Vous êtes sur la page 1sur 63

JAMMU

POWER DEVELOPMENT
93 MW (3x31 MW)
JAMMU & KASHMIR
RFQ DOCUMENT FOR ENGINEERING,
PROCUREMENTAND CONSTRUCTION (EPC)
NIT


AMMU & KASHMIR STATE
EVELOPMENT CORPORATION



(3x31 MW) NEW GANDERBAL H.E.
PROJECT
JAMMU & KASHMIR


DOCUMENT FOR ENGINEERING,
PROCUREMENTAND CONSTRUCTION (EPC)
No:JKSPDC/RfQ/2011/08









LIMITED
NEW GANDERBAL H.E.
DOCUMENT FOR ENGINEERING,
PROCUREMENTAND CONSTRUCTION (EPC)
1 of 62


REQUEST FOR QUALIFICATION DOCUMENT
FOR
93 MW NEW GANDERBAL H.E. PROJECT
ON EPC MODE
TABLE OF CONTENTS
Part I Invitation for Prequalification
Part II Instruction to Applicants
Appendix A Information to Applicants
Appendix B Prequalification forms
Form No:
Letter of Application
1 General Information
2 General Experience Record
2A Consortium Summary
3 Specific Experience Record
4 Current Contract Commitments/Works in Progress
5 Financial Data
6 Quality Assurance & Site Organisation
7 Additional Information
8 Letter of Undertaking
9 List of Application Forms
Appendix C Essential Requirement to be met in Consortium Agreement

2 of 62











PART I
INVITATION for PREQUALIFICATION

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
3 of 62

JAMMU & KASHMIR STATE
POWER DEVELOPMENT CORPORATION
CORPORATE OFFICE: HOTEL SHAW INN, BOULEVARD, SRINAGAR,
KASHMIR - 190001

REQUEST FOR QUALIFICATION
International Competitive Bidding

Notice No: JKSPDC/RfQ/2011/08 Date: 18-7-2011
JKSPDC invites prequalification applications in response to RFQ for Turnkey
execution of New Ganderbal HEP (3 X 31 MW) in the State of Jammu & Kashmir,
India.
The scope of EPC contract shall include Planning, Design & Engineering; Supply of
Equipment & materials, Civil Construction, all necessary additional Investigations;
Design, manufacturing, Supply, Installation, Testing & Commissioning of Hydro
mechanical and Electro-Mechanical Equipment/Machinery leading to successful
operation and performance of the Generating units. After successful completion,
testing and commissioning, the Project is to be handed over to JKSPDC.

The Pre -qualification document will be available for sale from 10
th
August 2011 upto
20
th
August 2011 (During working Hours). The last date for submission of RfQ
Applications is 30
th
September 2011 upto 1400 Hours.
For details/further information, visit our website:
http://www.jkspdc.nic.in
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
4 of 62

JAMMU & KASHMIR STATE
POWER DEVELOPMENT CORPORATION
CORPORATE OFFICE: HOTEL SHAW INN, BOULEVARD, SRINAGAR,
KASHMIR - 190001

Part I-INVITATION FOR PREQUALIFICATION
International Competitive Bidding

Notice No: JKSPDC/RfQ/2011/08 Date: 18-7-2011
1. Jammu & Kashmir State Power Development Corporation (JKSPDC), an
undertaking of Govt. of Jammu & Kashmir, hereinafter referred to as the
Owner, responsible for planning, design, construction, operation and
maintenance of Hydro Power Projects intends to implement New Ganderbal H.E.
PROJECT, of 93 MW (3 X 31 MW) capacity, located in District Ganderbal on Sindh
Nallah in the State of Jammu & Kashmir, India on Turnkey basis for which it
invites Request for Qualification .

2. The Owner intends to prequalify suitable Consortium/Companies through
International Competitive Bidding (ICB) for EPC/Turnkey mode of
execution.

3. Brief Scope of Work
i. Overall Planning, design and engineering of all civil structures of the project
such as coffer dam, gated barrage, intake structure for irrigation canal of
existing Ganderbal project, temporary nallah diversion arrangements, intake
structure for new project, surface desilting basin, head race tunnel
(including outlet and water supply tunnel), surge shaft, pressure shaft cum
penstock, surface power house, switchyard, tail pool & tailrace channel upto
Sindh river and other allied anciliary works;
ii. Execution of all civil works of the project;
iii. Design, manufacturing, transportation, supply, erection, testing and
commissioning of 3 x 31 MW Francis turbine generator units, complete in all
respects along with associated auxiliaries and ancillary equipment and
switchyard with all equipment etc;
iv. Design, manufacturing, transportation, supply, erection, testing &
commissioning of Hydromechanical works such as gates of main barrage &
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
5 of 62

undersluice gates, stop log & service gates, intake gates, trash rack and
trash rack cleaning machine (TRCM), silt flushing system with control valves
or gates, draft tube gates, pressure shaft liner and penstock, other
regulation and control gates/mechanism etc.

Based upon preliminary stage design, the project envisages the following main
civil works components, which may change based upon the Consortium's
Planning and Design:
9m high & 40m long gated barrage including undersluice above nallah bed
level;
Irrigation intake for Old Ganderbal HE Project and for New Ganderbal HE
Project;
Surface desilting basin;
Headrace tunnel of 5.15m diameter and 11Km in length (including an outlet
tunnel for water supply);
Surge shaft of 14m diameter and 80 m height;
One pressure shaft of 4.75m diameter and 46m length, trifurcating into three
penstocks of 2.25m dia feeding 3 units of 31MW each;
Surface power house complex,
51m X 16 m to house 3 Units of 31 MW each;
Tailrace system comprising a tail pool & 1407m long open channel;
Switchyard.

Completion time for the Project as a whole i.e. commissioning of all the
three units is 42 months. Defects Liability Period of 24 months shall
commence after commissioning of project. The Owner intends to
prequalify suitable Consortium /Companies through International
Competitive Bidding (ICB) for Turnkey/EPC mode of execution.

4. Prequalification is open to Consortium / Companies from any country or area in
the world having manufacturing facilities in India. Participation of Foreign
companies shall be as per Ministry of Home, GoI regulations.

5. Eligible Applicants may obtain the RfQ Document from the office of undersigned
on submission of formal request along with the specified non refundable fee.

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
6 of 62

6. The request must clearly state "Request for Prequalification Invitation Document
for TURNKEY EXECUTION for NEW GANDERBAL H.E. PROJECT ". The documents
shall be available on payment of a non-refundable fee of Rs. 20,000./- (or US $
500) which is exclusive of cost of Bid Documents to be issued to prequalified
Applicants. The non-refundable fee is to be paid in the form of a Demand Draft in
favour of Jammu & Kashmir State Power Corporation payable at Srinagar (J &
K), India. The applicant may collect the documents in person or through an
authorised agent on all working days (except Sundays and holidays) from 10
th

August 2011 upto 20
th
August 2011 (During working Hours) between 10:00 Hrs.
to 16:00 Hrs . If desired, Owner shall dispatch the Document by registered mail,
but under no circumstances will be held responsible for late delivery or loss of
the documents so mailed.

Submission of Applications for Request for Qualification must be received in
sealed envelopes. The envelope must be clearly marked Application to Pre-
qualify for TURNKEY EXECUTION of NEW GANDERBAL H.E. PROJECT. The
envelope must be either delivered by hand or by registered mail to the
undersigned not later than 1400 Hrs . (IST) on 30
th
September 2011. The
Applications shall be opened immediately thereafter.

7. Any application received after deadline for submission of application shall be
returned unopened to the applicant. .

8. Issuance of document will not construe that such applicants are automatically
considered qualified. Only pre-qualified Companies/ Consortium will be invited to
Bid in the next stage. JKSPDC reserves the right to reject any or all applications
without assigning any reasons thereof.

9. Applicants in their own interest are advised to visit the Project site, to apprise
themselves adequately about the actual site conditions, communication, access
to various sites/units, availability and sources of raw material, labour and any
other relevant parameters of information to the extent required for preparation
and submission of bids, well in time and to facilitate the main execution
thereafter. Such site visits shall be at the cost of the bidder. After completion of
Request for Qualification process the Owner intends to call for submission of bids
from the prequalified Applicants.

10. The applicant shall be deemed to have full knowledge of documentation made
available by the Owner in respect of Site and no extra compensation
consequently on any misunderstanding or otherwise in this regard shall be
allowed.
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
7 of 62


11. Any corrigendum/modification to PQ documents shall be available on website
only and the Applicants are advised to visit the site regularly before deadline for
submission of Application for pre qualification. However, attempt shall be made
to send the corrigendum/modification to PQ documents by email. The applicants
are requested to intimate the email ID with their request for RfQ document.

For and on behalf of JKSPDC Ltd.
Managing Director,
J&K State Power Development Corporation Ltd.
Corporate Office: Hotel Shaw Inn, Boulevard,
Srinagar, Kashmir,
J&K 190001 (INDIA)
Phone: 0194- 2500165/ 2500071
Fax: 0194- 2483578/ 2500145
E- mai l : j kspdcl @gmai l . com
Managing Director





RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
8 of 62











PART II
INSTRUCTION TO APPLICANTS

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
9 of 62

PART II INSTRUCTIONS TO APPLICANTS

1. Scope of tender

1.1. Jammu & Kashmir State Power Development Corporation (JKSPDC), an
undertaking of Govt. of Jammu & Kashmir, hereinafter referred to as the
Owner, responsible for planning, design, construction, operation and
maintenance of Hydro Power Projects intends to implement New Ganderbal
H.E. PROJECT, of 93 MW (3 X 31 MW) capacity, located in district Ganderbal on
Sindh Nallah in the State of Jammu & Kashmir, India on Turnkey basis.

1.2. The Owner intends to prequalify suitable Consortium/Companies through
International Competitive Bidding (ICB) for Turnkey/EPC mode of
execution.

1.3. Brief Scope of Work
i. Overall Planning, design and engineering of all civil structures of the project
such as coffer dam, temporary nallah diversion arrangements, gated
barrage, intake structure for irrigation canal of existing Ganderbal project,
intake structure for new project, surface desilting basin, head race tunnel
(including outlet and water supply tunnel), surge shaft, pressure shaft cum
penstock, surface power house, switchyard, tail pool & tailrace channel upto
Sindh river and other allied ancillary works;
ii. Execution of all civil works of the project;
iii. Design, manufacturing, transportation, supply, erection, testing and
commissioning of 3 x 31 MW francis turbine generator units, complete in all
respects along with associated auxiliaries and ancillary equipment and
switchyard with all equipment etc;
iv. Design, manufacturing, transportation, supply, erection, testing &
commissioning of Hydromechanical works such as gates of main barrage &
undersluice gates, stop log & service gates, intake gates, trash rack and
trash rack cleaning machine (TRCM), silt flushing system with control valves
or gates, draft tube gates, pressure shaft liner and penstock, other
regulation and control gates etc.

Based upon preliminary stage design, the project envisages the following main
civil works components, which may change based upon the Consortium's
Planning and Design:
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
10 of 62

9m high & 40m long gated barrage including undersluice above river bed
level;
Irrigation intake for Old Ganderbal HE Project and for New Ganderbal HE
Project;
Surface desilting basin;
Headrace tunnel of 5.15m diameter and 11Km in length (including an outlet
tunnel for water supply);
Surge shaft of 14m diameter and 80 m height;
One pressure shaft of 4.75m diameter and 46m length, trifurcating into three
penstocks of 2.25m dia feeding 3 units of 31MW each;
Surface power house complex,
51m X 16 m to house 3 Units of 31 MW each;
Tailrace system comprising a tail pool & 1407m long open channel;
Switchyard.

Completion time for the Project as a whole i.e. commissioning of all
the three units is 42 months. Defects Liability Period of 24 months
shall commence after commissioning of project. The Owner intends to
prequalify suitable Consortium /Companies through International
Competitive Bidding (ICB) for Turnkey mode of execution.

1.4. General information on the location, transportation and communication
facilities, access to the site, project layout, geology, hydrology, etc. is given in
Appendix A titled Information to Applicants.

1.5. Prequalification is open to Companies/Consortia from any country who shall
hereinafter be referred to as Applicants. Foreign company participation is
subject to Ministry of Home Affairs, GoI regulations.

1.6. All costs incurred by the Applicant in connection with, or costs arising out of the
preparation of his Application shall be borne by the Applicant himself and the
Owner, in no case, shall be responsible or liable for any such costs.

1.7. Method of applying

1.7.1. If the Application is made by a limited Company, it shall be signed by a
duly authorized person holding Power of Attorney for signing the
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
11 of 62

Application. A certified copy of the Power of Attorney shall accompany
the Application in such cases.
1.7.2. If the Application is made by a Consortium, it shall be signed by the
authorized representatives of all the Consortium partner companies.
Certified copy(ies) of the Power of Attorney issued to such authorised
representatives by legally authorised persons of all partner companies
of the Consortium shall accompany the Application.
1.7.3. In case of a Consortium, the Applicant is required to enclose a copy of
the Consortium agreement meeting the essential requirement listed in
Appendix -C alongwith the Application.
1.7.4. In all above cases, a copy of the Memorandum and Articles of
Association of the company (ies) shall be submitted alongwith the
Application.

1.8. Applicants may request for any clarification/modification regarding
prequalification document. A request for clarification shall be made in writing to
Owner's address indicated elsewhere in this document. The Owner will respond
to any requests for clarification that it receives earlier than 14 days prior to the
deadline for submission of applications or latest at the pre-bid meeting. Copies
of the Owners response including a description of clarifications sought will be
forwarded to all purchasers of prequalification documents but without
identifying its source.

2. Submission of applications

2.1. The PQ application shall be submitted in one (1) original and two (2) copies.
The original and copy sets shall be clearly marked Original and Copy,
respectively on the front cover of each set. In the event of discrepancy
between original and copy, the original shall prevail. The Original and Copies
shall be typed and signed by a person or persons duly authorised to sign on
behalf of the applicant. The application shall contain no alterations, omissions
or additions unless such corrections are initialled by the person or persons
signing the PQ application. Each PQ Application shall be in the three parts:

Part I: Letter of Application, Memorandum of Understanding/
Memorandum & Articles of Association, consortium Agreement defining
scope of each constituent member, Power of Attorney for signatories and
relevant forms & documents, Letter of Undertaking, List of Application
forms
Part II: Data & forms related to Technical Experience
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
12 of 62

Part III: Financial data( Balance sheets and Profit and Loss Accounts) and
forms

2.2. Applications for Request for Qualification shall be submitted in one (1) sealed
envelope, which must be either delivered by hand or by registered mail, at the
office of

Managing Director,
J&K State Power Development Corporation Ltd.
Corporate Office: Hotel Shaw Inn, Boulevard,
Srinagar, Kashmir,
J&K 190001 (INDIA)
Phone: 0194- 2500165/ 2500071
Fax: 0194- 2483578/ 2500145
E- mai l : j kspdcl @gmai l . com
Managing Director
Before Office closing hours i.e. by 1400 hrs on 30th September 2011
The envelope and the contained Application should be clearly marked:

"Application to Prequalify for turnkey execution of NEW GANDERBAL
H.E. PROJECT

The name, mailing address, email id and telefax number of the Applicant shall
be clearly indicated on the envelope.

Late applications are liable to be rejected.

2.3. All information requested shall be furnished in English.

2.4. Failure to provide information which is essential to evaluate the Applicants
credentials, or failure to provide timely clarification or substantiation of the
information supplied may result in rejection of the Application.

2.5. A Company/Consortium of such companies/member of a Consortium may
submit only one Application. If a Company/Consortium/member of a
Consortium submits more than one Application singly or in a Consortium, all
Applications where such party is participating will be rejected.

2.6. Amendments may be issued by the Owner to amend, supplement or partly
delete provisions in the Invitation Documents prior to the Closing Date. Each
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
13 of 62

amendment so issued will be communicated to all prospective Applicants who
have purchased the Invitation Documents and the receipt of each such
amendment shall be acknowledged by them. All amendments issued by the
Owner shall become part of the Invitation Documents. To give prospective
applicants reasonable time to take an addendum into account in preparing their
applications ,the owner may extend as necessary the deadline for submission of
applications.

3. Qualification Criteria

3.1. The Request for Qualification will be subject to Applicants fulfilment of the
Qualification Criteria set and stipulated hereunder, substantiated by authentic
and relevant information and details in the prescribed formats (Appendix-B).
Additional information in support of their claims of achievements may be
furnished in any form of their device and design.

3.2. The Applicant shall be a single entity / sole bidder or a duly constituted
Consortium of Bidders comprising of Planning, Design & Engineering
company(s), a Civil Works Contractor(s), an E&M Manufacturer or a HM
Manufacturer either singularly or jointly. The Consortium can associate such
sub contractors as necessary to meet the relevant qualifications. However, the
qualifications of only such sub contractors shall be considered who are declared
as specialist subcontractors who furnish a Joint Deed of Undertaking with their
bid.

3.3. The Applicant / Bidder should have experience and proven track record in EPC
contractor of hydroelectric projects or water resource projects. The Applicant
shall have experience and proven track record in construction of hydroelectric
projects with responsibility for Planning, Design & Engineering, Civil, Hydro-
mechanical and Electro-Mechanical works of the type, magnitude and nature
similar to the items listed in 3.4.1 and should have financial capacity as listed
in Item 3.4.2 hereunder. Only such experienced and capable contractors may
apply for prequalification.

3.4. The Request for Qualification will be based on Applicant fulfilling criteria set
forth hereunder at the minimum:
3.4.1 TECHNICAL CAPACITY
The Bidder should have undertaken in the preceding 10 (ten) years, with the
proof of being in the said business during last five years, the following:

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
14 of 62

3.4.1. A Planning, Design & Engineering Works

1. Experience in Planning, Design & Engineering of a Hydroelectric Projects
which should not be less than 75 MW
OR
Two Hydroelectric Projects of capacity not less than 48 MW each
OR
Three Hydroelectric Projects of capacity not less than 38 MW each.

2. Experience in Planning, Design and Engineering of the following
components alongwith related experts should be available with the firm:
i. Coffer dam and barrage or dam
ii. Hydraulic tunnels in Himalayan region or similar geological region
iii. Surface powerhouse

If a firm itself does not possess experience of design of any of these
structures, the experience details of specialists proposed to be engaged
for design of these structures shall be furnished.

3.4.1. B. Civil Works

Experience of executing the following components in ongoing/completed
project(s):
i. A concrete dam or a gated barrage of 8m high having minimum flood
discharging capacity of 2000 cumecs and having achieved cumulative
progress of concreting of not less than 50000 cum over a continuous
period of 12 months concurrently in civil works of a project
ii. Surface/underground Power house of not less than 75 MW capacity
OR
Two Hydroelectric Projects of capacity not less than 48 MW each
OR
Three Hydroelectric Projects of capacity not less than 38 MW each.
iii. Completion of 6 km of total tunnelling by Drill Blast method or by using
tunnel boring machines and concrete lined tunnels of atleast 4m dia.

3.4.1. C. HM Works
i. Gates:
a) General Experience: Experience in design, manufacture,
testing and commissioning as prime contractor or as a partner
in a joint venture/consortium of executing a vertical or radial
gates for water resource projects with contract valuing Rs 15
crore (US Dollar 3 million) in last 10 years
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
15 of 62

b) Specific Experience: Successful experience, either by the
Applicant itself or by the proposed manufacturer(s) who have
given authorisation to the Applicant in required format in
Designing, manufacturing, supply, erection, testing and
commissioning of 5nos. vertical hydraulic gates not less than
6m x 7m operated with rope drum or hydraulic hoists.

ii. Trash rack and trash rack cleaning machine
a) Experience: Experience in design, manufacture, testing and
commissioning of trash rack structure operated by trash rack
cleaning machine (TRCM) including manufacture of TRCM for
Hydro power projects.

iii. Steel liner in shaft/Penstock
a) General Experience: Experience as prime contractor or as a
partner in a joint venture/consortium of design, manufacture
and execution of pressure shaft cum penstock for a
hydroelectric project.
b) Specific Experience: Successful experience, either by the
Applicant itself or by the proposed manufacturer(s) who have
given authorisation to the Applicant in required format in
Design, Fabrication/manufacturing, supply, erection, testing
and commissioning of Pressure Shaft Liner and penstock of
diameter not less than 2.5m for a hydroelectric project in
preceding 10 years.


3.4.1. D. Electromechanical works
a) General Experience: Experience as prime contractor or as a
partner in a joint venture/consortium of executing a
hydroelectric equipment on the basis of EPC contract valuing
Rs 75 crore (USD 15 million) in the last 10 years.
b) Specific Experience: Successful experience, either by the
Applicant itself or by the proposed manufacturer(s) who have
given authorisation to the Applicant in required format in
Design, manufacturing, supply, erection, testing and
commissioning of the following electro-mechanical equipments
in preceding ten (10) years:
i. Francis type hydro turbine for two projects, out of which
atleast one should be of 25 MW or above capacity and shall be
in successful operation for last 5 years
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
16 of 62

ii. Hydro Generator for two projects, out of which, atleast one
should be of 30 MVA or above capacity and shall be in
successful operation for last 5 years
iii. Other ancillary equipment (Balance of Plant) for an hydro
electric project of 48 MW capacity or above.

3.3.1.1. Each member of Consortium shall duly fill in the prescribed
Application Form(s) as per Appendix-B with respective
experience that meet the criteria set forth in para 3.3.1 above,
and shall attach a copy (ies) of the following as evidence:
a) Duly notarised copy by Notary Public of successful
Commissioning/ Completion Certificate(s) issued by the
Owner/authorised Project authority
b) Detailed communication address of the concerned Project
Authority / Owner with fax, telephone, and e-mail address

3.4.2. Financial Capacity

3.4.2.1. Turnover
Average annual turnover of the Applicant (Consortium) over the
preceding 3 (three) years shall be the amount specified hereunder:

Rs 200 crore (USD 40 million) or equivalent

Note: For conversion to US$, the exchange rate at the end of the
respective accounting year shall be considered. Each partner of
consortium shall meet turnover requirement in proportion of its
participation in the Consortium. Turnover of the applicant partner
from the related business only shall be considered. Subcontractor's
turnover shall not be considered.

3.4.2.2. Profitability
Each member of Consortium / Subcontractor should have earned
net profit (before taxes) for at least 3 (three) years out of
preceding 5 (five) financial years. However, if losses are reported in
2 years, it should not be in the two consecutive years prior to the
date of opening of Applications.

3.4.2.3. Net worth
The Net Worth of each member of the Consortium / Subcontractor
should be positive and not less than the amount of its Equity capital
including Share premium in three (3) out of preceding 5 (five)
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
17 of 62

financial years. The Net Worth shall be calculated based on
subscribed and paid-up Share Capital plus Share Premium plus Free
Reserves plus Unallocated balance/Surplus amount of Profit & Loss
Account less (a) Expenses not written off (b) Accumulated Loss in
Profit & Loss Account if not reduced from Reserves & Surplus. The
Revaluation Reserve, Capital Reserve and amount of Intangible
assets like goodwill etc. will not be taken into account while
calculating the Net Worth.

3.4.2.4. Working Capital
The Applicant's Working Capital should be minimum Rs 120 crore
(USD 24 million) or equivalent. The Applicants shall provide an
undertaking with their PQ Application that they shall submit
alongwith their technical bid, an unconditional and irrevocable
commitment of financing from their bankers valid for the entire
construction period including extensions/ delays etc. The
undertakings from the Applicants shall be accompanied with
letter(s) of comfort from the proposed banker(s).

Note: The Applicant's financial evaluation vis--vis the requirement
stipulated above shall be done on the basis of the duly audited
printed financial statements (Balance Sheets, Profit & Loss Accounts
etc.) for the immediately preceding five(5) financial years, to be
submitted by the Applicant. The latest Annual Accounts shall not be
more than 18 months old. In case the Annual Accounts are more
than 18 months old, then a Statement of Account as on the closing
date of immediately preceding Financial Year depicting Turnover,
Profitability and Net Worth (calculated as per Criteria laid down in
the PQ Document) duly certified by their Chartered Accountant
/Certified Public Accountant carrying out the Audit shall also be
considered with the Applications.
3.4.2.5. The Current litigation information may be submitted by the
applicants.

4. Composition of Consortium

4.4. In case a single entity does not meet the requirements of the qualifying
criteria, it may tie up with other entity/entities, who fully or partly meet the
qualifying criteria, either as a consortium partners or in joint venture or as sub
contractors. In case of Joint Venture Applicants/Bidders, Joint Venture partners
must comply with the following minimum qualifying requirements:

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
18 of 62

i. The Lead Partner of the Applicant (Consortium) shall fully meet the
minimum technical experience criteria specified under 3.4.1 B (i) Civil
works or 3.4.1 D EM works
ii. The other partner(s) of the Consortium shall individually meet one or more
of the following Technical Experience criteria not met by the Lead Partner:

3.4.1 A - Criteria for Planning, Design & Engineering works: As partner of
the Consortium.

3.4.1 B (i) Civil Works: As partner(s) of the Consortium.

3.4.1 C (i) HM Gates / 3.4.1 C (ii) Trash Rack and TRCM / 3.4.1 C (iii)
Steel liner/Penstock 3.4.1 D E&M Works: As partner of the Consortium or
as sub contractor to any of the consortium partner.

iii. The Lead Partner and all the Civil Works partner(s) of the Consortium shall
be jointly and severally responsible for complete execution of the project
under the Umbrella/Overall Agreement. The other Consortium partners
responsible for Design & Engg. Works, E&M Works (if not lead partner)
and/or HM Works shall be liable to the Consortium/Owner with limited
joint and several responsibility i.e. for the cost and time subject to the
condition that in case, any of the Consortium partners abandons the work,
then these members of Consortium shall not be made responsible for
execution of the balance works of the abandoning contractor but they
shall be required to complete their respective portion of work (including
filling the gaps for satisfactory completion /commissioning of Project) as
and when other contractor(s) are inducted in place of abandoning
contractor(s) without any additional financial liability to the Owner.

iv. All the partners of the Consortium shall individually fulfil the Profitability
and Net Worth criteria specified in the document. The Consortium to
collectively satisfy, as a whole, the financial as well as the technical
requirements specified.

v. The composition of the Consortium and the role and responsibility of each
constituent, the proposed share of each partner alongwith items of work
to be executed by each partner shall be brought out as per the
requirement of Appendix-C hereto. The Consortium arrangement shall
clearly indicate as to who shall be the Lead Partner. This authorisation
shall be evidenced by submitting a power of attorney signed by legally
authorised signatories of all the partners of the Consortium.

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
19 of 62

vi. The Consortium Partner proposing to execute works in association with
sub-contractor(s) shall be required to submit a Joint Deed of Undertaking
(alongwith his bid) with the proposed sub-contractor(s) to ensure their
association for the successful performance and completion of that work.
Further, in case of award, these sub-contractor(s) will be required to
furnish an additional performance bank guarantee of value equivalent to
10% of their portion of work value in addition to the normal Performance
Bank Guarantee to be submitted by the Applicant.

4.5. EPC Contracting Company Applicants for Hydromechanical and
Electromechanical Works:

Prequalification Applications from EPC contracting companies will also be
entertained as Consortium partner(s), provided that all the essential
qualification criteria set forth under para 3.4.1C/ 3.4.1D are fulfilled by such an
EPC Contracting Company and the manufacturer(s) proposed to be associated
by it for supply of the items of equipment mentioned in paras 3.4.1C (i)/
3.4.1.C (ii)/3.4.1 D above. In such cases, the Applicant shall establish that it
possesses proper past experience in having successfully executed EPC
contracts of nature and magnitude, comparable to Hydromechanical / Electro-
Mechanical Work Package of New Ganderbal HE Project and that it continues
to be in the business of execution of similar EPC Contracts. The letter (s) of
authorisation shall be obtained by such EPC Contracting companies from the
proposed manufacturers. The letter(s) of authorisation shall be in the format -
Application Form -3C (i)/ 3D(i) contained in Appendix -B. Relevant particulars
about the Financial capacity and past operational experience on EPC contract
and specific technical experience of the proposed manufacturer (s) of
hydromechanical/Electro-Mechanical equipment shall be submitted in the
prescribed formats as per Appendix-B, duly supported and evidenced by
testimonials / copies of certificates issued by the Project Authorities/ Owner to
establish their fulfillment of the stipulated Qualification Criteria.

Further, the EPC Contractors shall be required to submit Joint Deed of
Undertaking with their manufacturers alongwith Technical bids. In case an
Applicant gets prequalified on the basis of the specific technical experience(s)
of the proposed manufacturer(s), change of such manufacturer (s) shall not be
permitted later on.

5. Updating Prequalification Information

5.4. Pre -qualified Applicants, at the time of submission of bid, will be required to
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
20 of 62

update the information in respect of each partner of the Consortium used for
prequalification at the time of submitting their Application, to confirm their
continued compliance with the qualification criteria and for verification of the
information provided. A Bid will be rejected if the Applicant's qualification
thresholds are no longer met at the time of bidding.

5.5. General

5.5.1. In case of an Applicant Company, formed after merger and/or acquisition of
other companies, past experience and other antecedents of the
merged/acquired companies will be considered for prequalification of such
Applicant Company provided such Applicant Company continues to own the
requisite assets and resources of the merged/ acquired companies relevant to
the claimed experience.

5.5.2. Manufacturer(s) issuing Letter(s) of Authorisation as per Application Form-
3C(i)/3D(i) to others are not permitted to participate directly by themselves as
a partner of Consortium against this Invitation for Pre -qualification.
Application(s) for prequalification submitted by such manufacturer(s) in
contravention of above requirement will not be considered. Likewise, an
Applicant proposing to associate as a sub-contractor shall ensure that the
proposed sub-contractor does not participate as a Consortium partner with
another Applicant.

However, the same sub -contractor / manufacturer can be proposed by more
than one Consortium under any of the E&M / HM works.

5.6. In case of a Consortium Applicant, the composition of the Consortium and role
and responsibility of each constituent, the proposed participation share of each
partner alongwith items/scope of work to be executed by each partner shall be
brought out as per the requirement of Appendix-C hereto. The Consortium
arrangement shall clearly indicate as to who shall be the Lead Partner. Each
partner will operate his portion of contract independently bound by the
principle and commitment of joint and several responsibilities as per the terms
of an Overall Agreement (i.e. umbrella agreement) by the Consortium on one
part and the Owner on the other part. The joint and several responsibilities
shall be governed as per para 4.1 (iii) above.

5.7. In the event of the Contract being awarded, each partner of the Consortium
shall be responsible for execution of concerned component of the project for
which they claim to have Specific Experience and based on which they seek
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
21 of 62

the Pre -qualification. An undertaking to this effect shall be furnished by each
member of such Applicant. The undertaking shall be included in the
Consortium agreement to be submitted with the Application. Any change in a
Prequalified Consortium, will be subject to the written approval of the Owner
prior to the deadline for submission of Bid. Such approval may be denied if:

i. Partner(s) withdraw from a Consortium and the remaining partners do not
meet the qualifying requirements; or
ii. New partners to a Consortium who join the Consortium are not qualified,
individually or as another Consortium.

5.8. The prequalification of a Consortium does not necessarily prequalify any of its
partners individually or as a partner in any other Consortium.

5.9. For the purpose of establishing financial soundness of the Consortium the
collective financial position will be reckoned and information in this regard shall
be furnished individually and collectively.

5.10. Applicant claiming to have past experience by virtue of being a partner of a
Consortium, (which executed a particular work in the past), shall make their
presentations in Prequalification Forms 3, 3A and 4, for such experience. The
specific experience of such Applicant shall be considered as per their role and
scope of work in such Consortium for which they will have to adduce
documentary evidence of their role and scope of work in aforesaid Consortium
Contract(s).

5.11. If the present performance of the Applicant or any of the members in case of a
Consortium, in a current contract for any major work is unsatisfactory as
certified by the project authority of the relevant project, the Applicant is liable
to be disqualified.

5.12. Only Applicants who have been prequalified under this procedure will be
invited to tender. The Applicants will be advised in due course of the result of
prequalification without giving any reason for the Owners decision.

5.13. The owner without assigning any reasons thereof reserves the right to:

a) Amend the scope of work to be tendered, including the Capacity of the
project.
b) Reject or accept any application for reasons including national defence
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
22 of 62

and security considerations, and
c) cancel the prequalification process and reject all Applications

The Owner will neither be liable for any such actions nor be under any
obligation to inform the Applicant of the ground of his decision.














APPENDIX A
INFORMATION TO APPLICANTS

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
23 of 62

1. INTRODUCTION

1.1. SPECIFIC INFORMATION

At New Ganderbal Hydroelectric Project, barrage complex is located at Kangan
and Power House complex at Ganderbal district of Jammu & Kashmir. The
Power House complex and the barrage complex can be accessed throughout
the year from Srinagar through Srinagar-Leh National Highway (NH-1D).

1.2. LOCATION AND COMMUNICATION

The diversion site is located on the outskirts of Srinagar at Kangan in the
Ganderbal District of Jammu and Kashmir, about 40 km away from Srinagar
which is approachable through Srinagar-Leh National Highway. The power
house is located at Ganderbal which is about 18 km from Srinagar. The project
is about 260 km from Udhampur which is the nearest broad gauge rail head.
Paved roads give access to the site from Udhampur, which in turn is connected
to Delhi by rail and road over a distance of about 645 km. Srinagar is also
accessible from Delhi by Air.

The approximate distance of powerhouse of New Ganderbal Hydroelectric
project from different important towns is as below:

From Delhi : 870 km
From Jammu : 320 km.
From Udhampur: 260 km
From Srinagar : 20 km.

The tentative installed capacity and designed energy is proposed to be 93 MW
and 463 GWH respectively ,which shall get firmed up before invitation of Stage
2
nd
tenders of Techno Commercial & price bids.

2. PROJECT LAYOUT

The New Ganderbal Hydroelectric Project (NGHEP) is envisaged as run-of-the
river scheme, between Preng and Ganderbal along left bank of the Sind nallah.
The project envisages construction of a 9 m high barrage at Preng, diversion of
water through a 10.8 km long tunnel and a surface powerhouse located at
Ganderbal. The tentative installed capacity of the project is 93 MW. Diverted
water of Sindh nallah shall also meet the drinking water demand of Srinagar
city as well as the existing irrigations needs downstream of the diversion site.
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
24 of 62


Based on the preliminary stage design, the project envisages the following main
civil works components, which may change upon the Applicants Planning.

2.1. LOCATION
State : Jammu & Kashmir
District : Ganderbal
Nallah : Sindh
Barrage site : Prang 80 m u/s of existing diversion site
Latitude : 34
0
16 21 N
Longitude : 74
0
52 26 E
Power house site : Ganderbal
Latitude : 34
0
13 14 N
Longitude : 74
0
46 48 E

2.2. HYDROLOGY
Catchment area : 1352 km
2

Max designed flood : 2124 cumec
Temperature : Max: 30
0
C
Min: - 3
0
C
Average annual rainfall : 658.9 mm

2.3. BARRAGE
Clear effective waterway : 40 m
Maximum height above
River bed level : 9 m
River bed level : 1739 m
Max. Designed discharge : 162.5 cumec

2.4. UNDER SLUICE
No. of bays : 7 bays
Total length : 51 m
Max. Designed discharge : 1997.12 cumec

2.5. HEAD REGULATOR
Crest level : 1741.5 m
Dead storage level : 1743.5 m
No. Of bays : 4 bays
Designed discharge : 82 cumec

2.6. HEAD RACE TUNNEL
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
25 of 62

Length : 10.8 km
Size and shape : 5.15 m/ 5.0 m dia. Horse shoe/D-shape
Design discharge : 76 cumec

2.7. CONSTRUCTION ADIT
No. & length : Three 2000 m, 1000 m & 800 m

2.8. SURGE SHAFT
Diameter : 14 m
Height : 80 m
Type : Restricted orifice type
Maximum surge level : 1759.73 m
Minimum surge level : 1725.23 m

2.9. PENSTOCK
Type : Steel lined circular
No. and dia. : One steel 4.75 m ( trifurcating into 3
penstocks of 2.2 m dia)
Length : 306.2 m

2.10. POWER HOUSE
Type : Surface
Installed capacity : 93 MW
No. Of units : 3
Size : 51 m X 16 m
Type of turbine : Vertical axis (Francis Turbine)
Gross head : 166.3 m
Net head : 150 m

2.11. TAIL RACE CHANNEL
Length : 1407 m
Type : Rectangular cut & cover duct/
Trapezoidal open concrete channel
Max tailwater level : 1583.4 m
Min tailwater level : 1581.0 m

3. HYDROLOGY

3.1. SINDH NALLAH SYSTEM AND BASIN CHARACTERISTICS

The nallah Sindh is one of the major tributaries of river Jehlum. It starts at an
elevation of 3570 m above msl. The source of the nallah is Panchthrani glacier
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
26 of 62

on the northern watershed of Vovjan range. The bed gradient of the nallah is
fairly steep encountering a number of rapids in negotiating a fall of 460 m in
between Shitkari and Kulan. Between Kulan - Sumbal Kangan the nallah slope
is comparatively flatter. Downstream of Kangan the nallah slope further flattens
upto Ganderbal and thereafter it comparatively flattens like in delta stage in
Anchar Lake from where a defined channel takes off to join the river Jehlum.

Catchment area up to project site is of the order of 1352 sq. km. Out of this
drainage area, the glacier area is about 27 sq. km, which remains under
perpetual snow cover. It is this area of catchment which feeds the nallah
throughout the year and the glacier being very deep, forms substantial deposits
of frozen water. Minimum discharge in the nallah Sindh occurs during the
months December, January and February when the upper catchment in
particulars and the overall area in the general remains under continuous low
temperature. After these months, because of the rise in temperature, snow
melting starts and consequently increases in discharge in the nallah occurs.
Relatively high flows during summer months are largely contributed by snow
melt as well as rainfall in the catchment.


3.2. PRECIPITATION CHARACTERISTICS

The precipitation caused by Southwest monsoon over the project catchment
lasts from June to September occasionally extending upto October. The form of
precipitation is either snow or as rain depending upon the altitude and other
meteorological factors. The catchment of the project upto proposed barrage
site receives 950 mm annual precipitation and the higher ranges of the
catchment receive around 1800 mm precipitation.

4. DESIGN FEATURES OF MAJOR COMPONENTS OF THE PROJECT

4.1. CIVIL

4.1.1. DIVERSION STRUCTURE

A gated barrage across Sindh nallah u/s of existing diversion structure of old
Ganderbal Hydroelectric project is proposed. The height of barrage above
nallah bed is 9 m. Under sluice with 7 bays is also proposed to pass the flood
safely. The high flood level on u/s side of barrage is proposed to be 1748 m .

4.1.2. HEAD RACE TUNNEL

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
27 of 62

The head race tunnel intake is located on the left bank of the nallah. The
bedrock of Cambro-Silurian slate-quartzite of dull grey to slatey grey colour and
of bedded sequence is present at and around the proposed inlet portal site.

The headrace tunnel is 5.15 m in diameter, horse shoe shaped and 10.8 km
long, RCC lined pressure tunnel with two kinks, at 6000 m and 8800 m in 1:600
m grade and two adits of 2000 m and 1000 m (two or three please verify) & a
branch tunnel of 800 m length at 8800 m with a dia of 2 m to deliver 6 cumec
of water for drinking purpose.

4.1.3. POWER HOUSE COMPLEX AND TAILRACE CHANNEL

At the downstream end of the Head race Tunnel, a vertical surge shaft is
provided. The shaft will have a diameter of 14 m and will be restricted orifice
type surge shaft. The total height of the shaft is 80 m.

From the surge shaft tank, steel lined pressure conduit of dia 4.75 m takes off.
It runs horizontally for a short length and then drops to the power house. After
traversing a distance of 225 m, the penstock trifurcates into three branches.

The surface type powerhouse of 51 m X 16 m dimension is located in the forest
nursery on the hill side of Srinagar-Leh national highway near Ganderbal. It will
house three units each of 31 MW Francis turbines. Ground elevation in the
proposed powerhouse and tailrace pool varies from 1585 m to 1601 m. Deepest
foundation level proposed for the power house is 1575.15 m and hillside cut
shall have 1: 0.5 grade.

The water from the tailrace pool is proposed to be carried back to the Sindh
nallah via a 1407 m long channel whose initial 250 m length shall be
rectangular cut & cover duct and rest trapezoidal open concrete lined. It shall
have confluence with Sindh River downstream of Doderhoma Bridge.

4.2. HYDRO-MECHANICAL EQUIPMENT

Sl
no.
Description
Quantity
No.s/sets
1
Under sluice with fixed wheel/roller type gate-electrically
operated drum hoist (size: 6 m X 7 m), Design head- 7 m
7
2
Under sluice stoplogs operated under balanced head
condition by module crane
2
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
28 of 62

3
Stoplogs for intake size (4.25 m X 3.5 m) , Design Head-
7 m
3
4
Trash racks for intake size (4.25 m X 6.5 m), inclined,
Design head- 3 m
4
5
Gate for desilting sluice- size (1.75 m X 1.75 m) , fixed
wheel gate operated through screw hoist. Design head-12
m
1
6
Irrigation outlet gate size (2.5 m X 2.5 m) , fixed wheel
gate operated through screw hoist. Design head-6 m
1
7 Stoplogs at surge shaft size (4.75 m X 4.75 m), 1
8
Draft tube gates & gantry crane- size (2 m X 3 m), Design
head-6.75 m
3
9 Main gates of barrage


5. ELECTRO-MECHANICAL EQUIPMENTS

The New Ganderbal Hydroelectric Project has been envisaged for installation of
3 generating units of 31 MW each, operating under a design net head of 150
m. The generating voltage of 11 kV would be stepped up to 132 kV through 3
phase 18 MVA, 11/132 kV transformers. The power from New Ganderbal would
be evacuated by double circuit 132 kV transmission line to Srinagar.

5.1. MECHANICAL EQUIPMENT

Vertical shaft Francis type turbines directly coupled to generator at a rated
head of 150 m are proposed.

5.2. ELECTRICAL EQUIPMENT

It is proposed to provide 31 MW, 11 KV, 0.9 pf vertical generators having class
F insulation and closed circuit water cooled ventilation system. The neutral of
the generator would be grounded through a distribution type transformer with
a loading resistance across LT terminals. The generators would be provided
with surge protection consisting of lightning arresters and capacitors.

Each generator would be connected to one 3 phased 18 MVA, 11/ 132 KV
transformer. The transformers would be water cooled with off load tap
changing arrangement.

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
29 of 62

EOT cranes having main auxiliary hook is proposed in the power house for
erection and maintenance purposes.

6. GEOLOGY

6.1. REGIONAL GEOLOGY

The project area is contemplated in the Kashmir Himalayas on the Sindh River
originating from Great Himalayan range. The Basmai anticline of Kashmir
synclinorium is the main structural element in which the project area is
proposed. On either side of Sindh river around project area are Cambro-Silurian
rocks except the Panjal volcanic of Ganderbal.

6.2. SEISMICITY

The project is situated in seismically active region of Kashmir Himalayas. As per
the seismic zoning map of India prepared under auspices of IMD, the project
falls in the zone V, which corresponds to maximum seismic intensity of VIII on
mm scale.

6.3. HEADWORKS GEOLOGY

As regards the surface geological features of headworks, the bed of the river
has spread of sand-gravel-pebble-boulder deposit and extends upto 1749 m.
On the left bank, it is either overlapped by slope-debris or directly in contact
with insitu rock.

6.4. HEAD RACE TUNNEL GEOLOGY

The tunnel alignment passes over rugged terrain and touches maximum ground
elevation of 2890 m. The first 2875 m of alignment is accommodated by north
facing slope followed by another stretch of 3125 m northwest facing slope. The
stretch between RD 6000 to 8800 is over west facing and last stretch is east-
west aligned ridge of Harawar mountain.

6.5. POWER HOUSE COMPLEX GEOLOGY

Within the powerhouse-tail race pool area is superficial spread of debris
comprising of mainly clay with angular fragment of Panjal Trap. In depth, river
terrace material comprising boulders, pebbles etc. of Panjal Trap and Quartzite
with clay and sand are found. The power house structure and tailrace pool will
be founded on the terrace material.
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
30 of 62


The entire tailrace stretch is low-lying, alluvium covered, mainly water logged
paddy land. Except the last stretch where surface cover is sandy-silt, rest of the
stretch is having silty clay.

7. CLIMATE AND WORKING PERIOD

The climatic conditions of the valley are different than the rest of the country,
because the monsoon effects are least here. The climate in the project area is
severe winter with minimum temperature of about -2 to -3 degree Celsius and
summer maximum temperature of 30 degree Celsius. Snowfall occurs in winter
months of December to February.

8. CONSTRUCTION SCHEDULE

Completion time for the project as a whole i.e. commissioning of all the three
units is 42 months.

9. STATUS OF INFRASTRUCTURE AND CONSTRUCTION FACILITIES

The details of infrastructural and construction facilities are given below;

A. Access Roads to project sites

Access roads to the project sites some of which are under construction shall be
used by the EPC Contractor . During Project construction the contractor shall be
required to maintain the roads.

B. Power supply facilities
The power required during execution of the project shall be supplied by the the
corporation at appropriate rate. The infrastructure regarding power supply
facilities shall be executed by the corporation.

C. Project colonies and buildings

The existing colony of old Ganderbal HEP shall be fully utilized after proper
renovation of the existing structures. However, the land (3 Ha) for the
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
31 of 62

construction of new project colony has been duly embarked and the acquisition of
land is to be initiated.

D. Storage area/Availability of levelised land
The land between new power house site and diversion road shall be utilized for
stockyard during construction. The said land shall be then converted into
switchyard. However the present stockyard (3 Ha) at Balancing Rerervoir of Old
Ganderbal HEP shall be fully utilized during construction.

E. Availability of housing around the project site

There are lot of structures available at both head works and power house site
which shall be taken on rent during execution of the project. The tentative rent
for structures shall be assessed by local PWD. In addition the contractor can
construct their own pre-fab residential/office huts at different locations within the
project area.

F. Drinking water facilities

The drinking water to be used during the construction of works shall normally be
supplied by PHE dept. of the State. The infrastructural facilities are already
available with the dept. which needs to be augmented and extended. This shall
be executed by JKSPDC. The Contractor may also be required to augument
drinking water supplies for its construction workers/staff.

G. Project Buildings Proposed

A number of buildings are proposed to be constructed by JKSPDC in the project
area. These buildings are mostly intended for use by the Owner for housing its
own Staff.


RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
32 of 62











APPENDIX B
REQUEST FOR QUALIFICATION FORMS

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
33 of 62

[Letterhead paper of the Applicant, or lead Partner responsible for a Consortium]

Letter of Application

Date: ...
Managing Director
Jammu & Kashmir State Power Corporation Limited,
Srinagar

Sirs,
1. Being duly authorized to represent and act on behalf of <Name of
Applicant *,> (In case of Consortium, list all partners of the Consortium)
>(hereinafter "the Applicant"), and having reviewed and fully understood all
the prequalification information provided, the undersigned hereby apply to be
prequalified by yourselves as a Bidder for the turnkey contract of NEW
GANDERBAL H.E. PROJECT for all necessary additional Investigations,
Planning, Design & Engineering, Supply of Equipment & materials, Civil
Construction, Design, Manufacturing , Supply, Installation, Testing &
Commissioning of all Hydro mechanical and Electro-Mechanical
Equipment/Machinery leading to successful operation and performance of the
Generating units and after successful completion, testing and commissioning,
the Project shall be handed over to JKSPDC. Completion time for the
Project as a whole i.e. commissioning of all the three units is 42
months.
2. Attached to this letter are copies of original documents defining:
a. the Applicant's legal status;
b. the principal place of business; and
c. the place and date of incorporation (for Applicants who are
corporations) or of registration (for Applicants who are partnerships or
individually -owned firms ).
3. You and your authorized representatives are hereby authorized to conduct
any inquiry or investigations to verify the statements, documents, and
information submitted in connection with this application, and to seek
clarification from our bankers and clients regarding any financial and
technical aspects. 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.
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
34 of 62

4. You and your authorized representatives may contact the person(s) indicated
in the Application Form- 1 for further information. The undersigned is (are)
fully authorised to act on behalf of the Applicant.
5. This application is made in the full understanding that:
a. bids by prequalified Applicants will be subject to verification of all
information submitted for prequalification at the time of bidding;
b. you without assigning any reasons thereof reserve the right to:
i. amend the scope of works to be tendered; and
ii. reject or accept any Application, and
iii. Cancel the prequalification process, and reject all Applications.
c. You and your personnel and agencies shall not be liable for any such
actions and shall be under no obligation to inform the Applicant of the
grounds for them.
6. Appended to this application, we give details of the participation of each
party, including the responsibilities for execution of the contract.
7. We confirm that in the event of our bidding for the Project, the Bid as well as
any resulting contract will be legally binding on all Partners, jointly and
severally as per the Consortium agreement submitted with this Application.
We also confirm that we shall be submitting the Joint Deed of Undertaking
with our sub -contractors at the time of Technical bid submission.
8. The undersigned declare that the statements made and the information
provided in the duly completed application are complete, true, and correct in
every detail.


Signature

Name
For and behalf of
(Name of Applicant or Lead
Partner of a consortium)
Signature

Name
For and behalf of
(Name of Partner)
Signature

Name
For and behalf of
(Name of Partner)
Signature

Name
For and behalf of
(Name of Partner)
Signature

Name
For and behalf of
(Name of Partner)
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
35 of 62

APPLICATION FORM 1 PAGE__ OF __ PAGES
General Information
All individual firms and each Partner of a Consortium applying for prequalification are
requested to complete the information in this form.
The Applicant may propose sub-contractor(s) for the specialised job (like Gates, Pressure
Shafts/Penstocks etc.).
1 Name of firm In case of consortium ()Lead partner
()Partner
2 Head office address Country
3 Telephone
Fax
Email
Contact Person(s)
Name
Title/position
4 Place of incorporation/registration
Date
5 Legal Status of firm Field of speciality in business
6 Nationality of majority of owners or
share-holders

Number of management executives
7 Name of present permanent employees (units:persons)
Name of
country
Civil Engineers Other
Engineers
Non-
engineering
Home country
Overseas branch-1
Overseas branch-2
All other branches

8 Quality assurance system in head office Certified by
9
Agent or representative in India (if exists)
Name
Address
Telephone Fax & Email
Date Signature


RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
36 of 62

APPLICATION FORM 2 PAGE__ OF __ PAGES
General Experience Record
Name of Company (Sole Applicant) or Partner of a Consortium

All sole Applicants and all Partners of a Consortium are requested to
complete the information in this form. Use a separate sheet for each Partner of a
Consortium.
Experience of works successfully and substantially completed in last fifteen (15) years to
demonstrate the Applicants business experience should be listed in separate sheets in a
form as shown below:
No Name of Project Country Applicants
own works
done
Role of
the
applicant
Contract
period
mo/yr to
mo/yr
Applicants
contract
price (USD
equivalent)*
1
2
3
4
i. *Exchange rate as on date of award of contract
ii. Mention exchange rate adopted
Date Signature
Annual Turnover*
The information supplied should be the annual turnover of the Applicant (or
each partner of a Consortium/Consortium), in terms of the amounts billed to
clients for each year in the last three (3) years, converted to U.S. dollars at the rat e
of exchange at the end of the period reported. Unless specifically asked for,
Applicants need not to enclose testimonials, certificates, and publicity material with
their application; they will not be taken into account in the evaluation of
qualifications.
Fiscal Year Turnover (unit ) USD Equivalent*
1
2
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
37 of 62

3
Fiscal year begins on ___________________ in each calendar year
*Sub-contractors Turnover shall not be considered as Applicants capability.
Date Signature


NB: To please attach data sheet wherever possible
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
38 of 62

APPLICATION FORM 2A PAGE__ OF __ PAGES
Consortium Summary
A copy of the Consortium agreement must be attached to Form 2A. In case the Consortium
Agreement is not acceptable to the Owner, the Consortium will be requested to modify the
agreement accordingly. Failure to submit a modified Consortium agreement by E-mail or any
other mode within 14 days upon receipt by the Applicant of the request for modification
from the Owner will disqualify the Applicant for further consideration.
1. Members of consortium
Indicate responsibility in respect of planning, key personnel and execution of the work of
the lead partner of the Consortium and of each of the Consortium partners.
Name of all partners of
the consortium
Proposed participation % Proposed portion of work
1. Lead Partner
2. Partner
3. Partner
4. Partner
5. Partner

2. Summary of annual turnover
Total value of annual turnover, in terms of work billed to clients, in INR or US$
equivalent converted at the rate of exchange at the end of the period reported:

Annual Turnover summary
(INR/USD)

Year 1 Year 2 Year 3
Lead Partner
Partner
Partner
Partner
Total

Date Signature (by Lead Partner)



RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
39 of 62

APPLICATION FORM 3 PAGE__ OF __ PAGES
Specific experience record
Name of the Company (Sole Applicant); Partner of a Consortium and/or Sub-contractor(s):

On a separate page, using the format of Form- 3B, Company (Sole Applicant); Partner of a
Consortium is requested to list all contracts of a similar nature and complexity to the
contract for which the Applicant wishes to qualify, undertaken and completed in past. The
value should be based on the currencies of the contracts converted to U.S. dollars, at the
date of substantial completion. The Specific Experience should include:

1. Specific Experience
The Bidder should have undertaken in the preceding 10 (ten) years, with the
proof of being in the said business during last five years, the following:
3.4.1. A Planning, Designing & Engineering Works

1. Experience in Planning, Design & Engineering of a Hydroelectric Projects
which should not be less than 75 MW
OR
Two Hydroelectric Projects of capacity not less than 48 MW each
OR
Three Hydroelectric Projects of capacity not less than 38 MW each.
2. Experience in Planning, Design and Engineering of the following
components alongwith related experts should be available with the firm:
i. Coffer dam and barrage or dam
ii. Hydraulic tunnels in Himalaya region or similar geological region
iii. Surface powerhouse

If a firm itself does not possess experience of design of any of these
structures, the experience details of specialists proposed to be engaged
for design of these structures shall be furnished.

3.4.1. B. Civil Works

Experience of executing the following components in ongoing/completed
project(s):
i. A concrete dam or a gated barrage of 8m high having minimum flood
discharging capacity of 2000 cumecs and having achieved cumulative
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
40 of 62

progress of concreting of not less than 50000 cum over a continuous
period of 12 months concurrently in civil works of a project
ii. Surface/underground Power house of not less than 75 MW capacity
OR
Two Hydroelectric Projects of capacity not less than 48 MW each
OR
Three Hydroelectric Projects of capacity not less than 38 MW each.
iii. Completion of 6 km of total tunnelling by Drill Blast method or by using
tunnel boring machines and concrete lined tunnels of atleast 4m dia.

3.4.1. C. HM Works
i. Gates:
a) General Experience: Experience in design, manufacture,
testing and commissioning as prime contractor or as a partner
in a joint venture/consortium of executing a vertical or radial
gates for water resource projects with contract valuing Rs 15
crore (US Dollar 3 million) in last 10 years
b) Specific Experience: Successful experience, either by the
Applicant itself or by the proposed manufacturer(s) who have
given authorisation to the Applicant in required format in
Designing, manufacturing, supply, erection, testing and
commissioning of 5nos. vertical hydraulic gates not less than
6m x 7m operated with rope drum or hydraulic hoists.

ii. Trash rack and trash rack cleaning machine
a) Experience: Experience in design, manufacture, testing and
commissioning of trash rack structure operated by trash rack
cleaning machine (TRCM) including manufacture of TRCM for
Hydro power projects.

iii. Steel liner in shaft/Penstock
a) General Experience: Experience as prime contractor or as a
partner in a joint venture/consortium of design, manufacture
and execution of pressure shaft cum penstock for a
hydroelectric project.
b) Specific Experience: Successful experience, either by the
Applicant itself or by the proposed manufacturer(s) who have
given authorisation to the Applicant in required format in
Design, Fabrication/manufacturing, supply, erection, testing
and commissioning of Pressure Shaft Liner and penstock
diameter not less than 2.5m for a hydroelectric project in
preceding 10 years.
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
41 of 62



3.4.1. D. Electromechanical works
a) General Experience: Experience as prime contractor or as a
partner in a joint venture/consortium of executing a
hydroelectric equipment on the basis of EPC contract valuing
Rs 75 crore (USD 15 million) in the last 10 years.
b) Specific Experience: Successful experience, either by the
Applicant itself or by the proposed manufacturer(s) who have
given authorisation to the Applicant in required format in
Design, manufacturing, supply, erection, testing and
commissioning of the following electro-mechanical equipments
in preceding ten (10) years:
i. Francis type hydro turbine for two projects, out of which
atleast one should be of 25 MW or above capacity and shall be
in successful operation for last 5 years
ii. Hydro Generator for two projects, out of which, atleast one
should be of 30 MVA or above capacity and shall be in
successful operation for last 5 years
iii. Other ancillary equipment (Balance of Plant) for an hydro
electric project of 48 MW capacity or above.

The information in Form 3A/B/C/D to be summarised in the table form as
shown below:
Summary Completed contracts of similar nature and complexity
Name of
project
country
(reported on
Form-3A)
Name of
contract
Contractors
role (lead
partner of
consortium or
otherwise)
Contract
value in
million
US$*
Year of start
- Year of
schedule
completion/
actual
completion
1
2
3
4
5

Date Signature

i. Exchange rate as on date of award of Contract
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
42 of 62

ii. Mention exchange rate adopted

NB: to please attach detailed data sheet wherever possible

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
43 of 62

APPLICATION FORM 3A

This should be given in a separate booklet (1original + 2 copies)

Planning, Designing and Engineering
Ref: 3.4.1 A
(This data may be furnished for not more than five similar projects using one performa for
each project. Bio-data of the experts are to be also submitted.)

S.No. Particulars of Hydroelectric
project where consultancy
provided
Project Particulars
Name and
Address of
Client,
Location of
Project etc.
Installed
Capacity
(MW)
Start date-
End date
1&2 Name of a hydroelectric projects
where the firm has provided
planning, design and engineering
services in the last 5 years.

3 Experience in planning, design
and engineering of following
components:
Name of structure and
Project which has been
designed by the firm along
with start and completion
year
Name of
proposed
experts (2 nos.
for each
category) and
name of two
projects where
the expert has
worked*
i Cofferdam & barrage
ii Hydraulic tunnel

* Outside experts can also be proposed.


RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
44 of 62

APPLICATION FORM 3B PAGE__OF__PAGES
Ref: 3.4.1B (i)/(ii)/(iii)
Details of completed and current contracts of similar nature and
complexity
Name of the Company (Sole Applicant); Partner of a Consortium:

Use a separate sheet for each contract.
List all relevant works completed in past, for which the Applicant wishes to qualify.

1 Name of project Installed capacity: MW
Country State/Province
Name of river Annual mean discharge of river
Approx. m
3
/sec
2 Name of employer Address
3 Name of contract
4 Nature of works and special features (site conditions, remoteness, etc.)
relevant to the contract for which the Applicant wishes to prequalify:


5 Contract role (check one)
( ) Prime contractor
( ) Lead Partner in a Consortium
( ) Partner in a Consortium
6 Value of contract
Currency:
Of which, applicants share was: %
7 Time period as per Contract
Document (years and months)
Date of award:
Date of completion:
8 Works done (applicant is to add or delete items to demonstrate qualification)

Concrete dam or gated barrage: Indicate height and discharge

Surface/Underground Power house:
Size/dimensions of the power
house/cavern:______(L)_________(W)____________(H)

Tunnel (DBM or by TBM)
(a) Dia. ________m ( excavated),
(b) Total length of the Tunnel: _______________

Date Signature


RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
45 of 62

Proforma of Joint Undertaking by the SUB-CONTRACTOR and the Bidder/contractor
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

THIS DEED OF UNDERTAKING executed this . day of Two Thousand and
by M/s. .., a Company incorporated under the laws of
and having its Registered Office at ..
(hereinafter called the Sub-Contractor which expression shall include its
successors, executors and permitted assigns), and M/s.., a Company
incorporated under the laws of . having its Registered Office at
. (hereinafter called the Bidder which expression shall include its
successors, executors and permitted/assigns ) in favour of JAMMU & KASHMIR
STATE POWER DEVELOPMENT CORPORATION, having its registered office at
______________ India (hereinafter called the Owner which expression shall
include its successors, executors and permitted assigns)

WHEREAS the Owner invited Bids vide its Invitation No. .. for Turnkey
execution of NEW GANDERBAL H.E. Project AND WHEREAS ITB Clause No. ...,
Section , of , Vol. ( reference of tender clause to be mentioned , when
executed) forming part of the Bid Documents inter-alia stipulates that a Bidder can
associate Sub-Contractor for certain component works in which the Bidder does not
have the relevant experience provided the proposed Sub-Contractor meet the
technical Qualifying Requirements of the particular component and that the Bidder
alongwith its Sub-Contractor shall be jointly and severally bound and responsible for
the successful performance of the component works proposed to be executed by the
Bidder alongwith its Sub-Contractor in the event the bid submitted by the Bidder is
accepted by the Owner resulting in a Contract (hereinafter referred to as the
Contract).

AND WHEREAS the Bidder has submitted its Bid to the Owner vide Reference
No..... dated . based on the association of the Sub-Contractor.

NOW THEREFORE THIS UNDERTAKING WITNESSETH as under:

In consideration of the award of Contract by the Owner to the Bidder
(hereinafter referred to as the Contractor) we, the Sub-Contractor and the
Bidder/Contractor do hereby declare that we shall be jointly and severally
bound to the JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION, for
the successful performance of the * (proposed sub -let works) in accordance with
the Contract.

Without in any way affecting the generality and total responsibility in terms of
this Deed of Undertaking, the Sub-Contractor in particular hereby agrees to deploy
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
46 of 62

and depute its technical personnel, equipment, manpower and/or other
resources on continual basis throughout the construction period of the
proposed sub-let works until its completion to discharge the obligations of the
Contractor under the Contract.

This Deed of Undertaking shall be construed and interpreted in accordance with
the laws of India and the Courts in Jammu & kashmir shall have exclusive
jurisdiction in all matters arising under the Undertaking.

Apart from the Contractors Performance Guarantee, the Sub-Contractor shall
furnish as security, a Contract Performance Guarantee from its Bank in favour of the
Owner in a form acceptable to the Owner. The value of such guarantee shall be
equivalent to 10% of value of the proposed sub-let works as identified in the
Contract awarded by the Owner to the Bidder/Contractor and it shall be an
additional guarantee for faithful performance/compliance of this Deed of
Undertaking in terms of the Contract. The guarantee shall be unconditional,
irrevocable and valid till the Taking Over Certificate as provided in the
Contract is issued by the Owner. The Bank Guarantee amount shall be payable to
the Owner on demand without any reservation or demur.

We, the Sub-Contractor and the Bidder/Contractor agree that this undertaking
shall be irrevocable and shall form an integral part of the Contract and further
agree that this Undertaking shall continue to be enforceable till it is discharged
by the Owner. It shall become operative from the Commencement Date of the
Contract.


IN WITNESS WHEREOF, the Sub-Contractor and the Bidder/Contractor have through
their Authorised Representatives executed these presents and affixed common seals
of their respective Companies, on the day, month and year first above mentioned.


WITNESS

1. ..
(Signature)

(Name in Block Letter)
(Office Address)


For Sub-Contractor

Signature of Authorized
(Representative)

Name ........
Common Seal of Company
....

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
47 of 62





2. ..
(Signature)

(Name in Block Letter)
(Office Address)


For Bidder/Contractor


Signature of Authorized
(Representative)

Name ........
Common Seal of Company
....



Please Note: The above proforma shall be uniformly applicable to all Applicants
proposing a sub-contractor / manufacturer for any of the TBM / E&M / HM works.
The same shall be executed and submitted alongwith technical bids .

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
48 of 62

APPLICATION FORM 3C PAGE__OF__PAGES
Ref: 3.4.1 C (i)/(ii)/(iii)
Details of completed and current contracts of similar nature and
complexity
Name of the Company (Sole Applicant); Partner of a Consortium:

Use a separate sheet for each contract.
List all relevant works completed in past, for which the Applicant wishes to qualify.

1 Name of project Installed capacity: MW
Country State/Province
Name of river Annual mean discharge of river
Approx. m
3
/sec
2 Name of employer Address
3 Name of contract
4 Nature of works and special features (site conditions, remoteness, etc.)
relevant to the contract for which the Applicant wishes to prequalify:


5 Contract role (check one)
( ) Prime contractor
( ) Lead Partner in a Consortium
( ) Partner in a Consortium
6 Value of contract
Currency:
Of which, applicants share was: %
7 Time period as per Contract
Document (years and months)
Date of award:
Date of completion:
8 Works done (applicant is to add or delete items to demonstrate qualification)
1. Vertical or radial gates
2. Trash rack and TRCM
3. Pressure shaft liner/penstock. Indicate inside dia/design head

Date Signature

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
49 of 62

APPLICATION FORM 3C(i) PAGE__OF__PAGES

LETTER OF AUTHORISATION FORM( HM Works)
No. ________________ Dated : __________
To,
Managing Director
Jammu & Kashmir State Power Corporation Limited,
Srinagar

Subject: Invitation of Request for Qualification Applications for Turnkey execution
of New Ganderbal HE Project, Jammu & Kashmir, India.

Dear Sirs,
We, M/s____________, who are established and reputed manufacturers of
_____________, having factories at ___________ (address of factory) do hereby
authorise M/s ______________ (Name and address of EPC Contracting Company) to
submit a bid for - -------------- {item (s) of equipment} manufactured by us and sign
the resultant contract with you against the above Invitation for Request for
Qualification and subsequent bids from the Prequalified Bidders.

We further undertake that we shall be directly responsible to the Owner for
guarantees & warrantees for the item (s) of equipment manufactured by us and
shall be jointly and severally responsible with M/s ______________ (Name of the
EPC Contracting Company) for the performance of the Contract(s), for the items of
equipment mentioned, if awarded.

We do hereby also confirm that we are not participating either as a Sole Applicant or
as a Partner of a Consortium Applicant against the above invitation of Request for
Qualification Applications. We shall be submitting the Joint Deed of Undertaking
alongwith the Technical bids.

Yours faithfully,
For & on behalf of M/s
________________
Station: Signature:
(Office Seal) Name:
Date:

Note: This letter of Authorisation should be on the letterhead of the manufacturer
and should be signed by a person competent to bind the manufacturer. Power of
Attorney in favour of this person to do so may be enclosed with this Letter of
Authorisation.
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
50 of 62

APPLICATION FORM 3D PAGE__OF__PAGES
SPECIFIC EXPERIENCE RECORD (Ref to 3.4.1 D)
Details of completed and current contracts of similar nature and
complexity
Name of the Company (Sole Applicant); Partner of a Consortium:

Use a separate sheet for each contract.
List all relevant works completed in past, for which the Applicant wishes to qualify.

1 Name of project Installed capacity: MW
Country State/Province
Name of river Annual mean discharge of river
Approx. m
3
/sec
2 Name of employer Address
3 Name of contract
4 Nature of works and special features (site conditions, remoteness, etc.)
relevant to the contract for which the Applicant wishes to prequalify:


5 Contract role (check one)
( ) Prime contractor
( ) Lead Partner in a Consortium
( ) Partner in a Consortium
6 Value of contract
Currency:
Of which, applicants share was: %
7 Time period as per Contract
Document (years and months)
Date of award:
Date of completion:
8 Works done (applicant is to add or delete items to demonstrate qualification)
1. Turbine: Indicate Installed capacity/ Rated output/ Rated head / Type
of Turbine
2. Hydro Generator: Rated output/ rated voltage /Rated speed
3. Balance of Plant

Date Signature

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
51 of 62

APPLICATION FORM 3D(i) PAGE__OF__PAGES

LETTER OF AUTHORISATION FORM( E&M Works)
No. ________________ Dated : __________
To,
Managing Director
Jammu & Kashmir State Power Corporation Limited,
Srinagar

Subject: Invitation of Request for Qualification Applications for Turnkey execution
of New Ganderbal HE Project, Jammu & Kashmir, India.

Dear Sirs,
We, M/s____________, who are established and reputed manufacturers of
_____________, having factories at ___________ (address of factory) do hereby
authorise M/s ______________ (Name and address of EPC Contracting Company) to
submit a bid for - -------------- {item (s) of equipment} manufactured by us and sign
the resultant contract with you against the above Invitation for Request for
Qualification and subsequent bids from the Prequalified Bidders.

We further undertake that we shall be directly responsible to the Owner for
guarantees & warrantees for the item (s) of equipment manufactured by us and
shall be jointly and severally responsible with M/s ______________ (Name of the
EPC Contracting Company) for the performance of the Contract(s), for the items of
equipment mentioned, if awarded.

We do hereby also confirm that we are not participating either as a Sole Applicant or
as a Partner of a Consortium Applicant against the above invitation of Request for
Qualification Applications. We shall be submitting the Joint Deed of Undertaking
alongwith the Technical bids.

Yours faithfully,
For & on behalf of M/s
________________
Station: Signature:
(Office Seal) Name:
Date:

Note: This letter of Authorisation should be on the letterhead of the manufacturer
and should be signed by a person competent to bind the manufacturer. Power of
Attorney in favour of this person to do so may be enclosed with this Letter of
Authorisation.
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
52 of 62

APPLICATION FORM - 3E Summary of (C)/(D)

This should be given in a separate Booklet (1 original + 2 copies)

S.No PQ Criteria Particulars to be
indicated: Mention
only those projects
which meet the criteria

HM works:

i. Gates:
a) General Experience: Experience in design,
manufacture, testing and commissioning as prime
contractor or as a partner in a joint
venture/consortium of executing a vertical or
radial gates for water resource projects have
contract valuing Rs 15 crore (US Dollar 3 million)
in last 10 years
b) Specific Experience: Successful experience,
either by the Applicant itself or by the proposed
manufacturer(s) who have given authorisation to
the Applicant in required format in Designing,
manufacturing, supply, erection, testing and
commissioning of 5nos. vertical hydraulic gates
not less than 6m x 7m operated with rope drum
or hydraulic hoists.




Indicate name of one
Project executed in last
10 years and contract
value.



Indicate the start
and end dates of
Projects.
ii. Trash rack and trash rack cleaning
machine
Experience: Experience in design, manufacture,
testing and commissioning of trash rack structure
operated by trash rack cleaning machine (TRCM)
including manufacture of TRCM for Hydro power
projects.


Indicate name of one
Project executed in last
10 years and contract
value.

iii. Steel liner in shaft/Penstock
a) General Experience: Experience as prime
contractor or as a partner in a joint
venture/consortium of design, manufacture
and execution of pressure shaft cum
penstock for a hydroelectric project.

Indicate name of one
Project executed in last
10 years and contract
value.

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
53 of 62

b) Specific Experience: Successful experience,
either by the Applicant itself or by the
proposed manufacturer(s) who have given
authorisation to the Applicant in required
format in Design, Fabrication/manufacturing,
supply, erection, testing and commissioning
of Pressure Shaft Liner and penstock
diameter not less than 2.5m for a
hydroelectric project in preceding 10 years
Indicate the start
and end dates of
Projects.

D Electromechanical works:
a) General Experience: Experience as prime
contractor or as a partner in a joint
venture/consortium of executing a
hydroelectric equipment on the basis of EPC
contract valuing Rs 75 crore (USD 15 million)
in the last 10 years.

b) Specific Experience: Successful experience,
either by the Applicant itself or by the
proposed manufacturer(s) who have given
authorisation to the Applicant in required
format in Design, manufacturing, supply,
erection, testing and commissioning of the
following electro-mechanical equipments in
preceding ten (10) years:
i. Francis type hydro turbine for two
projects, out of which atleast one
should be of 25 MW or above capacity
and shall be in successful operation for
last 5 years
ii. Hydro Generator for two projects, out of
which, atleast one should be of 30 MVA
or above capacity and shall be in
successful operation for last 5 years
iii. Other ancillary equipment (Balance of
Plant) for an hydro electric project of 48
MW capacity or above.


Indicate name of one
Project executed in last
10 years and contract
value.


Indicate name of two
(2) Projects alongwith
power output of each
turbine (greater than
25 MW) where hydro
turbines have been
executed in last 10
years out which one
should be francis
turbine. Also indicate
the start and end
dates.

Indicate name of 2
Projects where hydro
generators have been
executed alongwith
power output of each
generator (greater
than 30 MVA) in last
10 years. Also indicate
the start and end
dates.

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
54 of 62

APPLICATION FORM 4 PAGE__OF__PAGES

Current Contract Commitments / Works in Progress



Applicants should provide information on their current commitments on all contracts
that have been awarded, or for which a letter of intent or acceptance has been
received, or for contracts approaching completion.

Name of
Contract
Description
of works
Stipulated
date of
completion
Contract
value
(Equivalent
USD)*
Value of
outstanding
work (USD
equivalent)*
Estimated
completion
date
1
2
3
4
5
6

i. Exchange rate as on date of award of Contract
ii. Mention exchange rate adopted



Date Signature

Name of Company (Sole Applicant) or Partner of a Consortium

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
55 of 62

APPLICATION FORM 5 PAGE__OF__PAGES

Financial Data



Applicants, including each partner of a Consortium, should provide financial
information to demonstrate that they meet the requirements stated in the
Instructions to Applicants. Each Applicant or partner of a Consortium must fill in this
form. If necessary, use separate sheets to provide complete banker information. A
copy of the audited balance sheet should be attached.

Banker Name of banker

Address of banker

Telephone Contact Name and title

Fax



Name of Company (Sole Applicant) or Partner of a Consortium

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
56 of 62

Summarize actual assets and liabilities in U.S. Dollars equivalent (at the rates of
exchange current at the end of each year) for the previous five (5) years. Based
upon known commitments, summarize projected assets and liabilities in U.S. Dollar
equivalent for the next two years.

Financial
information in
INR equivalent *
Actual:
Previous five years
1 2 3 4 5
1. Total assets


2. Current assets


3. Total liabilities


4. Current
liabilities


5. Profit before
taxes


6. Profit after
taxes



(Attach audited financial statements for the last five years (for the individual
applicant or each partner of a Consortium)

Specify proposed sources of financing to meet the cash flow demands of the Project,
net of current commitments. An undertaking from the Applicant and Letter(s) of
Comfort from the proposed bankers / financial institutions to accompany this. (Para
3.3.2.4 of Instructions to Applicants may be referred to.)

Source of financing Amount (USD equivalent)
1.
2.
3.

Firms owned by individuals and partnerships may submit their balance sheets
certified by a registered accountant and supported by copies of tax returns; if audits
are not required by the laws of their countries of origin.


Date Signature
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
57 of 62

APPLICATION FORM 6 PAGE__OF__PAGES

Quality Assurance and Site Organisation


Applicant should provide the information on quality assurance system and a typical
site set up of his organization.

A. Description on Applicants Quality Assurance System




B. Site Organisation Chart



C. Narrative Description of Site Organisation Chart



D. Description of Relationship between Head Office and Site Management




Date Signature

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
58 of 62

APPLICATION FORM 7 PAGE__OF__PAGES

Additional Information



Add any further information that the Applicant considers to be relevant to the
evaluation of application for prequalification. If the Applicant wishes to attach other
documents, list them below.


Applicants should not enclose testimonials, certificates, and publicity material with
their applications; they will not be taken into account in the evaluation of
qualifications and will be discarded.


Name of Company (Sole Applicant) or Partner of a Consortium

RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
59 of 62

APPLICATION FORM 8 PAGE__OF__PAGES

Instruction to Applicants (refer para 4.1 (ii) E&M/HM works)

LETTER OF UNDERTAKING

No:..
Date:.


To,
Managing Director
Jammu & Kashmir State Power Development Corporation
Srinagar

Dear Sirs,

We, M/s.. having registered office at do hereby undertake
that in case work ..(Name of work) is awarded to M/s
.. (Name of the Applicant), we shall execute the work of
_________________ (the components of the work for which the Applicant has
proposed to associate the sub-contractor), as sub-contractor to M/s
(Name of the Applicant) and we shall be responsible for successful completion of the
job covered under our scope.

We do hereby also confirm that we are not participating as a partner of a
Consortium against the above Invitation for Prequalification. We shall be submitting
the Joint Deed of Undertaking alongwith the Technical bids.

Yours faithfully,

For & on behalf of M/s.............
(Name and address of subcontractor)

(Office seal)
Station:
Date:

Note: This letter of authorisation should be on the letterhead of the sub-contractor and
should be signed by a person competent and having the Power of attorney to bind the sub -
contractor. Power of Attorney in favour of this person to do so may be enclosed with this
Letter of Undertaking.
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
60 of 62

APPLICATION FORM 9 PAGE__OF__PAGES

List of Application Forms

Indicate total number of pages for each Form submitted with the application

Form No. Title Nos. Of pages
Letter of Application
1 General Information
2 General Experience Record
2A Consortium Summary
3 Specific Experience Records
4 Current Contract Commitments/Works in
Progress

5 Financial Data
6 Quality Assurance and Proposed Site
Organisation

7 Additional Information
8 Letter of Undertaking
9 List of Application Forms

Date_________________ Signature______________

Name of Company (Sole Applicant); Partner of a Consortium and/or Sub-
contractor(s):
RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
61 of 62











APPENDIX C
ESSENTIAL REQUIREMENT TO BE MET IN
CONSORTIUM AGREEMENT


RFQ for selection of EPC contractor for 93 MW New Ganderbal HEP in J & K
62 of 62

Essential requirement to be met in Consortium Agreement

The Consortium Agreement executed amongst the Parties to the Consortium
shall essentially include the following requirements:

1. Parties to the Agreement: Name of the Lead partner (Leader) and other partners

2. Relationship of Parties:

The Parties to jointly prepare the bid in accordance with the Bid requirement;
All negotiations with the Owner in connection with the bid to be conducted by the
Lead Partner alongwith other partners;
In case, the bid is accepted by the Owner the several Contract Agreements to be
signed by the respective Parties, who shall be responsible for the job (e.g. Planning,
Design & Engineering services, Civil works construction, HM works, E&M works etc.);
In case of placement of award of turnkey job, an Overall Agreement (Umbrella
Agreement) is to be signed by all the members of the Consortium on one side and the
Owner on other side. The Parties to be jointly and severally responsible to the Owner
for the successful completion of the Project. The joint and several responsibility shall
be as per para 4.1(iii) of Instructions to Applicants;
The Lead Partner to administer the Contract and to be authorized to incur liabilities
and receive instructions for and on behalf of the Consortium and the Parties thereto.

3. Lead Partner

Name of the lead partner company;
Authorisation from other Partners favouring the Lead Partner to submit and negotiate
the bid with the owner, contract and follow-up (in case of award);
The authorization to be in favour of Lead Partner and not to the Power of Attorney
holder of the Lead Partner.

4. Interest of parties in the consortium

Role of each consortium partner in execution of the work in line with the Specific
Experience.
Interest of the Parties in the Consortium.

5. Term of agreement

From the date of Agreement until the Contract (if awarded) has been fully performed in
accordance with its terms and conditions. There shall be no provision for exercising the
option of rescinding the Agreement with mutual consent of parties (excepting the case
when one of the parties is declared bankrupt).

Vous aimerez peut-être aussi