consultancy service for feasibility study and preparation ... office/pp_pmi_120 mw … · selection...

55
Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2 . Page 1 of 55 Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai- Unit 1&2 and Sikka Unit-1&2. Selection of Consultant on Quality and Cost Based Selection [QCBS] Tender No. GSECL/PP/PMI/120 MW Units/SC Units/ ISSUED BY: GUJARAT STATE ELECTRICITY CORPORATION LIMITED (GSECL) PLANNING & PROJECT DEPARTMENT, VIDYUT BHAVAN, RACE COURSE, VADODARA- 390 007 Gujarat, INDIA Ph. No : 0265 6612131FAX No: 0265 2341588 Email: [email protected] ;[email protected] ;[email protected] Website: www.gsecl.in

Upload: truongkiet

Post on 30-Aug-2018

217 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Selection of Consultant on Quality and Cost Based Selection [QCBS]

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120

MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2 . Page 1 of 55

Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.

Selection of Consultant on Quality and Cost Based Selection [QCBS]

Tender No. GSECL/PP/PMI/120 MW Units/SC Units/

ISSUED BY:

GUJARAT STATE ELECTRICITY CORPORATION LIMITED (GSECL) PLANNING & PROJECT DEPARTMENT,

VIDYUT BHAVAN, RACE COURSE, VADODARA- 390 007 Gujarat, INDIA

Ph. No : 0265 – 6612131FAX No: 0265 – 2341588 Email: [email protected];[email protected];[email protected]

Website: www.gsecl.in

Page 2: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Table of Contents

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x

120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2 . Page 2 of 55

Table of Contents Sub: Consultancy service for feasibility study and preparation of Detailed Project Report

(DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.

SECTION I: INVITATION FOR BIDS ................................................................................................................................. 4

SECTION II: INSTRUCTIONS TO BIDDERS ..................................................................................................................... 6

SECTION III: GENERAL CONDITIONS OF CONTRACT .............................................................................................. 18

SECTION-IV TECHNICAL SPECIFICATION .................................................................................................................. 26

SECTION-V: BID SCHEDULES

ANNEXURE-A : QCBS-TECHNICAL EVALUATION CRITERIA ........................................................................ 28 BID PARTICULARS ................................................................................................................................................... 31 Technical Bid Forwarding Letter .................................................................................................................................. 32 Form 1: Firm’s References ........................................................................................................................................... 34 Form 2: Proposed Staff ................................................................................................................................................. 35 Form 3 : Methodology .................................................................................................................................................. 36 Form 4 : Activity Schedule ........................................................................................................................................... 37 Form 5 : Team .............................................................................................................................................................. 38 Form 6 : No Deviation certificate ................................................................................................................................. 39 Form 7 : Authorisation Letter ....................................................................................................................................... 40 Form 8: Financial proposal ........................................................................................................................................... 41 Form 9: Price Schedule ................................................................................................................................................. 42 Form 10 : Consultant’s Profile...................................................................................................................................... 43 FORM 11: Certificate from Customers ........................................................................................................................ 44 FORM 12: Approach & Work Plan .............................................................................................................................. 45 FORM 13: Inputs required from GSECL ..................................................................................................................... 46

Form 14: Declaration regarding non blacklisting of bidder with GSECL/ GUVNL………………………........……..47 Form 15: Check list………………………………………………………………………………................................………………...48 Appendix A : EMD BG ................................................................................................................................................ 49 Appendix B: SD BG ..................................................................................................................................................... 51 Appendix B1: Bank List ............................................................................................................................................... 52 Appendix C: Contract Agreement ................................................................................................................................ 53 Appendix D: Site Details .............................................................................................................................................. 55

Page 3: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION I : INVITATION FOR BIDS

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 3 of 55

Check List Of Documents

Envelope I

1. Consultant‟s profile (Form 10)

2. Earnest Money Deposit (EMD)

3. Tender Fee

4. Pre-qualification Documents pursuant to Clause 18.3

5. Authorization letter for signing of bid.(Form7)

Envelope II

1. Bid Particulars

2. Technical Bid Letter

3. Technical Proposal

4. Firm‟s Reference List (Form 1)

5. Curriculum Vitae for proposed professional staff (Form 2)

6. Methodology and Work Plan (Form 3)

7. Activity Schedule (Form 4)

8. Team Composition and Task Assignments (Form 5)

9. Tender document with amendments/clarification signed on each page

10. No deviation Certificate (Form 6)

11. Certificate from customers (Form 11)

12. Description of Approach & Methodology (Form 12)

Envelope III

1. Financial proposal submission form (Form 8)

2. Price Schedule (Form 9)

Page 4: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION I : INVITATION FOR BIDS

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 4 of 55

SECTION I: INVITATION FOR BIDS

Sub: Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.

1. This invitation of bids is for engagement of a Consultant for providing Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units of 660/ 800 MW in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. The details of site are as per Appendix D.

2. This Tender document can be downloaded from website www.guvnl.com / www.gsecl.in Tender fee and Earnest Money Deposit (EMD) shall be paid along with submission of tender documents. Bid will not be opened if Tender fee and

EMD is not paid.

3. Bidders are advised to study the Tender Document carefully. Submission of bids shall be deemed to have been done after careful study and examination of the Tender Document with full understanding of its implications.

4. Sealed offers prepared in accordance with the procedure described in Clause 1 of Section II should be submitted to the Chief Engineer (P&P), Gujarat State Electricity Corporation Ltd, Planning & Project Department, Vidyut Bhavan, Race Course, VADODARA- 390007, Gujarat, super scribing the envelope with Tender No. and Description by RPAD /Speed Post only. “NO COURIER SERVICE OR HAND DELIVERY” shall be considered for submission of tenders.

5. The Tender comprises of two bid system - the Technical Bid and Price Bid.

6. The Bid Schedule shall be as under:

Tender No. GSECL/PP/PMI/120 MW Units/SC Units/

I. Tender Fees Amount (Non-Refundable) in the form of DD in favour of Gujarat State Electricity Corporation Ltd., Vadodara

Rs. 1250.00

II. Estimated Cost of the Consultancy Services of said works

Rs. 45 Lacs

III. Earnest Money Deposit a) in the form of DD in favour of Gujarat

State Electricity Corporation Ltd., Vadodara

OR b) In the form of Bank Guarantee as per

Appendix-A

Rs. 45,000.00

Page 5: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION I : INVITATION FOR BIDS

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 5 of 55

IV. Submission of Pre-bid queries 09/10/2015

V. Date of Pre-bid Meeting 13/10/2015

VI. Venue GSECL Corporate Office, Vadodara

VII. Last Date of offer submission 27/10/2015 upto 16:30 Hrs. only

VIII. Tentative date of opening of price bid Shall be intimated later

IX. Time Limit for Work Completion 6 Months from the date of Acceptance of LoA

X. Security Deposit 10% of order Value. Party should have to pay security deposit in the form of Bank Guarantee/ demand draft in favour of GSECL payable at Vadodara immediately on receipt of Letter from this office.

Date of opening of financial bids shall be intimated separately to all the technically qualified bidders.

Note: GSECL shall not be responsible for non-receipt/ non-delivery of the Bid documents due to any reason whatsoever.

7. No tender shall be accepted in any case after due date and time of receipt of

tender irrespective of delay due to Postal services or any other reasons.

8. Any technical/commercial query pertaining to this tender should be addressed to

Chief Engineer (P&P), Gujarat State Electricity Corporation Ltd, Planning &

Project Department, Vidyut Bhavan, Race Course, VADODARA- 390007.

9. GSECL reserves tight to accept/reject any or all tenders without assigning any

reason thereon.

Yours faithfully, For and behalf of Gujarat State Electricity Corporation Ltd., Chief Engineer (P&P) GSECL, CO, Vadodara.

Page 6: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION II : INSTRUCTION TO BIDDERS

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 6 of 55

SECTION II: INSTRUCTIONS TO BIDDERS Sub: Consultancy service for feasibility study and preparation of Detailed Project

Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.

1. Procedure for Submission of Bids

1.1 Two Cover System shall be adopted for this tender:

a) Technical Bid (1 Original + 2 copies) in one cover.

b) Price Bid (1 Original + 2 copies) in one cover.

1.2 Each copy of Technical Bid of the Tender should be covered in a separate sealed cover super scribing “Technical bid (Techno-commercial bid) for Tender No. GSECL/PP/PMI/120 MW Units/SC Units/ Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2”.. One copy should also be marked as "Original" and Others as "Copy 1" and “Copy 2”. All copies should be put in a single sealed cover super scribing “Technical bid (Techno-commercial bid) for Tender No. GSECL/PP/PMI/120 MW Units/SC Units/ Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2”. Please note that prices should not be indicated in the Technical Bid.

1.3 Each copy of Price Bid of the Tender should be covered in a separate sealed cover super scribing the "Price Bid for Tender No. GSECL/PP/PMI/120 MW Units/SC Units/ Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2 “. One copy should also be marked as "Original", and others as" Copy 1" and “Copy 2”. All copies should be put in a single sealed cover super scribing "Price Bid for Tender No. GSECL/PP/PMI/120 MW Units/SC Units/ Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2 “.

Page 7: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION II : INSTRUCTION TO BIDDERS

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 7 of 55

1.4 Tender fee and EMD shall be submitted in two separate sealed cover Super

scribing "Tender Fee /EMD for Tender No. GSECL/PP/PMI/120 MW Units/SC Units/ Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. (Refer Clause 6(III) Section I).

1.5 The Technical Bid cover and Price Bid Cover, and EMD cover prepared as

above, are to be kept in a single sealed cover super scribed with Tender Number, Due Date, Item and the wordings "DO NOT OPEN BEFORE 27.10.2015"

1.6 The cover thus prepared should also indicate clearly the name and address of the Bidder, to enable the Bid to be returned unopened in case it is declared "Late".

1.7 Each copy of the Bids should be a complete document and should be

bound as a volume. Different copies must be bound separately.

2. Cost of Tender

2.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, including cost of presentation for the purposes of clarification of the bid, if so desired by the GSECL. GSECL will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering process.

3. Contents of the Tender Document

3.1 The broad specifications of the Scope of Work, Tender procedures and contract terms are prescribed in this Tender Document comprising of:

(a) Section-I - Invitation for Bids

(b) Section II - Instructions to Bidders;

(c) Section III - General Conditions of Contract;

(d) Section IV - Technical Specification

(e) Section V – Bid Schedules & Appendices

3.2 The bidder is expected to examine all instructions, forms, terms and requirements in the Tender Document. Failure to furnish all information required by the Tender Document or submission of a bid not substantially responsive to the Tender Document in every respect will be at the Bidder's risk and may result in the rejection of the bid.

Page 8: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION II : INSTRUCTION TO BIDDERS

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 8 of 55

4. Clarification of Tender Document

4.1 A prospective Bidder requiring any clarification on the Tender Document may notify the Owner in writing to Chief Engineer (P&P), Gujarat State Electricity Corporation Ltd, Planning & Project Department, Vidyut Bhavan, Race Course, VADODARA- 390007, Gujarat. The Owner shall furnish the clarifications, if any at the time of Pre-bid conference and shall also post clarification / Amendment required based on discussion in Pre-bid meeting on website.

4.2 The Pre-bid queries shall be in Excel form clearly indicating Section and Clause No.

5. Amendment of Tender Document

5.1 At any time prior to the last date for receipt of bids, the Owner, may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Tender Document by an amendment.

5.2 The amendment will be notified on GSECL web site and will be binding all bidders. Be in touch with our above Websites for any notices/ amendments/ clarifications etc. till finalization of bid. No separate notification will be issued for such notices / amendments / clarifications in the print media or individually.

5.3. In order to afford prospective Bidders reasonable time in which to take the

amendment into account in preparing their bids, the Owner may, at its discretion, extend the last date for the receipt of Bids.

6. Language of Bids

6.1 The Bids prepared by the Bidder and documents relating to the bids exchanged by the Bidder and the Owner, shall be written in the English language, provided that any printed literature furnished by the Bidder may be written in another language so long as the same is accompanied by an English translation in which case, for purposes of interpretation of the bid, the English translation shall govern.

7. Documents Comprising the Bids

The bids prepared by the Bidder shall comprise of the following components:

7 (a) (Envelope I) A letter in a separate sealed cover containing:

1. Consultant‟s profile (Form 10) 2. Earnest Money Deposit (EMD)

Page 9: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION II : INSTRUCTION TO BIDDERS

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 9 of 55

3. Tender Fee 4. Pre-qualification Documents pursuant to Clause 18.3 5. Authorization letter for signing of bid.(Form7)

7 (b) (Envelope II): Technical Bid comprising of the following: 1. Bid Particulars 2. Technical Bid Letter 3. Technical Proposal

Firm‟s Reference List (Form 1) Curriculum Vitae for proposed professional staff (Form 2) Methodology and Work Plan (Form 3) Activity Schedule (Form 4)

Team Composition and Task Assignments (Form 5) 4. Tender document with amendments/clarification signed on each page as a

token of acceptance. 5. No deviation Certificate (Form 6) 6. Certificate from customers (Form 11) 7. Description of Approach & Methodology (Form 12) 8. Undertaking regarding non-blacklisting of firm with GSECL (Form 14) 9. Check list (Form 15)

7 (c) (Envelope III) Price Bid comprising of the following :

1. Financial proposal submission form (Form 8) 2. Price Schedule (Form 9)

8. Bid Prices

8.1 Price shall be quoted in INR only. 8.2 Prices quoted must be firm and final and shall remain constant throughout

the period of the contract and shall not be subject to any upward modifications, whatsoever.

9. TAXES AND DUTIES:

9.1 The price quoted shall be inclusive of all applicable taxes and duties. Service tax

will be paid extra at the prevailing rate.

9.2 STATUTORY VARIATION IN TAXES & DUTIES.

Statutory variations in the taxes shall be permitted as under:

(A) Statutory variations during original contractual completion period :

(i) If any increase takes place in taxes and duties, then GSECL shall admit the

same on production of documentary evidences.

(ii) If any decrease takes place in taxes and duties, the same shall be passed on

to GSECL A/C.

Page 10: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION II : INSTRUCTION TO BIDDERS

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 10 of 55

(B) Statutory variations beyond original contractual completion period :

(i) If reasons for extension of contractual completion period is attributable solely

to GSECL, the provisions of (A) (i) above shall apply.

(ii) If any decrease takes place in taxes and duties, the same shall be passed on

to GSECL A/C.

10. Discount

The Bidders are advised not to indicate any separate discount. Discount, if any, should be merged with the quoted prices. Discount of any type, indicated separately, will not be taken into account for evaluation purpose. However, in the event of such an offer, without considering discount, is found to be the lowest, the Owner shall avail such discount at the time of award of contract.

11. Bidder

The "Bidder" as used in the tender documents shall mean either a company Registered under the Indian Companies Act 1956 or a Consortium of Companies. The Bid shall be submitted by a duly Authorized Representative of the Company or Consortium of Companies as the case may be. A certificate of authority may be submitted along with the bid.

12. Earnest Money Deposit (EMD)

12.1 Pursuant to Clause 7(a) (2) of Section II, the Bidder shall furnish as part of its bid, EMD of the amount Rs.45,000/-

12.2 The EMD is required to protect the Owner against the risk of Bidder's conduct which would warrant the security's forfeiture, pursuant to Clause 12.8.

12.3 The EMD shall be denominated in Indian Rupees, and shall be in the form of a Demand Draft /Bank guarantee issued by a Nationalized / Scheduled Bank, in the proforma provided at Appendix A in the Tender Document and shall be valid for 4 (four) months beyond the validity of the Bid.

12.4 Any bid without EMD in accordance with Clauses 12.1 and 12.3 of Section II will be rejected by the Owner as non-responsive.

12.5 Unsuccessful Bidder's EMD will be discharged/ returned as promptly as possible 12.6 The successful Bidder's EMD will be discharged upon the Bidder executing the

Contract, pursuant to Clause 33 of section II and furnishing the security deposit, pursuant to Clause 34 of section II.

12.7 No interest will be payable by the Owner on the amount of the EMD. 12.8 The EMD may be forfeited:

(a) if a Bidder withdraws its bid during the period of validity specified by the Bidder in the Bid.

(b) in the case of a successful Bidder, if the Bidder fails; (i) to sign the Contract in accordance with Clause 33 ; or (ii) to furnish security deposit in accordance with Clause 34.

Page 11: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION II : INSTRUCTION TO BIDDERS

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 11 of 55

13. Period of Validity of Bids

13.1 Bids shall remain valid for 120 days after the date of opening of Price Bids prescribed by the Owner. A bid valid for a shorter period may be rejected by the Owner as non-responsive.

13.2 In exceptional circumstances, the Owner may solicit the Bidder's consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The validity of bid and EMD provided under Clause 12 shall be extended simultaneously.

14. Format and Signing of Bid

14.1 The Bidder shall prepare three copies of the Bid. One copy should be marked as "Original" and others as "Copy 1" and “Copy 2” as appropriate in accordance with Clause 1 of Section II. In the event of any discrepancy between them, the original shall govern.

14.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract in pursuant to Clause 11. All pages of the bid, tender documents / clarifications/ amendments shall be initialed by the person or persons signing the bid.

14.3 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder in which case such corrections shall be initialed by the person or persons signing the bid.

15. Revelation of Prices

15.1 Prices in any form or by any reason before opening the Price Bid should not be revealed, failing which the offer shall be liable to be rejected.

16. Terms and Conditions of Tendering Firms

16.1 Printed terms and conditions of the Bidders will not be considered as forming part of their bids.

16.2 Bidder to furnish „No Deviation Certificate‟ as per Form-12.

17. Site Conditions

17.1 It will be imperative on each Bidder to fully acquaint himself with the site conditions and factors which would have any effect on the performance of the contract and/or the cost.

17.2 Bidder may visit at respective site if he so desires to make himself acquainted for site conditions with confirmation of his visit in advance from the site authorities which are in Appendix-D

Page 12: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION II : INSTRUCTION TO BIDDERS

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 12 of 55

18. Pre-Qualification of Bidders

18.1 Pursuant to Clause 7(a) (4) of Section II, the Bidder should clearly indicate, giving explicit documentary evidence along with the letter of pre-qualification, in respect of the Services offered along with EMD of the prescribed amount and validity pursuant to Clause 12 of section II.

18.2 Minimum Qualification

The Bidder must be either a company registered under the Indian Companies Act, 1956 or a Consortium of Companies.

Bidder should have annual turnover of at least Rs 2.0 Crores during each of the three financial years ending 31.03.2015. Relevant proof in the form of audited annual report or balance sheet duly certified by Chartered Accountant certifying the turn over should be submitted. In case of Consortium, turnover of technical partner shall only be considered.

18.3 Offer of only those experienced & resourceful tenders will be consider for the technical bid evaluation who meet the following requirement.

18.3.1 : DPR has been prepared for coal based super critical thermal power project

in India having generation capacity of 660 MW single unit or Above, and this project should have been synchronized with grid or completed or under construction stage.

18.3.2 : The financial closure is achieved of at least ONE supercritical Thermal power project in INDIA of generation capacity of 660 MW single unit or Above for which the bidder has prepared the DPR.

18.4 Bidder should submit the copies of the following documents in support of the

above:

i. In case of Registered companies, Memorandum of Association and Articles

of Association along with commencement of business certificate;

ii. In case of consortium, Memorandum of Understanding (MOU) between the

companies

iii. Service Tax Registration;

iv. Permanent Account Number (PAN) allotted by the Income Tax Department

v. Details of similar assignments.

vi. Proof of Turnover

vii. Provident Fund registration certificate.

18.5 The Bidder must have an understanding of

(i) Technical aspects and economics of power – generation, transmission and distribution

Page 13: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION II : INSTRUCTION TO BIDDERS

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 13 of 55

(ii) Knowledge of latest trends and technologies in the field of Power sector.

18.6 Bidders who can commit full time manpower on regular employment exclusively for the assignment of the GSECL will be eligible for consideration.

18.7 Where the bid is submitted by a consortium, the written consent of each member of the consortium to participate in the bid on the basis of joint and several liabilities to the GSECL for the performance of the services shall be provided along with the bid.

18.8 The key professional staff proposed must be regular employees of the firm(s).

18.9 The consultancy work shall be carried out through own organization only. The sub contract will not be permitted. If the work execution will be found to carry out through Sub contractor, GSECL reserves right to terminate the contract.

19. Sealing and Marking of Bids

19.1 The Bidders shall seal and mark the original and each copy of the Bid strictly in accordance with Clause 1 of section II.

19.2 If the outer cover of the bid is not sealed and marked as required by Clause 1 of section II, the Owner will assume no responsibility for the bid's misplacement or premature opening.

20. Last Date for Receipt of Bids

20.1 Bids must be received by the Owner at the address specified in Section I not later than the time and date specified in Section I. In the event of the specified date for the receipt of Bids being declared a holiday for the Owner, the Bids will be received up to the appointed time on the next working day.

20.2 The Owner may, at its discretion, extend the last date for the receipt of bids by amending the Tender Document in accordance with Clause 5, in which case all rights and obligations of the Owner and Bidders previously subject to the last date will thereafter be subject to the last date as extended.

21. Late Bids

21.1 Any bid received by the Owner after the appointed time on the last date for receipt of bids prescribed by the Owner, pursuant to Clause 6 Section I, will be rejected and/or returned unopened to the Bidder.

22. Modification and Withdrawal of Bids

The Bidder may modify or withdraw its bid after the bid's submission, provided that written notice of the modification or withdrawal is received by the Owner

Page 14: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION II : INSTRUCTION TO BIDDERS

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 14 of 55

prior to the last date prescribed for receipt of bids.

23. Address for Correspondence

The Bidder shall designate the official mailing address, place and fax number to which all correspondence shall be sent by the Owner.

24. Opening of Bids by Owner

24.1 On the basis of information given in the letter of pre-qualification, as mentioned at Clause 18, Bidders will be pre-qualified.

24.2 Price Bids of only technically qualified Bidders who scores 70 marks or above will be opened as QCBS Clause No.28 of section II.

24.3 The Owner will open the Bids, in the presence of the representatives of the Bidders who choose to attend, at the time and date, as mentioned in Section I of this Document.

25. Clarifications.

When deemed necessary, the Owner may seek clarifications on any aspect from

the Bidder. However, that would not entitle the Bidder to change or cause any

change in the substance of the tender submitted or price quoted.

26. Preliminary Examination

26.1 The Owner will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required bid security has been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

26.2 Arithmetical errors will be rectified on the following basis:

a) If there is a discrepancy between the prices indicated at different places in the bid, the prices most advantageous to the Owner shall be considered.

b) If there is a discrepancy between price obtained by multiplying the unit price and quantity and the quoted total price then lower of the two shall be considered for bid evaluation and placement of order.

c) If there is a discrepancy between words and figures, the amount in words will prevail.

d) If there is a discrepancy in the prices quoted between original price bid and copies, the price quoted in original price bid shall be considered.

26.3 A bid determined as not substantially responsive will be rejected by the Owner

Page 15: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION II : INSTRUCTION TO BIDDERS

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 15 of 55

and may not subsequently be made responsive by the Bidder by correction of the non-conformity.

26.4 The Owner may waive any minor informality or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder.

27. Contacting the Owner

27.1 No Bidder shall contact the Owner on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded.

27.2 Any effort by a Bidder to influence the Owner‟s bid evaluation, bid comparison or contract award decisions may result in the rejection of the bid.

28 Evaluation Criteria

28.1 Only those firms which satisfy all the conditions for pre-qualification of bidders (Clause 18.2 of Section II) shall be considered for technical evaluation.

28.2 The method of selection is: QCBS (Quality & Cost Based Selection).

28.3 Technical Evaluation

(i) The Technical evaluation will be done on the basis of the Quality & Cost Based Selection (QCBS) criteria with maximum marks of 100. The weightage for each factor of the criteria shall be as per Annexure-A

(ii) Committee consisting of ED, CE (P&P), & Sr. CGM (F&A) shall assign scores against bid.

(iii) The minimum qualifying total score, for the technical bid shall be 70.

28.4 Financial bids of only those bidders will be opened whose QCBS score is 70 or above in technical bids. The bidders whose offers have been selected after technical evaluation shall be informed separately. Such selected bidders may attend the opening of financial bids.

28.5 Financial Evaluation

(i) The financial proposals of the technically qualified bidders will be opened in presence of those bidders or their representatives whose bids are short listed for financial evaluation.

(ii) The proposal with lowest evaluated cost will be given a financial score of 100 and other proposals given financial scores that are inversely proportional to their prices with respect to lowest (L1) price.

Page 16: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION II : INSTRUCTION TO BIDDERS

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 16 of 55

28.6 Evaluation of financial bids will lead to selection of consultant after adding of

scores in technical and financial proposals with respective weight-ages, which

shall be 0.7 for technical bid and 0.3 for financial bid.

28.5 Ranking of the firms shall be done on the basis of combined score in accordance with clause 28.4 above separate for each location.

29. Award Criteria

Subject to Clause 28, the Owner will award the Contract to the successful Bidder with highest score for respective site provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily. Owner may award separate order for different sites or may award order to single bidder as per evaluation.

The bidder should not be put on holiday or blacklisted/banned by GSECL / GUVNL in past for assignment in projects. In this regard, the bidder shall submit undertaking as per Form 14 on non – judicial stamp paper of one hundred Rupees. If the documents were issued inadvertently/downloaded from website, offers submitted by such bidders shall not be considered for opening/evaluation/award.

If the bidder does not disclose and submit the bid & happen to be successful bidder and order is also placed and at a later date GSECL comes to know the fact, the order is liable to be cancelled without any further payment even for the work done and if any payment is paid, EMD/SD shall be forfeited. This applies even if the bidder companies‟ name is changed and such blacklisting/ ban was put up for their earlier name.

30. Owner's Right to Vary Scope of Contract

30.1 The Owner may at any time, by a written order given to the contractor pursuant to Clause 4 of Section IV make changes within the general scope of the Contract.

30.2 If any such change causes an increase or decrease in the cost of, or the time required for, the contractor‟s performance of any part of the work under the Contract, whether changed or not changed by the order, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended.

31. Owner's Right to Accept Any Bid and to Reject Any or All Bids

31.1 The Owner reserves the right to accept any bid, and to annul the Tender process and reject all bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Owner's action.

31.2 Bids that are not accompanied with Earnest Money Deposit (EMD) and Tender fees

Page 17: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION II : INSTRUCTION TO BIDDERS

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 17 of 55

shall be rejected outright.

32. Notification of Award

32.1 Prior to the expiry of the period of bid validity, the Owner will issue „Letter of Intent‟ (LOI) to the successful Bidder that its bid has been accepted. Successful bid will submit acceptance of LOI and submission of Security Deposit within 10 days.

32.3 Upon the successful Bidder's furnishing of performance security pursuant to Clause 34, the owner will issue Detailed Order.

33. Signing of Contract

33.1 Within 10 days of receipt of the Detailed order, the successful Bidder shall sign and the Contract Agreement as per Clause 19 of Section-III and return it to the Owner.

34. Performance Security

34.1 Within 10 days of the receipt of Letter of Intent from the Owner, the successful Bidder shall furnish the Security Deposit as per Appendix B.

34.2 Failure of the successful Bidder to comply with the requirement of Clause 33 or Clause 34 shall constitute sufficient grounds for the annulment of the award and forfeiture of the EMD.

35. COMPLETION PERIODS:

The entire work as per scope shall be completed within 6 months. The preparation of draft / final feasibility report & draft / final detailed project report shall be commence as per the instruction of owner where in owner may specify the last date of submission of respective reports.

Page 18: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION III : GENERAL CONDITIONS OF CONTRACT

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 18 of 55

SECTION III: GENERAL CONDITIONS OF CONTRACT

Sub: Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.

1. Definitions

1.1 In this Contract, the following terms shall be interpreted as indicated:

(a) “The Owner” means the Gujarat State Electricity Corporation Ltd. (GSECL).

(b) "Purchase Officer" means the officer signing the acceptance of tender and includes any officer who has authority to execute the relevant contract on behalf of the Owner.

(c) The "Contract" means the agreement entered into between the Owner and the Contractor as recorded in the Contract Form signed by the Owner and the Contractor, including all attachments and annexes thereto and all documents incorporated by reference therein.

(d) The "Contractor" or “Consultant” means the company or the consortium of companies selected through tendering process and shall be deemed to include the Contractor's successors, representatives (approved by the Owner), heirs, executors, administrators and permitted assigns, as the case may be, unless excluded by the terms of the contract.

(f) "The Contract Price" means the price payable to the Contractor under the Contract for the full and proper performance of its contractual obligations.

(g) "Service" means services to be provided by the Contractor as per the requirements specified in Section IV of this document and any other incidental services, such as setting up of necessary infrastructure, implementation, provision of technical assistance, training and other such obligations of the Contractor covered under the Contract.

(h) "Acceptance of Tender" means the letter/telex/telegram/ fax or any memorandum communicating to the Bidder the acceptance of his tender and includes an advance acceptance of his tender.

2. Application

These General Conditions shall apply to the extent that provisions in other parts of the Contract do not supersede them.

Page 19: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION III : GENERAL CONDITIONS OF CONTRACT

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 19 of 55

3. Standards of Performance

The Contractor shall perform the Services and carry out its obligations under the

Contract with due diligence, efficiency and economy, in accordance with generally

accepted techniques and practices used in the industry and with professional

engineering and consulting standards recognized by international professional

bodies and shall observe sound management, engineering practices. It shall

employ prudent technical and engineering practices. It shall employ advanced

technology and methods. The Contractor shall always act, in respect of any matter

relating to this Contract, as faithful advisors to the Owner and shall, at all times,

support and safeguard the Owner's legitimate interests in any dealings with Third

Parties.

4. Use of Contract Documents and Information

4.1 The Contractor shall not, without the Owner's prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Owner in connection therewith, to any person other than a person employed by the Contractor in the Performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far, as may be necessary for purposes of such performance.

4.2 The Contractor shall not, without the Owner's prior written consent, make use of any document or information except for purposes of performing the Contract.

4.3 Any document, other than the Contract itself, shall remain the property of the Owner and shall be returned (in all copies) to the owner on completion of the Contractor's performance under the Contract, if so required by the Owner.

5. Security Deposit

5.1 Within 10 days after the receipt of Letter of Intent from the owner, the successful Bidder shall furnish Security Deposit to the Owner, which shall be equal to 10% of the value of the Contract and shall be in the form of a Demand Draft or Bank Guarantee from a Nationalized / Scheduled Bank as per Appendix-B1 and Proforma given at Appendix B.

5.2 The Security Deposit shall be deemed to govern the following guarantees from the successful Bidder, in addition to other provisions of the guarantee:

To fulfill the conditions of work contract.

The Security Deposit is intended to secure the performance of the entire

Page 20: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION III : GENERAL CONDITIONS OF CONTRACT

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 20 of 55

consultancy services. However, it is not to be construed as limiting the damages stipulated in any other clauses.

5.3 Security Deposit shall be valid up to 6 months from the date of completion of Consultancy Services. However, owner may release Security Deposit upon successful completion of work.

2.4 If by any reason the contract period is extended, bidder shall undertake to renew

the Bank Guarantee at least one month before the expiry of the validity, failing

which GSECL will be at liberty to encash the same.

2.5 If contract value is increased due to any reason, the contractor shall either submit

additional BG or to amend the old BG to have total BG value equivalent to 10% of

final contract value.

2.6 Security Deposit cum PBG will be returned upon successful completion of work.

6 Work Schedule & Monitoring

6.1 The Bidder shall plan various activities and submit the execution schedule and bar chart along with signing of the contract. The execution schedule should clearly indicate all activities and the time required for completion of each activity taking the total completion time. Parallel and dependent activities for each activity need to be specified in the schedule.

6.2 This will form the basis for Monitoring of execution of work and any delay/slippage from the schedule will be reviewed by bidder so as to complete the work as per the schedule.

6.3 Having selected Consultant, amongst other things, on the basis of an evaluation of the proposed key professional staff, the GSECL shall award a contract on the basis of the staff named in the proposal. The GSECL will not consider substitutions during the contract period except in cases of genuine hardship subject to the satisfaction of the GSECL.

7 Currency of Payment

Payment shall be made in Indian Rupees only.

8 Change Orders

8.1 The Owner may at any time, by a written order given to the Contractor pursuant to Clause 32 of Section II, make changes within the general scope of the Contract.

8.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Contractor‟s performance of any part of the work under the Contract, whether changed or not changed by the order, an equitable adjustment

Page 21: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION III : GENERAL CONDITIONS OF CONTRACT

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 21 of 55

shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended.

9 Contract Amendments

No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the parties i.e. the Contractor and the Owner.

10 Assignment

The Bidder shall not assign or sub contract, in whole or in part, its obligations to perform under the Contract to any other agency.

11. Terms of Payment

11.1 The payment to the contractor shall be made as under for each project site

separately:

11.2 No Advance payment will be made.

11.3 Payment will be made only after submission of Pre receipted bills in triplicate by the Contractor.

12. Delays in the Contractor’s Performance

12.1 An unexcused delay by the Contractor in the performance of its Contract obligations shall render the Contractor liable to any or all of the following:

(i) forfeiture of its Security Deposit

(ii) imposition of Penalty (iii) Termination of the Contract for default.

Sr. No.

% of Quoted Lumpsum Price

Project wise Milestones

(a) 25 % of Lump sum Price

On acceptance of draft feasibility report.

(b) 20 % of Lump sum Price

On acceptance of final feasibility report

(C) 25% of lump sum price

On acceptance of draft Detailed Project Report

(d) 20 % of Lump sum Price

On receipt of final Detailed Project Report

(e) 10% of Lump sum Price

Shall be paid on completion of 2 months from the date of receipt of final DPR and acceptance of same by GSECL.

TOTAL 100%

Page 22: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION III : GENERAL CONDITIONS OF CONTRACT

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 22 of 55

12.2 If at any time during performance of the Contract, the Contractor should encounter conditions impeding timely completion of the services under the contract and performance of the services, the Contractor shall promptly notify the Owner in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable, after receipt of the Contractor‟s notice, the Owner shall evaluate the situation and may at its discretion extend the Contract time for performance, in which case the extension shall be ratified by the parties by amendment of the Contract.

12.3 Penalty

Any delay that may take place in Consultancy service for subject work beyond

contractual cutoff date/ stipulated period in the order shall be subjected to penalty

(not liquidated damages) at the rate of ½ % of the contract price/order price per

week or part thereof subject to a maximum of 10% of the total contract

value/order value (i.e. End cost including taxes & duties).

13. Termination for Default

(i) Suspension:

GSECL may by written notice of suspension to the Bidder, suspend all payments to the Bidder hereunder if the Bidder fails to perform any of their obligations under this contract, provided that such notice of suspension (i) shall specify the nature of the failure, and (ii) shall request the Bidder to remedy such failure within a period not exceeding thirty (30) days after receipt by the Bidder of such notice of suspension.

(ii)Termination:

(A)Termination by GSECL:

GSECL reserves its right to terminate the contract in full or in part and at any time by giving a written notice of 30 days. In case, GSECL terminate the contract by issuing written notice, the consultant shall be paid for the actual work done till the date of notice, and the payment shall be calculated on prorate basis for the actual work done. Consultant shall also be paid for the commitments related with this assignment which can not be terminated, on production of documentary evidences of such commitments. Upon receipt of the written notice, attempts to terminate all commitments and otherwise minimize all cost shall be made by the consultant. Above payment shall be subject to submission of all data, design, plans, specifications and other documents for the project up to the date of termination of contract, to GSECL.

In case, the consultant terminate the contract by issuing a written notice or abnormally delays the works beyond scheduled time frame, GSECL reserves the right to get work done by another consultant. Any expense which may be incurred in excess of the sum which would have paid to the original consultant,

Page 23: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION III : GENERAL CONDITIONS OF CONTRACT

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 23 of 55

for completion of unexecuted works shall be deducted /recovered from any money due, to the original consultant , by GSECL. (B) GSECL may also terminate the Contract, by not less than thirty (30) days written notice of termination to the Bidder, to be given after the occurrence of any of the events specified in paragraphs (a) to (c) of this Clause and sixty (60) days” in the case of the event referred to in (d). Bidder shall be paid as per provision indicated at (A) above.

(a) If the Bidder do not remedy a failure in the performance of their obligations under the Contract, within thirty (30) days of receipt after being notified or within such further period as the Owner may have subsequently approved in writing.

(b) If the Bidder (or any of their Members) become insolvent or bankrupt.

(c) If the Bidder, in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of monetary value or otherwise to influence the action of a public official in the selection process or in contract execution.

(d) On operation of any law / by law/rules under which the project is prejudicial to the interest of the GSECL.

(2) Cessation of Rights and Obligations:

Upon termination of this Contract or upon expiration of this Contract, all rights and obligations of the Parties hereunder shall cease, except:

Such rights and obligations as may have accrued on the date of termination or expiration; The Bidder obligations to permit inspection, copying and auditing of their accounts and records and

Any right which a Owner may have under the Applicable Law.

(3) Disputes in the Events of Termination:

If either Party disputes whether an event specified in paragraphs (a) to (d) of (1) here off has occurred, such Party may, within forty-five (45) days after receipt of notice of termination from the other Party, refer the matter to arbitration pursuant to Clause No. 27 hereof, and this Contract shall not be terminated on account of such event except in accordance with the terms of any resulting arbitral award.

14. Force Majeure

14.1 Notwithstanding the provisions of Clause 12, the Contractor shall not be liable for forfeiture of its performance security, or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

14.2 For Purposes of this Clause, “Force Majeure” means an event beyond the control of

Page 24: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION III : GENERAL CONDITIONS OF CONTRACT

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 24 of 55

the Contractor and not involving the Contractor‟s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the owner either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

14.3 If a force Majeure situation arises, the Contractor shall promptly notify the Owner in writing of such conditions and the cause thereof. Unless otherwise directed by the Owner in writing, the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all prevented by the Force Majeure event.

15. Termination for Insolvency

The owner may at any time terminate the Contract by giving written notice to the Contractor, without compensation to the Contractor, if the Contractor becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the owner.

16. Arbitration

All questions, disputes, differences, whatsoever, which may at any time arise between the parties to this contract in connection with the contract or any matter arising out of or in relation thereto, shall be in first instance resolved through discussions or mediation and if not resolved, referred to the Sole Arbitrator as per provision of Indian Arbitration to conciliation Act 1996 as updated from time to time.

17. Governing Language.

The Agreement shall be written in English language. All correspondence and other documents pertaining to the Contract which are exchanged by the parties shall be written in English language.

18. Applicable Law

The contract shall be interpreted in accordance with the Indian laws.

19. Contract Agreement:

As per the GSECL's rules, Bidder shall enter into an agreement with the GSECL. This agreement shall be on stamp paper of Rs. 100/- and shall be signed within one week of receipt of the order. The agreement shall be signed by the Bidder or his authorized representative and GSECL affixing seal of the Bidder and GSECL. The cost of stamp fee shall be borne by the Bidder. The contract shall comprise of the tender with the detailed scope of work, schedules, bidder's offer, all correspondence done till issue of detailed order and acceptance of Bidder thereof.

20. Jurisdiction:

All questions, disputes or differences arising out of or in connection with the tender/contract if concluded shall be subject to the exclusive jurisdiction of the court

Page 25: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION III : GENERAL CONDITIONS OF CONTRACT

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 25 of 55

under whose jurisdiction the place from which the tender/ acceptance of tender is issued/ is situated i.e. Vadodara ,Gujarat (India).

21 Settlement of Disputes:

(a) Amicable Settlement:

The Parties to this agreement shall use their best efforts to settle all disputes arising out of or in connection with this Contract or the interpretation thereof amicably through conciliations.

(b) Dispute Settlement:

Any dispute between the Parties as to matters arising pursuant to this Contract which cannot be settled amicably by conciliations within thirty (30) days after receipt by one Party of the other Party's request for such amicable settlement may be submitted by either Party for settlement in accordance with the decision of MD, GSECL.

Page 26: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION-IV: TECHNICAL SPECIFICATION

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120

MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 26 of 55

SECTION-IV TECHNICAL SPECIFICATION

Sub: Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.

1 Preamble:

Gujarat State Electricity Corporation Ltd.(GSECL), is a company promoted in 1993 by the Gujarat Urja Vikas Nigam Ltd; (GUVNL- formerly GEB) as 100% owned subsidiary. Government of Gujarat (GoG) approved GSECL as a generating company to undertake implementation of new power project consequent to the government orders for unbundling of State Electricity Board, all their power plants are transferred to the company raising the total generating capacity to 4968 MW. At present GSECL is having total installed capacity of 5884 MW. The company is generating power from Coal, Lignite and Gas as a fuel. In addition to thermal power plants, Hydro, Solar and Wind power plants are also installed by the company.

2 Intent of the Work:

120 MW Units at Gandhinagar, Ukai and Sikka are of very old design and are operating since more than 25 years. Now, technology has improved and supercritical coal based units with higher capacity, higher efficiency; low Auxiliary Power Consumption and Low Heat rate are available. GSECL intends to replace existing old & inefficient 2x120 MW Units by new supercritical technology units by demolishing the old 2 x 120 MW Units at (i) Gandhinagar TPS, (ii) Ukai TPS, (iii) Sikka TPS without disturbing the adjacent operating units.

4 Scope of Work of Consultant

The scope specified in this specification outlines the services generally expected from the consultant. It is not the intent to specify minute details of services expected. All the items/services which are required for the preparation of Feasibility Study and Detailed Project Report for successful implementation of super critical units in place of existing units at respective places are deemed to be included in the scope of services whether specifically mentioned or not. The consultant shall render necessary, comprehensive and effective services required in all respects to ensure smooth and timely completion of the services, which shall include but not limited to the following:

1. The consultant shall carry out a comprehensive feasibility study after detailed due diligence of site and after considering all necessary input e.g. source of coal, logistics of coal movement, ash disposal, availability of water, evacuation of power, modifications required in existing plant system and all statutory clearances and compute maximum possible thermal generating capacity which can be catered at respective power stations.

Page 27: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION-IV: TECHNICAL SPECIFICATION

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120

MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 27 of 55

2. The consultant shall submit comprehensive feasibility report with clear recommendation to GSECL. The consultant shall also submit various possible configuration options considering statutory requirements and existing law.

3. To explore possibility of composite project work of demolish, dismantling & disposal of existing respective units and installation of new project with units having supercritical technology.

4. To prepare feasibility report considering effect of supply of coal feeding / water cycle etc on other running units of Ukai, Sikka and Gandhinagar due to demolition.

5. Identifying availability of required quantity of suitable water and the source 6. Work out general layout plan with switchyard for proposed project and find

out the feasibility of accommodating these units in the available land. 7. The editable financial model (in Microsoft Excel)with various option shall be

submitted to GSECL before submitting Draft report. 8. The consultant shall deliver a detailed presentation of draft Feasibility

report/DPR to GSECL officials at site or corporate office location as per the instruction of GSECL.

9. Based on the presentation and discussion on Draft report the consultant shall prepare final feasibility report incorporating corrections, amendments suggested by GSECL.

10. To prepare draft DPR after getting consent of GSECL. 11. DPR shall be carried out as per guide lines given and requirements by MoEF. 12. The utilization of existing plant systems and its interconnection facilities with

proposed new units may be explored while preparing DPR. 13. To clearly indicate modifications required in the existing plant systems so that

functioning of other units are not disturbed. 14. Indicate various options & method for efficient disposal of

materials/equipments of dismantled units.

5. DELIVERABLES / COPIES OF REPORTS / DOCUMENTS:

5.1 Four (4) copies of the draft feasibility report & DPR shall be furnished for comments / approval of GSECL.

5.2 Eight (8) copies of the final feasibility report & DPR with two CDs shall be submitted after incorporating GSECL‟s comments.

5.3 Consultant should endeavor that all the drawings, documents etc. are computerized and in editable/reproducible format.

5.4 All the drawings, documents etc. to be furnished by the consultant should be clear, legible to read and neat in presentation.

6. Inputs from GSECL:

Bidder should clearly indicate inputs required from GSECL in form 13.

Page 28: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

SECTION V : BID SCHEDULES

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing

units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 28 of 55

ANNEXURE-A : QCBS

Technical Evaluation Criteria (Quality and Cost Based Selection QCBS)

Sr.No.

Criteria Max.

Quality Points

Criteria for assigning Points

Eligible Points

Remark

1

Relevant Experience of Consultancy for this assignment

30

>= 660 MW … 2 different Project Site – Total 3 Units Criteria.

COD (No. of units)

UC (No. of units)

FC (No. of units)

Marks

0 1 1 8

0 1 2 14

0 1 3 20

0 2 1 16

0 2 2 22

0 3 1 24

1 0 1 10

1 0 2 16

1 0 3 22

1 1 1 18

1 1 2 24

1 2 1 26

2 0 1 20

2 0 2 26

2 1 1 28

3 0 1 30

COD: Commercial Operation Declared.

FC: Financial Closure Achieved.

UC: Units under Construction.

30 (Max)

1. Tentative date of COD for project, which are under progress shall be clearly mentioned. NOTE: For Validity of Proof, GSECL's Judgment shall be final and binding to the Bidder.

2. In support of claim for experience related to Coal Based super critical Thermal Power Project, Data of executed, installed and completed projects should be submitted and considered for evaluation as a proof of experience.

3. Customer Certificate for satisfactory completion of the JOB OR Other Valid Proof shall be attached with proper reference in the Bid. Experience for shelved projects OR incomplete assignments will not be considered valid for assigning score in this evaluation. Format of Certificate is attached at FORM 11

Page 29: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of

2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 29 of 55

Technical Evaluation Criteria (Quality and Cost Based Selection QCBS)

Sr.No.

Criteria Max.

Quality Points

Criteria for assigning Points

Eligible Points

Remark

2 Methodology proposed

30

Technical Approach & Methodology

15 Bidder should present technical proposal inclusive of charts and diagram divided in to following THREE chapters and submit the same As per FORM 12

work Plan 10

Organisation & staffing 5

3a

Qualification of key staff for the assignment

10

Mechanical Engineer 1 1. The Staff shall be on the

muster roll of the firm. No Hired persons shall be considered.

2. The Minimum experience of staff shall be average 7 years in the relevant field in each category and in the same organisation.

3. Minimum 2 persons should be such that they are associated with the work of preparation of DPR for the project which has achieved COD.

4. At least 1 person in each category should have of 3 or more years.

Electrical Engineer 1

Control & Instrument Engineer 1

Civil Engineer 2

Chemist 1

Environment Engineer /Expert 2

Financial Expert 2

3b Competence of Team

20

>= 20 years 20

Team Leader should be Expert in Consultancy work including inspection, training,

Page 30: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of

2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 30 of 55

Technical Evaluation Criteria (Quality and Cost Based Selection QCBS)

Sr.No.

Criteria Max.

Quality Points

Criteria for assigning Points

Eligible Points

Remark

Leader for the assignment.

>=15 years 15

testing & years of experience. He should be Mechanical or Electrical Engineer. The points would be awarded on the basis of General Qualification, competency of assignment and experience based on BIO DATA submitted. The Person shall be on the muster roll of the firm & No Hired expert. Bidder should clearly indicate TEAM LEADER/key professionals proposed to be deployed by him separately with Roll assign to him. Experience of TEAM LEADER/any key professional proposed shall be considered only against any one of the criteria for assigning score (Either Sr. No. 3A OR 3B) Bidder should clearly identify and furnish BIO DATA accordingly.

4

Past experience with GSECL

5

5

The Past experience with GSECL and other organisation for DPR/FR for THERMAL POWER PROJECT shall be considered.

5

Turn over

5

>2 Crores 2

>3 Crores 3

>5 Crores 5

Total 100

Note:

The offers of bidders meeting prequalifying criteria (Technical & Financial) shall be evaluated as per above Technical Evaluation Criteria.

Bidder to give Power point presentation of Max. 1(ONE) Hour for Methodology proposed for this assignment. i.e. for Technical Approach & Methodology, Work plan and Organization & staffing (Sr No.2 of Technical Evaluation Criteria)

Page 31: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of

2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 31 of 55

(Technical Bid) BID PARTICULARS

Sub: Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.

1. Name of the Bidder

2. Full Address of the Bidder

3. Name & Designation of the Authorised signatory

4. Bidder's proposal number and date

5. Name & address of the office to whom all

references shall be made regarding this tender

Telephone:

Fax:

Email:

6. Banker‟s Details Bank Name: Account No.:

Branch: IFSC Code:

Cancelled cheque to be attached

Signature of authorised Signatory

Name & Designation.

Date ___________________

Company Seal

Page 32: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 32 of 55

Technical Bid forwarding Letter

To:

The Chief Engineer (P&P) Gujarat State Electricity Corporation Ltd., Vidyut Bhavan, Race Course, Vadodara – 390 007 Sub: Consultancy service for feasibility study and preparation of Detailed Project Report

(DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.

Ref.: Tender No. GSECL/PP/PMI/120 MW Units/SC units

Sir,

We, the undersigned, offer to provide the consulting services for providing Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2 with the tender document No GSECL/PP/PMI/120 MW Units/SC Units/ at the prices and rates mentioned in the Price Bid in a separate sealed cover. Each page of the Technical and Financial proposal has been signed by the Authorized Signatory.

1. We enclose herewith the complete Technical Bid as required by you.

This includes:

a. Bid Particulars b. Firm‟s Reference List (Form 1) c. Curriculum Vitae (CV) of proposed staff (Form 2) d. Proposed Methodology & work plan (Form 3) e. Activity Schedule (Form 4) f. Team composition & task assignments (Form 5) g. No Deviation certificate (Form 6) h. Certificate of Authority for Submission of Bid (From 7) i. Certificate from Customers (From 11)

2. We agree to abide by our offer for a period of 120 days from the date fixed for

opening of the Price Bids.

Page 33: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 33 of 55

3. We have carefully read and understood the terms and conditions of the tender and

the conditions of the contract applicable to the tender and we do hereby undertake

to provide services as per these terms and conditions. There is no Deviation to the

Technical Specifications.

4. It is Certified that ours is a company constituted under the Companies Act, 1956/

consortium of Companies.

5. Earnest Money Deposit (EMD) for an amount equal to Rs.45,000/- is enclosed in a

separate sealed Cover containing the following:

a. Tender Fee

b. Consultant‟s profile (Form 10)

c. Pre-qualification Documents pursuant to Clause 18.3.

d. We certify that, our firm is neither black listed nor notified for stop deal from

GSECL or any other subsidiary of GUVNL (Form 14)

6. We do hereby undertake, that, until a formal contract is prepared and executed,

this bid, together with your written acceptance there of and placement of letter of

intent awarding the contract, shall constitute a binding contract between us.

7. We agree to all the terms and conditions set forth in this tender Document.

8. If awarded the job, the job work shall also conform to the terms and conditions, as

well as specifications indicated in the tender documents and as finally indicated by

the Evaluation Committee.

9. We further certify that all the information provided in this document is accurate to

the best of my knowledge.

Yours sincerely,

Encl. as above. Authorized Signatory Name and Designation

Page 34: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 34 of 55

Form 1: Firm’s References

FIRM’S REFERENCE LIST Relevant Services carried out in the last three years that best illustrate qualifications. (Using the format below, provide information on each reference/assignment for which your company or as one of the major companies within an association, was legally contracted.)

1. Assignment Name and brief scope:

2. Name, address and contract person of the Owner :

3. (i) Professional Staff including Senior Staff (Project Director/Coordinator, Team Leader) provided by your Firm/ Entity (attach profiles).

(ii) No. of Man-weeks, duration of assignment

4. Start Date and Completion Date (Month / Year) :

5. Details of Associated Consultants, if any :

6. No. of Man-Months of Professional Staff provided by Associated Consultants.

7. Approx. Value of Services (Indian Rs.) :

Authorized Signatory

Name and Designation

Page 35: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 35 of 55

Form 2: Proposed Staff

Format of Curriculum Vitae (CV) for proposed Professional Staff

(Separate sheet to be attached for each professional)

1. Proposal Position

2. Name of Firm

3. Name of Staff & Nationality

4. Profession

5. Date of Birth

6. ( Date of Joining) Years with Firm/Entity

7. Key Qualifications & Experience

8. Membership in Professional Societies

9. Details of Task Assigned

10. Detail of Task Completed.

Authorized Signatory

Name and Designation

Page 36: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 36 of 55

Form 3 : Methodology

Description of the methodology and Work plan for performing the assignment.

Authorized Signatory

Name and Designation

Page 37: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 37 of 55

Form 4 : Activity Schedule

Activity Schedule

(Assume Zero Date as date of award of the contract)

TASK Completion Date with reference to zero date.

1.

2.

3.

4.

5.

6.

7.

8.

Authorized Signatory

Name and Designation

Page 38: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 38 of 55

Form 5 : Team

TEAM COMPOSITION AND TASK ASSIGNMENTS (Technical/Managerial staff to be deployed full time for the assignment (Following details to be furnished phase-wise)

Sr.No. Name Position Task Time Schedule

1.

2.

3.

4.

5.

6.

7.

8.

Authorized Signatory

Name and Designation

Page 39: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 39 of 55

Form 6 : No Deviation certificate

No Deviation certificate

Date:

To The Chief Engineer (P&P) Gujarat State Electricity Corporation Limited (“GSECL”) Vidyut Bhawan , Race Course Vadodarar-390 007, Gujarat

Sub: No Deviation Certificate regarding tender for Consultancy service for feasibility

study and preparation of Detailed Project Report (DPR) to establish supercritical

units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit

1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.

Dear Sir,

This is to certify that we have gone through the tender bid documents and as agreed

upon the terms and conditions of the tender bid document No. GSECL/PP/PMI/120

MW Units/SC Units/ , we confirm that no deviations are taken by us and abide with the

stipulated terms and conditions of the tender bid Documents.

________________________________________________

SEAL AND SIGNATURE OF BIDDER

Date: ________________________________________

Page 40: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 40 of 55

Form 7 : Authorisation Letter

Certificate of Authorisation

Sub: Authorisation regarding tender for Consultancy service for feasibility study and

preparation of Detailed Project Report (DPR) to establish supercritical units in

place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-

Unit 1&2 and Sikka Unit-1&2.

We, …………………………… (name of the firm and address of the registered office)

do hereby irrevocably constitute, nominate, appoint and authorise Mr. / Ms.

(Name), son/daughter/wife of ……………………………… and presently residing at

……………………………….., who is presently employed with us and holding the position

of ………………………….., as our authorised representative to do in our name and on

our behalf, all such acts, deeds and things as are necessary or required in

connection with or incidental to submission of our tender for “Consultancy service for

feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical

units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-

Unit 1&2 and Sikka Unit-1&2” pursuant to the Tender no. ______________________

issued by Gujarat State Electricity Corporation Limited (“GSECL”), including but not limited

to signing and submission of all applications, Bids and other documents and writings,

participate in Bidders‟ and other conferences and providing information / responses to

the Company, representing us in all matters before the Company, signing and execution

of all contracts including the Contract Agreement and undertakings consequent to

acceptance of our tender, and generally dealing with the Company in all matters in

connection with or relating to or arising out of our offer for the said work and/or upon

award thereof to us and/or till the entering into of the Contract Agreement with GSECL.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all

acts, deeds and things done or caused to be done by our said representative

pursuant to and in exercise of the powers conferred by this representative and

that all acts, deeds and things done by our said representative in exercise of the

powers hereby conferred shall and shall always be deemed to have been done by

us.

For……………………………..

(Signature, name, designation and address)

Page 41: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2

x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 41 of 55

Form 8: Financial proposal

FINANCIAL PROPOSAL SUBMISSION FORM (To be placed in the sealed cover containing financial bid)

To,

The Chief Engineer (P&P) Gujarat State Electricity Corporation Ltd., Vidyut Bhavan, Race Course, Vadodara – 390 007

Sub: Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.

Sir,

We, the undersigned, offer to provide the consulting services for providing Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.with the tender document no GSECL/PP/PMI/120 MW Units/SC Units/

We are hereby submitting our complete Financial Proposals (Form 9). Our attached Financial Proposal is for the sum of .............................................................. [Amount in words and figures] for the complete assignment. This amount is inclusive of all taxes & levies.

Our Financial Proposal shall be binding upon us subject to the modification resulting from Contract negotiations, made by the Authority at its discretion. Each page of the proposal has been signed by the Authorized Signatory.

Encl. Form 9

Yours sincerely,

Authorized Signatory

Name and Designation

Page 42: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units

of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 42 of 55

Form 9: Price Schedule

PRICE SCHEDULE

Sub: Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.

Sir,

We quote below our firm prices for the assignment in accordance with the tender document No. GSECL/PP/PMI/120 MW Units/SC Units/

Description of Work Site Price Rs. (Including Taxes & Duties)

In Fig In words

Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.

Gandhinagar

Ukai

Sikka

Total

Financial bids of only those bidders will be opened whose QCBS score is 70 or

above in technical bids.

The proposal with lowest evaluated cost will be given a financial score of 100

and other proposals given financial scores that are inversely proportional to

their prices with respect to Lowest.

Evaluation of financial bids will lead to selection of consultant after adding of

scores in technical and financial proposals with respective weight-ages,

which shall be 0.7 for technical bid and 0.3 for financial bid.

The minimum visit of site by contractor shall be clearly specified.

Authorized Signatory:

Name and Designation

Page 43: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units

of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 43 of 55

Form 10 : Consultant’s Profile

Sub: Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.

1. Name of the Firm/Company

2. Year Established

3. Address of Office

4. Telephone No.

5. Fax No.

6. E-mail Address

7. Website

8. Names of Govt. Deptt ./Public Sector/Pvt. Sector/ International customers to whom The bidder has provided similar services to

9. No. of full time personnel currently under employment (Department wise) Total in India

10. Name of the affiliated Firms

11. No. of years of Proven experience of providing similar Services in India.

12. Infrastructure facilities in India so as to serve all over India

13. Any accreditation / rating from an internationally

reputed third party rating agency

14. 13. Annual turnover Audited Annual turnover of the company in Rs. During last three years

F.Y. Turnover 2012-2013 2013-2014 2014-2015

15. List of customers in India and also international customers, as on date, to whom the Bidder is currently providing Similar services

16. Various Certifications (CMM / ISO etc.)

Authorized Signatory:

Name and Designation

Page 44: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing

units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 44 of 55

FORM 11: Certificate from Customers

TO WHOM SOEVER IT MAY CONCERN.

This is to certify that the work of Preparation of Feasibility Report and Detailed Project

Report was awarded to M/s. ________________ for our

______________________________Project.

Current Status of Projects undertaken based on DPR prepared by

M/s._________________________________________ is as under.

1. Unit No.________________ is already commissioned on____________.

2. Financial closure of Unit_________________ is completed on

_____________________.

3. The construction of Unit ____________ is under construction and likely to be

commissioned on ___________________________.

The Services rendered by M/s. ____________________________________ are

satisfactory.

Authorized Signatory

Name and Designation

Page 45: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW

Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 45 of 55

FORM 12: Approach & Work Plan

Sub: Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to

establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.

DESCRIPTION OF APPROACH, METHODOLOGY

AND WORK PLAN FOR PERFORMING THE ASSIGNMENT

Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal (inclusive of chats & diagram) divided into the following three chapters:

a) Technical Approach and Methodology,

b) Work Plan, and

c) Organization and Staffing,

a) Technical Approach and Methodology.

In this chapter you should explain your understanding of the

objectives of the assignment, approach to the services,

methodology for carrying out the activities and obtaining the

expected output, and the degree of detail of such output. You

should highlight the problems being addressed and their

importance, and explain the technical approach you would adopt

to address them. You should also explain the methodologies you

propose to adopt and highlight the compatibility of those

methodologies with the proposed approach.

b) b) Work Plan.

c) In this chapter you should propose the main activities of the

assignment, their content and duration, phasing and

interrelations, milestones (including interim approvals by the

Customer), and delivery dates of the reports. The proposed work

plan should be consistent with the technical approach and

methodology, showing understanding of the TOR and ability to

translate them into a feasible working plan. A list of the final

documents, including reports, drawings, and tables to be

delivered as final output, should be included here. The work plan

should be consistent with the Work Schedule.

c) Organization and Staffing.

In this chapter you should propose the structure and composition

of your team. You should list the main disciplines of the

assignment, the key expert responsible, and proposed technical

and support staff

Authorized Signatory

Name and Designation

Page 46: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW

Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 46 of 55

FORM 13: Inputs required from GSECL

Please indicate various inputs required from GSECL for preparation of Feasibility report and DPR.

Page 47: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW

Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 47 of 55

FORM 14: Declaration regarding non blacklisting of bidder with GSECL/ GUVNL

DECLARATION

To

Chief Engineer (P&P)

Gujarat State Electricity Corporation Ltd.,

Vidyut Bhavan,

Race Course,

Vadodara – 390 007

Dear Sir,

We further confirm that we are not /have not been blacklisted or kept under holiday by GSECL/ GUVNL at

present or in the past (Including Firm under different name whose experiece is claimed for Qualification or

Techncial Evalaution under the Bid)

We agree that in case any breach of this undertaking is found , the Bid shall be rejected/terminated and

GSECL will have right to take penal action for such breach including forfiture of EMD, security deposit or

any other compensation as deemded necessary as per provision of the contract.

Place:

Date: Signature of Authorised Signatory

Name:

Designation:

Seal:

Offer No. & Date:_________________________

Page 48: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW

Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 48 of 55

FORM 15: Check List

To

Chief Engineer (P&P)

Gujarat State Electricity Corporation Ltd.,

Vidyut Bhavan,

Race Course,

Vadodara – 390 007

Dear Sir,

We hereby confirm that we have submitted following documents as asked in the tender document.

1. Consultant’s Profile (Form 10)

2. Earnest Money Deposit (EMD)

3. Tender Fee

4. Memorandum of Association and Articles of Association along with commencement of business

certificate

5. In case of consortium, Memorandum of Understanding (MOU) between companies

6. Service Tax Registration.

7. Permanent Account Number (PAN) allotted by the Income Tax Department

8. Details of similar assignments/ Firm’s Reference List (Form 1)

9. Proof of Turnover

10. Provident Fund registration certificate

11. Authorization letter for signing of Bid (Form 7)

12. Curriculum Vitae for proposed professional staff (Form 2)

13. Methodology and work Plan (Form 3)

14. Activity Schedule (Form 4)

15. Team composition and Task Assignments (Form 5)

16. Tender document with amendments/ clarification signed on each page as a token of acceptance

17. No deviation certificate (Form 6)

18. Certificate from customers (Form 11)

19. Description of Approach & Methodology (Form 12)

20. Financial proposal submission form (Form 8)

21. Price Schedule (Form 9)

22. Declaration regarding non black listing of Firm with GSECL/GUVNL( Form no.14)

Place:

Date: Signature of Authorised Signatory

Name:

Designation:

Seal:

Offer No. & Date:_________________________

Page 49: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW

Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 49 of 55

Appendix A : EMD BG

For Tender / Enq. No.__________________________ (BANK GUARANTEE ON NON-JUDICIAL STAMP PAPER OF Rs.100 for EMD)

WHEREAS M/s. ____________________________________________ (Name and Address of the Firm) having their registered Office at _________________________________________________ (Address of the Firm‟s registered Office) (hereinafter called the Tenderer) wish to participate in the Tender No.__________________________ for ______________________________________ of (supply / Erection / Supply & Erection / Work) of __________________________________ (Name of the material / equipment / work) for _________________________ Gujarat State Electricity Corporation Limited and WHEREAS a Bank Guarantee for (hereinafter called the “Beneficiary”) Rs. _____________ (Amount of EMD) valid till ____________ (mention here date of validity of this Guarantee which will be 4 (FOUR) months beyond initial validity of Tender‟s offer) which is required to be submitted by the Tenderer along with the Tender.

We, ________________________________________________________ (Name of the Bank and address of the Branch giving the Bank Guarantee) having our registered Office at _____________________ (Address of Bank‟s registered Office) hereby gives this Bank Guarantee No. _________________ dated ____________ and hereby agree unequivocally and unconditionally to pay immediately on demand in writing from the Gujarat State Electricity Corporation Limited or any Officer authorized by it in this behalf any amount not exceeding Rs.____________ (amount of EMD) (Rupees ______________ ________________________________________) (in words) to the said Gujarat State Electricity Corporation Limited on behalf of the Tenderer. We, ____________________________________________ (Name of the Bank) also agree that withdrawal of the tender or part thereof by the Tenderer within its validity or non-submission of Security Deposit by the Tenderer within one month from the date of tender or a part thereof has been accepted by the Gujarat State Electricity Corporation Limited would constitute a default on the part of the Tenderer and that this Bank Guarantee is liable to be invoked and encashed within its validity by the Beneficiary in case of any occurrence of a default on the part of the Tenderer and that the encashed amount is liable to be forfeited by the Beneficiary. This agreement shall be valid and binding on this Bank upto and inclusive of ____________________ (mention here the date of validity of Bank Guarantee) and shall not be terminated by notice or by Guarantor change in the constitution of the Bank or the Firm of Tenderer or by any reason whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given, conceded with or

Page 50: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW

Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 50 of 55

without our knowledge or consent by or between the Tenderer and the Gujarat State Electricity Corporation Limited. “Notwithstanding anything contrary contained in any law for the time being in force or banking practice, this Guarantee shall not be assignable, transferable by the beneficiary (i.e. GSECL). Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the Bank. Any invocation of the Guarantee can be made only by the beneficiary directly.”

NOT WITHSTANDING anything contained hereinbefore our liability under this Guarantee is restricted to Rs. _________________ (amount of EMD) (Rupees ________________________________________________ (in words). Our Guarantee shall remain in force till _____________ (date of validity of the Guarantee). Unless demands or claims under this Bank Guarantee are made to us in writing on or before ___________ (date should be 1 month after the above validity period of BG), all rights of Beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under. Place: Date:

Please mention here complete Postal Signature of the Address of the Bank with Branch Code, Telephone and Fax Nos.

Signature of the Bank‟s authorized signatory with Official Seal

________________________________________________________________

NAME OF DESIGNATED BANKS: 1. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd.

2. Private Sector Banks authorized by RBI to undertake the State Government business, which

are (i) Axis Bank (ii) ICICI Bank (iii) HDFC Bank. Note: The Banks shall be the Banks recognized / notified by the Finance Department,

Government of Gujarat (GoG) from time to time.

Page 51: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW

Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 51 of 55

Appendix B: SD BG

(On stamp paper of Rs.100/-)

Format of Bank Guarantee for Security Deposit / Performance Bank Guarantee [To be on non-judicial stamp paper of Rupees One Hundred Only (INR 100/-) or appropriate value as per

Stamp Act relevant to place of execution, duly signed on each page. Foreign entities submitting Bid are

required to follow the applicable law in their country]

We,' Bank of _________________________________________here by agree unequivocally and unconditionally to pay immediately on demand in writing from the Gujarat State Electricity Corporation Limited. or any Officer authorized by it in this behalf any amount up to and not exceeding Rs._________(in _______________ words) Rupees ________________________ to the said Gujarat State Electricity Corporation Limited. on behalf of M/s. ____________________________ _______who have entered ___________ into a contract for the supply/works specified below: L.O.A.No. _______________________dated This agreement shall be valid and binding on this Bank upto and inclusive of ___________________and shall not be terminable by notice or by change in the constitution of the Bank or the firm of Contractors / Suppliers or by any other reasons whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given conceded or agreed, with or without our knowledge or consent, by or between parties to the said within written contract.

“Notwithstanding anything contrary contained in any law for the time being in force or banking practice, this Guarantee shall not be assignable, transferable by the beneficiary (i.e. GSECL). Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the Bank. Any invocation of the Guarantee can be made only by the beneficiary directly.”

“NOTWITHSTANDING” anything contained herein before, our liability under this guarantee is restricted to Rs.__________ (Rupees _________________ only). Our guarantee shall remain in force until __ (Date of validity of the Guarantee). Unless demands or claims under this Bank Guarantee are made to us in writing on or before_____ ______ (Date of validity of the Guarantee), all rights of Beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under;

Place: Date:

Please Mention here Complete Postal

Address of the Bank with Branch Code,

Telephone and Fax Nos.

Signature of the

Bank’s Authorised Signatory with

Official Round Seal.

Page 52: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW

Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 52 of 55

Appendix B1: Bank List

List of Banks for Bank Guarantee

Bank Guarantee from the following Banks will be acceptable.

Sr.No List of Banks

(1) All Nationalized Banks including the Public Sector Bank-IDBI Ltd.

(2) Private Sector Banks authorized by RBI to undertake State Government Business. (at present – AXIS Bank , ICICI Bank and HDFC Bank)

(3) Commercial Banks

1 Kotak Mahindra Bank

2 Yes Bank

3 RBL Bank (the Ratnakar Bank Ltd.)

4 Indusland Bank

5 Karur Vysya Bank

6 DCB Bank

7 Federal Bank

8 South Indian Bank

(4) Co-operative Banks of Gujarat

1 The Kalupur Commercial Co-operative Bank Ltd.

2 Rajkot Nagarik Shakari Bank Ltd.

3 The Ahmedabad Mercantile Co-operative Bank Ltd.

4 The Mehsana Urban Co-operative Bank Ltd.

5 Nutan Nagrik Sahakari Bank Ltd.

6 Dena Gujarat Gramin Bank

The Bank Guarantee submitted should have the clear one time validity in all respect If by any

reason the Validity of tender/ contract period is extended, bidder shall undertake to renew the

Bank Guarantee at least one month before the expiry of the validity failing which GSECL will be at

liberty to encash the same.

Page 53: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW

Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 53 of 55

Appendix C: Contract Agreement

(On Stamp Paper of Rs.100/-) FORM OF „CONTRACT AGREEMENT‟ This agreement is made at VADODARA the_________day of _________in the Christian year Two thousand__________________________between___________________________ (herein after referred to as “THE CONTRACTOR” which expression shall unless excluded by or repugnant to the contract include its successors or permitted assigns) of the one part and the Gujarat State Electricity Corporation Ltd. having their Head Office at Sardar Patel Vidyut Bhavan, Race Course, BARODA – 390 007 (hereinafter called “The GSECL” which expression shall unless excluded by or repugnant to the context include its successors or assigns) of the other part. WHEREAS the aforesaid GSECL has accepted the tender of the aforesaid contractors for ___________________________________________________________________________ as per GSECL‟s Order No.__________________________hereinafter called “the Works” and more particularly described enumerated or referred to in the specification, terms and conditions prescribed in the Order letter, covering letter and other letters and schedule of price which for the purpose of identification have been signed by Shri __________________ on behalf of the Contractors and by ______________________on behalf of the GSECL a list whereof is made out in the Schedule hereunder written and all of which said documents are deemed to form part of this contract and included in the expression “ the Works” wherever herein used, upon the terms and subject to the conditions hereinafter mentioned. AND WHEREAS THE GSECL has accepted the tender of the contractors for the construction of the said works for the sum of Rs.______________ (Rupees:____________________________________) upon the terms and subject to the conditions herein mentioned. NOW THIS AGREEMENT WITNESSES AND IT IS HEREBY AGREED AND DECLARED THAT :– The contractors shall do and perform all works and things in this contract mentioned and described or which are implied therein or there from respectively or are reasonably necessary for the completion of the works as mentioned and at the times, in the manner and subject to the terms, conditions and stipulations contained in this contract, and in consideration of the due provision, executions, construction and completion of the works agreed to by the contractors as aforesaid, the GSECL doth hereby covenant with the contractor to pay all the sums of money as and when they become due and payable to the contractors under the provisions of the contract. Such payments to be made at such times and in such manner as is provided by the contract. The conditions and covenants stipulated herein before in this contract are subject to and without prejudice to the rights of the GSECL to enforce penalty for delays and / or any other rights whatsoever including the right to reject and cancel on default or breach by the

Page 54: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW

Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 54 of 55

contractors of the conditions and the covenants as stipulated in the general conditions, specifications, forms, or tender schedule, drawing, etc., attached with GSECL‟s Order No._______________________________________ The contract value, extent of supply delivery dates, specifications, and other relevant matters may be altered by mutual agreement and if so altered shall not be deemed or construed to mean or apply to affect or alter other terms and conditions of the contract and the general conditions and the contract so altered or revised shall be and shall always be deemed to have been subject to and without prejudice to said stipulation. SCHEDULE List of documents forming part of the contract: 1. 2. 3 4. 5. 6 7. In witness whereof the parties hereto have set their hands and seals this day and month year first above written. 1. Signed, Sealed and delivered by : (Signature with Name, Designation & official seal) For and on behalf of M/s.__________________ In the presence of Name, Full Address & Signatures. : ----------------------------------------------------- ------------------------------------------------------ ------------------------------------------------------ 2. Signed, Sealed and Delivered by : (Signature with Name, Designation & official seal) For and on behalf of Gujarat State Electricity Corporation Ltd., Vidyut Bhavan, Race Course, BARODA – 390 007. In the presence of Name, Full Address & Signature: ---------------------------------------------------- ------------------------------------------------------ ------------------------------------------------------ -------------------------------------------------------

Page 55: Consultancy service for feasibility study and preparation ... Office/PP_PMI_120 MW … · Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for

Consultancy service for feasibility study and Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW

Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 55 of 55

Appendix D: Site Details

Details of Site and Contact person

Gandhinagar Chief Engineer (G)

Address Gujarat State electricity Corporation Limited, Gandhinagar Thermal Power Station, Post: Gandhinagar Gandhinagar-382041

Email [email protected];

Telephone: Fax:

Mobile:

079-23215664,23215663 079-23216673 9925210747

Ukai Chief Engineer (G)

Address Gujarat State electricity Corporation Limited, Ukai Thermal Power Station, Ukai, Ta: Songadh, Dist. Tapi, (surat)

Email [email protected];[email protected]

Telephone: Fax:

Mobile:

02624-233244;02634-233231 02624-233300;02634-233315

Sikka Chief Engineer (G)

Address Gujarat State electricity Corporation Limited, Sikka Thermal Power Station, Sikka, Dist. Jamnagar-361141

Email [email protected];[email protected]

Telephone: Fax:

Mobile:

0288-2344106;2344116 0288-2344033;2344071