INVITATION FOR BID (IFB)

Similar documents
SJVN Limited (A Joint venture of Govt. of India and Govt. of H.P) A Mini Ratna & Schedule 'A' PSU CIN: L40101HP1988GOI008409

SJVN Limited (A Joint Venture of Govt. of India & Govt. of H.P.) A Mini Ratna& Schedule A PSU CIN: 40101HP1988GOI NOTICE INVITING TENDER

Tender Document i/c GST `1000/- + 18%=180/- Total=1180/- `6700/- 10/01/18 to

website Earnest Money Deposit Rs. 70,150/- 4. Time, Date and Place of Pre-bid Not Applicable

Tender Document. `59,600/- 30/04/18 to 15/05/18 12:00 hrs.

(एक ग र क प र ट इक ई प ज क त ट)

(एक ग र क र प र ट इक ई र प ज क त ट रस ट) NOTICE INVITING TENDER (CSR-RHPS-040)

J&K State Power Development Corporation Limited PARNAI HYDROELECTRIC PROJECT. (3x12.5 MW) BIDDING DOCUMENT FOR

2.2 Estimated Cost Rs. 3,61,771/- (Inclusive of 3.1 Cost of Tender Document (Non refundable)

E-Tender Document. For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation

NOTICE INVITING BID FOR

(INTERNATIONAL COMPETITIVE BIDDING)

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS

Chennai Metro Rail Limited, Chennai ,India.

TENDER DOCUMENT FOR SELECTION OF NABL ACCREDITED MINERAL TESTING LABORATORY FOR THE ANALYSIS OF DIFFERENT ELEMENTS OF THE BAUXITE AND IRON ORE

NOTICE INVITING TENDERS

EMD (In Rs.) 2,37,000/-

NTPC-SAIL POWER COMPANY (PVT.) LIMITED

MSEZL/TTP-Membrane Replacement/ INVITATION FOR PROPOSALS

Notice Inviting Quotation (PPR-2126)

Cost of Document in ` Date of Submission/ Uploading of bid. `41,08,164/- `5000/- `82,160/ to hrs.

Instructions to Bidders for Online Payment

at 13:30 hrs

Sale period of bidding document. to AM to 4.00PM

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

BRIEF NOTICE INVITING BID

GAIL (INDIA) LIMITED

Chennai Metro Rail Limited, Chennai ,India.

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : :

Tender notice. CWC, RO, Bengaluru. Last date and time of online bid From Physical submission or by courier

STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA

SECTION - IB NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

Rs. 04 sets. Rs. 2,000/- 04 sets. Quotation

ZONAL OFFICE - SILIGURI, 3RD FLOOR SKY STAR BUILDING, SEVOKE ROAD, SILIGURI E-TENDER NOTICE FOR

ANNEXURE-A INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) Name of Line

STATE BANK OF INDIA REGIONAL BUSINESS OFFICE: V (GROUND FLOOR) JEEVAN SUDHA BUILDING, J. L. NEHRU ROAD, ZONAL OFFICE: SOUTH 24 PGS, KOL

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: PANCHKULA

TENDER NOTICE FOR E-REVERSE AUCTION

Structure / / 35 dated Date of uploading of N.I.T. & other Documents (online) (Publishing Date)

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

Nepal Telecom. (Nepal Doorsanchar Company Limited) Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of. Cable Network Tools and Accessories

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/ /LIFT-

Development of 3000 TPD Waste to Energy Project at Deonar, Mumbai on DBO basis. Instructions to Tenderers Bid No.:

KARNATAKA STATE INDUSTRIAL AND INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (KSIIDC) NOTICE INVITING E-BIDDING FOR INVESTMENT OF

INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) (RFx No )

E-REVERSE AUCTION. TENDER NO. SBI/LHO/KOL/P&E/ /ET-46&49 dtd 05/ DATE:

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/ /ET-

एन.एल.स इ डय ल मट ड NLC India Limited Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise

STATE BANK OF INDIA REGIONAL BUSINESS OFFICE REGION III, KHARAGPUR E-TENDER NOTICE FOR TENDER NO. SBI/ZO/HOW/RBO-III/ /ET-268 DATE:

SECTION - I INVITATION FOR BIDS (IFB)

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (KINFRA) (A statutory body of Govt of Kerala)

Page 1 of 9 E-TENDER NO / CRFQ (INTERNATIONAL COMPETITIVE BIDDING) E-Tendering 1.0 INTRODUCTION

STATE BANK OF INDIA REGIONAL BUSINESS OFFICE REGION II, CHINSURAH. TENDER-cum-E-REVERSE AUCTION NOTICE FOR

TENDER FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/ /BATTERY

DOMESTIC COMPETITIVE BIDDING Under Two Bid System 3. Name of Work

CPP Portal Tender ID: 2016_DoPTG_109745_1

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

STANDARD BIDDING DOCUMENT (SBD)

TENDER NOTICE GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED. 1 Department Name

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

STATE BANK OF INDIA ZONAL OFFICE, SILIGURI 3RD FLOOR, SKY STAR BUILDING SEVOKE ROAD, SILIGURI WEST BENGAL

BID REF No.MDS/ENGG/104/

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

CONSTRUCTION OF BOUNDRAY WALL (ON WEST SIDE OF TDI-II PLOT) AT TDI-II DAHEJ TENDER NOTICE. 3 Months

SJVN LIMITED. (A joint venture of Govt. of India & Govt. of Himachal Pradesh) (An ISO-9001:2008, Schedule-A, Mini Ratna Company)

Outsourcing of Hospital Services (i.e Paramedical and Allied Services) for the two medical centres of NTPL Tuticorin CEO/ NTPL/HR /Cont/1055/2017

Item Wise Based on Price Not Applicable 07/01/ :00 AM 21/01/ :00 PM 22/01/ :00 PM.

NTPC Tamilnadu Energy Company Limited. Contents

(A statutory body of Govt of Kerala)

LOCAL HEAD OFFICE, KOLKATA PREMISES & ESTATE DEPARTMENT SAMRIDDHI BHAVAN, BLOCK B, 9 TH FLOOR, 1, STRAND ROAD, KOLKATA

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

We request you to submit your offer for the supply of Computer Desktops 5 Nos & Laptops 1 No as per our following specification,

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

DELHI METRO RAIL CORPORATION LIMITED

TENDER FOR CUSTOMER FACILITATION SERVICES DMRC/CFS-01/2015

एन.एल.स इ डय ल मट ड NLC India Limited (Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise

NOTICE INVITING TENDER (NIT)

The bidders, intending to participate shall fulfil the following qualification criteria (Financial & Technical):

(Submission of Bid through online)

NOTICE INVITING BID T.No:40/2015

CONTRACT NO: DMRC/ENV/ISO/50001/275/2017/01

Dated the oath August, 2018

KINFRA Export Promotion Industrial Parks (KEPIP) (A Govt of Kerala undertaking owned by KINFRA)

MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014

NOTICE INVITING e-tender (NIT)

TENDER NOTICE. Dang on (i) quaterly visit (ii) As and when required basis for Two. years. Rs Months. Indian Rupee (INR) Rs

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE

Technical Enhancements and New Reports Development. For PM Module of SAP PM01

Design, Fabricate, Supply, Commission, Training and Maintenance of Airfield Crash Fire Tenders (ACFT)

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

NOTICE INVITING TENDER (NIT)

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

THE STATE TRADING CORPORATION OF INDIA LTD (A GOVT. OF INDIA ENTERPRISE)

KARNATAKA SOLAR POWER DEVELOPMENT CORPORATION LIMITED

West Bengal Renewable Energy Development Agency

Transcription:

SJVN LTD (A Joint Venture of Govt. of India & Govt. of H.P, A MINI RATNA, Schedule-A with ISO 9001:2008 Company.) Electrical Contract Deptt.,SJVN Complex, 2 nd floor, Shanhan, Shimla 171 006 (HP) Phone No. +91-177-2660201& 2660202 Fax No.: 0177-2660200 E-mail :- elect.contracts@sjvn.nic.in INVITATION FOR BID (IFB) THROUGH E-TENDERING PROCESS ONLY( on DCB Basis) Name of Work : Procurement of Electro Mechanical Works for Arun-3 Hydro Electric Project 900 (4x 225) MW " Specification No: SJVN/ECD/SAPDC/AHEP/EM/17 1.0 SJVN Arun-3 Power Development Company (P) Ltd. (SAPDC), a company promoted by SJVN Ltd. as a single shareholder company in Nepal having its registered office at Lokanthali, Kathmandu, Nepal (here-in-after referred to as owner /purchaser/employer) has signed Project Development Agreement with Government of Nepal to plan, promote, organize & execute Arun-3 Hydroelectric Project 900 ( 4X225 MW) in Sankhwasabha District. of Nepal on Build, own, operate and transfer (BOOT) basis (here-in-after referred to as PDA ). 2.0 The owner has engaged SJVN Ltd., a joint venture of Government of India and Government of Himachal Pradesh, having its registered office at Shanan, Shimla, Himachal Pradesh, India, as consultant for pre-award contract management (here-in-after referred to as the Consultant / SJVN Ltd.). 3.0 The Consultant invites bids on behalf of the owner for Electro Mechanical Works for above HEP as per scope of work summarized herein below and described in Bid Document, hereinafter referred to as the Works". The bids shall be submitted online through https://sjvn.abcprocure.com. 4.0 Scope of Work: The brief scope of work for this Package is to cover the provision of labour, tools, plants, materials and performance of work necessary for the design, engineering, manufacture, quality assurance, quality control, shop assembly, shop testing, packaging & delivery at site including insurance, unloading, site storage and preservation, in plant transportation at site, erection / installation, testing, supervision, pre commissioning, successful commissioning, performance and acceptance testing, handing over to Employer and warrantee for two (2) years of various components for Arun-III Hydro power project having four (4) units of 225 MW consisting of generator & its auxiliaries, Francis turbine & its auxiliaries, Station Auxiliaries and accessories and as specified herein.scope of the proposal shall cover following activities and services in respect of all the equipment and works specified in various sections of this specification: Page 1 of 15

i) Basic engineering of all equipment and equipment systems; ii) Detailed design of all the equipment and equipment system(s) iii) Providing engineering drawings, data, instruction manuals, as built drawings and other information for purchaser s review / approval / records. iv) Compliance with statutory requirements and obtaining clearances from statutory authorities, wherever required. v) All corresponding parts of similar equipment of the generating units and other plant equipment shall be interchangeable with one another. The Bidders shall confirm the same in their Bids. vi) The Bidder shall make his offer in consonance with the specified requirements. In case the bidder wishes to deviate from specifications in certain respects without affecting the basic functional requirements or stipulations he shall submit a complete and itemized list of such deviations / departures together with full particulars of the reasons for the departures, in relevant Attachment alongwith its withdrawl cost. The deviations shall be considered valid only in case the same have been accepted by the purchaser formally. In the absence of such acceptance the plant offered shall be deemed to comply in every respect with these specifications. vii) The Purchaser or the Contractor may propose change in the specification of the equipment or quality thereof and if the parties agree upon any such changes the specification shall be modified accordingly. viii) Complete manufacturing, quality assurance, quality control, shop assembly including shop testing. ix) Packing and transportation from the manufacturer s works to the site including Insurance. x) Receipt, movement to proper storage, storage, preservation and conservation of Equipment at the site, movement from storage area to interim/ final foundation location. xi) Fabrication, pre-assembly, if any, erection / installation, testing, pre-commissioning and successful commissioning and putting into satisfactory operation all the equipment including successful completion of initial operation. xii) Performance & acceptance testing after successful completion of initial operation. xiii) Warranting equipment performance for a period of 24 months from the date of taking over. xiv) Supply of mandatory spares as per schedule III of each section and furnishing list of recommended spares in schedule IV of each section of TS. xv) Supply of any other equipment including special tools and tackles, commissioning spares and services required for satisfactory completion of the project and operation and maintenance of the same. Page 2 of 15

xvi) Training of purchaser s personnel nominated by the purchaser during erection, testing and commissioning, and for operation and maintenance. xvii) Reconciliation with customs authorities, in case of imported equipments; xviii) Satisfactory conclusion of the contract. xix) All items and equipment though not specifically mentioned in the specification, but needed to complete the system to meet the intent of the specification shall be deemed to be included in the scope of the bidder. It is not the intent to completely specify all details of design and construction, but only to lay down broad sizing and quality criteria for the major equipment and systems and it is expected that the equipments shall conform in all respects to high standards of engineering, design and workmanship and shall be capable of performing in continuous commercial operation up to the contractor s guarantee in a specified manner acceptable to the purchaser. 5.0 Works Completion Period:- The entire work will be completed within 55 (Fifty Five) months from the effective date. 6.0 Minimum Qualifying Requirements 6.1 General Experience: Experience as prime contractor or as partner in a joint venture or Manufacturer approved by the Employer of executing at least 1(one) large Electromechanical Contract value in INR 585.70 Crores/937.12 crores NPR or more in last 20 years to be reckoned from the last day of the month previous to the one in which applications are invited. 6.2 Specific Experience: Successful experience, either by the Applicant Company itself or by the proposed manufacturers(s) who have given authorization to the applicant in required format in design, manufacturing, erection, testing and commissioning of the following electromechanical items and/or works in preceding twenty (20) years. The beginning and end date to be adopted for evaluation should fall within the preceding 20 years reckoned from the last day of the month previous to the one in which applications are invited. i) Turbine Francis Turbine having rated output of 112.5 MW or higher. ii) Generator Vertical shaft synchronous generator having rated output of 125 MVA or higher. iii) Main Inlet Valve Main inlet valve of Spherical Type and of diameter 1350 mm or more, and rated for Head of 143.1 m or higher. Page 3 of 15

Notes: Experience of Supervision of erection testing and commission of applicant shall also be considered at par with own erection, testing & commissioning of E&M equipment. 6.3 Design and Engineering i) Design and Engineering of at least one completed Hydroelectric Projects in preceding twenty (20) years out of which one unit of any one project should be of more than 112.5 MW. The beginning and end date to be adopted for evaluation should fall within the preceding 20 years reckoned from the last day of the month previous to the one in which applications are invited. ii) Design and Engineering for one hydro project of at least one unit of112.5mw capacity should have been completed in the preceding 7 years to be reckoned from the last day of the month previous to the one in which applications are invited. 6.4 Financial Capacity: i) Submission of audited balance sheets or if required by the law of the Applicants country, other financial statements acceptable to the Employer, for the last three years to demonstrate: (a) The current soundness of the applicant s financial position and its prospective long term profitability. The net worth shall be positive for the last three financial years which shall be calculated based on the subscribed paid up share capital plus Share Premium Plus Free Reserves plus Unallocated Balance/Surplus amount of Profit and Loss account, less (a) Expenses not written off, (b) Accumulated losses in Profit and Loss account, if not reduced from reserves and surplus. The Revaluation reserves, capital reserves and amount of intangible assets like goodwill etc. will not be taken into account while calculating the net worth and, (b) Capacity to have a cash flow amount (working capital) of atleast INR 65.08 Note: Crores/104.13 crores NPR as evident from the last audited annual report or banking reference as the case may be. (i) (ii) Banking reference(s) should contain in clear terms the amount that the Bank will be in a position to lend for this work to the applicant/ member of the Joint Venture. In case the Net Working Capital (as seen from the Balance Sheet) is negative, only the Banking reference(s) will be considered, otherwise the aggregate of the Net Working Capital and submitted Banking reference(s) will be considered for working out the working capital. The Banking reference(s) should be from a Scheduled Bank in India or from International Bank of repute ( in case of foreign Applicants) and it should not be more than 3 months old as on the date of submission of applications. Page 4 of 15

(iii) In case of JV- requirement of working capital/net cash flow is to be distributed between members as per their percentage participation and every member should satisfy the minimum requirement for his portion. Example: Let there are three partners of JV and Lead Partner has percentage participation =A, Partner-I has percentage participation=b and Partner-II has percentage participation =C. If minimum working capital/ net cash flow required is W then working capital/ net cash flow of Lead Partner should be WA/100, working capital/ net cash flow of partner I should be W B/100 and working capital / net cash flow of Partner-II should be WC/100. ii) Average annual Turnover: Minimum average annual turnover of INR 390.46 Crores/624.74 crores NPR, calculated as total certified payments received for contracts in progress or completed, within the last three consecutive financial years. Note: The average annual turnover of JV will be based on percentage participation of each member. Example: Let there are three partners of JV and Lead Partner has turnover of X & percentage participation =A, Partner-I has turnover Y & percentage participation=b and Partner-II has turnover Z & percentage participation=c, then the average annual turnover of JV will be (AX+BY+CZ)/100. The financial Year/ accounting year shall be in accordance with applicant s country. General Notes for Financial Situation: i) The number of partners in case of Joint Venture including lead partner shall not be more than three (3). The lead partner must have minimum 50% participation in the JV/JVA and other partner(s) shall have minimum 20% participation. Partner(s) having less than 20% participation in the JV will be termed as non-substantial partner(s) and will not be considered for evaluation of financial criteria which means that their financial soundness shall not be considered for evaluation of JV. In that case, the left out requirement shall be met out by the other partner(s) of JV in addition to their/his own requirement specified in the QR and over all JV should meet the 100% requirement. ii) Manufacturer s turnover shall not be considered. iii) Turnover of the applicant/ partner from the related business shall only be taken into consideration for the purpose of evaluation. In case turnover is not shown separately in the financial statements, certificate from Chartered Accountant certifying turnover shall be submitted. Page 5 of 15

iv) Annual Report along with audited Balance Sheets, Profit & Loss Accounts, the schedules and other Financial Statements of the immediately preceding 3 (three) years of the Applicant should be furnished by the Applicant for checking and evaluating their Financial Capacity vis-à-vis the requirement stipulated hereinabove. In case, if the Bidder has not submitted the above Annual report along with the Bid, then a certificate from CEO/CFO of the Bidder shall be submitted along with Bid mentioning that a requirement of Annual report as per governing law of the country is not mandatory. In such cases duly notarized copies of Audited Printed Annual Financial statement (Balance sheet, Profit and Loss statement, cash flow, statement, Auditor s Report thereon including all relevant schedules/ annexure etc) for the immediately preceding 3 (three) years be submitted by the bidder along with the Bid. v) In case where Audited financial results for the immediately preceding year are not available, then a statement of account as on the closing date of the immediately preceding financial year depicting the Turnover, Net Worth (calculated as per laid down criteria) duly certified by their Statutory Auditor/ Certified Public Accountant carrying out the Statutory Audit shall be enclosed with the Application along with copy of appointment letter of the Statutory Auditor. vi) Wherever, the Annual report/ duly Notarized copies of the audited Printed annual Financial Statement are in language other than English, then copy duly translated & printed into English language and certified by approved/ recognized English translator shall be submitted with the Application. vii) For the Purpose of compliance to the stipulated turnover criteria given at Financial Criteria, the turnover from joint Ventures(s) as declared in the Joint Venture Agreement shall also be considered. The proportionate JV turnover shall be certified by their statutory Auditor in the absence of not appearing the same in Audited Financial statement. 6.5 Bid Capacity: The available Bid Capacity of the bidder at the time of submission of Price Bid, calculated as under should not be less than INR 1171.39 Crores/1874.22 crores NPR: Available Bid Capacity = 2.0 x A x N B, Where; A = N = Maximum value of works executed in any one year during last 3 years. Number of years prescribed for completion of the subject Contract Package. Page 6 of 15

B = Value of existing commitments (as on bid submission date) and ongoing works to be completed in the next N years. The Bid capacity shall be assessed at the time of submission of the Price Bid. 6.6 Nature of Applicants/Bidders The qualifying criteria for Applications from JVs of 3 companies as well as Sole Contractor/JVs in association with the Manufacturers subject to the meeting the following requirements. a) Joint Venture Applicants/ Bidders: Joint Venture applications shall comply with the following minimum qualifying requirements: The number of partners in Joint Venture not to exceed three (3) with one of the Partners being designated as Lead Partner. Lead partner to fully meet the following: (i) General experience criteria specified for the tender. Average annual turnover not less than 50% of the criteria specified under financial capacity. Working capital criteria shall be based on the % participation. The other partner(s) to individually meet the following requirements:- Average annual turnover not less than 20% of criteria specified under Financial Capacity. Working Capital Criteria shall be based on the % participation. (ii) The Specific Experience of each component structure to be met individually by the Lead partner and / or other partner as the case may be. (iii) All the partners of the Joint Venture to individually fulfill the Net Worth criteria specified in the document. (iv) The Joint Venture to collectively satisfy, as a whole, the Financial as well as Technical Requirements specified. (v) The Bid Capacity requirement should be satisfied by individual partner of Joint Venture in proportion to their participation share of works in Joint Venture. (vi) The parties forming Joint Venture shall be required to submit a copy of the JV agreement already entered into for the purpose. The agreement should contain the role and responsibility of each constituent, the proposed participation share of each partner along with the items of work to be executed by each partner. It Page 7 of 15

shall also be brought out in the JV agreement that in case the Contract is awarded to the JV, each partner of the JV shall be responsible for execution of that item of work for which he claims to have specific experience. (vii) Lead partner of Joint Venture shall have at least 50% share. b) Applications/ bidders with Manufacturers In case the Applicant does not have all the requisite specific experience and also does not wish to enter into a joint venture or wants to restrict the joint venture partnership, he can associate manufacturers for specified activities in which he does not have the relevant experience. The criteria to be met by such Applicant shall be as follows: (i) (ii) (iii) (iv) (v) (vi) (vii) The Applicant himself to fully meet the following: General experience criteria specified in the document, All criteria mentioned under financial capacity, The number of manufacturers not to exceed two (2) for meeting the specific experience criteria. The component work for which the applicant can propose manufacturers shall be clearly stipulated in the document. The proposed manufacturer(s) to individually meet at least one or more of the specified criteria for the component work listed under specific experience requirement. The applicant and his manufacturer(s) should submit separate undertakings that the Applicant / manufacturers shall be responsible for execution of that item of work for which they claim to have specific experience. The applicant and his proposed manufacturer(s) should collectively satisfy as a whole all the specified experience requirements. Manufacturer shall submit Performance Bank Guarantee equivalent to 5% of value of work sublet in addition to the performance Bank guarantee for whole contract submitted by the applicant on award of work. c) Applications/bids by Merged/Acquired/Subsidiary Companies: 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 qualification of such Applicant Company provided such Applicant Company continues to own the requisite assets and resources of the merged/acquired companies needed for execution and successful implementation of the work package put to tender. Similarly, if the Applicant Company is a Subsidiary Company and applies for bid on the unconditional technical and financial strength of the Parent/Holding Company, the same shall be considered provided the Parent/Holding Company commits to sign a Separate Agreement with SJVN(as per Format contained in the forms and procedures) confirming full support for the technical and financial requirements of the Subsidiary Company and commits to take up the works itself in case of nonperformance by the Subsidiary Company in the event of award of the works to the Applicant Subsidiary Company. An undertaking by the Parent/Holding Company to this effect shall be submitted along with the bid (as per attachments). A Subsidiary Page 8 of 15

7.0 E-procurement Company intending to pre-qualify on the strength of Parent/Holding Company shall not be allowed to participate as a manufacturer. For the purpose stated herein above in this clause, Parent Company shall mean the Holding Company owning majority (more than 50%) shares of such Applicant (Subsidiary) Company. Similarly by extensions of this interpretation, if A is owned by a Holding Company B which in turn is owned by another Holding Company C, then C is construed as the Parent Company of A as well as and so on. An apex Parent Company may own number of independent Subsidiary/Group Companies and if any of these Subsidiary/Group Company commits assured support and unhindered access to its assets and resources to another Subsidiary/Group Company (Applicant in this case) under the same apex Parent Company then experience and other credentials of such Subsidiary/Group Company shall be considered for bid of the Applicant Subsidiary Company provided such commitment is evidenced/authorized and guaranteed by the apex Parent Company. In case Applicant Company (Subsidiary Company) gets qualified and awarded the work package, the Parent/ Holding Company will be required to furnish an additional performance bank guarantee of value equivalent to (5%) five percent of the Contract Price or portion of work (where the subsidiary company is Joint Venture Partner) as the case may be, in addition to normal Performance Bank Guarantee to be submitted by the Applicant Company to the Employer besides entering into a separate Agreement as per forms and procedures. The experience of subsidiary companies of the Parent/ Holding Company will be considered experience of the Parent/ Holding Company. 7.1 This tender is being processed through e-tendering/e-procurement system available at SJVN. The bids are to be filled and submitted through e-tendering system of SJVN at https://sjvn.abcprocure.com. For the convenience of the bidders the detailed procedure is described hereunder: 7.2 System Configuration Required Steps : An Internet connection with minimum 512 Kbps speed. Operating System should be Windows XP Service Pack-3/Vista/Windows 7. Supported Browsers: Internet explorer-7.0,8.0 & 9.0. Minimum bandwidth 512 kbps Operating system Core3Due/13/15 (Recommended) System Access with Administrator Rights Minimum RAM 2 GB Digital certificate: To participate in an e-tender, bidder need to have a valid Digital Certificate from certifying authority of India as per the IT Act, 2000.Valid Digital Certificate must be installed in a computer system from where bidder wants to login on website. Perform the below steps to confirm whether valid digital certificate is available on bidder s computer system or not: Open Internet Explorer. Page 9 of 15

Select tools menu from menu bar. OR (Press Alt+T on keyboard) Click on Internet Options>> Content>> Certificate button. Bidder should view his digital certificate under Personal heading. Requirement of Digital Signature Certificate Please enable Active X Controls & Plug-ins. (Tools->Internet Options- >Security->Custom Level) Active X controls need to be enabled in Bidder s Internet browser. In order to ensure this, please do the following: 1) In Menu bar---click on Tools Internet Options-Security-Click on Trusted Sites Icon-Click on Sites button Add 2 Website in Trusted Sites.. 1) https://sjvn.abcprocure.com & 2) https://www.tpsl-india.in After that, click on Tools menu of Internet explorer-internet Option-Security-Click on Internet Icon After Click on Custom Level button- From below Active X controls and plug-ins----select below 5 Items to be enabled 1) Download signed ActiveX controls-select Prompt or Enable 2) Download unsigned Active X controls- select Prompt or Enable 3) Initialize and script ActiveX controls not marked as safe for scripting- select Prompt or Enable 4) Run ActiveX controls marked safe for scripting- select Enable 5) Script ActiveX controls marked safe for scripting- select Enable After completed this above selection----below option has available---- Reset custom setting--- Reset To: Select low or medium---click on OK Also, please check system Date & Time it should be set as current date & time. In case of Digital Certificate based Login, user need to download & install Signer file available under Download Section at https://sjvn.abcprocure.com Download & install Intermediary Certificate available under Download Section at https://sjvn.abcprocure.com Please disable or uninstall Third Party Toolbar/Add-ons from Browser. 7.3 Payment of Bid Document Cost and EMD 7.3.1 The cost of bid document is Rs. (INR) 10000/- ( Rupees ten thousand only). 7.3.2 The bidder shall furnish a bid security/earnest money, as part of the bid, amounting to Rs (INR) 12.50 crore (Rupees Twelve crore only) or equivalent Nepalese Rupee (NPR). 7.3.3 Bids without cost of document and EMD shall be out rightly rejected. Page 10 of 15

7.3.4 Small Scale industries (SSI) and NSIC registered firms are exempted from cost of bid document and EMD and must enclose (copy of the valid SSI/ NSIC certificate) for the same products as in IFB above. If the SSI/ NSIC certificate does not contain the item as listed in our IFB and no EMD are found enclosed, then the respective bid shall not be entertained. 7.3.5 The cost of Bid Document shall be submitted through credit card /Debit Card/ Net Banking/NEFT/ RTGS as per procedure as under: Credit Card/Debit Card /Net Banking: Bidder is required to add htts://www.tpsl-india.in website in Trusted Zone as suggested above. Bidder needs to feed correct details while making the payment through online payment gateway. NEFT/RTGS:- To make payment through NEFT/RTGS, bidders will get an auto generated e- Mail which contains details of their Unique Bidder Code and when and how to do RTGS/NEFT and details pertaining to it. This information will also be available on screen under heading of NEFT/RTGS Instruction once bidder gets login. Once bidder deposit amount in Beneficiary account number provided to them, while making payment for documents fees by RTGS/NEFT payment option at the document fees payment screen, bidder shall be able to view the funds already remitted by him/her through RTGS/NEFT as available. Please proceed to make the payment. Upon doing so, the required amount to be paid through the document fees, shall get appropriately deducted from the available balance and payment shall be confirmed in real time. This facility allows you to transfer lump sum amount to your Bidder ID account number as mentioned above via RTGS/NEFT. Bidder would be able to use the funds as and when require till the time balance is available in Bidder ID. Also, Bidder can transfer more amount as and when he/she require. Kindly note that the payment via RTGS/NEFT is required to be made one working day in advance in order to make it available in your Bidder ID. Hence please ensure that Bidder remit funds at least one day in advance before he/she would like to make the document fees payment through RTGS/NEFT option on payment gateway. Caution: Please ensure that you need to mention the correct beneficiary account number and IFSC code as mentioned above while making payment via RTGS/NEFT. In the event of funds remitted to wrong beneficiary account number, SJVN Limited or its Bank or its service provider would not responsible for the same. 7.4 Vendor Registration Process To participate in online tenders published on https://sjvn.abcprocure.com, bidder has to get himself registered on above website. New Registration: Bidders getting themselves registered have to perform below mentioned steps :[8] Click on a New Bidder Registration link available on home page Page 11 of 15

Furnish individual details as well as of company details in registration form After filling all mandatory fields, click on submit button to complete registration process. On successful completion of registration a message will be prompted stating that You have successfully registered on (SJVN Limited) s e-procurement portal. Already valid registered vendor of SJVN Limited need not follow registration formality they may contact support team on contact details provided at the end of the document for further participation. Annual Vendor/contract Registration charges in e-tendering portal is Rs. 2600+S.T however registered vendor will not be charged for the current year. 7.5 Downloading Bid Document Bidder to access e-tender portal of SJVN (https://sjvn.abcprocure.com) to access IFB document, after completing registration formality and successful login vendor need to process for Cost of Bid Document and after that bidder can download details tender document. Download Document link is available at the end of every tender notice alongwith access to Corrigendum. 8.0 A complete set of Bid Documents comprising of following shall be made available on registration through https://sjvn.abcprocure.com : i. Invitation for Bids (IFB) ii. Instructions to Bidders (ITB) iii. Bid Data Sheets (BDS) iv. General Conditions of Contract(GCC) v. Special Conditions of Contract(SCC) vi. Technical Specifications(TS) Including Drawings & QAP/QATR vii. Bid Form, Attachment & Price schedules viii. Forms & Procedures 9.0 Bid Submission Bidder needs to login first on the tendering portal of SJVN, (i.e. https://sjvn.abcprocure.com) Search tender by filling necessary searching criteria after Login. After finding the tender on the screen, Click on the Dashboard Click on Declaration & then Click on I Agree Click on the Tender Fees & Pay the Tender Fees Online Click on the EMD & Pay the EMD Online Click on Prepare Bid & Fill necessary Forms (Schedules) After filling Price Bid Form click on Final Encrypt After filling all forms & final Encryption of Price bid Click on Final Submission After Final Submission bidder will get receipt of Final Submission of their Bid 10.0 The bidders are also advised to keep visiting the websites as mentioned below for any information/corrigendum from SJVN Ltd s side in respect of this tender. a) www.sjvn.nic.in b) https://sjvn.abcprocure.com. Page 12 of 15

c) www.eprocure.in 11.0 Down loading of bid documents by any bidder, shall, however not construe that such bidder is considered to be qualified. 12.0 The schedule of Bid submission and opening is as below:- Bid closing (Last date and time for uploading of filled in bids (e-bid)) 23.10.2017 up to 13:00 hrs (IST) Last date and time for submission of hard copy of documents 31.10.2017 up to 13:00 hrs (IST) Bid opening (technocommercial part) 24.10.2017 up to 14:00 hrs (IST) 13.0 SJVN Ltd. reserves the right to cancel/withdraw the Invitation for Bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision. 14.0 Bidder is required to submit a hard copy of valid certificate for his registration with NSIC with the request for type of exemptions sought. 15.0 The techno-commercial Bids will be opened on the date and time as mentioned above, in SJVN Corporate Office Complex, Shanan, Shimla -171006 (H.P.) in presence of Bidder s representatives (not more than two persons)who wish to be present. The price part of the bid of qualified and techno-commercially accepted bidders shall be opened in presence of Bidder s representatives (not more than two persons) who wish to be present at above mentioned address/ venue on a subsequent date for which the separate intimation will be sent to the qualified and techno commercially accepted bidders. 15.1 In case the day (for opening of Techno Commercial Bid & Price Bid) becomes holiday, the Bids will be received and opened at the same specified time on next working day. Further, in case of any change of venue, date & time the same will be intimated/ uploaded on website separately. 15.2 As the items covered under this bid document are to be procured only through e- tendering system, the Bidders are requested to upload their bid comprising of following documents indicated at A & B below on website https://sjvn.abcprocure.com before the last date and time set for submission of bid as mentioned above. A) Techno Commercial B) Price bid UTR no. in support of submission of cost of bid document Scanned copy of BG submitted as EMD Bid form (un priced Part) duly signed & filled in. All Attachments along with supporting documents as mentioned in IFB. Scanned copy of NSIC certificate, If applicable Bid form (un priced Part) duly signed & filled in Price Schedules Page 13 of 15

C) Submission of hard copy: Hard copy of bid of only those bidders shall be opened on scheduled date and time whose bid is submitted through e-procurement mode only. ENVELOPE-1 Following documents shall be sealed in a separate envelope, duly superscribed as "BID SECURITY or EMD" or "NSIC CERTIFICATE " and "DO NOT OPEN BEFORE -----------------------------------. Copy of Valid certificate issued by NSIC, if applicable. Bank Guarantee submitted as EMD (in original) in accordance with the provisions mentioned under head Bid Guarantee in bid documents. ENVELOPE-2 In addition to uploading of documents indicated at A &B above, the bidder shall prepare, seal and submit the hard copy of following documents in a separate envelope duly superscribed as bid for.(name of Work).. "DO NOT OPEN BEFORE ------------------------------- i. Certificate duly signed and stamped by authorized signatory to the effect that the conditions laid in General Condition of Contracts, Special Conditions of Contract and specifications specified in Technical Specification have been read by the bidder and are acceptable to them except the deviations indicated in deviation schedule. ii. Original power of Attorney duly notarised by Notary Public. Above two envelopes shall then be sealed in an outer envelope duly superscribed as Bid for Procurement of Electro Mechanical Works for Arun-3 HEP Hydro Electric Power Project 900 (4x 225) MW, Nepal " & "DO NOT OPEN BEFORE 31.10.2017 upto 14:00 Hrs (IST). The hard copy (C above) of the Bid should then be delivered as per provision specified in IFB at 18.0. The original documents in physical form submitted after the period specified in IFB shall not be entertained and such bids shall be treated as late bids. Also if the original documents in physical forms are found to be at variance than the scanned copies submitted earlier alongwith e-bids, the bids will be treated as nonresponsive. If the outer envelope is not sealed and marked as required above, the Owner will assume no responsibility for the Bid's misplacement or premature opening. NOTE:-Bidders are requested not to submit any other document, like completion certificate, annual reports & copy of filled in schedules etc. in hard copy except documents indicated under (C ) above. Further, any ambiguity if noticed in hard copy & soft copy, the soft copy version shall prevail for evaluation. 15.3 The Bids should be signed and satisfactory evidence of authority of person signing on behalf of the Bidder shall be furnished. Authorised signatory holding power of attorney shall upload the e-bid with his digital signature on behalf of the bidder. 15.4 SJVN Ltd. reserves the right to extend the last date and time for submission of filled in techno-commercial and price bid part. No separate corrigenda shall be published in the News Papers. Bidders are advised to visit the website indicated above, for further information/corrigendum. Page 14 of 15

15.5 The bidder has the option of submitting the hard copy of the documents through courier/registered post or submitting the same in person, to ensure that the same are delivered upto scheduled bid closing date & time as mentioned above to the owner. However SJVN Ltd. shall not bear any responsibility for postal/courier delay. 16.0 SJVN Ltd. reserves the right to assess the bidder s capability and capacity to perform the contract satisfactorily, should the circumstances warrant such assessment in the overall interest of SJVN Ltd. 17.0 For any assistance / clarification for registration, submission of bid and any other information, bidder may contract the following persons: - Mr. Amit 8988118755, e-mail: amit.singh@eptl.in - Mr. Vismay Jagad -Ph- 07940016867, e-mail: vismay@abcprocure.com - Ms. Vaishali Soni-Ph- 079-4001 6837, e-mail: vaishali@abcprocure.com - Mr. Pradip Parmar-Ph-079-4001 6865 e-mail: pradip@eptl.in 18.0 All correspondence with regard to the above shall be made at the following address: Addl. General Manager (ECD) S J V N Ltd. SJVN Corporate Complex Office Complex, Shanan, Shimla (HP) -171006, Ph. No.: +91-177-2660201 Telefax No. +91-177-2660200 E-mail : elect.contracts@sjvn.nic.in Visit us at : www.sjvn.nic.in Page 15 of 15