JKSPDC Parnai H.E.Project Consaltancy

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

NIT NO: CPE/PHP/J/

DATED: -05-2009

INVITATION OF BIDS

The J&K State Power Development Corporation limited (JKSPDCL) intends to construct 37.5(3x12.5) MW Hydro Electric Project adopting EPC MODE in district Poonch of J&K state.

For this purpose, the JKSPDCL intends to engage the services of reputed consultants/consulting organizations for:

i)  Preparation of pre-qualification (RFQ) bid documents in conformance with MOP,GOI GUIDELINES, invitation of RFQ bids and evaluation thereof for selection of technically

responsive prospective bidders through a national competitive bidding process.

ii)  Preparation of “RFP”-Detailed Bid documents conforming to CWC/CEA guidelines using the data and other information available in shape of a DPR for 37.5 MW Parnai HEP formulated by JKSPDCL, copy of which shall remain available to the intending consulants/consulating organizations for perusal/reference at the office of the chief Project Engineer Parnai HEP at 174/7, Channi Himmat, Jammu.

iii)  Assisting JKSDPCL in bidding process at all stages and techno-economic evaluation of bids (proposals) received for selection of an EPC contractor to deliver the contract for construction of 37.5 MW Parnai HEP on turnkey basis.

Accordingly, sealed bids are invited from bidders who comply and satisfy the eligibility

criterion given in the detailed “Letter of Invitation” available with Chief Project Engineer,

Parnai HEP at 174/7 Channi Himmat, Jammu for providing the above stated services.

The copy of the detailed letter of invitation shall be sold up to 20-6-2009 for a

cost of Rs.10,000/- ( Rs. Ten Thousand Only) in the form of demand draft from any

nationalized bank in favour Chief pay and accounts officer Parnai Hydel Project

Jammu .Last date of receipt of bids are 27-6-2009 upto 12 Noon in the office of Managing

Director J&K state Power Development Corporation Ltd. Ashok Nagar Satwari, Jammu-

180003 J&K.

The bids shall be opened on same date i.e 27-6-2009 at 12:30 PM or any other day and

time convenient to bid opening authority in the presence of bidders or their authorized

representatives, who wish to be present..

J&K State Power Development Corporation reserves the right to cancel/withdraw the bid

without assigning any reason.

Chief Project Engineer,

Parnai Hydel Project

Jammu.

Copy for information & necessary action to the:-

1.  Commissioner / Secretary, Power Development Department, Civil Secretariat, Jammu / Srinagar.

2.  Divisional Commissioner Jammu.

3.  Divisional Commissioner, Kashmir.

4.  Resident Commissioner J&K Government, 5 Prithvi Raj Road New Delhi.

5.  Managing Director, JKSPDC Jammu / Srinagar.

6.  Director Information Jammu /Srinagar for Information.

7.  Joint Director Information Jammu with the request to get this notice published in 3 national newspapers (Economic Times, Hindustan Times, Times of India) and 2 J&K State newspaper (Greater Kashmir, Daily Excelsior).

8.  Company Secretary JKSPDC Ltd. Srinagar with a request to put the NIT on website of Corporation.

9.  Controller of Publication, India trade general, Counsel House Street Kolkatta.

10.  Press Information Bureau JK House, Chanakya Puri Marg , New Delhi.

11.  Central Electricity Authority, Sewa Bhawan R.K. Puram New Delhi.

12.  NHPC, Sector-33 Faridabad.

13.  NHPC Gandhi Nagar Jammu.

14.  Ranbir Government Press Jammu.

15.  Government Press Srinagar.

16.  Chief Engineer (c) Baglihar HEP Chanderkote.

17.  Engineer Generation (Jammu), C/o BHEP Chanderkote.

18.  Chief Engineer Generation (Kashmir), Bemina Srinagar.

19.  Chief Engineer CI&D (Kashmir), Bemina Srinagar.

20.  Chief Engineer CI&D (Jammu), 18 C/C Gandhi Nagar, Jammu,

21.  Chief Engineer, M&RE Wing Srinagar.

22.  Chief Project Manager REC Gandhi Nagar Jammu.

23.  Chief Project Engineer,………………………………….

LETTER OF INVITATION

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LIMITED

Regd. Office: Exhibition Ground, Srinagar-190009, Kashmir, J&K

Camp Offfice: ASHOK NAGAR , Satwari Jammu-180003, J&K

Telephone: 0191-2430548. Fax: 0191-2435403. Email JKSPDCL @ JK.NIC.IN

To

______

______Date:

No:

Dear Sirs:

Subject: Engagement of Consultants for 37.5 MW Parnai HE Project in District

Poonch of J&K State.

The J&K State Power Development Corporation Limited (JKSPDC) intends to execute 37.5(3x12.5) MW Hydro Electric Project in District Poonch of J&K State. For this purpose, the JKSPDC is intending to engage the services of reputed consultants / consulting organization for:

i) Preparation of pre-qualification (REQ) bid document in conformance with MOP, GOI

GUIDELINENES, invitation of REQ bids and evaluation thereof for selection of technically

responsive prospective bidders through a national competitive bidding process.

ii) Preparation of “RFP”- Detailed Bid Documents conforming to CWC/CEA guidelines using

the data and other information available in shape of a DPR for 37.5 MW Parnai HEP

formulated by JKSPDCL, copy of which shall remain available to the intending consultants

/ consulting organization for Perusal / reference at the office of the Chief Project Engineer

Parnai HEP at 174/7, Channi Himmat, Jammu Tawi.

iii) Assisting JKSPDCL in bidding process at all stages and techno-economic evaluation of bids

(proposals) received for selection of an EPC contractor to deliver the contract for

construction of 37.5 MW Parnai HEP on turnkey basis.

ELIGIBILITY CRITERIA

The intending bidder would be required to meet and comply with following eligibility

criteria.

1.  The bidder should be an established well known reputed consulting Company established under Companies Act 1956 and registered under Employee’s provident Fund Act, 1952 for providing Consultancy Services in the field of hydro-electric projects.

2.  The Consultancy Companies Should have substantial experience in procurement of contracts and preferably have on its regular roll, working for at least last one year, at minimum 5 no senior level key consultants in the field of procurement of contracts, Civil Engineering ( with experience in construction of Barrage and tunneling), Mechanical Engineering (with experience in hydro-Mech works), Electrical Engineering (with experience in Electro-Mech works) & Engineering Geology who have working experience of more than 15 years in respect of post graduate engineers / geologists and 20 years in case of graduate engineers / geologists , assisted by other requisite support staff with adequate requisite infrastructure in the field of hydroelectric projects relating to design & engineering, preparation including review of bid documents, bid evaluation , supervision & monitoring of civil construction , erection of plant and equipment, testing & commissioning of hydro electric projects.

3.  The bidder should have previous experience of providing Consultancy Services for the bidding process / review of bidding process for hydro power projects having gross power generating capacity of 75 MW or more.

4.  Bidder shall be required to produce a performance certificate testifying successful completion and commissioning of at least one such hydro electric project having installed capacity equal to or exceeding 30MW in case of a single machine project , 2X 18.75 MW in case of a 2 machine project or 3X15 MW in a 3 machine project for which the consultancy stood provided.

5.  Intending bidders would also be required to produce certified copies of the audited

accounts/statements for the last 3 years and other documentary evidence in support of

their submissions in response to requirements listed at serial no 1-4 as above.

Proposals to provide the above stated services (referred to as “proposal” herein after)

should be submitted in the manner stated herein after:

SECTION-I

1.0 Instructions to Bidders:

1.1  Bidders are required to furnish all information and documents as called for in this request for proposal (RFP) document in English. Any printed literature furnished by the bidder in a language other than English, should be accompanied with an English translation, in which case, for the purpose of interpretation of the document, the English version will be referred.

1.2  Proposal should be typed or filled in ink.

1.3  All additions, alterations and over-writings in the proposal or accompanying documents must be clearly initialed by the authorized signatory.

1.4  In the case of consortium the proposal document shall be submitted by the leader of the Consortium. The proposal document is not transferable.

1.5  The proposal document shall be submitted in the following manner :

1.5.A  The bid shall be accompanied with earnest money amounting to Rs. 50,000/-(Rupees Fifty Thousands only). This amount should be in the form of a crossed Demand Draft in favour of Managing Director, J&K State Power Development Corporation Limited, payable at Jammu and placed in a separate sealed envelope marked as ‘BID EARNEST MONEY-CONSULTANCY SERVICES PARNAI HE PROJECT’ on the top of the envelope.

1.5.B  The bid price should be quoted as explained hereinafter and should be placed in a separate sealed envelope clearly marked as ‘PRICE BID FOR PARNAI H.E. PROJECT CONSULTANCY’ on the top of the envelope.

1.5.C  All the other documents explained hereinafter, shall be furnished in three sets and placed in a separate sealed envelope and marked as ‘TECHNICAL BID DOCUMENTS FOR PARNAI H.E. PROJECT CONSULTANCY’ on the top of the envelope.

1.5.D  All the above three sealed envelopes should be put inside one single packet, sealed and clearly superscribed on top of the packet with the words ‘PARNAI H.E. PROJECT CONSULTANCY’. Name and address of the bidder should also be clearly written on the packet.

1.6  Proposal document shall be submitted at the following address on or before 27-06-2009 upto 12 Noon

Managing Director, Jammu & Kashmir State Power Development Corporation

Limited, Ashok Nagar, Satwari, Jammu-180003, J&K State.

However it may be noted that the Managing Director JKSPDC may, at his discretion, extend the due date and time for submission of the proposal which shall be duly notified in both print and electronic media.

1.7  Any proposal received after the closing of the due date and time shall not be considered. JKSPDC shall retain all documents submitted by the bidder. JKSPDC takes no responsibility for delay, loss or non receipt of documents sent by post / courier / or other means.

1.8  All proposals (the sealed envelope referred at 1.5D above superscribed as ‘PARNAI H.E. PROJECT CONSULTANCY’) submitted by the due date and time at the above address shall be opened followed by opening of the sealed envelope (referred at 1.5A above) marked as ‘TECHNICAL BID DOCUMENTS FOR PARNAI H.E. PROJECT CONSULTANCY’ at 12:30 PM on 27-06-2009 in the same office in the presence of such bidders or their authorized representative who would like to attend the Bid Opening. These technical bids shall be evaluated by 4-07-2009. Price bids of only those bidders whose score is equal or more than specified by the JKSPDC shall be intimated accordingly for opening of price bids. Representatives of bidders may attend the opening of price bids.

1.9  The bidder may properly check the proposal before submission to ensure that all information / documents required are included.

1.10  At any time prior to opening of proposals, JKSPDC either at their own initiative or in response to clarifications requested by a prospective bidder may modify the RFP document by issuing an amendment. In addition, such amendment(s) shall be sent by fax / mail to the bidders who have already submitted their bids.

1.11  The proposals as submitted shall indicate that proposal is FIRM and that the proposal shall remain valid and open for a period of not less than 120 days from the date of opening of proposal.

1.12  JKSPDC shall examine the proposal to determine whether the proposals are substantially responsive to the requirements of the RFP document. Proposals shall be considered non responsive and liable for rejection for the following reasons.

1.12.A  Proposal is not received by the due date and time.

1.12.B  Proposal is not accompanied with Bid Earnest Money.

1.12.C  Proposal is not accompanied with the required documents.

1.12.D  Proposal is not a FIRM proposal.

1.12.E  Proposal is not valid for the prescribed minimum period.

1.13  JKSPDC shall take up evaluation of only responsive bids. Negotiations may be initiated with one or more bidders at the discretion of JKSPDC.

1.14  JKSPDC reserves the right to reject any proposal in case, at any time, a material misrepresentation is made or uncovered.

1.15  In the event of any bidder not responding to further clarifications as required for the finalization of the bid, JKSPDC reserves the right to forfeit the bid earnest money furnished by such bidder and reject the bid.

1.16  Any deviation to any clause of RFP document must be properly spelt out in exceptions and deviations statement to be submitted along with the bid, giving details of page number and clause number and detailing the deviation. JKSPDC reserves the right to accept or reject any deviation or modify the relevant clause of the RFP document to the extent necessary. Exceptions and deviations statement in the prescribed proforma as per Annex-I, must be attached with the proposal.

1.17  After opening of proposal and till final selection of successful bidder, no correspondence of any type shall be entertained, unless called for by JKSPDC. Any type of uncalled for clarifications on prices and / or rebates shall not be entertained.

1.18  Authorized representative of the bidder should sign each page of the proposal.

1.19  Proposal submitted by consortium of two or more partners shall comply with the following minimum requirements.

1.19.A  The proposal must describe responsibility of each partner of the consortium and the commitments each partner has made or intends to make for this assignment.

1.19.B  The proposal must designate one or more person(s) to represent the consortium in its dealings with JKSPDC.

1.19.C  All partners of the consortium shall be jointly and severally responsible for complete execution of the task under reference in accordance with the signed agreement.

1.20  Proposal preparation is the responsibility of the bidder and no relief or consideration can be given for errors and omissions. All costs towards submission of proposal documents etc. shall be borne by the agencies themselves.

1.21  Bidders are informed that JKSPDC is neither under any obligation to select any bidder, nor to give any reason for selecting any bidder; JKSPDC is also under no obligation to proceed with the work or part thereof.

1.22  Successful bidder shall be required to provide a security deposit (performance guarantee) in the form of bank guarantee of amount not less than 5% (five per cent) of the total value of the contract and valid for the tenure of the contract and execute the contract in the prescribed format. In the event of failure of bidder to execute the contract within notice period from the date of receipt of acceptance of the proposal, full earnest money deposit shall stand forfeited and JKSPDC may consider placing order on next competitive bidder. The Standard Guidelines for Engagement of Consultants by JKSPDC and also containing contract for Engagement of Consultants specifying scope of work; deliverables etc. is enclosed as Annex-II.