detailed
engineering design is upto such level that contractor can easily be develop construction
drawing for the approval of the Engineer and the Client
3.4.14 The Consultant shall focus on a hydraulic design of the water conveyance system
such as spillway, bottom/low level outlets, diversion tunnels, power intake, power tunnels,
pressure shaft, surge chambers and tailrace tunnel of the power plant. The head losses of
the system shall be computed as precisely as possible and the waterway cross sections will
be optimized. It is presumed that the design of all hydraulic structures will be final and that
the dimensions of the structures would not have to be revised later on during the
construction of the works.
3.4.15 Stability and structural analyses will be made for the dimensioning of the dam and all
load carrying structures of the project, such as columns, decks etc. It is the duty of
consultants to prepare reinforcement drawings and details all other details so that contractor
can prepare construction drawings and submit for approval of the Consultants.
3.4.16 The installed capacity of the power station will be optimized. The design of the
mechanical and electrical components of the project will be based as far as appropriate on
the specifications and standards of the Dasu/Diamer-Basha hydropower project. The
equipment design shall be standardized if possible for the hydro-mechanical equipment
(closure bluk head gates, stop logs, racks and the appurtenant cranes) and especially the
plant auxiliaries. Savings in the stock keeping of spare parts and consumables shall be
achieved.
3.4.17 The Consultants shall design the substation/SCADA at the power plant and the
interconnection with the National Grid Station available nearby at desired voltage level. The
Consultant will further verify, whether the power transmission grid's stability is adequate to
carry the additional load from the Diamer-Basha/Dasu HPP sub-stations. An extra bay for a
medium tension connection to supply power to the local population in the valley shall be
provided.
3.4.18 The consultants shall prepare detailed engineering design report by updating the
feasibility level design of the project giving sufficient details of the additional investigations
carried out, design criteria, design analysis, methods applied, and results of computations
beside tender drawings.
Sub-Task A2.7: Project Benefits
6

3.4.19 The consultants will work out energy production of the project based on the
hydrology specified above. Net heads shall be computed with hydraulic losses related to
actual flow and the efficiency of the equipment shall be taken. The energy produced will be
indicated for the peak and off-peak periods. Firm power shall be computed for each month of
the average year separately.
3.4.20 The value of the energy produced, for the computation of the EIRR, will be
computed, by the consultants based on capacity and energy rates, which were used for the
feasibility study. The Consultant will revise these figures, if found advisable in consultation
with WAPDA and World Bank. For FIRR computation, on the tariff of NEPRA/WAPDA will be
taken. The energy sold will be computed, based on the actual production minus losses and a
reduction of the income for transmission, distribution and administrative costs will be made.
Sub-Task A2.8: Financing Strategy and Financing Plan
3.4.21 Develop a financing plan for the project, considering revenues of WAPDA, evaluating
options for raising hydropower tariffs, special taxes, private, government financing and public
borrowing by the WAPDA and other loans and credits form public and private institutions and
supplier etc. The Consultants would develop an overall strategy for project financing in
collaboration with WAPDA which is working on such issues. The Consultants will also
develop a project specific least cost financing plan. The Consultants has to develop tariff
based on lending terms and based on NEPRA model in order to establish the financial
capability.
Sub-Task A2.9: Project Implementation Planning and Procurement Packaging
3.4.22 The Consultant shall prepare an implementation schedule for the Patan hydropower
project, starting with the tendering and contracting for International Competitive Bidding
(ICB) and the construction period. The schedule shall be established using computer
programme Primavera and shall be used as basis for the calculation of interest during
construction and monitoring construction activities.
3.4.23 Considering the availability and performance of the contractors, and the construction
industry as a whole, size and nature of works based on the detailed designs, and available
technology, propose suitable construction scenarios for the project. In the context, identify
packages of works which are to be implemented on the basis of International Competitive
Bidding (ICB), National Competitive Bidding (NCB) or through other appropriate methods;
3.4.24 For each type of package identified above outline the basis for engineering,
supervision and administration arrangements including implementation arrangements for
EMMP and RAP etc;
3.4.25 Prepare an overall implementation plan and plans for each component of the project
as well as operation plan for the project consulting services for supervision and
administration, and monitoring and evaluation of the project impact; civil works; E&M
equipment, vehicles and other goods required for the project implementation;
3.4.26 Propose project implementation arrangements including institutional structure clearly
defining the role of WAPDA, and its various entities, Ministry of Water and Power (MOWP),
Finance, Planning, Potential need for a special Project Management Unit (PMU), field
officers, contractors, and supervisory engineers. Layout and appropriate work flow using the
proposed institutional setup such as technical approvals, approvals for technical design,

approval for changes in technical designs during construction, for effective implementation,
measurements and verification of works undertaken, payment procedure, flow of funds, etc.
Also prepare a staffing plan for the PMU and other staff required for the project
implementation;
Sub-Task A2.10: Preparation of BOQ and Costing
3.4.27 Based on the identified requirements of the various project components, the
Consultant shall prepare a detailed cost estimate including: mobilization, infrastructure,
surveys, investigations, civil works, E&M Equipment (manufacturing/purchase, transmission
system, transport, erection, installation, testing, commissioning, etc), environmental, land
acquisition and resettlement (if any), taxes, import duties, administration and legal costs,
engineering and supervision, insurance's, physical contingencies, price contingencies, etc.
3.4.28 The construction costs shall be determined on the basis of a quantity survey and
adopting unit costs calculated by using material, equipment and labour costs valid for the
project region. The cost figures established in this manner shall be broken down into local
and foreign costs. The capability of the local industry to carry out civil works portions of the
project shall be investigated in order to arrive at a realistic estimate of the local component.
Sub-Task A2.11: Economic and Financial Evaluation
3.4.29 The economic analysis of the project shall be done in line with the methodology of
the feasibility study and according to international financial institutions standards.
Appropriate assumptions and sensitivity analysis shall be made as to the anticipated value of
the energy produced by the project. The Consultant shall calculate the net present value
(NPV), cost-benefit ratios and the economic internal rate of return (EIRR) of the project. In
addition, the levelised unit costs of the energy shall be computed, based on the updated cost
estimate. The Consultants should carry necessary survey and analysis to develop
willingness to pay for the power.
3.4.30 Identify the profitability of the present operations and assess the future financial
performance (business plan incl. cash-flow statements, profit & loss statements, balance
sheets). Net financial cash flow of the project over the economic life of the projects assets
(with particular emphasis on the cash flow of the first 10 years) and based on this,
calculation of the Financial Internal Rate of Return (FIRR), the Net Present Value (NPV) and
the Debt Service Cover Ratio (DSCR). The financial projections shall include the base case
scenario and the sensitivity analysis.
The scenarios to be used for the financing of the project will be indicated by WAPDA in
consultation with World Bank.
Sub-Task A2.12: Environmental Impact Assessment, Environmental Management&
Monitoring Plan etc.
3.4.31 The Consultant shall revise the environmental and socio-economic monitoring and
action plans for the subsequent construction stages and issue a detailed, comprehensive
EMMP and RAP prior to the end of the Detailed Engineering Design period. Revised EMMP
and RAP shall take into consideration the results of a gender analysis to be conducted in
parallel to the detailed design. The work on the EMMP and RAP shall be completed and the
respective reports shall be issued as early as possible in order to enable WAPDA to initiate
mitigation measures and complete all required permanent/temporary resettlements prior to
the commencement of the physical construction work. The consultants are invited to
elaborate on this matter in detail in their technical proposal. The consultants are required to
seek approval/NOC of the study from the concerned Environmental Protection Agency
(EPA).
8

3.4.32 The Consultant will carry out the site specific EIAs and Social Impact Assessment as
required under the Pakistani Laws. The project is to be implemented following Pakistani
Environmental Regulations and the World Bank Guidelines and Operational Policies
(Operational Policies 4.01) therefore the Consultants will be responsible for preparing and
updating these documents as needed to meeting such requirements. The Consultant will
gather necessary data and information and prepare all the environment related documents
for all works to be implemented under the project that may be necessary for getting location,
construction and other permits for constructing works and carrying out activities for obtaining
financing from the World Bank.
3.4.33 The Consultant will help to operationalize the finding of the EAs and EIAs and
implementation of Environment Management & Monitoring Plan (EMMP) plans for any
adverse impact of the construction activities, and operation of the project may have on the
environment. EMMP will consist of mitigation measures, monitoring program and institutional
development/strengthening program for implementation of EMMP. Prepare cost estimates
for implementation of EMMP, scope of work, terms of reference and a plan of how various
mitigating measures will be implemented either through modification of construction
contracts for project facilities or through additional works for which Consultants will prepare
designs or through technical assistance and training which the Consultants will carry out for
operation of the project facilities.
Sub-Task A2.13: Social Impact Assessment and Beneficiary participation aspects and
Preparation of Resettlement Action Plan (RAP)
3.4.34 The Consultants will carry out a Social Assessment as needed by GoP and World
Bank Guidelines for various project activities/works. Based on findings of the Social
Assessment, if land or property is to be acquired permanently or temporarily or people are
affected in a significant way, the Consultants will prepare a Social Management and
Resettlement Policy Framework for the area and activities. For the works to be included in
the first years contract for which detailed designs would be prepared, a full Resettlement
Action Plan (RAP) would be necessary. In this context major activities to be carried out will
include, but not limited to the following:
i.
ii.
iii.

Carry out social assessment studies of the project and prepare a RAP according to
the GOP policies and the World Bank OP 4.12 involuntary resettlement;
Collect data for the preparation of the RAP;
Prepare alternatives to minimize resettlement and displacement, prior to project start
as well as during project implementation. Prepare alternatives to minimize the
amount of impact of resettlement by selecting relocation sites, which are suitable and
acceptable to the communities;

iv.

Design and implement a program to involve beneficiaries in project


conceptualization, planning and implementation and to facilitate public awareness of
the project; and to enhance its ownership;

v.

Identify sites for relocation; involve PAPs in preparing alternatives for relocation sites,
and preparing strategy for site and housing replacement;

vi.

Describe legal framework for RAP, relevant local laws, customs that apply to
resettlement; describe entitlement policies for each category of impact and specify
that resettlement implementation will be based on specific provisions of agreed RAP;
describe method of valuation used for affected structures, land, trees, and other
assets; and prepare entitlement matrix; describe grievance redress procedures, for
registering complaints, mechanisms for appeal, and process for approaching the civil
courts.

vii.

In respect of social impact and RAP preparation:

viii.

Carry out socio-economic surveys and identify project affected peoples and (PAPs)
and extent of the adverse impact on the socio-economic conditions due to the project
facilities during construction as well as after completion.

ix.

Prepare a resettlement plan entitlement and policy matrix.

x.

Establish a benchmark situation; sketch our property, houses and other structures,
trees, vegetation, geo-profile in a map covered by the project works. Videotaping
maybe used to support the benchmark situation.

xi.

Propose institutional and organizational arrangement for the implementation of RAP


including linkages with the project implementing agencies, local administration, NonGovernmental Organizations (NGOs) and other related organizations.

xii.

Prepare cost estimates of RAP implementation separately identifying the


administrative costs, consulting services, equipment, and compensation under major
categories, such as land, houses, trees, other property, cost of preparation of
alternative sites, etc.

xiii.

Prepare RAP implementation arrangements and identify critical path actions for
timely implementation of the project.

xiv.

Conduct surveys to determine cultural property (according to the definition of GOP


and United Nations) including sites having archaeological, paleontological, historic,
religious, and unique natural values in the project area and prepare proper
documentation for such a cultural property; determine effect, if any, the project, may
have on the cultural project and develop plan for its preservation;

xv.

The RAP would be updated and modified time to time and once a year showing the
status of its implementation, changes in the RAP implementation that would be
necessary due to changes on ground over the previous period; and

xvi.

Provide support in implementation of RAP including support to purchase of


properties, for that purpose, preparation of documentation to help in negotiations with
the beneficiaries, in obtaining of local permits, etc. This may also include
identification of alternative sites for resettling people and related assets and cultural
properties, development of the sites, including planning, infrastructure, utilities, and
replacement houses etc.

3.5

Task A3: Power Transmission System Study

3.5.1 The Consultants should prepare a plan for transmission of generation of the project
based on existing information. Study should include estimation of cost and time required for
construction of transmission line & its connection with National Grid System. The main
features of the study are as under:
i)
ii)
iii)
iv)
v)
3.6

Transmission System/Line Route


Planning Criteria
Load flow studies
Line Parameters
Cost Estimates of Transmission Alternative

Task A4: Preparation of Tender Documents

10

3.6.1 The preparation of the Tender Documents will begin after the acceptance of the
Detailed Engineering Design.The tender documents shall be based on the Banks standard
documents.
3.6.2 The consultants shall, for the preparation of their technical and financial offers,
assume that the construction / erection of the works will be separated into the lots specified
below. The final packages as result of detailed engineering design studies for bidding
purposes will be prepared and agreed between WAPDA and the Consultant before the
beginning of the work. Tentatively, the following major contract packages are visualized:
3.6.3

LOT-1: Construction of O&M Staff Colonies and Infrastructure.

Construction and development of town for O&M staff for their residential purpose. The town
must have civic facilities such as: school, college, Hospital/Dispensary, Masjid, Shops, Play
grounds, offices, Water Supply, Sewage treatment plant, Electricity facility, etc. It is intended
to float this tender for competitive bidding without pre-qualification procedure on National
Competitive Bidding. WAPDA/GoPmay considers financing this lot from their own financial
resources and adopting their own contractual procedures;
3.6.4

LOT-2: Roller Compacted Concrete Dam and Related Structures

Construction of civil works for the dam and appurtenant works; It consists of diversion tunnel
and coffer dams on upstream and downstream of the construction pit. Pit dewatering.
Construction of Roller Compacted Concrete Dam. It is intended to float this tender for
competitive bidding with pre-qualification procedure on ICB. This lot will be financed from
loan from World Bank or other financial Institution;
3.6.5

LOT-3: Underground Works and Related Structures.

Construction of powerhouse cavern, power tunnel along with power intakes, surge chamber
on downstream of powerhouse, tailrace tunnel and outlet structures, access tunnel,
transform cavern and cable and ventilation tunnel.It is intended to float this tender for
competitive bidding with pre-qualification procedure on ICB. This lot will be financed from
loan from World Bank or other financial Institution;
3.6.6 LOT-4: Hydraulic Steel Structures and Gates for Low Level/Bottom Outlets and
Spillway.
Design, manufacturing, transport, installation, commissioning and testing of all hydraulic
steel structures for instants stop logs, bulkhead gates, trash rack cleaning Machine and
spillway gates. It is intended to float this tender for competitive bidding with pre-qualification
procedure on ICB. This lot will be financed from loan from World Bank or other financial
Institution or supplier credit;
3.6.7 LOT-5: Hydro-mechanical Equipment and Electrical Generation Equipment &
Transmission Line.
Design, manufacturing, transport, installation, commissioning and testing of all mechanical
and electrical equipment for the whole power plant and the switchyard including connection
with National Grid. It is intended to float this tender for competitive bidding with prequalification procedure on ICB. This lot will be financed from loan from World Bank or other
financial Institution or supplier credit;
3.6.8 The following parts of the tender documents shall be prepared by the Consultants for
each lot separately:
11

i.
ii.
iii.
iv.
v.
vi.
vii.

General conditions of contract


Special conditions of contract
Bid and Appendices
Special provisions
Specifications
Bills of Quantities and equipment lists
Drawings

3.6.9 Furthermore, an independent international expert for construction/erection contracts


shall be nominated in the technical offer, who will check, scrutinize and, if required, revise
the tender documents in consultation with the Consultants. Furthermore, the expert shall
analyze and give professional advice on all matters concerning insurances to be included in
all contracts in order to limit the risks involved with the construction design and execution of
the works and to make sure that all liabilities/ responsibilities are clearly defined throughout
all execution stages.
3.6.10 The Consultant shall particularly: a) Prepare, review or revise to a high professional
standard the technical specifications of the Project, ensuring that they are in line with
WAPDA's and World Bank's rules and permit submission of clear, complete and competitive
tenders; b) Ensure that the environmental performance criteria, as set out by the
environmental assessments and approved by the Panel of Experts are met by the
specifications.
3.6.11 Assist WAPDA in following the procedures for international tendering (including prequalification) and in complying with World Bank's procurement rules;
3.7

Task A5: Preparation of PC-I

3.7.1 Two separate PC-Is (one for land acquisition and resettlement and one for project
implementation) will be prepared as per latest guidelines issued by Planning Commission of
Pakistan for infrastructure projects.
4.

STUDY DURATION PERIOD.

4.1
Duration of the contract/study will be for twenty four (24) months. Last but not least is
the undertaking of the Consultants (standard) on obligatory responses to any technical
related query arising from time to time phase of study and during the first year after
completion of detail design.
5.

INSTITUTIONAL ARRANGEMENTS

5.1
PMPIU under WCAP will oversee the execution of the Assignment: Detailed
Engineering Design, Tender Document, and Transmission System & PC-I.
5.2
The Consultant will work closely with WAPDA and coordinate work with other
relevant units of WAPDA, local administration and relevant ministries and agencies. The
Consultant will establish his office in Lahore at a convenient location from WAPDA offices to
whom they will be reporting on a day to day basis.
5.3
After the review of feasibility study/inception stage the Consultants shall prepare a
detailed schedule and task-flow diagram, which depicts the interrelationship of various tasks
in the assignment which lead to the completion works and mechanism of coordination with

12

the client and other related entities. This will be kept updated throughout the assignment
duration.
5.4
General Manager (Hydro) Planning, WAPDA will be representative of the client and
will be responsible to coordinate all interfaces with the Consultants. General Manager
(Hydro) Planning with support from the Director concerned will also assist the Consultants in
resolving various administrative issues which may arise during the study duration. The
Consultants' Project Manager will be the principal contact and will be expected to be readily
available during project implementation.
5.5
The Consultants shall be responsible for all aspects of performance of services as
set forth in the preceding sections of this TOR. WAPDA will be responsible for providing the
existing data and information including all reports prepared so far for the project.
6

STAFF REQUIREMENTS

6.1
The Consultants are encouraged to use the expertise available in Pakistan to the
extent possible. However, international experience and experience with the World Bank
financed projects are necessary to carry out the assignment. The Consultants are free to
propose a staffing plan and skill mix necessary to meet the objectives and scope of services.
If all the required skills are not available within the consulting firms, they are encouraged to
make joint ventures with other firms. Following is an indicative list of personnel and skills
required for carrying out the Assignment.
Assignment: Detailed Engineering Design, Preparation of Tender Document,
Transmission System & PC-I.
6.2

The following key staff is required for this assignment.

Sr.
No

Staff Skills

Minimum Qualification / Experience

Man
Months

Project Manager /
Team Leader

He should at least be Graduate in Civil Engineering


from a recognized university. Masters in Civil
Engineering disciplines or other related engineering
discipline shall be given additional weightage. He
should have specific experience of working in senior
techno-managerial position with at least 10 years as
Team Leader on relevant projects. The incumbent
should have minimum experience of 25 years with at
least 12 years in study related activities. He should
be able to lead the team of the consultants and
assists WAPDA and World Bank in timely completion
of the Services with a quality output.

20

Chief
Hydropower
Engineer

He should at least be Graduate in Civil Engineering


from a recognized university. Masters degree in
related discipline will be given additional weightage.
He shall have a minimum experience of 20 years

13

with at least 10 years in the planning and design of


hydropower projects as Hydropower Engineer.
3

Chief Geotechnical
Engineer

He should have at least Masters degree in geotechnical engineering from a recognized university.
Doctorate in related discipline shall be given
additional weightage. He shall have at least 20 years
overall experience with minimum of 10 years in geotechnical discipline.

Chief Geologist

He should have at least Masters degree in


geology/engineering geology from a recognized
university and should have an overall experience of
20 years with 10 years on hydropower projects.
Doctorate in related field will be given additional
weightage.

12

Chief Hydrology/
Sedimentation

He should have at least Masters degree in


Hydrology / Sediment or related discipline from a
recognized university. Doctorate in related field will
be given additional weightage. He should have at
least overall experience of 20 years with 10 years
exposure to the related activities.

10

Chief Hydraulic
Engineer

He should have at least Masters degree in


Hydraulics Engineering from a recognized university.
Additional weightage will be given to PhD
qualification in the same field. He should have a
minimum overall experience of 20 years with at least
10 years in similar hydraulic structures design.

10

Chief Structure
Engineer

He should have at least Masters degree in structural


engineering from a recognized university. Doctorate
in related discipline will be given additional
weightage. He should have at least overall
experience of 20 years with 10 years in design of
similar dam and related structures.

12

Chief Tunneling
Engineer

He should have at least graduate degree in Civil


Engineering from a recognized university. Masters
degree in engineering geology / rock mechanics or
related discipline will be given additional weightage.
He should have overall experience of 20 years in the
field of tunneling with 10 years to the related
activities (Hydropower tunneling).

10

Chief Mechanical
Engineer

He should have at least graduate degree in


Mechanical Engineering from a recognized
university. Masters in related discipline will be given
additional weightage. He should have overall

12

14

experience of 20 years with at least 10 years in


design and erection of equipment of similar
hydropower projects.
10

Chief Electrical
Engineer

He should have at least graduate degree in Electrical


Engineering from a recognized university. Masters
qualification in related discipline will be given
additional weightage. He should have overall
experience of 20 years with at least 10 years in
design and erection of equipment of similar
hydropower projects.

12

11

Chief Contracts

He should have at least graduate degree in Civil


Engineering from a recognized university. Masters in
contracts will be given additional weight age. He
should have an overall experience of 20 years with
minimum 10 years experience in the related fields of
contracts execution and administration.

14

12

Chief Economic
and Financial
Evaluation

He should have at least Masters degree in


Economics from a recognized university. PhD or
equivalent qualification in Economics will be given
additional weightage. He should have at least
overall experience of 20 years with minimum 10
years in economic and financial analysis of
hydropower projects.

13

Chief
Environmentalist

He should have at least graduate degree in civil


engineering. Masters degree in Environmental
Engineering from a recognized university will be
given additional weightage. The incumbent must
have an experience on preparation of Environment
Management Plan and Environment Monitoring Plan.
He should have a minimum overall experience of 20
years with at least 10 years exposure to the related
activities. Association with similar work on similar
projects will be preferred.

10

14

Chief Road

He should have at least BSc. Civil Engineering from


a recognized university. MSc. in related field will be
given additional weightage. He should have an
overall experience of 20 years with 10 years
experience as chief/Principal Engineer Road.

15

Unallocated

20

Total

170

DELIVERABLES AND SUBMISSION OF REPORTS

15

7.1
The schedule for various reports the Consultants are likely to prepare is given below.
The Consultant will prepare reports in English and provide copies as mentioned below of the
reports to the Government and the World Bank. Additional, reports may have to be prepared
as needed by the investor, project authorities or based on needs.
Assignment

Number
of Copy

1.Review of Feasibility Study/Inception Report

50

2. Progress Reports including monthly and Quarterly Reports

10

3. Preparation of special reports/memoranda to elicit Clients consent/approval on


specific issues (as and when required)

As
require

4.Detailed Engineering Design Report consisting of a report for design of the


project works, definition of the project, cost estimates, economic and financial,
environmental and social analysis, implementation plan etc.

50

5. Bidding documents. Bidding documents for all civil works, hydraulic and
electrical and mechanical equipment, BOQs, tender cost estimates and
technical specification for each lot separately.

50

6. Three (03) PC-Is

100

1) Land Acquisition and Resettlement


2) Project implementation
3) Transmission system for evacuation of power and connection with the
National Grid
7. Engineers Estimate for each Lot Separately

8. Contractors Pre-qualification Document for each Lot Separately

30

8.

PROCUREMENT OF GOODS

8.1
Purchase of Equipment / T&P will be carried out according to the need of
Consultants. The Consultants shall maintain inventory list of all purchased equipment,
vehicles and other T&P items etc and submit details in quarterly reports. All these items shall
be returned to WAPDA upon completion of contract with fair wear & tear condition.

16

Das könnte Ihnen auch gefallen