JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD€¦ ·  · 2017-06-30JAMMU & KASHMIR...

18
JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD. Page 1 of 18 Expression of Interest (EoI) Letter No. JKSPDC/P-76/T -1048/426-36 Dt. 19.04.2014 Sub:- Invitation of Expression of Interest for Short listing of Project Management Consultant/Owner's Engineer through International Competitive Bidding for Construction of (8x225MW+1x56MW) 1856 MW Sawalkote Hydro Electric Project (herein after referred to as “the Project”) on River Chenab in Districts Ramban/ Udhampur of Jammu & Kashmir State. 1. J&K State Power Development Corporation Limited (hereinafter referred to as "the Owner"), incorporated under the Companies Act 1956 and wholly owned by the State Govt. of Jammu & Kashmir, intends to engage engineering consultancy agency (hereinafter called “Owner’s Engineer”) for rendering consultancy services of review of Design, Project Management and construction supervision as specified in Scope of Services (herein after called as “Services”), briefly mentioned hereunder, for implementation of (8x225MW+1x56MW) 1856MW Sawalkote Hydro Electric Power Project. 2. The Detailed Project Report of the Project is presently under the appraisal of the Central Electricity Authority (CEA). 3. Salient features and layout of the project as per the DPR submitted to the CEA are enclosed as Annex-I. This shall however be subject to final approval by the CEA. 4. Brief Scope of the Services (The detailed scope of the Services forms part of the RFP) The Services shall be rendered under two phases, Phase I and Phase II. Phase I:- The Services under Phase I envisages activities upto the signing of a contract between the Owner and the Construction Contractor , which includes:- a. Examination of the DPR including but not limited to review of DPR level Design , adequacy and sufficiency of the DPR level investigations, layout, quantities, rates analysis, estimated costs, construction equipment, construction methodology and schedule of completion. The Owner’s Engineer shall do due diligence by undertaking “Value Engineering” exercise including to identify/assess estimated potential savings in the project cost, supported with logic and supporting details. The Owner’s Engineer shall develop risk matrix and identify all possible risks associated with implementation of the project and shall also prepare a comprehensive risk mitigation

Transcript of JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD€¦ ·  · 2017-06-30JAMMU & KASHMIR...

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 1 of 18

Expression of Interest

(EoI)

Letter No. JKSPDC/P-76/T -1048/426-36 Dt. 19.04.2014

Sub:- Invitation of Expression of Interest for Short listing of Project Management

Consultant/Owner's Engineer through International Competitive Bidding for

Construction of (8x225MW+1x56MW) 1856 MW Sawalkote Hydro Electric Project

(herein after referred to as “the Project”) on River Chenab in Districts Ramban/

Udhampur of Jammu & Kashmir State.

1. J&K State Power Development Corporation Limited (hereinafter referred to as "the Owner"),

incorporated under the Companies Act 1956 and wholly owned by the State Govt. of Jammu &

Kashmir, intends to engage engineering consultancy agency (hereinafter called “Owner’s

Engineer”) for rendering consultancy services of review of Design, Project Management and

construction supervision as specified in Scope of Services (herein after called as “Services”), briefly

mentioned hereunder, for implementation of (8x225MW+1x56MW) 1856MW Sawalkote Hydro

Electric Power Project.

2. The Detailed Project Report of the Project is presently under the appraisal of the Central Electricity

Authority (CEA).

3. Salient features and layout of the project as per the DPR submitted to the CEA are enclosed as

Annex-I. This shall however be subject to final approval by the CEA.

4. Brief Scope of the Services (The detailed scope of the Services forms part of the RFP)

The Services shall be rendered under two phases, Phase I and Phase II.

Phase I:-

The Services under Phase I envisages activities upto the signing of a contract between the Owner

and the Construction Contractor , which includes:-

a. Examination of the DPR including but not limited to review of DPR level Design ,

adequacy and sufficiency of the DPR level investigations, layout, quantities, rates

analysis, estimated costs, construction equipment, construction methodology and

schedule of completion.

The Owner’s Engineer shall do due diligence by undertaking “Value Engineering”

exercise including to identify/assess estimated potential savings in the project cost,

supported with logic and supporting details.

The Owner’s Engineer shall develop risk matrix and identify all possible risks associated

with implementation of the project and shall also prepare a comprehensive risk mitigation

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 2 of 18

plan.

The findings on above aspects shall be submitted by the Owner’s Engineer to the Owner

in the form of comprehensive review report(s).

b. Review / Framing of the Contract Documents.

c. Assistance in negotiations between the Owner and the construction contractor for

finalization of contract terms & conditions , costs , completion time etc. and signing of a

contract between the Owner & a construction contractor.

Phase II:-

This activities pertaining to phase II will commence only after successful conclusion of phase I

within one month of signing of the construction contract. Phase II comprises of (a) Pre-

Commencement Works and (b) Main Works.

a) Pre- Commencement Works :-

Monitoring / Supervision of the Pre-Construction works like- mobilization of resources

to the project area, Site investigations, preparation for hydraulic model tests/studies,

Infrastructure works and construction facilities, site installation of Contractor's plant and

equipment, Construction of Contractor's camp, offices, stores and workshops,

Construction of access to site.

Review of Construction Planning / Scheduling, methodology and Equipment Deployment.

Review of Design criteria, calculations, Designs /Drawings and Documents submitted by

the Contractor.

All other activities related to execution of pre-commencement works of the construction

contractor.

b) Main Works:

Review/vetting of Contractor’s Design / Drawings / Proposals.

Supervision of construction of Civil / Hydro-Mechanical/Electro-Mechanical & other

allied works of the Project.

Supervision of supply, erection and commissioning of equipment

Monitoring of Contractor’s progress on site.

Supervision of Manufacture of equipment.

Certification of contractor’s measurement.

Certification of contractor’s payments.

Management of contractor’s claims.

Assurance of quality control.

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 3 of 18

Development and Establishment of a management information system (MIS).

Monitoring of cost and work progress.

Environmental monitoring.

Reporting to the Owner.

Monitoring / Supervision during defect liability period.

Provide all assistance / guidance to the Owner in successful and timely closure of the

construction contract and taking over of the Project by the Owner.

Preparation and submission of completion report.

The Owner’s Engineer shall capture the “Lessons Learnt” during the project

execution process and submit a report for Owner’s reference.

The above details are furnished for general guidance to the Owner’s Engineers. The Owner’s

Engineer shall be fully responsible for carrying out the detailed review of the design and

engineering of the civil, Electrical and Hydro-Mechanical and allied works. However, any other

services not specifically mentioned but which are relevant for completion of the project and taking

over of the project by the Owner are deemed to be included in the Services. The Owner’s Engineer

shall take all precautions for implementing the project with the highest engineering standards, best

practices in a timely manner, upholding the highest standards of ethics and integrity.

5. The tentative duration of the Services is envisaged to be about 114 months as under:-

Phase I 6 Months

Phase II

a) Pre-Construction Works 6 Months

b) Main Construction Works 90 Months

c) Defects Liability Period 12 Months

The period of construction of the project shall however be subject to approval by CEA.

The deployment of professionals during both the phases shall be as per actual requirement as

approved by the Owner.

6. Bidder can either be a sole company or a joint venture (JV) or a Consortium, subject to the

condition that in case of a Joint Venture or a Consortium, maximum number of

constituents/partners including the Lead Partner shall be restricted to three (03).

In case the bidder is a subsidiary company, the bidder can utilize 100% technical and financial

credentials of its Parent/ Holding Company and/ or any other Subsidiary Company/Companies,

which are wholly owned by the same Parent Company. Provided, the Parent Company/ Subsidiary

Company / Companies commits to sign a separate Agreement with the Owner (in the prescribed

format forming part of RFP) evincing full support for the Technical and Financial Requirement of

the Subsidiary Company and commit to take up the work itself in case of non-performance by the

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 4 of 18

Subsidiary Company in the event of award of contract to the Subsidiary Company. An undertaking

by the Parent/ Holding Company to this effect shall be submitted along with the bid.

Eligibility criteria is specified in Annex-II. Only those Applicants who satisfy minimum eligibility

criteria need apply. Employer’s certificates shall be required for experience in both design and

construction supervision. In case a bidder claims experience for a project undertaken as a member

of JV/ Consortium, the particular firm’s position / role in the JV/ Consortium shall be clearly

brought out in the Employer’s certificate

7. The Services are to be provided by an integrated multi-disciplinary team of professionals having

experience in the relevant fields matching the requirement as per the scope of the Services. The

detailed manpower requirement, their qualifications and staffing schedule shall form part of the

RFP.

8. The bidders who meet the Eligibility Criteria as specified in Annex-II, would be shortlisted for

RFP stage. No change in configuration in case of eligible JV/Consortium shall be allowed.

However, any eligible firm can have Sub-consultants or Associates. In case of association/sub-

consultant the experience of associated firm/sub-consultant shall not be counted whereas the key

personnel of the associated firm would be considered for evaluation.

9. Instructions for submission of the expression of interest are enclosed at Annex-III and guidelines

for the preparation for the Expression of Interest are enclosed at Annex-IV. Eligible Applicants

interested in the assignment should fill up the Expression of Interest form enclosed as Annex-V

and submit together with the application all supporting documents so as to reach Owner's office

mentioned in Annex III not later than 1600 hrs on 31.05.2014 and be clearly marked "Expression

of interest for Selection of Project Management Consultant/Owner's Engineer for Construction of

1856 MW Sawalkote Hydro Electric Project".

10. The RFP shall be issued to the shortlisted firms only for their participation in the final bidding. The

Evaluation of bidders at the RFP stage shall be conducted in two stages -Technical evaluation (

Stage -1 ) and Financial Evaluation ( Stage – 2 ). After Technical evaluation under Stage 1 , as per

RFP document , firms shall be shortlisted for Stage – 2 bidding and firms scoring the technical

qualifying marks (minimum 70 %) shall be listed in the descending order of their technical score

and under stage 2, the financial Bid of only those shortlisted firms having minimum qualifying

score of 70% in the technical bid shall be opened and evaluated. However, if the number of pre-

qualified bidders is less than three, the Owner may in its sole discretion, pre- qualify the bidder(s)

whose technical score is less than 70 per cent, the minimum prescribed, so that at least three

bidders compete for the assignment.

11. The final selection of Consultant & award of work thereof , shall be done on QCBS (Quality : Cost

Based Selection approach) among the qualifying bidders shortlisted after Technical Evaluation. The

weightage to quality & cost shall be indicated in the RFP documents.

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 5 of 18

12. Schedule:-The following is the tentative schedule of various events:-

S. No. Event Date & Time Venue

I

Issue of EoI and its

uploading on

JKSPDC web site

19-04-2014

II Submission of

response to the EoI Upto 31-05-2014.

To be received by hand or through post

at Corporate Office, Hotel Shaw Inn, the

Boulevard, Srinagar Kashmir, (Jammu

& Kashmir)-19001

Bidders are advised, in their own interest, to regularly follow the JKSPDC website for updates.

Encl. As above

Yours Sincerely,

Sd/-

(Mohammad Hussain Teli)

Deputy General Manager,

J&K State Power

Development Corporation Limited

Note:- The Election Commission of India vide its No:- 437/J&K-HP/2014/NS-I/1030 dated

14.3.2014 has given permission for inviting this tender.

Copy to:-

1. Principal Secretary to Govt., Power Development Department, Civil Secretariat, Srinagar.

2. Director Finance JKSPDC, Srinagar.

3. Chief Engineer Sawalkote HEP, Ramban.

4. Director Information, Jammu /Srinagar.

5. Company Secretary, JKSPDC, Srinagar to put the NIT on website of Corporation.

6. Controller of Publication, India Trade General, Counsel House Street, Kolkatta.

7. Joint Director Information, Srinagar with the request to get this notice published in two leading

national newspapers published at Delhi and two J&K State leading local dailies.

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

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

10. Ranbir Government Press, Jammu.

11. Government Press, Srinagar.

12. All officers of Corporate Office.

13. Private Secretary to the Managing Director JKSPDC

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 6 of 18

Annex I

Salient features

1 LOCATION

(i) COUNTRY India

(ii) State Jammu & Kashmir

(iii) District Ramban & Udhampur

(iv) River Chenab

(v) Location of dam & Power House site

Northing 33 11"N

Easting 75 06"E

Topo Sheet No. 43 O/4

2 PURPOSE Hydropower

3 HYDROLOGY

(i) Catchment Area 19475 KM2

(ii) Design Flood (PMF) 18711 cumecs

4 RESERVOIR

(i) Full

Reservoir(FRL)/Maximum

water level (MWL)

EL. 695 m

(ii) Min. Draw down level EL. 692.50 m

(iii) Reservoir Area 11 km2

(iv) Gross Storage at FRL/MWL 530 MCM

(v) Operational Pondage 27.08 MCM

5 CONCREATE DAM

(i) Type Roller Compacted Concrete (RCC) gravity

dam

(ii) Dam Top EL. 698 m

(iii) River bed level at dam site EL. 534 m

(iv) Deepest Foundation level EL. 505 m

(v) Maximum height of dam 193 m

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 7 of 18

6 DIVERSION TUNNEL

(i) Diameter, nos & shapes 13.5 m X 19 m, 3 no. Horse shoe shaped

(ii) Length 965 m,1130m, 1280m

(iii) Diversion discharge 9292 cumecs (Monsoon)

(iv) (Monsoon in 25 years return

flood)

2977 cumecs (Non Monsoon)

7 COFFER DAM

(i) Type Earth & rock fill coffer dam

(ii) Max. height of u/s coffer Dam 53 m

(iii) Top of upstream coffer dam 588 m

(iv) Max. height of d/s coffer Dam 38 m

(v) Top of d/s coffer dam 570 m

8 SPILLWAY

(i) Design flood (PMF) 18711 Cumecs

(ii) Crest elevation EL. 665 m

(iii) Nos. and size of opening (w x

h)

7 no, 11m (w) X 16.5 m (h)

(iv) Energy dissipation Ski jump bucket

(v) Plunge Pool EL 515 m

9 INTAKE

(i) Numbers Two for stage-I & one for stage-II

(ii) Intake sill level EL. 675 m

(iii) Design discharge 479.19 cumecs for stage 1 intake plus

additional environment flow of 39.97 cumecs

in one of the intakes 319.46 cumecs for stage

2 intake

10 HRT

(i) Numbers Two for stage-I & One for Stage-II

(ii) Size and type 12.5 m for stage-I & 10.5 m for stage-II

(iii) Design discharge 479.19 Cumecs for each stage 1 HRT plus

additional environment flow of 39.97 cumes

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 8 of 18

in one of the HRTs 319.46 cumecs for stage

2 HRT

(iv) Length About 200 m each

11 PRESSURE SHAFT/PENSTOCK

(i) Numbers Six for stage 1 & two for stage 2

(ii) Type Steel lined

(iii) Diameter 6 m Each excepts PS6 with 6.7 m dia

2.75 m size penstock for 56 MW unit of Eco-

flow

(iv) Length

Inclined 130 m - 140 m

Horizontal 50 m to 115 m

12 POWERHOUSE CAVERN

(i) Type Underground

(ii) Turbine axis elevation EL. 525 m

(iii) Type of turbine Vertical Francis

(iv) Generating unit in MW For stage-I 6x225 MW & 1x56MW

For stage-II 2x225 MW

(v) Rated head 154.4 M

(vii) Design Discharge 159.73 cumecs (For each 225 MW unit )

39.97 cumecs (For 56 MW unit )

(viii) Power house cavern size 23m(W) X 46.5 m(H)X218m(L) for stage-I

23m(W) X 46.5 m(H)X64 m(L) for stage-II

13 TRANSFORMER CAVERN

(i) Size 15m (W) x23.5m(H)x211m(L) (stage - I)

15M(w)x23.5m(H)x56m(L) (STAGE-II)

14 SURGE GALLERY

(i) Size 18m(W)x42m(H)x170(L) combined for units

1,2,3 and 4

10m (W) x 57 m (H) x 75 m (L) combined for

unit 5,6 and EU

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 9 of 18

18M(W)x42m(H)X85m(L) combined for unit

7 and 8 of stage-II

15 TRT

(i) Number & type Three for stage-I & one for stage-II

(ii) Size & shape 10.5 m dia each

(iii) Design discharge through

each tunnel

319.46 cumecs Additional discharge of 39.97

cumecs in TRT3

(iv) Length (excluding outlet

structure)

TRT-1=1733 m

TRT-2=1710 m

TRT-3=150 m

TRT stage-2 =1904 m

(v) Outlet invert level EL. 530 m (TRT 1,2 and TRT- stage2

EL.532.5 m (TRT 3)

Tail water level at rated

discharge at TRT outlet (TRT

1,2 and TRT- stage 2)

EL.534 m

Tail water level at rated

discharge at TRT outlet (TRT

3)

EL 537 m

16 POWER GENERATION

(i) Installed capacity 1406 MW (stage-I)

450MW (stage-II)

(ii) Design energy (stage-I, 1406 MW)- 7022 MU

Design energy(stage-II,450 MW)- 976 MU

Total Design energy (stage-I & stage - II) - 7998 MU

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 10 of 18

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 11 of 18

Annex – II

ELIGIBILIY CRITERIA

A. Technical

S.No Qualification criteria**

1 Experience in detailed design and engineering or review thereof, project

management and construction supervision of hydro projects in preceding 20

years period from start to completion of project, as under:-

A. One hydro power project having installed capacity of at least 800MW

Or

Two hydro power projects each having installed capacity at least

500MW

Or

Three hydro power projects each having installed capacity of at least

400MW.

B. The size of generating unit in any one project should be at least

130MW.

2 Previous experience of completion of design and engineering or review thereof,

project management and construction supervision of at least one hydro power

project with minimum generating unit size of 130MW in preceding 7 years.

3 Previous experience of completion of design and engineering or review

thereof, project management and construction supervision in preceding 20

years of the following components:-

a) Dam of height at least 100m from deepest foundation level

b) Tunnels with one tunnel of at least 1 km in length and 50m² sectional

area.

c) Underground Power House for minimum installed capacity of 400MW

width size of one of the generating units of at least 130MW.

**Projects which have been 85% complete in terms of physical progress, shall also be

considered.

The experience can be from one or more projects.

The bidder shall submit the employer's certificate substantiating the experience claimed by the

bidder.

B. Financial :-

i. Turnover: Minimum average annual turnover Rs.40 crore from consultancy assignments over

the preceding five (5) years:

ii. Net Worth: The Net Worth of the Bidder to be positive and not less than the amount of Equity

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 12 of 18

Share Capital including share premium in 5 out of the preceding 5 years.

iii. Profitability: The bidder to have earned Profit before Taxes in three (3) out of the preceding 5

years. However, if losses are reported in 2 years, it shall not be in the two consecutive years

preceding to the date of opening of Bids.

iv. Working Capital: The working capital minimum Rs. 4.00 crore or equivalent.

For this purpose current assets and current liabilities will be considered as classified in the audited

balance sheet for the year immediately preceding the date of opening of bids. If the Working

Capital calculated from the audited Balance Sheets is negative then such working capital shall be

treated as zero. In case there is a shortfall in the Working Capital, the unutilized Cash Credit

Limits sanctioned to the bidder by the Bank / Financial Institutions of international repute shall be

considered to meet the shortfall.

The statement displaying Cash Credit Limits should not be more than three months old as on the

last date for submission of tender.

The above financial statements should be duly certified by statutory body like Chartered

Accountant or Independent Auditors who are competent to do so as recognized by the Competent

authority.

In case the above financial parameters are in foreign currency, FEDAI selling rate as on 7 days

prior to submission of the bid will be applied for the purpose of conversion of amount in foreign

currency into Indian Rupees.

Following enhancement factor will be used for assessing the Annual turnover for various

Financial Years:-

S.No Year Enhancement Factor

1 2013 – 14 1.00

2 2012 – 13 1.10

3 2011 – 12 1.21

4 2010 – 11 1.33

5 2009 – 10 1.46

The Bidder should indicate their financial parameters without accounting for the above

mentioned factors.

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 13 of 18

Annex-III

INSTRUCTIONS FOR SUBMISSION OF EXPRESSION OF INTEREST STATEMENT

1. The Expression of Interest document shall be the basis of drawing up a shortlist of Bidders who

will be invited to submit proposals for the services required.

2. All applications shall be submitted in English.

3. Power of Attorney (on stamp paper and duly notarized) of the person submitting the Expression

of Interest on behalf of the bidder shall be attached. In case of the application made by a Joint

Venture/consortium, an MOU/Agreement or a letter of intent to form the joint

venture//consortium shall be attached along with all necessary details.

4. A particular agency is allowed to participate either as a sole firm or as a member in

JV/consortium with one or two more partners including the lead partener. Participation of a

particular agency in more than one JV/consortia with different partners is NOT allowed and all such

Expressions of Interest involving the agency shall be treated as non-responsive. The

agency/agencies, who have been associated in preparation of the DPR of the Project, are not

eligible for bidding.

5. Completed Expression of Interest along with enclosures should be hard bound, page numbered

and initialed on each page. Loose/Spiral bounded Expression of Interest is liable to be treated as

non-responsive.

6. The purpose of the EoI is to provide the Bidders with information to assist the formulation of their

Bid (“the Bid”). While all efforts have been made to ensure the accuracy of information contained,

this EoI does not purport to contain all the information required by the prospective Bidders.

7. The Owner or any of its employees or advisors shall incur no liability under any law, statute, rules

or regulations as to the accuracy or completeness of the Bid Document.

8. The Owner reserves the right to change any or all conditions/ information set in this EoI by way of

revision, deletion, updating or annulment through issuance of appropriate addendum as The Owner

deems fit without assigning any reason thereof.

9. The Owner reserves the right to accept or reject any or all bids without giving any reasons thereof.

The Owner will not entertain or be liable for any claim for costs and expenses in relation to the

preparation of the bid to be submitted in terms of this EoI.

10. The Employer reserve the right to reject any or all of the Bids or cancel/withdraw the EoI without

assigning any reason whatsoever and in such case no bidder/intending bidder shall have any claim

arising out of such action.

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 14 of 18

11. Submission must be addressed to the following:

Deputy General Manager (II),

J&K State Power Development Corporation Limited,

From May to October From November to April

Hotel Shaw Inn, The Boulevard,

Srinagar, J&K -190001.

Camp Office Ashok Nagar Satwari Jammu,

J&K-180004.

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 15 of 18

Annex IV

GUIDELINES FOR PREPARATION OF EXPRESSION OF INTEREST

Expression of Interest of the bidder, interested to be considered for the Services contemplated, shall fill

up the enclosed form in duplicate (Original and Copy). The numbers below correspond to the numbers

contained in the enclosed form (Annex-V):

2. Complete name of firm, date of establishment and type of organization whether individual,

proprietorship, partnership, private limited company, limited company etc.

3. Exact and complete home office address, business address, telephone number, Fax

number, E-mail and cable address. For consulting firms of foreign registry, indicate if there

is any branch office(s) established in India with details in the aforesaid manner.

Information is to be furnished by the sole bidder or members of JV/consortium

individually.

4. If present firm is the successor to or outgrowth of one or more predecessor firms, fresh

name(s) of former entity (ties) and the year(s) of their original establishment.

Information is to be furnished by the sole applicant or members of JV/consortium

individually.

In case the bidder is a subsidiary company, an undertaking by the Parent/ Holding

Company stating that the bidders can utilize 100% technical and financial credentials of its

Parent/ Holding Company and/ or any other Subsidiary Company/Companies, which are

wholly owned by the same Parent Company, shall be submitted along with the bid the

bidder.

5. Present a brief narrative description of the firms. Information is to be furnished by the

sole applicant or members of JV/consortium individually.

6. List not more than two (2) principals who may be contacted by this Office. Listed

principals must be empowered to speak for the firm on policy and contractual matters.

Information is to be furnished by the sole applicant or members of JV/consortium

individually.

7.

(i) Indicate the number of employees by discipline. While some personnel may be

qualified in several disciplines, each person should be counted only once in

accordance with his/her primary functions.

(ii) Indicate the number of permanent / regular employees by discipline with

experience of 5 to 10 years and more than 10 years.

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 16 of 18

8. Under this item, indicate the financial figures from consultancy business for the last five

(5) years. Gross fees received as Prime Consultant or in joint venture/consortium with

other consulting firms separately for design consultancy and supervision consultancy.

9. This item represents the completed Detailed Design Engineering and Supervision of

Hydroelectric Projects of the Applicant for which consultancy services have been provided

in the last twenty (20) years. The second column represents the list of all eligible

projects. The third column represents how it was accomplished, i.e., as Prime Consultant

or through joint venture or as an associate with other Consultants. If it was implemented as

an associate with other consultant, indicate name of the consultant. Fourth column

represents the consulting services rendered, defined as clearly as possible. Sixth column

represents the Employer to whom the services were rendered and the address of the

Employer. Attach services completion certificates or any equivalent proof to substantiate

the experience. The applicant should furnish the project-wise supporting statement which

best illustrates the experience of the applicant relevant to the project.

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 17 of 18

Annex V

FORM FOR SUBMISSION OF EXPRESSION OF INTEREST BY THE BIDDERS

(To be filled in by the bidder. In case of a Joint Venture/consortium, the form shall be filled up by

each of the constituent firm)

1. Project for which the EOI is invited:-

S. No. Location Name of Project MW Capacity

2. Details of the bidder:-

Organization Name Year of

Establishment

Country

of origin Type of Organization

Individual Partnership Corporati

on

Others

Sole bidder

In case of JV/

Consortium

a. Lead

partner

b.Member 1

c. Member 2

3. Office / Business Address / Telephone Nos. / Cable Address

4. Bidder's former name and year of establishment

5. Narrative description of the bidder (Use other sheet, if necessary)

6. Name of, not more than two (2) principals who may be contacted with title and telephone

number/fax number

7. Number of personnel in the organization

(Employed with the Firm for last 2 Years)

8. Financial statement of the last five financial years

Sl. No. Particulars 2013-2014 2012-2013 2011-2012 2010-2011 2009-2010

I Annual turnover

from Consulting

business

II Total Assets

III Current Assets

IV Total Liabilities

V Current Liabilities

VI Net Worth

VII Working Capital

VIII Net Profit

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.

Page 18 of 18

IX Equity share capital

including premium

Note:

The amount shall be stated in INR. (Conversion rate considered as per FEDAI selling rate of 7

days prior to bid submission date)

9. Hydro Power projects handled by the Bidder during the last twenty years.

Only those projects be included, which are supported by the certificate of the Employers

mentioning that the consultancy work has been completed satisfactorily or has been

substantially completed in case of project supervision works (Substantial completion means

financial progress of not than 85% of the contract value) satisfactorily.

S.

No

Nam

e of

the

Pro

ject

s /

Yea

r

of

com

ple

tion

Pri

me

Consu

ltan

t O

r Jo

int

Ven

ture

/conso

rtiu

m

Type

of

Ser

vic

es

Ren

der

ed

for

the

Pro

ject

(S

ep

ara

tely

for

De

sig

n

an

d

Co

nstr

uc

tio

n s

up

erv

isio

n

su

pe

rvis

ion

) C

apac

ity

in

MW

w

ith

unit

confi

gura

tion

Dam

hei

ght

Wid

th

of

under

gro

un

d

pow

er h

ouse

Em

plo

yer

Hydra

uli

c T

unn

el

len

gth

and S

ize

Em

plo

yer

( w

ith

com

ple

te

addre

ss,

conta

ct

per

son

,

tele

phone

Nos.

an

d F

ax

Nos.

)

Fee

in

IN

R

(Appli

cant’

s

shar

e in

ca

se

of

JV/C

onso

rtiu

m)

Dura

tion o

f c

onst

ruct

ion

Loca

tion

1 2 3 4 5 6 7 8 9 10 11 12 13

Supporting Statements to Employer's certificates may be furnished giving full details of the

projects carried out as below:

Name of Project:

Description of Project:

Location of Project:

Employer’s Name and Address:

Date and period of completion:

Description of services provided by the bidder:

Whether services provided as a sole agency or a lead partner/member of the JV/Consortium.

Share of lead partner and member/s in total fee in case JV/Consortium.

I certify that the information in the above Expression of Interest forms is true to the best of my

knowledge.

PRESIDENT / MANAGING DIRECTOR OR

AUTHORIZED SIGNATORY