JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LIMITED

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

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

Office of the Executive Engineer, Civil Maintenance Division, Sindh Valley Projects Kangan. - e-nit No 11 0f 2017

Notice Inviting Tender (NIT)

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

for SUPPLY OF HP TONER CARTRIDGE

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

J A M M U & K A S H M I R S T A T E R O A D T R A N S P O R T C O R P O R A T I O N J&K SRTC BIDS FOR

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

Expression of Interest

Sale period of bidding document. to AM to 4.00PM

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

at 13:30 hrs

POLICY ON DEVELOPMENT OF HYDRO POWER PROJECT. Energy Department Government of Bihar

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019

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

NOTICE INVITING TENDER (NIT)

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15

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

NOTICE INVITING TENDER (NIT)

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bangalore

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

NOTICE KTDC HOTELS AND RESORTS LTD THIRUVANANTHAPURAM. Selection of Ground Handling Agent

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :...

DELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

No. 532/D/21/16/14-15 Date : RATE CONTRACT TENDER FOR SUPPLY OF LAUNDRY CHEMICALS

TERMS AND CONDITIONS

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

TENDER DOCUMENT FOR. Empanelment of Travel Agents with B a n k of India for. Booking of Domestic and International Air Tickets. Address: -...

NOTICE INVITING e-tender (NIT)

No.14/PGRRCDE/OU/2018 Date: TENDER NOTICE

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

l.i.c of India,Divisional Office,Masoodabad Aligarh - Tender Notice

Part A TECHNICAL BID (To be returned duly signed on all pages)

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

Engagement of Chartered Accountant Firm. for. Maintaining the Accounts of HSTES

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

DELHI METRO RAIL CORPORATION LIMITED

DELHI METRO RAIL CORPORATION LIMITED CONTRACT NO: LKCC- 02 (R)

The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement Functional (Volume-3). 1.1.

Office of the Falakata Panchayat Samity Falakata :: Alipurduar

NOTICE INVITING TENDER (e-tender)

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER NOTICE INVITATION OF BIDS FOR HIRING OF TAXI/MOTOR VEHICLES AT AO, AGRA

(INTERNATIONAL COMPETITIVE BIDDING)

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

कश म र क न द र य व श वव द य लय CENTRAL UNIVERSITY OF KASHMIR (म न स स धन व क स म त र लय) (MINISTRY OF HUMAN RESOURCE DEVELOPMENT) भ रत सरक र

NOTICE INVITING TENDER (NIT)

PUNJAB ENGINEERING COLLEGE CHANDIGARH (DEEMED TO BE UNIVERSITY)

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

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018

GSFC AGROTECH LIMITED [GATL]

Crossed bank draft of requisite amount payable at Jammu.

Agriculture Insurance Company of India Ltd., Head. Head Office, New Delhi

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED

SPORTS AUTHORITY OF INDIA NETAJI SUBHAS NATIONAL INSTITUTE OF SPORTS : PATIALA (PUNJAB)

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

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

Central Bank of India Regional Office,

ANNEXURE - A. Bank of Baroda Baroda Corporate Centre C-26, G-Block, Bandra Kurla Complex Bandra (East), Mumbai

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LIMITED

:: PEPSU ROAD TRANSPORT CORPORATION, PATIALA::

Contract/O&M/A-51: Comprehensive Annual Maintenance Contract (CAMC) for Automatic Fare Collection (AFC) Servers installed at OCC Shastri park.

Advertisement Rights inside Akshardham and Botanical Garden Metro stations through digital media

ZOOLOGICAL GARDEN,ALIPORE 2,Alipore Road,Kolkata

CIN: U45202CH1974SGC003415

KARNATAKA FISHERIES DEVELOPMENT CORPORATION LTD.,

Document Download Start Date & time (e-tender) Lac at Hrs

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS/ APPLICATORS FOR TERRACE WATERPROOFING WORKS IN BANK S RESIDENTIAL FLATS AT GHATKOPAR (E), MUMBAI

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

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LTD Vol I Request for Qualification for Tariff Based Bidding Process for Procurement of Power on Lo

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

Office of the Executive Engineer, Civil Maintenance Division, Sindh Valley Projects Kangan.

Persons to clean the institute including washrooms

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system

CONTRACT NO: LKDD- 02

State Institute of Health and Family Welfare Jhalana Institutional Area, South of Doordarshan Kendra, Jaipur Ph , , Fax

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

West Bengal Transport Corporation Limited

West Bengal State Electricity Transmission Company Limited

Tender Notification for

REQUEST FOR PROPOSAL

ISLAMIC UNIVERSITY OF SCIENCE & TECHNOLOGY AWANTIPORA, KASHMIR

Notice Inviting Quotation for Group Mediclaim Insurance with add on benefits and Personal Accident Insurance

MUNICIPAL CORPORATION, CHANDIGARH. No. MCC/CAO/2018/ Dated: -

TENDER FOR SALE OF OLD/CONDEMNED VEHICLE OF CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka

Draft for consultation on Tender document for deployment of Wi-Fi hotspots and Wi-Fi offload solution in BSNL on turnkey basis Page 1 of 5

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

Notice Inviting Tender for Printing of Accounts Manual of APDCL

NOTICE INVITING TENDER (NIT)

JHARKHAND BIJLI VITRAN NIGAM LIMITED

Government of West Bengal OFFICE OF THE DISTRICT MAGISTRATE, COOCH BEHAR. West Bengal Legislative Assembly Election, 2016 Material Management Cell

Transcription:

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LIMITED NOTICE INVITING BIDS FOR IPP PROJECT NIT NO 02 of 2013 Dated 07-02-2013 1. Jammu & Kashmir State Power Development Corporation (JKSPDC) invites sealed responses from eligible Bidders who are permanent residents of J&K for implementation of 8 MW Sewa-I hydroelectric project on BOOT basis. The entire bidding process comprising of Request for Qualification (RfQ) & Request for Proposal (RfP) shall be in a single drop two cover system and be subject to the terms and conditions contained in the detailed bid document to be issued to applicants on payment of Rs 30,000/= in the shape of Demand Draft in the name of General Managers (Accounts) Corporate Office,JKSPDC payable at Srinagar/Jammu.The bidding is based on J&K State Hydroelectric Projects Development Policy 2011 notified vide Govt. order No. 205-PDD of 2011 dated 07-7-2011 and in case of need of any clarification, the provision of the Policy shall prevail and be final and binding. S. No Name of the project District Source Capacity in MW Estimated Cost (Rs in crores) 1 Sewa-I Kathua Sewa River 8.00 80.00 2. Two RfPs were received for the project in response to no; JKSPDC/Tech/P- 202/1828-51; dated: 25-06-2012 out of which one turned out to be non responsive and therefore fresh tenders are hereby invited for it with renewed qualifying criteria. The concerned bidders are requested to take back their financial bids which have not been opened by JKSPDC due to inadequate response. 3. The Project being upto 10 MWs is reserved for execution by IPPs that are permanent residents of Jammu & Kashmir. This would include such IPPs in which permanent residents of J&K hold majority stake of not less than 51 %. The IPPs which are permanent residents of J&K State can seek partnership in the form of Joint Venture/Consortium if they choose to, subject to the condition that the Permanent residents shall be the lead member with not less than 51 % stake in such JV/Consortium. 1

4. The IPPs would include any Private Investor such as Private Ltd. Company/Public Ltd. Company/Public Sector Undertakings/ Partnership concern/ Sole Proprietary/Cooperative Society /State Governments other than J&K or any other Government or non Government entity or their joint ventures or consortiums. 5. The projects shall be offered for the Concession Period of 35 years from the scheduled COD which shall be fixed while according of Techno Economic Clearance (TEC) by JKSPDCL after allowing for suitable construction period from the date of award of the project. JKSPDCL may however, extend the Concession Period due to Force Majeure or reasons beyond the control of IPP. 6. JKSPDCL will acquire land strictly as per component wise project requirement for the project and lease the same to the IPPs on payment of premium/rentals to be determined by the Government till the expiry of Concession Period. 7. Construction of project infrastructure including approach roads, arrangement for water supply, power for construction purposes, etc. shall be the responsibility of the IPP and the cost thereof shall be borne entirely by the IPP. 8. Since potential sites are being notified on the basis of preliminary reconnaissance and PFRs only, the IPPs are expected to verify various project related parameters viz. discharge, head, water availability, habitation, etc. The information contained in the PFR is only indicative and JKSPDCL shall not be responsible for the accuracy of the information contained therein. IPPs shall also ensure that the Project components do not fall in wild life sanctuaries, National parks, eco protection zones, etc. and also do not interfere / overlap with the existing/ ongoing Hydel Projects. 9. A single stage bidding process will be adopted, comprising of single drop two cover system of Non-financial bid and financial bid. The Financial bid of only such bidders shall be opened who are declared technically responsive on the basis of evaluation of Non-financial bid and the financial bids of bidders not declared technically responsive shall be returned to the bidder unopened. The decision of JKSPDC in this regard shall be final and binding. 10. Bidders should meet the qualifying criteria specified hereunder. In the case of a Bidding Consortium, the financial requirement shall be met individually and collectively by all the Members in the Bidding Consortium in proportion to the equity 2

commitment made by each of them in the Project Company as per the Joint Deed Agreement 9.1 Qualification Requirements 9.1.1 Financial Criteria:-The Bidder must fulfill following minimum financial requirements:- 1. Networth: Rs. 0.30 Crore per MW of the PFR Capacity indicated in the RFP notification or equivalent US$. The above computation shall be derived from any of the past three years audited annual accounts. 2. Annual Turnover: Rs. 0.70 Crore per MW of the PFR Capacity indicated in the RFP Notification inviting or equivalent US$. The above computation shall be derived from any of the past three years audited annual accounts In case of sole proprietors and partnership firms, in addition to annual accounts duly certified by the Chartered Accountant, an audit report certifying the true and fair view of the accounts and duly acknowledged IT return/service Tax Return for verifying the turnover, should be furnished as documentary evidence in support of meeting the financial Qualification Requirements. The above financial parameters shall be computed as follows:- In relation to companies the Networth = : Equity share capital Add : Reserves Subtract : Revaluation reserves Subtract : Intangible assets Subtract : Miscellaneous expenditures to the extent not written off and carry forward losses In relation to Sole Proprietors and Partnership firms the Networth shall be equal to capital. Annual Turnover: Annual gross revenue earned by the Bidder. While evaluating the financial capacity of the Bidders, the projects already under execution by the Bidder in the State shall be netted off. For example, in respect of Annual turnover: 3

Annual Turnover of the Bidder = X Crores Eligibility for MWs = X /0.70 = Y MWs already in execution = Z MWs the bidder is eligible to Bid now = Y-Z Similar calculation shall be adopted for Net worth. 9.1.2 Technical Criteria:- The Bidder shall undertake to put in place a structured technical team as per the following details: i) Team leader: A Graduate Civil/Electrical/Mechanical Engineer with at least 15 years experience in hydro project planning, design & construction or river valley projects. ii) Graduate professional in various disciplines for survey, Investigation & preparation of DPR. Alternatively the developer can engage a reputed consultant for this activity. iii) Team of experienced Graduate Engineers from Civil, Electrical & Mechanical Disciplines having minimum experience of 10 years in the fields of hydro power development/ river valley projects/power projects during the construction stage. iv) A Quality control specialist during construction of the Project. v) A Plant Head Engineer with Graduate Electrical/Civil/Mechanical engineering background for O&M of commissioned project. vi) Engineers (Degree & Diploma) & Technicians for O&M of the plant. The Technical / Engineering staff as mentioned above shall be approved by the JKSPDC while granting TEC. Failure to deploy the requisite staff shall be construed as breach of contract leading to the termination of agreement. 11. The bidders will be required to provide proof of their qualification viz., balance sheets, annual reports and other reported evidence of capacity. While evaluating the financial capacity of the bidders, the projects already under execution by the bidder in the State shall be netted off. In case of sole proprietors and partnership firms, instead of Annual accounts duly audited by the Statutory Auditors, an audit report certifying the true and fair view of the annual accounts from the Chartered Accountant, who has certified the financial statements and duly acknowledged sales 4

tax return for verifying the turnover, may should be used as documentary evidence in support of meeting the Financial qualification requirements. 11. The bid shall also be accompanied by a non-refundable deposit towards processing fee in the shape of demand draft of Rs. 1.00 lac (Rupees one lac) drawn in the name of General Manager (Accounts) Jammu & Kashmir State Power Development Corporation Limited (JKSPDCL), payable at Srinagar/Jammu.This processing fee shall be for each Project for which IPP submits bid. 12. The bid shall also be accompanied by a refundable Earnest Money Deposit (EMD) of Rs 5.0 lacs in the shape of a Demand Draft drawn in favour of General Manager (Accounts) Jammu & Kashmir State Power Development Corporation Limited (JKSPDCL), payable at Srinagar. 13. Soft copy of bid document can be purchased from Corporate Office of JKSPDC Srinagar on any working day on the dates indicated below on payment of Rs 30,000 payable in the shape of a Demand Draft drawn in favour of General Manager (Accounts) Jammu & Kashmir State Power Development Corporation Limited (JKSPDCL), payable at Srinagar. Bid document shall comprise of soft copy of RfP Document, Prefeasibility Report and the J&K State Hydroelectric Projects Development Policy 2011. 14. The successful bidders would be required to pay an upfront premium of Rs.4.0 lacs per MW. 15. Proposals shall be invited from the qualified bidders on the basis of the following variables, as may be specified in the detailed bid document :- i. Free Power to J&K subject to a minimum of 15 % throughout the Concession Period, apart from 1 % for LADF. ii. Terminal value to be paid to the IPP at the time of transfer of the project to the State, which shall be not more than 10% of the estimated cost of the project indicated in the bidding document. 16. In respect of the projects advertised herein, J&K shall procure 30% power at the tariff determined by the Regulator, over and above the amount of free power. In respect of the balance power, J&K shall have first right of refusal. The IPP shall after allowing for J&K s share of power including free power and seeking permission from J&K, be free to sell the balance 5

power as it deems fit, within or outside the State. In case of sale to the State, its supply shall be metered at the interconnection point. 17. The Capacity of the Project indicated in this tender notice is based on pre-feasibility studies/report. In case the capacity is revised on framing of DPR and accord of TEC by JKSPDC, the upfront premium to be paid by IPP shall be as per the revised capacity. Further, all percentages (Free power, LADF, power procured by J&K etc.) shall be as per the revised capacity and not the capacity indicated in this tender notice/pfr. 18. Projects awarded under this policy shall be exempted from water usage charges imposed under the J&K Water Resource Regulation and Management Act 2010 for the first 10 years of operation reckoned from Scheduled Commercial Operation Date. Other incentives shall be as per the Policy. 19. Bidders shall submit their response as per schedule in three copies( 01 Original + One hard copy + 01 soft copy in the form of CD) complete in all respects alongwith supporting documents in support of their capabilities. Incomplete bids shall be summarily rejected. Bid submission method is elucidated in the detailed bid document. Bid shall be submitted by or before 1400 Hrs, in Corporate Office, Camp Jammu, Ashok Nagar Satwari Jammu-180004. 20. With regard to other aspects, stipulations of the J&K hydroelectric projects development policy 2011 notified vide Govt. order No. 205-PDD of 2011 dated 7 July 2011 shall be applicable. In case of any clarification provision of policy shall prevail. 21. JKSPDC reserves the right to accept, revoke or reject any tender, and to annul the bidding process and reject all bids, at any time prior to allotment of Project. In the event of cancellation/ revocation/ withdrawals etc. the bidder shall not claim any right/claim or any amount (Except the refund of amount of EMD, if any deposited) for any reason whatsoever from JKSPDC or the State. No right or claim shall be deemed to have been accrued in favour of a successful bidder. 22. JKSPDC reserves its right to cancel the allotment of Project even after issuance of Letter of Allotment if it comes to its notice the allotment was obtained by some misrepresentation / suppression/ concoction of facts/profile etc. and also for the reason that the execution/continuation by the IPP is not in the interest of State and the Public. 6

23. The successful Bidder should not assume that his bid shall automatically be accepted. Prior to the expiry of the period of bid process prescribed by Owner in the bid document including extensions if any, the Owner will notify the successful bidder by telegram or telefax, to be confirmed in writing by registered letter, that his bid has been accepted. No correspondence will be entertained from the unsuccessful bidders. 24. IPP will be responsible for doing all confirmatory survey and investigation including site access, etc at its own cost leading to preparation of DPR. 25. The onus of obtaining all statutory and non-statutory clearances will lie on the IPP. JKSPDCL shall facilitate the process. In respect of clearance from Indus Water Treaty angle, JKSPDCL shall provide necessary support to the IPP. 26. The IPP shall be responsible for ensuring submission of documents complete in all respects to concerned authorities. Failure to do so within the stipulated time frame shall be treated as non-compliance of the policy and implementation agreement. 27. IPP shall be responsible for all the R&R activities, including cost of implementation plan, as approved by GoJK. 28. The applicant /IPP shall be responsible for carrying out due diligence with regard to his compliance responsibilities under various applicable Central/State/other laws, rules and regulations and ensure compliance with the same. 29. Mere issuance of bidding document to any bidder shall not construe that such bidder is considered to be qualified. Bidders in their own interest are advised to ascertain meeting the qualification criteria before purchasing the tender document. 30. JKSPDC reserves the right to accept/reject any or all responses without assigning any reason thereof. 31. Schedule of events shall be as follows:- Date Time Event Venue/Remarks 07 February 2013 Issue of NIT - 07 February 2013 Between 1200 to 1600 Hrs Commencement of sale of RfP document. Corporate Office Camp Jammu,Ashok Nagar Satwari Jammu 15 th February 2013 - Amendments to RFP& By Email & on website 7

Date Time Event Venue/Remarks 28 th February 2013 Up to 1400 Hrs 28 th February 2013 At 1500 Hrs RFP Project Documents, If any Submission of Bids Opening of Non- Financial Bids Corporate Office Camp Jammu,Ashok Nagar Satwari Jammu Corporate Office Camp Jammu,Ashok Nagar Satwari Jammu JKSPDC can modify the above dates which shall be duly advertised on website www.jkspdc.nic.in. The email for correspondence shall be jkspdcl@gmail.com.the date of opening of financial bids shall be intimated separately. Issued on behalf of the Government of Jammu & Kashmir Sd/= Managing Director Jammu & Kashmir State Power Development Corporation Limited No: JKSPDC/Tech/P-202/7426-42 Dated:-07-02-2013 Copy to:- 1. Principal Secretary to Government Power Development Department Civil Secretariat Srinagar. 2. Executive Director, JKSPDC. 3. Director Finance, JKSPDC. 4. All Chief Engineers of JKSPDC. 5. All CPEs of JKSPDC/SGM Corporate Office. 6. Director Information, Srinagar. 7. Director NIC for uploading of the tender notice on www.jkspdc.nic.in. 8. SGM (Electric), JKSPDC. 9. SGM (Legal), JKSPDC 10. Company Secretary, JKSPDC. 11. GM Accounts Corporate Office Srinagar/Jammu. 12. All DGMs of Corporate Office. Copy also to:- 1. Consultant (Tech, Electrical), JKSPDC. 2. Consultant (HR),JKSPDC. 3. Consultant Legal, JKSPDC. Sd/= (Iftikhar Ahmad Kakroo) Deputy General Manager 8