You are on page 1of 33

EXPRESSION OF INTEREST

(EOI)

Title of Consulting Service: BHP-CS-EOI-02-076/77

Method of Consulting Service: International

Project Name : Consulting Services for Design Review and Construction


Supervision of BudhiGanga Hydropower Project (20 MW)
EOI : BHP-CS-EOI-02-076/77
Office Name: Budhiganga Hydropower Project
Office Address: Sano Goucharan Kathmandu

Funding agency : Loan

Loan/Credit/Grant number : 614/06


Table of Contents

Section I. A. Request for Expression of Interest 4


Section II. B. Instructions for submission of Expression of Interest 6
Section III. C. Objective of Consultancy Services or Brief TOR 8
Section IV. D. Evaluation of Consultant's EOI Application 13
Section V. E. EOI Forms and Formats 16
A. Request for
Expression of Interest
Request for Expression of Interest
Government of Nepal (GoN)
Name of Employer: Budhiganga Hydropower Project

Date: 17-03-2020 07:00

Name of Project: Consulting Services for Design Review and Construction Supervision of BudhiGanga Hydropower Project
(20 MW)
Name of the Donor Agency: Loan

Donor Loan/Credit/Grant No: 614/06

1. Government of Nepal (GoN) has received a Loan from Single Envelope Procedure toward the cost of Consulting Services for
Design Review and Construction Supervision of BudhiGanga Hydropower Project (20 MW) and intends to apply a portion of
this loan/credit/grant to eligible payments under the Contract for which this Expression of Interest is invited for International
consulting service
2. The Budhiganga Hydropower Project now invites Expression of Interest (EOI) from eligible consulting firms (“consultant”) to
provide the following consulting services: Procurement of Consulting Services for Design Review and Construction
Supervision of BudhiGanga Hydropower Project (20 MW) located in Sudurpashchim Province of Nepal
3. Interested eligible consultants may obtain further information and EOI document free of cost at the address Budhiganga
Hydropower Project,www.bolpatra.gov.np/egp during office hours on or before 15-04-2020 11:59 or visit e-GP system www.
bolpatra.gov.np/egp or visit the client’s website www.bhp.gov.np
4. Consultants may associate with other consultants to enhance their qualifications.

5. Expressions of interest shall be delivered online through e-GP system www.bolpatra.gov.np/egp Budhiganga Hydropower
Project
Sano Goucharan
Kathmandu
Nepal on or before 15-04-2020 11:59
6. In case the last date of obtaining and submission of the EOI documents happens to be a holiday, the next working day will be
deemed as the due date but the time will be the same as stipulated.
7. EOI will be assessed based on Qualification 30.0 %, Experience 60.0 %, and Capacity 10.0 % of consulting firm and key
personnel. Based on evaluation of EOI, only shortlisted firms will be invited to submit technical and financial proposal through
a request for proposal.
8. Minimum score to pass the EOI is 60
B. Instructions for Submission of Expression of
Instructions for Submission of Expression of Interest
1. Expression of Interest may be submitted by a sole firm or a joint venture of consulting firms.

2. Interested consultants must provide information indicating that they are qualified to perform the services (descriptions,
organization and employee and of the firm or company, description of assignments of similar nature completed in the last 7
years and their location, experience in similar conditions, general qualifications and the key personnel to be involved in the
proposed assignment).
3. This expression of interest is open to all eligible Consulting Firm.

4. In case, the applicant is individual consultant, details of similar assignment experience, their location in the previous 4 years and
audited balance sheet and bio data shall be considered for evaluation.
5. The assignment has been scheduled for a period of 43 Months. Expected date of commencement of the assignment is 01-09-
2020.
6. A Consultant will be selected in accordance with the QCBS method.

7. Expression of Interest should contain following information:

(i) A covering letter addressed to the representative of the client on the official letter head of company duly signed by
authorized signatory.
(ii) Applicants shall provide the following information in the respective formats given in the EOI document:

• EOI Form: Letter of Application (Form 1)

• EOI Form: Applicant’s Information (Form 2)


• EOI Form: Work Experience Details (Form 3(A), 3(B) & 3(C))

• EOI Form: Capacity Details (Form 4)

• EOI Form: Key Experts List (form 5).

8. Applicants may submit additional information with their application but shortlisting will be based on the evaluation of
information requested and included in the formats provided in the EOI document.
9. The Expression of Interest (EOI) document must be duly completed and submitted in sealed envelope and should be clearly
marked as “EOI Application for Short-listing for the Consulting Services for Design Review and Construction Supervision of
BudhiGanga Hydropower Project (20 MW).The Envelope should also clearly indicate the name and address of the Applicant.
Alternatively, applicants can submit their EOI application through e-GP system by using the forms and instructions provided by
the system.
10. The completed EOI document must be submitted on or before the date and address mentioned in the “Request for Expression of
Interest”. In case the submission falls on public holiday the submission can be made on the next working day. Any EOI
Document received after the closing time for submission of proposals shall not be considered for evaluation.
C. Objective of Consultancy Services or Brief TOR
OBJECTIVE OF CONSULTANCY SERVICES OR BRIEF TOR

BACKGROUND
Budhi Ganga Hydropower Project (BHP) intends to construct the project under three Contracts,
Package I: Civil and Hydro-Mechanical works under BOQ Contract model, Package II: Electro-
Mechanical and Package III: Transmission Line Works under Design & Built model. BHP
intends to apply a portion of its funds to engage Consulting Firm(s) (the consultants) to
undertake the tasks given under the main objectives of the consulting services.
The project site is 940km west of Kathmandu and located in Achham district of Sudurpaschim
Pradesh of Nepal. The proposed project area lies at an elevation between 621 m to 694 m
above mean sea level. The Headworks site is located at Babla of Sanfe Bagar Municipality and
Mellekh rural Municipality and the Powerhouse site is located at Thapagaon of Mellekh rural
Municipality. The project area lies between longitudes 81°13’47” to 81°17’50” east and latitudes
29°15’30” to 29°18’35” north.
The project site is accessible from nearest Market Sanfe Bagar which is linked with Dhangadi of
Kailai District with 270km blacktopped road and air service. The Headworks and Powerhouse
sites are at 13km and 6km distance respectively from Sanfe Bagar ,which are accessible by
blacktopped Sanfe-Martadi road passing along the right bank of Budhi Ganga river.
OBJECTIVE OF CONSULTING SERVICE
The objectives of the consulting services shall be to ensure that the Works of the Project is
constructed with a high standard of workmanship and materials on schedule and within the
budget, in accordance with the specifications and desirable quality as mentioned in the
Contracts, to acceptable environmental standards and in accordance with the Employer's
requirements. The Consultant shall carry out the supervision of the construction throughout the
entire contract period under and in close cooperation with the Client's Project Office. The
Consultant shall act as the Employer’s Representative for Contract, carrying out such duties and
assuming such powers and responsibilities as are mentioned in those contracts in the
agreement for consultancy services.
The firm will be responsible for supporting the BHP in project administration, design and
engineering services, contracting, management control, procurement and expediting of
equipment, materials control, inspection of equipment prior to delivery, shipment, transportation,
control of schedule and quality, pre-commissioning and completion, performance-guarantee
testing, inventorying spare-parts, training of owner's/plant sub-system operating and
maintenance personnel of the project both during construction and operation phase under BHP.
The main objectives of the Consulting Services (the Services) are as follows:
- Review the Detailed Project Report , Detailed Engineering Design and Bidding Documents
including Employer’s requirements, specification, drawings, etc. for civil, hydro-
mechanical, electro-mechanical and transmission line & substations works prepared by
the employer;

- Assist the Client in evaluation of technical and financial proposals for selection of
Contractors for the execution of the employer and also in Contract negotiation;
- Review and recommend to the Client in approving the construction detail, the construction
drawings, working/shop drawings/rebar drawings submitted by Civil, HM and EM
contractors ;

- Supervise the construction works and assure quality on behalf of the Employer/Client
including assistance in Contract Administration; and
- Construction supervision and administration in a role of engineer or employer’s
representative
SCOPE OF SERVICES
In general, the scope of this consulting service includes, but not limited to, design review, overall
construction supervision and quality control of all construction work of Civil and
Hydromehanical, Electromechanical and Transmission Line and substation construction
contracts.
Brief description of assignment to be performed by the consultant shall, but not limited to:

- Review available Detailed Engineering Design, Detailed Engineering Design Report,


Bidding Documents and, other available documents related to the project construction;

- Assist Client/Employer during bid evaluation and contract negotiation between client and
contractor;
- Prepare and approve of construction design/drawings submitted with consent from the
Client;
- Take responsibility of construction supervision and quality control of the project;
- Monitor project construction schedule and maintain the original schedule
- Administer Construction supervision and Contract administration under Contract
packages;

- Provide necessary recommendation including design of varied works if required to the


Client during the implementation of the project works;
- Review / finalize the risk sharing mechanism with respect to quantity and different class of
rock for underground project components;

- Verify entire invoices submitted by the contractor and recommend to the client;
- The Consultant shall act as representative of owners Engineer to supervise the
manufacturing and erection of equipment (Electromechanical, Transmission and
substation) during the construction works. The Consultant shall design, review preparation
of construction drawing, check and assess the design/documents submitted by the
Contractor/ Manufacturer and recommend for approval accordingly.
- Assist in Testing and Commissioning of the facilities or project (Civil, Hydromechanical,
Electromechanical, Transmission line, substation)
-

CONSULTANT'S STAFF
To provide the consulting services for the duration of the Project, the Consultant shall ensure a
team of engineers and other specialists, experienced in the detail designing and supervision of
construction of the Project.
Emphasis is placed on the need for relevant design and construction supervision engineers to
have knowledge and previous experience of similar works to work at the Project site. In
particular, the Engineers concerned with the design review and construction supervision of the
Civil works, Hydromechanical and Electromechanical works and Transmission line works shall
have previous experience in this type of construction. It is particularly important that the Team
Leader and Resident Engineer shall have substantial previous experience in dealing with
contractual matters and contract claims under Conditions of Contract for Projects ,FIDIC (Red
and Yellow book).
Responsibility for management of all services as per the Contract shall be with the Consultant's
Team Leader. The Team Leader shall provide overall technical direction and coordination of the
Services. The Consultant's Team Leader shall also manage and coordinate the assignment of
pool of experts that may be required from time to time, with prior approval of the Client,
The total time period of the consulting service shall be 43 months and further 12 months
services during the defect liability period.
The estimated requirement of Consulting Services is shown in the table below:

Names Position/ Input Remarks


(Months)

(a) International Staff


Team Leader/Hydropower Engineer 10
Contract Engineer 5
Geotechnical/Tunnel Engineer 4
Structural Engineer 3
Electromechanical Enginner 3
Electrical/ Power System Engineer 3
Pool of professional experts (to be available as and 14
when required)
Sub-Total 42
(b) National Staff
Deputy Team Leader/Project Coordinator/Contract 38
Engineer
Hydropower/Design Engineer 35
Structural Engineer 12
Geotechnical Engineer 21
Engineering Geologist 27
Electrical Engineer 27
Hydromechanical Engineer 8
Electromechanical Engineer 8
Quality/Cost/Civil Engineer 70
Unallocated Professional Expert 30
Total person month 276

The unallocated professional experts shall be deployed upon requested by consultant/client and
approval by the BHP if required during the execution of consulting service. The qualification and
experience of unallocated professional experts shall be equivalent to the other professional
deployed to the consulting service.
D. Evaluation of Consultant’s EOI Application
Evaluation of Consultant’s EOI Application
Consultant’s EOI application which meets the eligibility criteria will be ranked on the basis of the Ranking Criteria.

i) Eligibility & Completeness Test


Sl. No. Criteria Title Compliance

1 Copy of Registration of the company/firm

2 VAT/PAN Registration (for National consulting firm only)

3 Tax Clearance/Tax Return Submission/Letter of Time Extension for Tax Return Submission of
F/Y as per prevailing GoN rule(for National consulting firm only)
4 Joint Venture Agreement, if applicable

5 Power of Attorney

6 EOI Form 1: Letter of Application

7 EOI Form 2: Applicant’s Information Form

8 EOI Form 3: Experience (3(A) and 3(B))


9 EOI Form 4: Capacity

10 EOI Form 5: Qualification of Key Experts

ii) EOI Evaluation Criteria


A. Qualification

Sl. No. Criteria Minimum Requirement

1 Qualification of Key Experts Refer attached EOI Evaluation Criteria.

2 Experience of Key Experts Refer attached EOI Evaluation Criteria.

Score: 30.0

B. Experience

Sl. No. Criteria Minimum Requirement

1 General Experience of consulting firm Refer attached EOI Evaluation Criteria.


Specific experience of consulting firm within last 15
2 Refer attached EOI Evaluation Criteria.
years.
3 Similar Geographical experience of consulting firm Refer attached EOI Evaluation Criteria.

Score: 60.0

C. Capacity

Sl. No. Criteria Minimum Requirement

1 Financial Capacity. Refer attached EOI Evaluation Criteria.

Score: 10.0

Minimum score to pass the EOI is: 60


Note : In Case, a corruption case is being filed to Court against the Natural Person or Board of Director of the firm/institution /company or any partner of JV, such Natural
Person or Board of Director of the firm/institution /company or any partner of JV such firm’s or JV EoI shall be excluded from the evaluation, if public entity receives
instruction from Government of Nepal.
E. EOI Forms & Formats
E. EOI Forms & Formats

Form 1. Letter of Application

Form 2. Applicant’s information

Form 3.Experience (General, Specific and Geographical)

Form 4. Capacity

Form 5. Qualification of Key Experts


Standard EOI Document

1. Letter of Application

(Letterhead paper of the Applicant or partner responsible for a joint venture, including full
postal address, telephone no., fax and email address)

Date: ..........................

To,
Full Name of Client: __________________________
Full Address of Client: ________________________
Telephone No.: ______________________________
Fax No.: ____________________________________
Email Address: _______________________________

Sir/Madam,

1. Being duly authorized to represent and act on behalf of (hereinafter "the Applicant"), and
having reviewed and fully understood all the short-listing information provided, the
undersigned hereby apply to be short-listed by [Insert name of Client) as Consultant for
{Insert brief description of Work/Services}.

2. Attached to this letter are photocopies of original documents defining:

a) the Applicant's legal status;


b) the principal place of business;

3. [Insert name of Client] and its authorized representatives are hereby authorized to verify
the statements, documents, and information submitted in connection with this application.
This Letter of Application will also serve as authorization to any individual or
authorized representative of any institution referred to in the supporting information, to
provide such information deemed necessary and requested by yourselves to verify
statements and information provided in this application, or with regard to the resources,
experience, and competence of the Applicant.

4. [Insert name of Client) and its authorized representatives are authorized to contact
any of the signatories to this letter for any further information.1

5. All further communication concerning this Application should be addressed to the following
person,

[Person]

[Company]

[Address]

[Phone, Fax, Email]

6. We declare that, we have no conflict of interest in the proposed procurement proceedings


and we have not been punished for an offense relating to the concerned profession or

1
Applications by joint ventures should provide on a separate sheet, relevant information for each party to the
Application.
Standard EOI Document

business and our Company/firm has not been declared ineligible.

7. We further confirm that, if any of our experts is engaged to prepare the TOR for any ensuing
assignment resulting from our work product under this assignment, our firm, JV member or
sub-consultant, and the expert(s) will be disqualified from short-listing and participation in
the assignment.

8. The undersigned declares that the statements made and the information provided in the duly
completed application are complete, true and correct in every detail.

Signed :

Name :

For and on behalf of (name of Applicant or partner of a joint venture):


Standard EOI Document

2. Applicant’s Information Form


(In case of joint venture of two or more firms to be filled separately for each constituent
member)

1. Name of Firm/Company:

2. Type of Constitution (Partnership/ Pvt. Ltd/Public Ltd/ Public Sector/ NGO)

3. Date of Registration / Commencement of Business (Please specify):

4. Country of Registration:

5. Registered Office/Place of Business:

6. Telephone No; Fax No; E-Mail Address

7. Name of Authorized Contact Person / Designation/ Address/Telephone:

8. Name of Authorized Local Agent /Address/Telephone:

9. Consultant’s Organization:

10. Total number of staff:

11. Number of regular professional staff:

(Provide Company Profile with description of the background and organization of the
Consultant and, if applicable, for each joint venture partner for this assignment.)
Standard EOI Document

3. Experience

3(A). General Work Experience


(Details of assignments undertaken. Each consultant or member of a JV must fill
in this form.)

S. Name of Location Value of Year Client Description of work carried


N. assignment out
Contract Completed

1.

2.

3.

4.

5.

6.

7.
Standard EOI Document

3(B). Specific Experience

Details of similar assignments undertaken in the previous seven years


(In case of joint venture of two or more firms to be filled separately for each
constituent member)

Assignment name: Approx. value of the contract (in current NRs;


US$ or Euro)2:

Country: Duration of assignment (months):

Location within country:

Name of Client: Total No. of person-months of the assignment:

Address: Approx. value of the services provided by your


firm under the contract (in current NRs; US$ or
Euro):

Start date (month/year): No. of professional person-months provided by


the joint venture partners or the Sub-
Completion date (month/year): Consultants:

Name of joint venture partner or Narrative description of Project:


sub-Consultants, if any:

Description of actual services provided in the assignment:

Note: Provide highlight on similar services provided by the consultant as


required by the EOI assignment.

Firm’s Name:

2
Consultant should state value in the currency as mentioned in the contract
Standard EOI Document

3(C). Geographic Experience

Experience of working in similar geographic region or country


(In case of joint venture of two or more firms to be filled separately for each
constituent member)

No Location Execution Year


Name of the Project (Country/ Region) and Duration

1.

2.

3.

4.

5.

6.

7.
Standard EOI Document

4. Capacity
4(A). Financial Capacity
(In case of joint venture of two or more firms to be filled separately for each constituent
member)

Annual Turnover

Year Amount Currency

- Average Annual Turnover

(Note: Supporting documents for Average Turnover should be submitted for the above.)
Standard EOI Document

4(B). Infrastructure/equipment related to the proposed assignment3


No Infrastructure/equipment Requirements Description
Required

1.

2.

3.

4.

5.

3 Delete this table if infrastructure/equipment for the proposed assignment is not required.
Standard EOI Document

5. Key Experts (Include details of Key Experts only)

(In case of joint venture of two or more firms to be filled separately for each
constituent member)
Specific
Highest Work Experience Work
SN Name Position Nationality
Qualification (in year) Experience
(in year)
1

(Please insert more rows as necessary)


Evaluation of Consultant’s EOI Application

Consultant’s EOI application which meets the eligibility criteria will be ranked on the basis of
the Ranking Criteria.

i) Eligibility & Completeness Test Compliance


Copy of Registration of the company/firm
VAT/PAN Registration (for National consulting firm only)
Tax Clearance/Tax Return Submission/Letter of Time
Extension for Tax Return Submission of F/Y as per
prevailing GoN rule(for National consulting firm only)
In case of a natural person or firm/institution/company which is
already declared blacklisted and ineligible by the GoN, any
other new or existing firm/institution/company owned partially
or fully by such Natural person or Owner or Board of director of
blacklisted firm/institution/company; shall not be eligible
consultant.
Joint Venture Agreement, if applicable
Power of Attorney
EOI Form 1: Letter of Application
EOI Form 2: Applicant’s Information Form
EOI Form 3: Experience (3(A) and 3(B))
EOI Form 4: Capacity
EOI Form 5: Qualification of Key Experts

ii) EOI Evaluation Criteria Full Marks 100


The consultant must secure at least the minimum marks allocated to each criterion and
sub-criterion mentioned below to be eligible for shortlisting.

Criteria 1: Qualification (30 Marks)


Evaluation under this criterion is based on the qualification & experience of key experts as listed
below:

1. International Experts:

i. Team Leader(TL)
ii. Contract Engineer
iii. Geotechnical/Tunnel Engineer
iv. Structure Engineer
v. Electrical/ Power System Engineer
2. National Experts:

i. Deputy Team Leader (DTL)


ii. Hydropower/Design Engineer
iii. Structural Engineer
iv. Geotechnical Engineer
v. Engineering Geologist
vi. Electrical Engineer
2

vii. Hydromechanical Engineer


viii. Quality/Cost/Civil Engineer
The following is the further breakdown of
this particular criterion:

S. No. Description Marks


1 Qualification of Key Experts Maximum Ten (10)
marks
i. Team Leader & Deputy Team Leader (Marks shall Maximum Two
be equally distributed between TL & DTL) point three (2.3)
Marks (2*1.15)
a. Master’s Degree or above in related Field 100%
b. Bachelor’s Degree in related Field 60%
ii. Other International and National Experts (Marks Maximum seven
shall be equally distributed among the key Experts point seven (7.7)
other than TL and DTL) Marks (11*0.7)
a. Master’s Degree or above in related Field 100%
b. Bachelor’s Degree in related Field 60%
2 Experience of Key Experts Maximum Twenty
(20) Marks
A. General Experience in Engineering Field Maximum Ten (10)
Marks
A1. Team Leader & Deputy Team Leader (Marks shall Maximum Two
be equally divided between TL & DTL) point three (2.3)
Marks (2*1.15)
a. More than 20 years 100%
b. 10 years to 20 years 60%
A2. Other Experts (Marks shall be equally divided Maximum seven
among the key experts other than TL and DTL) point seven (7.7)
Marks (11*0.7)
a. More than 20 years 100%
b. 10 years to 20 years 60%
B. Specific Experience of key experts in investigation / Maximum Ten (10)
design / construction supervision of civil Marks
infrastructure projects ( Hydropower, Irrigation,
Roads, Water supply, River Training/ Flood control)
B1. Team Leader & Deputy Team Leader (Marks shall Maximum Two
be equally distributed between TL & DTL) point three (2.3)
Marks (2*1.15)
a. Equal or more than 10 years 100%
b. 5 years to 10 years 60%
B2. Other experts (Marks shall be equally divided Maximum seven
among the key experts other than TL and DTL) point seven (7.7)
Marks (11*0.7)
a. More than 10 years 100%
b. 5 years to 10 years 60%

Criteria 2: Experience: (Maximum 60 Marks)


3

Evaluation under this criterion is based on the experience of the Consultant in the following field as
given in the following table. The following is the further breakdown of this particular criterion:

S.No Description/Criteria Marks


.
1 General Experience of Consulting Firm (Only the lead firm Maximum Ten
shall be evaluated under this criteria) (10) Marks
a. 5 to 10 years 60%
b. More than 10 to 20 years 80%
c. More than 20 years 100%
2 Specific experience of consulting firm within last 15 Maximum Forty
years. (40) Marks
(The projects (consulting services or works) which have
been completed shall only be considered for evaluation. In
case of JV, cumulative experience of all members of JV
shall be considered for evaluation)
i. Detailed Engineering Design of Hydropower Projects Maximum Five
(Installed capacity>=20MW) comprising civil and (5) Marks
hydro-mechanical components.
a. one project 60%
b. two projects 80%
c. more than two projects 100%
ii. Construction Supervision of tunnels in a single project Maximum Ten
(Length >= 3km). (10) Marks
d. one project 60%
e. two projects 80%
f. more than two projects 100%
iii. Construction supervision of at least one hydropower Maximum
project comprising civil and hydromechanical Fifteen (15)
components. (installed capacity>=20MW), Marks

a. one project 60%


b. two projects 80%
c. more than two projects 100%
iv. Construction supervision in transmission line Maximum Five
(Capacity >= 132 kV) (5) Marks
a. Cumulative length of 40 Km to 60Km 60%
b. Cumulative length more than 60 Km to 80 km 80%
c. Cumulative length More than 80km 100%
v. International experience in other than consultant Maximum Ten
home country in any four specific assignments (10) Marks
specified above.
a. one specific assignment 60%
b. two specific assignment 80%
c. more than two specific assignment 100%
3 Similar Geographical experience of consulting firm: Maximum Five
Construction supervision of Hydropower Projects (5) Marks
(installed capacity >= 20MW) falling under Hindu Kush
Himalayan Region as defined by ICIMOD (Integrated
Centre for Integrated Mountain Development.
(The projects (consulting services or works) which have
been completed shall only be considered for evaluation. In
case of JV, cumulative experience of all members of JV
shall be considered for evaluation)
a. one project 60%
b. two projects 80%
c. more than one project including at least one project in 100%
other than consultant's home country.
4

Criteria 3: Capacity (Maximum 10 Marks)

S.No. Financial Capability Marks


1 Average annual turnover (AAT) of best three years of last Maximum Ten (10)
five years which shall be supported by submission of Marks
copy(s) of financial statement authenticated by notary
agency.
a. NRs 300 million to 400 million 60%
b. NRs. 400 million to 500 million 80%
c. More than NRs. 500 millions 100%

Note: In case of JV, AAT of the JV is calculated in following ways:

AAT of the JV in NRs = ∑AAT of each members of JV in equivalent NRs.

For conversion of foreign currency to Nepalese Rupees shall be based on exchange rate of
th
Nepal Rastrra Bank on the 28 day prior to the submission date of EOI application.

Note:
a. Point no.9 of Instructions for Submission of Expression of Interest has been
replaced as “Applicants must submit their EOI application through e-GP system by
using the forms and instruction provided by the system” and in point no.2,
“7years” has been replaced by “15 years”.
b. Under EOI Forms & Format, 3(B).Specific Experience section, “seven years” has been
amended as “fifteen years”
c. Column heading the fifth column of Form 5 Key Experts: Work Experience (Years) has
been amended as General Work Experience (years) in Engineering field.
d. Column heading the sixth column of Form 5 Key Experts: Specific Work Experience
(in year) has been amended by Specific Work Experience (in year) in investigation /
design/ construction supervision of civil infrastructure projects (hydropower or
Irrigation).
e. The information furnished by the Consultant in the EOI document are assumed to be
realist and correct for evaluation purpose unless and otherwise specified in Instruction of
Consultant and Note hereon. The consultant shall, solely be liable to the information
furnished thereof and should furnish supporting proofs if requested by the Client.
f. The completed assignments / projects (Consulting Services or works) as a Design
Consultant or as a member of JV in EPC/ Design & Build Contract or as a sub consultant
or equivalent capacity shall be considered to evaluation under specific experience in
detailed design. Similarly, The completed assignments/ projects as a as a member of JV
in EPC/ Design & Build Contract or as a owner's Supervision Consultant or as a sub
consultant or equivalent capacity shall be considered to evaluation under specific
experience in construction supervision works.
The specific experience of applicants in construction supervision of rehabilitation /
upgrading / maintenance works shall not be considered to evaluation. Similarly, review of
5

detailed design of hydropower projects shall not be considered as a specific experience


for detailed design of hydropower projects.
Completion and work experience shall be evidenced by the Client’s certificate with client
reference. If the references are other than in English languages, then the Applicant shall
submit its English translated copies duly authenticated by notary agencies.
g. In case of a joint venture (Joint Venture or JV), the Consultant must submit the joint
venture agreement duly signed by authorized signatories & stamped with company seal
of each member of joint venture in every page of JV agreement & clearly mentioning
name of the lead firm, name of JV partners, role and responsibility of each member,
share percentage, name of the authorized signatories. Similarly, the JV agreement
should be signed by authorized representative having power of attorney to sign the JV
agreement.
h. The number of consulting firms in a JV should not exceed three including the lead firm.
i. The consultant shall not propose alternate experts for any key experts specified in
Evaluation Criteria (Section D). If so proposed he/ she shall be excluded from evaluation.
j. The Consultant shall not propose the same key expert for more than one designation. If
so proposed, he / she shall be excluded from evaluation for any designation.
k. No any key-experts shall be proposed by more than one Consultant for same job either in
same or different designation. If so proposed, he/ she shall be excluded from evaluation.
l. The average annual turnover of the Consultant shall be calculated in Net Present Value
using inflation index of Nepal Rastra Bank. Exchange rate shall be considered the rate as
on the last date of submission of EOI. The average annual turnover shall be supported by
financial statement.
m. Each document submitted by consultant in other than in Nepali language should be an
English translated copy duly authenticated by notary agencies.
SALIENT FEATURES OF BUDHI GANGA HYDROPOWER PROJECT

Page 1 of 2
SALIENT FEATURES OF BUDHI GANGA HYDROPOWER PROJECT

Page 2 of 2

You might also like