(RE-TENDER) REQUEST FOR PROPOSAL: No. HCR/IRQER/2022/RFP-032 FOR UPGRADING OF EXISTING WATER SUPPLY SYSTEM AND SOLARIZATION OF BOREHOLE IN KOYA SETTLEMENT, KOYA DISTRICT, ERBIL IRAQ
Background:
The objective of the project is to rehabilitate and upgrade the current water supply system in Koya Settlement/Iranian Refugee Camp – Koya District, Erbil Governorate by increasing the storage capacity, rehabilitate of the distribution system and solarization of the existing borehole to improve the access of PoC for drinking water in term of quantities and quality.
Brief Description of the Project:
The project as you see in the BoQ, is includes providing and installing TWO new GRP WTs of 87.50 and 105.0 Cu.M storage capacities with Steel Tower of 6 m height/each tank for replacing the existing elevated old/damaged steel 5 WTs and rehabilitation of the damaged pipeline & new extension, building a well &
operator room and providing & installing a new PV Solar Unit of 47.250 Kw production capacity for powering the existing submersible pump by clean & green energy.
The Project includes the following works:
A) Upgrading the Existing Storage Capacity (Main Water Tanks and Related Pipelines)
- Providing and installing a new ONE Elevated GRP Tank of 87.5 Cu.M storage capacity with Steel Tower (WT1) for Replacing the Existing old/damaged Elevated Three (3) Circular Water Tanks.New GRP Elevated WT1:‐ Providing, installing, testing and operating a new ELEVATED water tank of GRP/FRP (Glass Reinforced Polyester/Fiber Reinforced Polyester) Panel/Sectional type of storage capacity not less than (87.5 m3) WATER TANK SIZE (5 m*5 m* Height 3.5 METER) with external (includes footing/basis) & internal bracing for replacing the old/removed tank and installing it on the new constructed steel tower.
- Providing and installing a new ONE Elevated GRP Tank of 105 Cu.M storage capacity with Steel Tower (WT2) for replacing the existing damaged/old TWO Steel Water Tanks of 30 Cu.M/each.New GRP Elevated (WT2):‐ Providing, installing, testing and operating a new ELEVATED water tank of GRP/FRP (Glass Reinforced Polyester/Fiber Reinforced Polyester) Panel/Sectional type of storage capacity not less than (105 m3) WATER TANK SIZE (6 m*5 m* Height 3.5 METER) with external (includes footing/basis) & internal bracing and installing it on the new constructed steel tower. The tank must be manufactured from GRP Single Panels, UV resistance, adequate, acceptable for drinking water/FOOD GRADE and obtained Certificates from a specialist international institute for e.g. WRAS, BSEN (UK) or PSB (Singapore) with Certificate of Origin (Only Original Quality will be accepted)).
- Pipelines of different Size, Type and Length: ‐ Supply, install and test HDPE pipes ‐ RC quality, (SDR11‐ PN 16) and fittings, according to (DIN8074/8075, DINENI12201) for pipes and (DIN8074/8075,DINEN12201) for fitting & valves. GI Pipes of BS standard. All Pipes must have SGS and Hessel test or equivalent, also, ISO, certificate of origin. Includes all accessories, fittings and plumbing works for allnew water tanks connections (inlet, outlet, drain and overflow lines), for the main delivery pipelines & new pipe extension, for replacing the damaged & inadequate size & type and for all other required connections. Connecting/installing pipes together by using electro fusion junction method for HDPE pipes and necessary fittings and plumbing works for GI pipes.
- Valves of different size and type: ‐ Providing and installing with required fittings Gate, Non‐return, Washing and Air Release Valves for new installation and for replacing the damaged/inadequate size & type Valves for all New Provided GRP Water Tanks, Pipelines (new & old), Borehole and Chlorination Units. The Valves should be of Western Origin, comply to DIN standard requirements or equivalent (Body of Ductile Cast Iron GJS/GGG50 Seat & Disc of 316 L CrNi Steel for Valves of PN25 and GG25 for Valves of PN16. The cover should be Epoxy powder, blue (accepted RAL) and Body & Disc as well fully coated by blue electrostatic powder coating for corrosion protection and also of leak tight in both flow directions.
B) Construction a New Well & Guard Room for the Existing Borehole
- Building a new room according to the details mentioned in the BoQ and technical drawings, providingand installing a Solar Unit for producing domestic hot water supply. The work also includes renovation the existing Well Pump's Control Panel by providing all required materials, equipment, tools and skilled labors for checking and reinstalling the existing control panel of the submersible pump all electrical cables, other related necessary works and do the replacement for any components or accessories not in good condition such as breakers, circuit breakers, phase failure, contactors, wiring connections change over.... etc.
C) Providing and installing a new PV Solar Unit Powering the Submersible Pump of the existing Borehole by Clean/Green Energy and having enough power production capacity to let the submersible pump of the boreholes produce 300 Cu.M/day (Minimum). Provide the required materials, equipment's, tools, machines, and skilled labors for Providing and installing a Photovoltaic Solar Power system, Hybrid ON‐Off‐Grid Complete Set (Without Power Bank/Batteries) of Production Capacity = 47.250 Kwp, Inverter Rated Nominal Power 30 Kwe, Voltage Range 380Vac, Overload 200% during 60sec, Protection Class IP20/IP54, Built‐in MPPT, Built‐in Fuse Box, Monitoring with GPRS module and Automatic transfer switch) consisting from Solar Panels, Solar PV panel Support Structure, Smart
Solar Inverter for the Pump, DC Connection Cables, MC‐4 DC connectors and AC cable...etc. As Main Power Sources that supply power during the daytime and according to the below item descriptions/specifications. All the provided below materials should be of Country Origin of approved quality by the Supervisor Engineer
(Certificate of Origin and Quality should be provided). The System should day time work from solar energy and at night work from the city network. The work/price includes the preparation of detailed Design Works by an authorized Consultant Expertise Bureau/Engineer with all details for the required PV Solar Unit (Full
Package, includes all Electrical works with earthing & anti lighting/all protection system (Mechanical and Civil Works) and for all other related works according to the above mentioned requested descriptions, existing site requirements and under supervision & approvals of the UNHCR Engineer.
- PV Solar Panels, Heterojunction Technology HJT, N‐Type, Half‐Cut‐Cell, 12 or 9 Busbar (MBB), Bifacial, HCC Solar Cells PERC Mono Crystalline (144pcs), Grad A, solar panels must be from world well‐known brands and from leading top ten manufacturer, good frame thickness, module conversion efficiency of Min. 21%, fill factor of 0.78, No/low LID and PID which supports reliability and longevity. Product Warranty of 12 years and Power Warranty of 25 years with lowest and minimum degradation. PV module production capacity (Minimum/= or > 450 Wp, totally/all unit = 47,250 Kwp), internationally certified by TUV Rhineland to ISO, BS, and UV standards with required certificates, report of Flash test including all modules, Max. Wind/Snow Load 2400 / 5400 Pa, Junction Box 67 / 68 IP, Front / Back Glass 2.0 mm Anti‐ reflet coating semi‐tempered glass, low iron, Frame Anodized aluminum alloy, Junction Box IP68, 3 diodes ‐ MC4 Compatible, Output Cables* 4.0 mm², 350 mm ‐ 1200 mm(cable should be suitable for leapfrog connection). Temperature Characteristics: Nominal Operating Cell Temp (NOCT) 44 C, Temperature Coefficient of Pmax ‐ 0.26 % C, Temperature Coefficient of Voc ‐ 0.24 % C, Temperature Coefficient of Isc 0.04 % C. Note:‐ Number of Solar Panels depending on each panel outputs but the total production capacity of the solar unit/system should not be less than 47,250 Watts.
- For all other work item details, please refer to the attached BoQ.
Important Note:
- All the works should be done according to the International & Iraqi General Technical & Specifications (IGTS), Instructions of the supervision Engineer, UNHCR General Conditions of Contracts for Civil Works and UNHCR General Conditions of the provision of mixed goods and services.
- The contractor shall install (in full first) TWO steel sign board of 1.0 m x 1.2 m with calligrapher wages to achieve visibility of the project as well as putting UNHCR logo on the water tanks in accordance with UNHCR supervision engineers.
- The contractor is required to provide and Install a prefabricated office at least including kitchen and toilet for the supervision engineers of the project with all required furniture, electrical, mechanical and communications services.
- UNHCR engineers or/and a Third Party will inspect the quality of material and workmanship. The work must be within engineering specifications/standards and time limits.
- The contractor is responsible for preparing a detailed shop drawing before starting the constitution and building drawings after completing the construction.
- UNHCR will provide monitoring forms to the contractor, and the contractor is responsible for filling these forms.
- The daily works will be overseen by a UNHCR engineer, partners, or third‐party onsite daily.
- Daily and Weekly reports by the contractor will be prepared and submitted to the supervising engineers for endorsement.
- Detailed description and specifications are determined in the attached BOQ as Annex‐C.
- The contractor must complete all works as per the Drawings, Bill of Quantities, and Technical Specifications within 150 days from the date of signing of the contract agreement and hand it over to the construction site.
- Safe removal and disposal of used or leftover material from the site to the location identified by the UNHCR Engineer will be the contractor's responsibility.
- The concrete includes supply and cast of concrete, shuttering, tie rods, spacers, supply and placing of concrete, vibrating, steel reinforcement shaping and fixing, curing, steel reinforcement, supply and cast the required concrete, using mechanical vibrators, curing, testing steel reinforcement and concrete, two coats of water proof hot bitumen layers for foundations, concrete walls, necks & ground beams/piles and all underground elements, and all other requirements & workmanship as per specifications, drawings and Engineers Instructions. The work/price includes preparation of detailed Design Works by an authorized Consultant Expertise Bureau/Engineer for the Elevated Water Tanks Reinforcement Concrete Foundation which should include all required technical details, size, dimension and shape of RC according to existing site requirements, soil bearing capacity, water tank size and instruction & approval of supervisor Engineer.
- Details of works are provided in the Bill of Quantities (BoQ) attached with the Financial Offer Form (Annex C) and in the attached drawings (Annex A).
- All the mentioned quantities in the BoQ are estimated and are subject to actual measurements after completion of the project.
- The contractor must check the designs and drawings for accuracy and adequacy. Otherwise, the UNHCR takes no risk of the contractor's failure to accomplish the work.
- In case of any difference between BOQ, designs and/or drawings; the instructions of supervision Engineers will prevail.
- UNHCR Supervision Engineers and it’s third‐party (Monitoring Co.) Engineers inspect the quality of the works implemented by the contractor. The work must be within engineering specifications/standards and time limits. the contractor shall submit samples/catalogs of the materials to be used in the project to the supervision Engineers for approval, prior commencement of works. The supervision Engineer can reject any material does not comply with the specifications. Rejected materials should be replaced by the contractor without any extra cost.
- The supervision Engineer can demand laboratory tests, Certificate of Origin & Quality to ensure the quality of the material used in the project. UNHCR Engineers have the right to re‐test any materials in the project in a different laboratory for some cases.
- The contractor shall appoint two qualified site engineer and technician to represent him with 5 years of professional relevant experience to work in such a project who should remain full time on the sites during the contract period.
- The contractor should submit weekly and monthly progress reports and it will be endorsed by UNHCR supervision engineers.
- The contractor is responsible for the safety of all activities in the site including the provision of all occupational safety requirements for all employees and workers (PPE).
- The contractor shall make fix all damages, if any, to the existing pipeline, electric poles & cables, houses, streets & sewerage channels during the implementation of the project in the area. The contractor shall remove all debris and site waste after completion of works to dumping sites that are approved by the municipality.
- The contractor is required to guarantee that the provision of water supply to the camp should continue and not be stopped or affected during implementing any work items of this contract and in this regard, it's the responsibility of the contractor to find any suitable and adequate solution under instruction and approval of Supervisor Engineer.
- The site must be cleaned from all debris after finishing all the works and this will be the responsibility of the contractor.
- The successful contractor will be required to complete all works as per the Drawings, Bill of Quantities, and Technical Specifications within 130 Days from the date of signing of the contract agreement and hand over of the construction Site.
- The defect liability period is 12 months including all civil, piping, electrical, and mechanical works.