SELECTION OF CONSULTANT FOR PROVIDING COMPREHENSIVE ...jkspdc.nic.in/tender_files/2012/Parnai/PMC...
Transcript of SELECTION OF CONSULTANT FOR PROVIDING COMPREHENSIVE ...jkspdc.nic.in/tender_files/2012/Parnai/PMC...
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 1 of 92
JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION
LETTER OF INVITATION (LOI)
FOR
SELECTION OF CONSULTANT
FOR PROVIDING
COMPREHENSIVE CONTRACT MANAGEMENT SERVICES
for
Implementation of EPC contract
for
Construction of 37.7MW Parnai HEP
in
Poonch District
Jammu & Kashmir State
September 2012
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 2 of 92
JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.
Corporate Office: Hotel Shaw Inn, Boulevard, Nehru Park, Srinagar, J&K - 190001
Phone: 0194 – 2500071, Fax: 0194-2500145
Camp Office: Ashok Nagar, Satwari, Jammu, J&K - 180004.
Phone: 0191 – 2430548/2439039, Fax: 0191-2435403.
NIT No: JKSPDC/PMC/Parnai/2012/22 of September 2012
Dated: 24 -09- 2012
INVITATION OF BIDS
The J&K State Power Development Corporation (Owner) intends to construct
37.7MW Parnai HEP (the Project) adopting EPC mode in Poonch District of J&K
State for which EPC Contract is being awarded separately soon.
To help steer the above cited EPC contract towards successful completion and
commissioning as per the timelines and specifications specified therein, the
Owner intends to engage the services of reputed Consultancy Companies/
Organizations/ firms/associations Registered under the relevant laws, having
substantial previous experience in similar works for providing a Comprehensive
Contract Management Services for the above the Project which shall include
but not be limited to:-
• Review of planning & strategy documents of EPC Contractor.
• Evolution of activity control charts/ reports and other management tools
for the benefit of the Owner and ensuring execution of works as per CPM/
Pert Charts.
• Review and consenting to drawings and designs produced by the EPC
Contractor for assisting the Owner in approving the detailed engineering
carried out by the EPC Contractor.
• Supervision of all works including manufacturing/ fabrication process,
erection, testing, commissioning of all works and equipments at all stages
of works.
• Monitoring of progress of works.
• Quality Assurance in conformance with sound engineering practices,
standards/ specifications and terms and conditions of the EPC Contract.
• Certification of measurements for works executed by the EPC Contractor.
• Certification of payments for the works executed by the EPC Contractor.
• Management of Contractor’s Claims.
• Evolving of reports and their submission to the Owner.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 3 of 92
• Any other services as shall be deemed necessary during the progress of
the work to achieve the successful completion and commissioning of the
project.
Accordingly, sealed bids are invited from bidders who comply and satisfy
eligibility criteria given in the detailed “Letter of Invitation” available in the office
of The Managing Director, JKSPDC, Hotel Shaw Inn, Boulevard, Srinagar - 190001
for providing the above stated services.
The Tender Documents can be downloaded from JKSPDC’s website
(www.jkspdc.nic.in) during the period 28-09-2012 to 18-10-2012. The interested
parties who have downloaded the Documents from JKSPDC’s website shall
submit a letter of confirmation to this effect to The Managing Director JKSPDC,
Hotel Shaw Inn, Boulevard, Srinagar-190001, India, Tel./ Fax No. +91 194
2500071/2500145, E-mail: [email protected] by 18-10-2012
positively along with a non refundable fee of INR 15,000/- (Indian Rupees Fifteen
Thousand only) or 400 USD (Four hundred US Dollars) in case of foreign bidders
per set in the form of crossed Demand Draft in favour of "General Manager
(Accounts), Srinagar", payable at Srinagar (J&K), India towards the cost of
Tender Documents. The cost of the tender document can also be deposited in
JKSPDC through RTGS Account No.0005010100007103 maintained with The J&K
Bank Limited, Branch Residency Road, Srinagar having IFSC Code:
JAKA0CHINAR and MICR Code: 190051065 under intimation to JKSPDC by 18-
10-2012 through above Email ID giving reference of the UTR No under which the
transaction was made.
The interested parties may also obtain the Tender Documents personally or by
writing to The Managing Director JKSPDC, Hotel Shaw Inn, Boulevard, Srinagar-
190001, India. The request duly accompanied by a non-refundable fee per set
of INR 15,000/- (Indian Rupees Fifteen Thousand only) or 400 USD (four hundred
US Dollars) in case of foreign bidders must clearly state “Request for Tender
Documents for Comprehensive Contract Management Services for
implementation of EPC contract for Construction of 37.7MW Parnai”. The non-
refundable fee shall be paid in the form of crossed Demand Draft in favour of
“General Manager (Accounts), Srinagar", payable at Srinagar (J&K), India. The
bidders may collect the documents in person or through authorised agent on all
working days w.e.f. 28-09-2012 to 18-10-2012 between 1000 Hrs. to 1600 Hrs.
In case the documents are requested by the bidder to be sent by postal /
courier services, the bidder shall have to pay an additional amount of INR. 300
per bid as postal/ courier charges. JKSPDC shall not, however be responsible for
any damage to or loss of documents during transit or delayed delivery.
Queries, if any, on the tender document will be entertained from only those
prospective bidders who have purchased the tender document. Last date for
receipt of queries shall be shall be 31-10-2012
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 4 of 92
The bids shall have to be delivered/ submitted in the office of Managing
Director J&K State Power Development Corporation, Camp Office Ashok Nagar
Satwari Jammu, J&K - 180004 on or before 30th of November 2012 upto 1400
Hours and shall be opened on same day at 1500 Hours or any other day and
time convenient to the Owner in the presence of bidders or their authorized
representatives, who may wish to be present.
Any corrigendum/modification to NIT shall be available on website only and the
bidders are advised to visit the site regularly before deadline for submission of
bid. However, attempt shall be made to send by email the
corrigendum/modification to prospective bidders who have
purchased/downloaded (only to those bidders who have intimated JKSPDC)
the NIT.
The applicants are requested to intimate the email ID (in gamil, hotmail or
yahoo domains only) and other contact particulars, with their request for at the
time of purchase or intimating JKSPDC regarding downloading the NIT from
JKSPDC website.
Bids received late, on any account, after the due date and time as specified
herein above shall not be accepted.
The bids, received within time, only shall be opened.
The Owner reserves the right to cancel/ withdraw the bid without assigning any
reason.
SCHEDULE: The following shall be the schedule of various events:-
S. No. Event Date & Time Venue
1. Sale of Tender
Documents
28-09-2012 to 18-10-
2012. (During working
hours)
Corporate Office, Srinagar.
2.
Requests for
Clarifications on
Tender
Documents
Upto 31-10-2012.
To be received by hand,
email, fax or through post at
Corporate Office, Srinagar.
3. Reply to the
clarifications 11-11-2012 Through email
4. Last date for
receipt of Tenders
30th of November
2012 upto 1400 Hours
Camp Office, Jammu.
(Ashok Nagar, Satwari,
Jammu – 180004. J&K. India)
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 5 of 92
5. Opening of
tenders
Date & Time to be
communicated
separately
1. Part I: Techno-Commercial
bid will be opened on 30th of
November 2012 at 1500 Hours
at JKSPDC Camp Office,
Satrwari Jammu.
2. The date of opening of Part II
Price Bid shall be intimated
separately.
Bidders are advised, in their own interest, to regularly follow the JKSPDC website
for updates.
Sd/- Executive Director (Civil) For & on behalf of JKSPDC
No:- JKSPDC/Tech/P- 17 / 5794-5805 Dated:- 24 - 09 -2012
Copy to:-
1. Principal Secretary to Govt., Power Development Department, Civil
Secretariat, Srinagar.
2. Managing Director JKSPDC, Srinagar.
3. Director Finance JKSPDC, Srinagar.
4. Chief Engineer CI&D, Jammu.
5. Chief Engineer Generation, Jammu.
6. Director Information, Jammu /Srinagar.
7. Company Secretary, JKSPDC, Srinagar with instructions to put the NIT on
website of Corporation.
8. Controller of Publication, India Trade General, Counsel House Street,
Kolkatta.
9. Joint Director Information, Srinagar with the request to get this notice
published in two leading national newspapers published at Delhi and two
J&K State leading local dailies.
10. Press Information Bureau, JK House, Chanakya Puri Marg, New Delhi.
11. Central Electricity Authority, Sewa Bhawan, R.K. Puram, New Delhi.
12. Ranbir Government Press, Jammu.
13. Government Press, Srinagar.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 6 of 92
JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LTD.
Corporate Office: Hotel Shaw Inn, Boulevard, Nehru Park, Srinagar, J&K - 190001
Phone: 0194 – 2500071, Fax: 0194 2500145
Camp Office: Ashok Nagar, Satwari, Jammu, J&K - 180004.
Phone: 0191 – 2430548/2439039 Fax: 0191-2435403.
E-mail: [email protected]; website: www.jkspdc.nic.in
LETTER OF INVITATION
SUBJECT: Selection of Consultant for providing of a Comprehensive Contract
Management Services for Implementation of the EPC Contract for
Construction of 37.7MW Parnai HEP, in Poonch District, J&K State
The J&K State Power Development Corporation (Owner) intends to construct the
37.7MW Parnai HEP (the Project) adopting EPC mode in Parnai of J&K State for
which EPC Contract is being awarded soon.
To help steer the above cited EPC Contract towards successful completion and
commissioning as per the timelines and specifications specified therein, Owner
intends to engage the services of reputed Consultancy Companies/
Organizations/ firm/ association Registered under the relevant laws, having
substantial previous experience in similar works for providing a Comprehensive
Contract Management Services for the scope of services contained in
Annexure – II of this document.
For carrying out the above cited assignment, Bidders would be required to
provide the services of managers, design experts and supervision personnel, in
respect whom the nomenclature, the academic qualification, general
experience and the specific experience is specified in Clause 3.3 of this
document.
• The Man Power indicated therein, in the opinion of the Owner is the
minimum requirement at various levels to carry out the assignment being
offered herein and shall necessarily be provided for by the prospective
bidders. This man power read with tentative requirement of other site
supervision and support staff given in Annexure II and the cost quoted for
the same shall be used for working out the reasonability of the financial
proposal.
• The prospective Contract Management Consultant shall also be required
to put in place adequate site and office support staff which may comprise
of experienced Graduate Engineers in relevant field of engineering with
minimum relevant experience of 01 years, office Assistants, Draftsmen,
Accountants and other nontechnical support staff to efficiently discharge
the responsibilities cast on them under the contract. (Refer Annexure II).
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 7 of 92
• The prospective Contract Management Consultant, on award of contract,
shall however be free to induct additional man power at any or all levels,
over and above the minimum cited above, if in its opinion, the same shall
help in better execution and expeditious completion of assignment. The
financial implication for the same, however, shall have to be absorbed in
the awarded price.
ELIGIBILITY CRITERIA
The intending bidders would be required to meet and comply with following
eligibility criteria.
A. ESSENTIAL TO MEET
1. The bidder should be an established well known reputed Design &
Supervision Consultancy Companies/ Organizations/firm/association,
registered under the relevant laws for providing Contract
Management Consultancy Services in the field of hydro-electric
projects.
2. The bidders should have previous experience of providing
Comprehensive Contract Management Consultancy Services
comprised of services indicated above.
3. The bidders should have specific previous experience of having
successfully provided the Contract Management Consultancy
Services during last seven (7) years as per scope of services described
herein after, for the implementation of at least:-
a. one hydro power project having installed power generating
capacity not less than 40MW ; OR
b. two hydro power projects having installed power generating
capacity not less than 25MW each ; OR
c. three hydro power projects having installed power generating
capacity not less than 20MW each.
4. Average annual financial turn over during the last three years ending
31st March 2012 should not be less than Rs. 1.50 crore.
5. Bidders, to support their credentials in respect of specific previous
experience, must submit along with applications, Performance
Certificates/ Completion Certificates testifying successful completion
and commissioning of hydro electric projects having installed
capacity as specified in clause 3 above.
6. Bidders are also required to submit performance certificates in respect
of their current/ ongoing assignments.
7. The bidder must furnish of its full Arbitration & Litigation history with all
supporting documents. The intending bidders who has been
blacklisted/ debarred from practicing as Consultant by Government
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 8 of 92
of India or any Department/ Undertaking thereof, any State
Government or any Department/ Undertaking thereof or any
national/ international multilateral infra structure financing/ funding
institutions like ADB, WORLD BANK etc is not eligible to participate in
the bidding in case the debarment is in force and effective on the
date of submission of the bid. In case the bidder has been debarred
after the bid submission date and if the debarment in force and
effective on the date of award of the contract, the bidder shall be
deemed to be disqualified for award of the contract.
8. Intending bidders would be required to produce certified copies of
the audited accounts/statements for the last 3 years and other
documentary evidence in support of their submissions in response to
requirements listed at serial no 1-5 as above and self declaration in
respect requirement listed at S. No. 7.
Bidders failing to meet the essential criteria would be considered non-responsive
and their bids would stand rejected at the technical evaluation stage.
B. DESIREABLE
9. The bidder companies besides having substantial experience in
providing Contract Management Consultancy Services should
preferably have their own dedicated design cell/ wing.
Proposals to provide the above stated services (referred to as “proposal” herein
after) should be submitted in the manner stated herein after:
Section-I INSTRUCTIONS/ INFORMATION TO BIDDERS:
1.0 Bidders are required to furnish all information and documents as called for
in this Letter of Invitation document in English. Any printed literature
furnished by the bidder in a language other than English, should be
accompanied with an English translation, in which case, for the purpose of
interpretation of the document, the English translation shall prevail.
1.1 Proposal should be typed or filled in ink.
1.2 All additions, alterations and over-writings in the proposal or
accompanying documents must be clearly initialed by the authorized
signatory.
1.3 Bidder has to be a single entity. Joint Ventures/consortia are not allowed
to bid. The proposal document is not transferable.
1.4 The proposal document shall be submitted in the following manner:
1.4.1 The bid shall be accompanied with earnest money amounting to
Rs. 4, 00,000/- (Rupees four Lac only). This amount should be in the
form of a crossed Demand Draft in favour of General Manager
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 9 of 92
(Accounts) JKSPDC, Srinagar, payable at Srinagar, and placed in a
separate sealed envelope marked as ‘BID EARNEST MONEY’ FOR
CONTRACT MANAGEMENT CONSULTANCY SERVICES FOR 37.7MW
Parnai HEP on the top of the envelope. Any bid not accompanied
by acceptable bid security shall be rejected as non-responsive.
1.4.2 The bid price should be quoted as explained hereinafter as per
format F-7, F-8, Annexure V and should be placed in a separate
sealed envelope clearly marked as ‘PRICE BID’ FOR CONTRACT
MANAGEMENT CONSULTANCY SERVICES FOR 37.7MW Parnai HEP on
the top of the envelope.
1.4.3 All the other documents explained hereinafter, shall be furnished in
three sets and placed in a separate sealed envelope and marked
as ‘TECHNICAL BID DOCUMENTS’ FOR CONSULTANCY SERVICES FOR
CONTRACT MANAGEMENT CONSULTANCY SERVICES FOR 37.7MW
Parnai HEP on the top of the envelope.
1.4.4 The bidder shall bear all costs associated with the preparation and
submission of its bid, and the JKSPDC will in no case be responsible
or liable for those costs, regardless of the conduct or outcome of
the biding process.
1.4.5 All the above three sealed envelopes should be put inside one
single cover, sealed and clearly super-scribed on top of the cover
with the words ‘BID FOR CONTRACT MANAGEMENT CONSULTANCY
SERVICES FOR 37.7MW Parnai HEP. Name and address of the bidder
should also be clearly written on the packet.
1.5 Proposal document shall be submitted at the following address on or
before 30th November 2012, 1400 Hrs:
Managing Director,
J&K State Power Development Corporation Limited,
Camp Office Ashok Nagar Satwari Jammu, J&K - 180004 (India)
However, it may be noted that the Managing Director JKSPDC may, at his
discretion, extend the due date and time for submission of the proposals which
shall be duly notified in both print and electronic media.
1.6 Any proposal received after the deadline for submission of bids shall be
returned un-opened.
1.7 JKSPDC also takes no responsibility for delay, loss or non receipt of
documents sent by post / courier / or other means.
1.8 All proposals (in the sealed cover/ envelope referred at 1.4.5 above super
scribed as ‘BID FOR CONTRACT MANAGEMENT CONSULTANCY SERVICES
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 10 of 92
FOR 37.7MW Parnai HEP submitted by the bidders by the due date and
time at address mentioned hereinabove shall be opened followed by
opening of the sealed envelopes (referred at 1.4.1 above) marked as ‘BID
EARNEST MONEY’ FOR CONTRACT MANAGEMENT CONSULTANCY SERVICES
FOR 37.7MW Parnai HEP on 30th November 2012 or any other date to be
intimated to bidders in the same office in the presence of such bidders or
their authorized representative who would like to attend the Bid Opening.
1.9 Envelopes containing ‘TECHNICAL BID DOCUMENTS FOR CONTRACT
MANAGEMENT CONSULTANCY SERVICES FOR 37.7MW Parnai HEP (refer
1.4.3) of only those bidders, who are found to have submitted the BID
EARNEST MONEY in the form and in accordance with the requirements laid
herein, shall be taken up for opening.
1.10 Bids not accompanied by BID EARNEST MONEY shall be rejected at very
outset.
1.11 Earnest Money Deposit will be refunded to the successful Bidders, after
signing of the Contract Agreement and furnishing of requisite Contract
Performance Guarantee by the successful Bidder.
1.12 Earnest Money Deposit of all unsuccessful Bidders shall be returned within
thirty (30) days of award/ signing of contract agreement with the
successful bidder
1.13 Price bids, submitted in sealed cover and super scribed as ‘PRICE BID’ of
only those bidders whose score is equal to or more than specified by the
Owner hereinafter shall be opened on a suitable date which shall be
separately communicated to each of the technically responsive bidders in
the same office in the presence of such technically responsive bidders or
their authorized representative who would like to attend the Price Bid
Opening.
1.14 The bidder may properly check the proposal before submission to ensure
that all information / documents required are included.
1.15 At any time prior to opening of proposals, Owner either at their own
initiative or in response to clarifications requested by a prospective
bidder/s may modify the bid document by issuing an amendment. In
addition, such amendment(s) shall be sent by fax / mail to the bidders who
have already submitted their bids. Such amendments shall become part of
bid documents.
1.16 The proposals submitted must indicate that the proposal is FIRM and that
the proposal shall REMAIN VALID FOR A PERIOD OF NOT LESS THAN 180
DAYS from the last date of receipt of proposal as per NIT.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 11 of 92
1.17 The Owner shall examine the proposal to determine whether the proposals
are substantially responsive to the requirements of the bid document.
Proposals shall be considered non responsive and liable for rejection for
the following reasons:
1.17.1 Proposal is not received by the due date and time.
1.17.2 Proposal is not accompanied with Bid Earnest Money.
1.17.3 Proposal is not accompanied with the required documents.
1.17.4 Proposal is not FIRM.
1.17.5 Proposal is not valid for the prescribed minimum period.
1.18 The Owner shall take up evaluation of only responsive bids. Negotiations
may be initiated with one or more bidders at the discretion of Owner.
1.19 The Owner reserves the right to reject any proposal, if at any point of time,
it becomes known or is discovered that a material misrepresentation has
been made by a bidder in the process related to submission of the bid.
1.20 In the event of any bidder not responding to further clarifications as
required for the finalization of the bid, the Owner reserves the right to forfeit
the bid earnest money furnished by such bidder and reject the bid.
1.21 Any deviation to any clause of bid document must be properly spelt out in
exceptions and deviations statement to be submitted along with the bid,
giving details of page number and clause number and detailing the
deviation. The Owner reserves the right to accept or reject any deviation
or modify the relevant clause of the bid document to the extent
necessary. Exceptions and deviations statement in the prescribed format
as per Annex-VIII, must be attached with the proposal.
1.22 After opening of proposal and till final selection of successful bidder, no
correspondence of any type, unless called for and initiated by the Owner,
shall be entertained.
1.23 Bidder or authorized representative of the bidder must sign each page of
the proposal.
1.24 Bidders are informed that the Owner is neither under any obligation to
select any bidder, nor to give any reason for selecting or not selecting any
bidder; the Owner is also under no obligation to proceed with the work or
part thereof.
1.25 Successful Bidders shall have to enter into contract with the Owner, as per
agreement format supplied herein as a part of the bid document as
Annexure–IX, within 10 days from the issuance of letter intimating
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 12 of 92
acceptance of the proposal and the Intent to Award the consultancy
contract.
1.26 Successful bidder shall be required to provide Contract Performance
Guarantee in the form of a bank guarantee of amount not less than 5%
(five per cent) of the total value of the proposed consultancy contract
and valid for the tenure of the contract plus twenty eight days in the
prescribed format( Refer Annexure –X).
1.27 Submission of Contract Performance Guarantee for an amount, validity
period and form, shall be pre-requisite for signing of the Contract
Agreement.
1.28 In the event of failure of successful bidder to execute the Contract
Agreement within 10 DAYS from the date of issuance of letter of intent/
letter of award of contract, full Earnest Money Deposit shall stand forfeited
and the Owner may place order on next competitive bidder at the risk
and cost of the successful bidder without prejudice to taking any other
action, deemed fit by the Owner, against the successful bidders.
1.29 The date of start shall necessarily coincide with the date of start of the
Turnkey Contract for the construction of the HEP (37.7MW Parnai HEP).
Date of start for providing of Contract Management Consultancy Services
shall be as specified in the Consultancy Contract Agreement or Notice to
Proceed to be issued by the Owner, whichever is earlier.
1.30 Time of completion shall be as per ANNEXURE III.
1.31 TERMS OF PAYMENT Schedule of payments shall be as per ANNEXURE VI.
SECTION-II
2.0 Information to be furnished by the Bidders
2.1 Team Leader and Members
The experience and qualifications of the team managers, design experts
and the team members proposed to be assigned for the task should be
indicated in Form no-4 (Refer ANNEXURE-IV).
2.2 BASIS OF PRICE OFFER:
The Price Offer shall be for the assignment as per the Scope of the
Services (REFER ANNEXURE II) and shall remain FIRM throughout the
period of contract.
The bidder must quote consultancy charges in two parts but in one
quote (REFER Form 6-8, ANNEXURE V).
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 13 of 92
Part 1 would indicate the sum total of the remunerations the Contract
Management Consultant proposes to pay to the nominated team of
experts/ engineers and other support staff it proposes to deploy for the
assignment as per the Consultant’s Schedule of Personnel.
Part 2, under the head ‘Provisional Sum’ shall cover all other ‘out of
pocket expenses’ including boarding and lodging, travel,
transportation at site, insurance of his personnel, office expenses,
telephone, internet, including hardware and software etc. which the
CONTRACT MANAGEMENT CONSULTANT estimates to incur for providing
the services in conformance with the terms of reference of the
CONTRACT MANAGEMENT CONSULTANCY CONTRACT.
The Owner reserves the right to ask the bidder to justify and establish the
reasonableness of quoted price/rates.
The Owner will not be required to pay and/or reimburse anything over
and above the contract prices.
3.0 BID EVALUATION
3.1 A two stage procedure will be adopted in evaluating the proposal with
the Technical Evaluation being completed prior to any Financial Proposal
being opened.
3.2 The Technical proposal would be evaluated based on the following
parameters:
Part A: Relevant past experience, general and specific, in the field of
CONTRACT MANAGEMENT CONSULTANCY which must have
included contract management and supervision of Civil,
Mechanical, Hydro Mechanical, Electrical and Electromechanical
Works of River Valley/ Hydro electric Projects as essential
components (1400 Marks)
Part B: Qualification and Competence of key personnel proposed to be
deployed by the Consultant for the present assignment (1550
marks).
Weightage assigned to each of the above criteria and evaluation
methodology is enumerated as follows:-
3.3 Technical Evaluation Criteria:
Part A: Past experience
The Technical Proposal will be evaluated using the following criteria:
Claus
e
Description of Criteria Qualification Max. Points
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 14 of 92
3.3.1 Previous Experience in the Profession/ Business of Providing
Consultancy Services
The time duration for which the
Bidder
company/organization/firm/ass
ociation, registered under the
relevant laws, have been in the
profession/ business of
providing consultancy in the
field of hydroelectric energy
would be taken as an indicator
of their being active in the
business as well as
resourcefulness of the bidders.
≥ 5 years 400
3.3.2 Previous Experience of Providing Comprehensive Contract
Management Consultancy Service
Previous experience of
providing comprehensive
Contract Management
Consultancy services including
supervision consultancy for
implementing power projects
having minimum generating
capacity of 15MW or more.
Additional weightage for hydro
power projects with aggregate
capacity of 60 MW or above
Not less than
15MW.
Aggregate
capacity not
less than 60MW
200
50
(Bidders with
lesser experience
would be scaled
accordingly)
3.3.3 Design Capability of the Bidder
Bidder having
their own
dedicated
design cell.
250
3.3.4 Performance Certificates
Furnishing of Performance
Certificates testifying successful
completion and commissioning
in last seven (7) years of at least
400
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 15 of 92
one hydro electric project
having installed capacity of 7
MW (OR MORE) for which the
comprehensive contract
management including
supervision consultancy stood
provided by the bidder.
Additional weightage for hydro
power projects with aggregate
capacity of 90MW or above.
Bidder with
experience of
aggregate
capacity of 90
MW or above.
100
(Bidders with
lesser experience
would be scaled
accordingly)
Total 1400
Part B: Composition of the Team:
Team:
Composition of the team fielded by the BIDDER in terms of management
core group, design review experts and supervision personnel, their
qualifications, experience and their being borne on regular roll of the
bidder company for a period more than 24 months shall entitle the bidder
to a maximum score of 1400 points.
The actual score for the team including the Team Leader would be
calculated by using following weight age points:
S. No Position in
team
prescribed qualification Distribution of
weightage
point
Weigh
t-age
points.
TEAM LEADERS
1
Team
leader
Graduate in Civil Engineering
with minimum 20 year’s
experience, out of which
minimum 10 years should be in
hydro- power sector and River
Valley projects.
Additional points for
Postgraduate degree in relevant
field.
Qualification
General exp
Hydro exp.
50
25
25
20
DESIGN REVIEW TEAM
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 16 of 92
2 Chief
Design
Engineer
Graduate in Civil Engineering
with minimum experience of 15
years out of which minimum 10
years must be in design of civil
components of hydro- power
projects and River Valley
projects.
Additional points for
Postgraduate degree in relevant
field.
Qualification
General exp.
Hydro exp
50
25
25
20
3 Mechani
cal
Engineer/
Hydraulic
Steel
Structure
Engineer
Graduate in Mechanical
Engineering with minimum
experience of 15 years out of
which minimum 10 years must be
in design of hydro-mechanical
components/ hydraulic steel
structure of hydro power project
and River Valley projects.
Additional points for
Postgraduate degree in relevant
field.
Qualification
General exp.
Hydro exp
50
25
25
20
4 Electrical
Engineer
Graduate in Electrical
Engineering with minimum
experience of 15 years out of
which minimum 10 years must be
in electro- mechanical woks
power projects.
Additional points for
Postgraduate degree in relevant
field.
Qualification
General exp.
Hydro exp
50
25
25
20
5 Geotech
nical/Tun
neling
Engineer
Post graduate in Geotechnical
Engineer with minimum
experience of 15 years out of
which minimum 10 years must be
in hydro power projects
Additional points for experience
in tunneling for a total minimum
tunnel length of 5Km.
(Bidders with
lesser
experience
would be
scaled
accordingly)
50
25
25
20
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 17 of 92
SITE SUPERVISION TEAM
6 Senior
Civil
(Engineer
Graduate in Civil Engineering
with minimum experience of 15
years out of which minimum 10
years must be as Civil Engineer in
hydro-power projects and River
Valley projects.
Additional points for
Postgraduate degree in relevant
field.
Qualification
General exp.
Hydro exp
50
25
25
20
7 Geologist Graduate in relevant field with
minimum experience of 15 years,
out of which minimum 10 years
must be as Geo-technical
Engineer in hydro- power projects
and River Valley projects.
Additional points for experience
in tunneling for a total minimum
tunnel length of 5Km
Qualification
General exp.
Hydro exp
(Bidders with
lesser
experience
would be
scaled
accordingly)
50
25
25
20
8 Mechani
cal
Hydraulic
Steel
Structure
Engineer
Graduate in relevant filed of
Engineering with experience of
15 years out of which minimum 5
years must be in power project
and River Valley projects.
Additional points for
Postgraduate degree in relevant
field.
Qualification
General exp.
Hydro exp
50
25
25
20
9 Electrical
& Control
Engineer
Graduate in relevant field of
Engineering with minimum
experience of 15 years, out of
which minimum 10 years must be
in power projects.
Additional points for
Postgraduate degree in relevant
field.
Qualification
General exp.
Hydro exp
50
25
25
20
Total 1080
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 18 of 92
Besides above weight-age points, each member of the team fielded by
the bidder would earn maximum 30 additional weight-age points for being
on regular roll of the bidder for last 24 months or more. Weight age points
for periods less than 24 months would be determined on pro rata basis.
TEAM LEADER:
In addition to above, the Team Leader for the present assignment would
receive additional 200 points each if he has the comprehensive
experience of having been responsible for the implementation of a hydro
electric project having installed capacity of 10 MW (or more) from the
award of contract/ beginning of the construction work to the stage of
successful commissioning of the hydro electric project.
The Infrastructure Projects mentioned above include Expressways,
Highways, Buildings, Bridges, Tunnels, etc.
River Valley Projects mentioned above include Irrigations projects, Flood
Control projects, Navigation projects, etc.
3.4 QUALIFYING TECHNICAL SCORE
The minimum qualifying technical score, for being eligible for consideration
in the next stage of evaluation, against the maximum score of 2950 shall
be 1770 points (60%).
3.5 Price bid of only those bidders shall be opened whose score in each of the
groups A and B is at least 60% i.e. 840 and 930 respectively.
3.6 BID VALIDITY:
BIDDERS are requested to keep their Bid valid for a period of ONE
HUNDRED and EIGHTY (180) DAYS from the date of receipt of the bid,
during which period they are expected to retain the personnel proposed
for the assignment and maintain the offered price as the firm price for the
assignment.
SECTION-IV
4.0 SCOPE OF WORK
The scope of the work shall be as contained in ANNEXURE – II of this
document.
SECTION-V
5.0 RESPONSIBILITIES OF THE CONSULTANT
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 19 of 92
The successful Bidder, in its functioning as Engineer-in-Charge, will
administer the contractual responsibilities and obligations of the Owner
under the EPC Contract, being awarded for the construction of the
Project, on EPC basis in Conformance with the scope of services specified
herein above to ensure that the construction work on the Project is carried
out as per the terms, conditions and technical specifications specified/
agreed with the EPC Contractor being entered into with the EPC
Contractor.
6.0 DETAILS OF DOCUMENTS TO ACCOMPANY THE BID
The following documents duly filled and signed by the bidders shall be
treated as part of the bid document:
Annexure I: LoI data
Annexure II: Scope of services
Annexure III: Time of Completion
Annexure IV: Formats for submission of technical bids (form 1-5)
Annexure V: Format for submission of financial bid (form 6-8)
Annexure VI: Schedule of Payments
Annexure VII: Check list
Annexure VIII: Proforma for exceptions and deviations
Annexure IX: Proposed contract with appendices
Annexure X: Proforma for Performance Guarantee.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 20 of 92
ANNEXURE - I
LETTER OF INVITATION
Bid Data Sheet
S.No. Item Description
1.1 Name of
Assignment
Selection of Consultant for providing of a
COMPREHENSIVE CONTRACT MANAGEMENT SERVICES
for IMPLEMETNTAION OF EPC CONTRACT, for
construction of 37.7MW Parnai HEP, in POONCH
DISTRICT, J&K STATE
1.2
Name of Owner
J&K State Power Development Corporation Ltd.,
Registered Office: Hotel Shaw Inn, Boulevard, Srinagar-
190001, Jammu & Kashmir State
TEL:-0194-2500071 FAX:0194-2500145
Camp office: J&K State Power Development
Corporation Ltd. Ashok Nagar Satwari, Jammu-180003
Jammu & Kashmir State
Tel: 0191-2430548; FAX 0191-2435408.
1.3 Description and
objective of
assignment
The J&K State Power Development Corporation
(Owner) intends to construct 37.7MW Parnai HEP
adopting EPC Mode in Poonch District of J&K State for
which EPC Contract being awarded soon.
To help steer the above cited EPC Contract towards
successful completion and commissioning as per the
timelines specified therein, the Owner intends to
engage the services of reputed Consultancy
Companies/ Organizations/firm/association Registered
under the relevant laws, having substantial previous
experience in similar works for providing the
Comprehensive Contract Management Services as
per the scope of work given in this document.
1.4
Inputs to be
provided by the
Owner:
Soft copy of detailed NIT
1.5 The documents
enclosed are:
1. LoI Data Sheet
2. Scope of services.
3. Formats for the technical and financial proposals.
4. Schedule of completion, Schedule of Payments
etc. under the proposed contract).
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 21 of 92
5. Draft Contract for the Consultancy Services.
6. Salient features of the DPR.
1.6 Earnest Money
Rs. 4,00,000.00( Rupees four Lac Only) in the form of a
crossed demand draft in favour of General Manager
(Accounts) JKSPDC, Srinagar, Payable at Srinagar .
1.7 Time of
Completion
• Works: 48 Months
plus
• Finalization of Works and Defects Liability Period: 12
months
(The actual time of completion shall be finalized in
consultation with EPC Contractor and thereafter with
the consultant)
1.8
Consortium The bidder has to be a single entity and no consortium
of companies/JV is allowed to participate in the
bidding process.
1.9 Address for
submission of
bids
Managing Director J&K State Power Development
Corporation Ltd. Camp Office Ashok Nagar Satwari
Jammu, J&K - 180004. 0191 – 2430548/2439039, Fax:
0191-2435403.
1.9 Date & Time for
submission of
bids
30th November 2012 at 1400 Hours.
1.10 Date of opening
of bids
30th November 2012 at 1500 Hours or any other date to
be intimated later.
The date of opening of financial bids shall be
communicated to technically qualified bidders
separately.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 22 of 92
ANNEXURE-II
SCOPE OF CONTRACT MANAGEMENT CONSULTANCY CONTRACT
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 23 of 92
Scope of Contract Management Consultancy Contract and Responsibilities of
Consultant
Table of Contents
1. Introduction
2. General Scope of the Services
2.1 Pre-commencement works
2.2 Main works
3. Scope of Services
3.1 Pre-commencement works
3.2 Main works
3.2.1 Review of contractor’s Design
3.2.2 Supervision of construction of civil works
3.2.3 Supervision of manufacture of Equipment
3.2.4 Certification of contractor’s Measurements
3.2.5 Certification of contractors Payments
3.2.6 Management of contractors claims
3.2.7 Assurance of quality control
4. Reports
5. Consultant’s personnel & the job description for key staff
6. Assistance to be provided by the owner
7. Design review-pre-commencement works:
8. Consultant Personnel Schedule
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 24 of 92
1. Introduction
The Jammu & Kashmir State Power Development Corporation (Owner) has
embarked on an expeditious programme to exploit the very substantial
hydropower potential within the state, in order to reduce the requirement of
Jammu & Kashmir for imported power from neighboring states and ultimately to
achieve a level of generation which will permit the state to be a net power
exporter.
This hydropower development, subject matter herein, involves the
implementation of the 37.7MW Parnai HEP (the Project) for which The Owner will
award, separately, EPC Contract for execution for all necessary additional
investigation, planning, Design and engineering, supply of equipment &
materials, civil construction, design, fabrication, manufacturing, supply,
transportation, handling, installation, testing & commissioning of all Hydro
Mechanical and Electro-Mechanical equipment/machinery leading to
successful commission and completion of the HEP, fit for the intended purpose.
The Project envisages utilization of water of Suran River, tributary of River Jehlum,
for power generation to the tune of 37.5 MW.
2. General Scope of the Services
2.1 Pre-Commencement Works
Prior to taking up of the main civil works of hydro electric project, EPC
Contractor are obliged to proceed with preliminary activities (defined as
pre-commencement Works) which include, but are not necessarily limited
to, the following activities:
• Mobilization of resources to the project area.
• Design and Engineering services pertaining to:
Planning
Site investigations
Preparation for hydraulic model tests/studies
Design criteria, calculations and drawings
Infrastructure works and construction facilities:
Site installation of civil contractor’s plant and equipment
Construction of civil contractor’s camp, offices, stores and workshops
Construction of roads and bridges (if any).
The CONTRACT MANAGEMENT CONSULTANT’S Home Office will be
responsible for the overall management of the consultant’s activities, the
coordination of the inputs from various disciplines and quality control, as
well as liaison with the Owner.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 25 of 92
The Team Leader will monitor the EPC Contractor’s progress on site on the
basis of the EPC Contractor’s detailed work schedule and programme for
the pre-commencement works.
Drawings and documents submitted by the EPC CONTRACTOR to the
CONTRACT MANAGEMENT CONSULTANT will be reviewed and commented
by suitable qualified staff.
2.2 Main Works
The duties and functions of the CONTRACT MANAGEMENT CONSULTANT
shall include supervision of construction to ensure that works are executed
as per the specifications laid down in the EPC Contract. CONTRACT
MANAGEMENT CONSULTANT shall test and examine the materials, plant
and equipment used or workmanship employed in connection with
construction of the Project and more generally to act on behalf of the
Owner for the management and operation of the EPC contract.
The CONTRACT MANAGEMENT CONSULTANT shall carry out the duties
specified for the ENGINEER-IN-CHARGE in the construction contracts,
particularly to:
Ensure quality control assurance and conformance of design,
materials and construction with the requirements of the EPC contract.
Monitor the progress of the construction and pursue compliance with
the latest agreed version of the MASTER CONTROL NETWORK
PROGRAMME for the Project
Certify measurements and payments and substantiation of costs and
claims
3. SCOPE OF SERVICES
3.1 Pre-Commencement Works:
The CONTRACT MANAGEMENT CONSULTANT’S scope of services for the
Pre- Commencement Works comprises:
Monitoring of the civil contractor’s progress on site.
Review of drawings and documents submitted by the civil contractor.
Reporting to the Owner.
3.2 MAIN WORKS:
The CONTRACT MANAGEMENT CONSULTANT’S scope of services for the
Main works comprises:
Review of contractor’s Design.
Supervision of construction of civil and Hydro-Mechanical/Electro-
Mechanical works.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 26 of 92
Supervision of Manufacture of equipment.
Certification of contractor’s Measurement.
Certification of contractor’s payments
Management of contractor’s claims.
Assurance of quality control.
In particular, the consultant’s duties comprise the followings:
3.2.1 REVIEW OF CONTRACTOR’S DESIGN:
The CONTRACT MANAGEMENT CONSULTANT will review the contractor’s
design, construction documents and drawings prepared for the execution
of the Project to ensure:
Compliance with the provisions of the contractual requirements,
Adherence to the applicable codes and standards,
Technical correctness and completeness,
Reliability and ease of maintenance.
This concerns essentially:
Detailed technical specifications,
Design criteria,
Design calculations,
General arrangement and assembly drawings,
Quality assurance plans,
O&M Manuals.
After review of the contractor’s documents the CONTRACT MANAGEMENT
CONSULTANT shall communicate his consent/comments to the contractors
(an additional copy will be given to the Owner) with the following
categories:
• “CONSENTED”:
In case the submitted drawings or documents receive the consent of
the Engineer-in- Charge.
• “CONSENTED WITH COMMENTS”.
In case the submitted drawings or documents are accepted in-
principle by the Engineer-in-Charge, but minor comments have to be
made. These comments will be explained in a covering letter and
marked in the drawing or document, which will be returned to the
contractor within the stipulated review period. Further
design/fabrication/construction shall be proceed, considering the
comments. Amended drawings or documents will have to be
submitted after completion of the contractor’s revision works.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 27 of 92
• “RETURNED FOR REVIEW”
In case of substantial disagreement with the drawings or documents,
these will be marked “returned for review” and returned to the
contractor within the stipulated period by stating the reasons for
disagreement spelt out detailed in the covering letter. Technical
discussions shall then, if required, be held thereafter without delay to
address the concerns of the Engineer-in-charge. The drawings will
have to be reviewed, appropriately revised and re-submitted for
consent by return with the responses, explanation or action to the
comments given by the Engineer-in-charge.
3.2.2 SUPERVISION OF CONSTRUCTION OF CIVIL WORKS
The Consultant, in his function as Engineer-in-charge, will administer
the contractual responsibilities and obligations of the Owner in all
contract for Engineering, supervision, supply, erection and
construction, to the extent allowed for EPC Contract of the Project.
The above can be separated into:
• Construction of the civil works,
• Manufacture, supply, erection and commissioning of the plant,
and
• Deflects liability period
Activities to be performed on site for the civil works will consist
mainly of the following:
• The contractor will be required to submit regular updates of their
critical path programs to the Consultant to ensure that key dates
for completion of work are adhered to. The performance of the
contractor will be closely monitored to ensure continuous and
efficient progress of all works.
• Expedite and schedule the work of the contractor’s construction
forces in full co-ordination with their contractual obligations in a
way that the total Project completion time is not affected due to
delay or change of the work schedule.
• Cost planning and control of individual items for invoicing and
budgeting procedures.
• Arrangement and preparation of periodic co-ordination
meetings with the EPC Contractor to discuss progress, and to
assist in deriving suitable remedial action.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 28 of 92
Arrangement and preparation of periodic meetings with the
Owner to report on the progress of the works and to present any
recommendations for problem solving or cost saving.
• Process final acceptance of the works under each contract.
• Reporting on progress of all activities.
The site supervision staff shall include, “Short-term Experts”. These will be
experienced engineers with specialized knowledge in areas such as grouting,
concrete technology or rock mechanics for example, who will be called upon
from time to time as the need arises.
3.2.3 SUPERVISION OF MANUFACTURE OF EQUIPMENT
The consultant, as Engineer-in-charge, is required to monitor
manufacture of the Hydro-Mechanical equipment and the Electro-
Mechanical equipment, include workshop inspection and main
factory acceptance tests.
3.2.4 CERTIFICATION OF CONTRACTOR’S MEASUREMENT
Agreement of quantities for interim measurements will be the
responsibility of the Tear Leader. The progress and quantities
information will be entered into the PMS, together with data on
general cost items, for producing updated cost figures, variation
orders, and claims which will already be held in the PMS, from
regular updating of cost monitoring data. These costs will then be
compared with the contractor’s statements, and agreement
reached with the contractor on any appropriate adjustments to the
statement, if necessary.
3.2.5 CERTIFICATION OF CONTRACTOR’S PAYMENTS
Prior to the commencement of the construction works the consultant
will discuss and agree with the Owner the procedural details and
documentation to enable payment requests to be processed and
paid. The certificates of payment shall be in accordance with the
requirements and standards of the Owner. The Consultant will agree
with the contractor on the final format for these statements, the
documentation required in their support, and the procedures for
compiling the information.
The Tear Leader will prepare the interim payment certificates and
submit them to the Owner together with the corresponding
measurement data, recommending that the appropriate payment
be made.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 29 of 92
The Consultant may not authorize any payment which would
exceed the value of the respective civil or Electro-Mechanical
contract without the prior written consent of the Owner.
When substantial completion has been achieved and
commissioning tests have been carried out satisfactory, the
Consultant will issue, after approval of the Owner, to the contractor
the respective completion (Taking-over) certificate following such
inspections and tests as are necessary prior to the issue of such
certificates. The consultant will compile the appropriate statement
of the construction contract account for the Owner at the start of
the defects liability period. Recommendations for release of
retention money and final payments will be made after application
by the EPC Contractor at the appropriate times.
3.2.6 MANAGEMENT OF CONTRACTOR’S CLAIMS
The monitoring of the contractor’s operations on site and the
maintenance of accurate and detailed site records plays the
essential part in the management of claims and variation orders, It is
very important that the consultant maintains a clear picture of the
contractor’s work methods, and of charge in conditions
necessitating changes in plant or equipment, and that he records
labour usage, plant availability, etc. and maintains a general
overview record in a concise form for later reference.
At the start of the construction stage the consultant will prepare
record forms for the site supervision staff to use, and will establish the
site diary format for recording general events. Forms for instructions
issued in the field will also be prepared. The information contained in
all these will be used to monitor and process both claims and
variation orders. This management of variation orders and claims will
mainly be carried out by the Tear Leader.
On receipt of approval from the Owner for a change in the
contractor’s scope of works, the consultant will seek a quotation
from the contractor for the work and, after negotiation, this agreed
price will be passed to the Owner for approval. Upon approval, the
Owner will instruct the Consultant to issue a variation order for the
work to the contractor.
In the case of claims, the contractor is required to formally notify the
consultant that he believes he has reasons for a claim and the
relevant circumstances leading to it. On receipt of this notification,
the Consultant will inform the Owner of the claim and institute
procedures for its review and settlement. It is the intention of the
Consultant to take all steps necessary to avoid potential claim
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 30 of 92
situations, and he will keep the Owner informed of this actions at all
times and discuss possible remedial measures with him. In the event
that the EPC Contractor proceeds with a formal claim, the
Consultant will review and analyze the claim and make
recommendations and advise the Owner for its resolution.
3.2.7 ASSURANCE OF QUALITY CONTROL
The CONTRACT MANAGEMENT CONSULTANT must operate an
effective quality management system (QMS) based on ISO 9001, in
order to ensure that JKSPDC benefit from a defined and expected
high level of quality. Through a structured system of information,
distribution and training all the CONTRACT MANAGEMENT
CONSULTANT’S employees and management must be committed to
quality and cost conscious approach to project and work activities.
Through this quality assurance system established within the
organization, the defined quality assurance measures must be
constantly applied.
Senior most civil engineers shall be assigned to act as quality control
managers.
Within the scope of quality control, technical staff in the consultant’s
home office will be in charge of giving back-supporting services to
the project, whenever required. To ensure permanent back-
supporting on the highest technical level, the consultant has to
nominate specially qualified personnel for that purpose.
4. REPORTS
The CONTRACT MANAGEMENT CONSULTANT will submit monthly progress
reports to the Owner throughout the duration of the services. The reporting
period will be a calendar month and these reports will be submitted by the
7th day of the month following the reporting period. The monthly reports
will document services performed by the consultant during the reporting
period and will also contain a forthcoming month.
Throughout the duration of the main works, detailed quarterly reports will
be submitted two weeks after the end of each quarter. These will primarily
serve to record the status of the project with regard to costs and progress
of the work, identifying any impending cost or time over-runs.
5. CONSULTANT’S PERSONNEL & THE JOB DESCRIPTION FOR KEY STAFF
The following sections contain detailed descriptions of the duties and
responsibilities of the staff in the project team. These job descriptions have
been composed in order to perform all of the project tasks.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 31 of 92
Job Descriptions for the following key staff are presented below:
A. Home Office Liaison And Management
Home office of the Consultant shall provide the necessary support to
his field staff on the Project as are required for successful
accomplishment of assignment.
The Senior management from Home office will carry out periodic visits
to the project for direct technical supervision of the performance of
the consultant’s staff, to advice on the most important technical and
managerial decisions, and to maintain a close liaison with the Owner.
The principal responsibilities of the Home Office shall be to:
Establish the design review and site supervision teams so as to ensure
the quality of the services provided, including effective quality
management programmes.
Carry out a periodic review of the technical performance of the
consultant’s staff.
Provide the guidance, technical back-up and ensure information
transfer from Home office, and mange the direct technical inputs
from the Home office resources when required.
Select short-term expert consultant’s for specialized inputs which may
be found to be necessary for the Project.
Overall responsibilities for the on-going management of the
operations of the consultant, working towards the objectives and the
implementation of polices agreed with the Owner, in order to assure
the successful and timely completion of the contract.
Ensure the fulfillment of obligations related to the contract for
consultant services.
Establish and supervise a quality management programme to be
applied to all activities of the consultancy services.
Co-ordinate and manage the consultant’s design review and
construction supervision and monitoring activities.
Maintain a permanent liaison with the Owner and with the EPC
Contractor’s management team.
Be responsible for the overall liaison between the Home office and
the site, and co-ordination between them to ensure the optimum
utilization of the particular technical back up specialization.
Supervise from time to time co-ordination of the EPC Contractor’s
and consultant’s programmes.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 32 of 92
As nominated “Engineer” or Engineer-in-charge” under the general
conditions of the EPC contract, the Home office shall designate
Team Leader as “Engineer-in-Charge” of the Project.
Establish effective communication procedures with the team, and
with the contractor, the Owner and any other parties as requested
by the Owner.
Guide the review of the EPC Contractor’s design so as to be able to
issue the necessary consents in timely manner or otherwise
recommend any design amendments as necessary.
Together with the Team Leader and Senior Site supervisory staff,
establish appropriate procedures for the processing of monthly
payment certificates, the monitoring of contract costs, and a budget
and cost forecast system.
Schedule the commissioning of the works.
Co-ordinate technical presentations given by project staff to the
Owner, as required, highlighting construction progress, technical
difficulties and proposed solutions.
Establish the emphasis on the successful handling of all environmental
matters related to the contract and to good project relations.
Assist in meetings of the Owner with EPC contractor for the Project.
Seek consent or discussions from the Owner where required, issue
recommendations in writing to the Owner related to construction
programme performance, variation orders, and any other matters.
Monitor and control performance on the basis of monthly reports
prepared by the Team Leader and by the Chief Design Engineer,
and subsequently submit these reports to the Owner.
B. Chief Design Engineer
The Chief Design Engineer will be responsible for all work during the
review of the designs, reporting directly to the Home Office. He will
establish and lead the design team in the Home design office, and
subsequently liaise closely with the contractor’s design team to ensure
that the detailed design work and the production of construction
drawings is coordinated right from the early stages of the construction
programme.
Up to & until completion of the final design and production of the
construction drawings, the Chief Design engineer will remain available
in the Home office to give further advice concerning modifications to
the designs, if found necessary at any stage, as the construction works
progress.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 33 of 92
The principal responsibilities of the Chief design engineer are
summarized as follows:
Establish the design team in the home office .
Plan in detail and manage all activities required for the review of
the contractor’s designs and documents and co-ordinate the
inputs from each of the senior design Engineers and design
support staff.
Assess the geotechnical data and the design parameters and
criteria in co-ordination with geology and rock mechanics experts
where appropriate.
Review the design of all underground, tunnel and civil works, and
obtain the assistance of the various, Engineer’s where
appropriate.
Review the hydraulic design of the scheme.
Supervise the review of the mechanical and electrical works
designs carried out by the Mechanical Engineer, the hydraulic
steel structures Engineer and the Electrical Engineer.
Together with the Contractor’s Engineer, and in consultation with
the Owner, examine the environmental implications of the designs
and evaluate the acceptability of any proposed amendments to
alleviate the impact.
Review and clarify the Contractor’s proposed testing and
commissioning procedures in consultation with the Geologist,
Mechanical and Electrical Engineers.
Evaluate the cost and construction programme implications of
any proposed amendments to the design.
Receive, discuss, edit and comment any reports on the specific
design studies submitted by the contractor.
Review and consent (as appropriate) the contractor’s design
criteria and parameters including the codes and standards,
analysis and calculation methods, presentation standards and
quality control procedures in general.
Supervise and participate in reviewing the final design of all
aspects of the project works, and give consent to fully checked
calculations and results submitted in accordance with the EPC
Contract.
Give consent to the final accepted drawings.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 34 of 92
Together with the Tear Leader review the EPC Contractor’s
proposed work methods and equipment, and ensure that they
are suitable for the requirements of the design.
Review the EPC Contractor’s designs and documents, making
recommendations for changes or adjustments to the designs,
drawings or specifications where necessary.
Check the design of mechanical equipment with regard to their
dimensions, the methods of transport to the site and the method
of installation.
Review the proposed testing procedures in the factory and on
site.
Check and evaluate all designs and drawings submitted by the
contractor.
Witness selected workshop tests and review all detail and progress
reports submitted to him.
Review all workshop drawings as submitted by the EPC Contractor
before manufacture and installation, and provide advice during
production together with joint visits to the factories if required.
Review relevant sections of the operation and maintenance
manuals, including the spare part and tools lists and all supporting
technical documentation.
Recommend detailed test procedures both for dry and wet
commissioning at the end of construction.
C. Hydraulic Steel Structures Engineer
The hydraulic steel structures Engineer will be responsible to the Home
Office and to the Chief Design Engineer for the design review of all
hydro-mechanical equipment including the penstock valves, gates
and the structural steel works including the steel lining of the pressure
shafts. He will review the designs, specifications and drawings
submitted by the contractor, and will be involved in the testing.
The principal responsibilities of the hydraulic steel structures Engineer
include the following:
Review the EPC Contractor’s designs, making recommendations
for changes or adjustment to the designs, drawings or
specifications where necessary.
Check the design of steel structural components with regard to
their dimensions, the methods of transport to the site and the
method of installation.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 35 of 92
Review the proposed testing procedures in the workshop and on
site.
Witness selected workshop tests and review all detail and progress
reports submitted to him.
Review all workshop drawings as submitted by the EPC Contractor
before manufacture and installation, and provide advice during
production together with visits to the factories if required.
Review relevant sections of the operation and maintenance
manuals, including the spare part and tools lists and all supporting
technical documentations.
Recommend detailed test procedures both for dry and wet
commissioning at the end of construction.
D. Electrical Engineer
The Electrical Engineer will be responsible to the Home Office and the
Chief Design Engineer for review of the EPC Contractor’s designs and
documents for the electrical systems and permanent instrumentation.
He will review the relevant designs and will determine the requirements
for the civil and mechanical designs to ensure compatibility. He will
review the EPC Contractor’s design of the automatic control system for
the hydropower station ensuring that all operating requirements for
single or joint control and individual loading and unloading of units can
be met by the specification, both for the manual system and the
supervisory control and data acquisition (SCADA) equipment. He will
review the contractor’s final design to ensure that the plant, computer
hardware and software meets the requirements. If necessary, he will
observe workshop simulation tests.
The principal responsibilities of the Electrical Engineer shall include the
following:
Review the EPC Contractor’s designs and documents, making
recommendations for changes or adjustments to the designs,
drawings or specifications where necessary.
Check the design of the electrical components and control
equipment with regard to the method of installation.
Review the detailed requirements and standards to be used in the
circuit diagrams to be submitted by the EPC Contractor with their
installation and the specifications of the equipment with regard to
international and local standards.
Co-ordinate with the Chief Design and Mechanical Engineers
procedures and scheduling the installation of all equipment,
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 36 of 92
cables switches etc, control and power supply to the underground
structures and on the surface.
Witness selected workshop tests and review reports submitted by
the contractor during manufacture of the electrical plant and
instrumentation.
Recommend detailed test procedures for both dry and wet
commissioning.
Review the relevant sections of the operation and maintenance
manuals and check that the spare part lists and documentation
including circuit diagrams in complete.
E. GEOTECHNICAL ENGINEER
The Geo-technical Engineer’s responsibilities in the design review is to
check the geo-technical input data and the criteria used in the EPC
Contractor’s designs. This includes a review of all available geo-
technical reports and conclusions drawn there from, and a review of
the construction programme from the geo-technical aspect.
The responsibilities also includes the review of measuring devices and
investigations required to prepare final design computations and
drawings, i.e. all works necessary to establish the detailed input data
and design criteria. This will involve advising the Chief Concrete and
Dam Engineer on laboratory and field equipment required, and
drawing up a detailed programme of field testing and measurement
to be carried out during construction.
During the construction period he will support the geo-technical site
and will give expert advice whenever required. This will include
checking the conclusions drawn from geo-technical measurements,
and any new design criteria developed on the basis of investigations
and new observations made during construction. During this phase he
will act effectively as an expert to the site staff and also if required
directly as a specialist supervising engineer.
The Geo-technical Engineer will report to the Chief Design Engineer
during the design review phase and to the Chief Resident Engineer
during the construction period.
He will also prepare specialist reports for presentation to J&KSPDC
whenever significant modifications to the design are required for geo-
technical reasons which would involve contractual consequences.
F. Various Engineers
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 37 of 92
Various Engineers will be assigned to the design review team on an ad-
doc basis to provide specialist input as and when the need arises and
to solve complex problems. A pool of experienced engineers will be
available in the home office for this purpose and, if necessary, visits will
be made to the site for observation and discussion there. The Various
Engineers will also play a quality control role throughout the
consultant’s Design review, providing support for the design review
team in all aspects of their work.
G. Team Leader
The Tear Leader will be responsible for the management of all the
consultant’s construction supervision activities on site, reporting to the
Owner. He will liaise as appropriate with the consultant’s Chief Design
Engineer with regard to the availability and quality of construction
drawings and the design requirements.
The Tear Leader will delegate the individual section of services,
together with the respective authorization and responsibilities, to his
staff. He will delegate his duties to his other appointed staff, as
appropriate, whenever he is absent from the site or for any reason is
not in the position to perform all of his duties.
The Tear Leader’s principal responsibilities include but are not limited to
the following summarized tasks:
Act as Engineer-In-Charge of the Project with all the appropriate
duties and powers in conformance with the general conditions of
contract, in the EPC Contract for the supervision of which the
Project Management Consultant is responsible.
Co-ordinate, supervise, manage and monitor all activities for the
supervision of construction and installation, and the professional
conduct of the consultant’s team at the various construction
sites.
Prepare and assist in all important meetings with the contractor,
review the respective agendas and minutes of meeting.
Prepare and direct all technical and progress meetings with the
contractor, prepare related meeting reports, and follow up
requirements for subsequent action. It is clearly understood that
the Owner’s representatives shall be present at all meetings of
significance.
With the assistance of the relevant supervisory team in direct
charge of the supervision, receive and review monthly
performance reports, statements and claims presented by the
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 38 of 92
EPC Contractor’s. Prepare the respective recommendations and
seek the agreement of the Owner.
Supervise and monitor the control and construction inspection
activities with the assistance of the site supervision staff.
Review the EPC Contractor’s work programmes, monitor progress
against the agreed programme, and recommend amendments
to working methods or resources if necessary in order to achieve
required progress.
The Tear Leader will be in charge of the preparation of the
monthly reports with appropriate graphical presentations,
summarizing progress during the month on a quantitative and
cost basis, will compare progress with programme, and will give
reasons for any discrepancies etc. and propose any necessary
remedial measures.
Review the contractor’s work method to ensure that they are in
compliance with health and safety requirements, will assure a
high standard of workmanship, and will correspond to the work
rates required in the agreed construction programme.
Check the quantities of construction materials and E&M
equipment after their arrival on site, and check their compliance
with the appropriate specifications.
Issue instructions to his supervisory staff, and give guidance where
necessary, so that all inspections, tests, acceptances and
remedies will be carried out in the best interests of the project
and in accordance with the latest revision of the relevant codes
and standards.
Monitor the EPC Contractor’s resources, and ensure that the
available plant and manpower satisfy the requirements of the
project schedule.
Ensure the proper recording of all events, such as strikes, adverse
weather conditions etc, which may lead to justifiable delays or
claims for the extensions of time in the implementation of the
project.
Ensure that all construction activities are carried out in
compliance with the environmental protection requirements, and
promote good project relations both within the project
organization and with the local population.
Assist the Home Office in establishing project management and
control procedures, including administration, budgeting and
payments, quality assurance and communications.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 39 of 92
Issue the Taking-Over certificates after prior approval of the
owner.
Approve checked variation orders and all other certificates to be
issued during construction and seek the agreement of the Owner.
Consent to all checked and agreed requests for payment to the
contractor and forward them to the Owner.
Supervise together with the site team/ the Owner the
commissioning of the works.
Provide assistance to the Owner in dealing with contractual
disputes when required.
Establish a programme on –the-job training for operation &
maintenance staff deployed by the Owner, and ensure that the
programme is successfully supported by all the consultant’s staff.
Control all site office accounting activities including procedures
for payment of staff, processing of invoices for office material,
and the associated proper book keeping.
Guide the preparation of all technical reports on construction
performance, systems and any other special reports as requested
by the Owner.
H. Senior Civil Engineer
Senior concrete Engineer shall be a senior member of the site support
staff, who will simultaneously be active in all the areas of construction.
He will be responsible for ensuring that all materials supplied and the
concrete placing techniques used by the contractor conform with the
Technical Specifications.
The Senior Concrete Engineer will establish the consultant’s own
materials quality monitoring programme. He will prepare reports as
required, using standard project forms in accordance with establish
procedures.
The contractor’s testing programme will be monitored by the Senior
Concrete Engineer who will witness tests as necessary. For any highly
specialized test it may be necessary to recommend the use of the
services of an external laboratory.
The Senior Engineer will ensure that the contractor’s testing facilities
provided are complete and fully operational in time for the material
testing programme to begin with the relevant construction activities.
His responsibilities will include monitoring of the contractor’s materials
and laboratory testing work in accordance with the specifications,
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 40 of 92
ensuring that the appropriate field and laboratory tests/measurements
are carried out by the contractor, and obtaining and checking the
contractor’s test certificates and test reports are required. He will
maintain comprehensive records of all test, inspection and control
reports, and will promptly notify the contractor of any deficiencies or
repeat testing required.
The Senior Concrete Engineer will have the following principal
responsibilities:
Review and comment on the contractor’s materials testing
facilities.
Supervise the contractor’s quarry or borrow site investigations, and
give the required consent (if any) on the basis of correct
investigation/extraction procedures and provided the test results
are satisfactory.
Monitor all material field and laboratory testing work carried out
by the contractor.
Review the contractor’s on-site storage and handling methods.
Monitor the following specific activities in close co-ordinate with
the respective Site Engineer.
Quality control on quarry work and other material sources
Quality control on cement, cement admixtures, bentonite and
reinforcement steel Contractor’s mix design tests
Quality control of concrete production and placing.
Routine tests on fresh concrete
Quality control precast elements.
Quality control of shotcrete supplied and as placed.
Testing of rock samples from the excavations (in co-ordinate with
the Senior Engineering Geologist).
Rock Mechanics tests in the excavations (in co-ordinate with the
Senior Engineering Geologist).
Check and Supervise any Geodetic measurements made by the
EPC Contractor related to the checking or establishment of control beacons, preservation and replacement of beacons, and contractor’s setting out activities
Control the EPC Contractor’s surveys of original found surface over the area to be disturb by the construction activities
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 41 of 92
Control the EPC Contractor’s surveys related to excavated and final ground surfaces on completion of excavation, prior to commencement of placing backfill or concrete, and on completion of placing concrete, backfill or other work.
Control the EPC Contractor’s survey related to cross sections.
Control and check the tunnel excavation back up survey system used by the EPC Contractor.
Insure that the EPC Contractor are using adequate materials for survey beacons, fix and other survey points, and that inscriptions on survey points and other markings are applied correctly and maintain throughout the course of the contract.
Check that final lines of excavated foundations, rock bed, topsoil etc. is in compliance with the excavation of Drawings.
Check all shuttering and setting out dimensions and elevations of concrete works against the requirements of the designs and the construction Drawings, including the locating of all items to be cast in.
Agree with the EPC Contractor surveyors the results of any joint measurement surveys which are to be used as the basis for the calculation of quantities of completed work.
Carry out all calculations, analysis and checking of data and results in connection with survey measurements, and present the results to the site supervision team in an agreed format.
I. Mechanical and Hydraulic Steel Structures Engineer
The Senior Mechanical and Hydraulic Steel Structures Engineer will be
responsible to the Tear Leader for monitoring the installation, testing
and commissioning of all mechanical plant including the turbines,
valves and gates and for the steel structural works including the steel
lining of the pressure shafts. He will maintain close contact with the
Senior Electrical and control Engineer, and with the Mechanical and
Electrical Site engineers during installation.
J. Electrical and Control Engineer
The Senior Electrical and Control Engineer will be responsible to the
Chief Design Engineer for monitoring the installation, Testing and
Commissioning of the Electrical Systems and permanent
instrumentation. He will determine the requirements for the Civil and
Mechanical works on site to ensure compatibility and co-ordination.
The Principal responsibilities of the Senior Electrical and Control
Engineer shall include the following :-
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 42 of 92
Check the Design of the Electrical components with regards to
the methods of installation.
Co-ordinate with the Tear Leader and Senior Mechanical and
Hydraulic Steel Structures Engineer the installation of all
equipment, cables, Switches etc., Control and Power supply to
the underground structure and on the surface
Advice the Electrical Site Engineer and supervise installation work
at key times during construction
Assist the contractor to develop and co-ordinate detailed test
procedures for both dry and wet commissioning and participate
in the supervision of these tests.
Review the relevant section of the operation and maintenance
manuals and check that the spare part lists and documentation
including circuit diagrams is complete
K. Engineering Geologist
The Engineering Geologist, is part of the site support staff with the
responsibilities for following up and supervising all geo-technical
aspects of the works.
The Engineering Geologist’s main activities concerned directly with the
progress of the works will be:
a. Monitoring the contractor’s system of initial support for all drill &
blast.
b. Making of recommendations for subsequent up-gradation works.
Functioning under (a) and (b) will apply to all underground structures
and to surface structures where rock and soil support is required.
Senior Engineering Geologist shall also be responsible for:
Documentation of rock support measures, and ensuring that this
information is introduced into data storage for further processing.
Monitoring the contractor’s installation of measuring devices
including descriptive documentation.
Monitoring the reading of measuring devices, establishment of
required frequencies of reading, documentation of data for
processing Geological mapping.
Monitoring of foundation work where required.
The Senior Engineering Geologist will record all data in the correct form
required for direct input into the relevant computerized techniques
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 43 of 92
(GEOTEC, CAD, etc.) to ensure that the advantages to flexibility and
efficiency of these techniques can be utilized during the progress of
the works.
The Senior Engineering Geologist will report directly to the Tear Leader,
and he will maintain close contact with the contractor’s engineers in
charge of works with significant geotechnical aspects. He will also
maintain close contact with the consultant’s design review team, and
also other supervisory staff assigned to civil works.
L. Short-Team Experts
A pool of experts covering all aspects of the Project Management
Consultant’s scope of Consultancy Contract shall be retained by the
Project Management Consultant which shall at all times be available
to make short visits to the project site to appraise and solve specific
problems as and when these arise. Such problems could, for example,
include matters related to grouting, slope stability, rock support, etc.
6. Assistance to be provided by the Owner
In respect of the consultant, his personnel and dependants, as the case
may be, the Owner shall do all in his power to assist in:
i. Providing unobstructed access whenever it is required for the
services;
ii. Import, export and customs clearance of goods required for the
services.
iii. Providing access to other organizations for collection of information
which is to be obtained by the consultant;
iv. Co-operating with the consultant regarding contract provisions in
order to make sure that tax charges for the Owner as well as for the
consultant are kept to a minimum.
v. The Owner will make available to the Contract Management
Consultant free of any charge all related reports available with it,
including the copy of contract documents for the EPC Contract,
maps, data and other information, if available, as are necessary for
the execution of the services with due diligence and in good time,
and will arrange for the collection of such further data and
information within India as may be required for the purpose of the
project.
7. Design Review-Pre-commencement Works:
i. The Owner shall allow the design review of drawings and documents
furnished by the EPC Contractor during the pre-commencement
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 44 of 92
works to be performed in the Project Management Consultant’s
home office.
ii. The Owner will ensure that drawings and documents to be reviewed
are submitted to the Project Management Consultant in a timely
manner.
iii. The Project Management Consultant will perform the review within
the durations given in the EPC contract and ensure that the reviewed
documents are furnished to the Owner, the Owner strictly in
conformance with time frame stipulated in the EPC contract.
8. Consultant Personnel Schedule
(Tentative Staffing Schedule in Man-Months)
S
No
Position in
Team
Pre-
commenceme
nt
Works
Main
works
Defects
Liability
Period
Total
Man-months
TEAM LEADERS
1 Team Leader
03.00
48.00 6.00 57.00
DESIGN REVIEW TEAM
2 Chief Design
Engineer
0.00
15.00 00.00 15.00
3 Mechanical/
Hydraulic
Steel
Structural
Engineer
00.00
04.00 00.00 04.00
4 Electrical
Engineer
0.00
04.00 00.00 04.00
5 Geotechnical
Engineer/Tunn
eling Engineer
0.00
05.00 00.00 05.00
SITE SUPERVISION TEAM
6 Senior Civil
Engineer
02.00
48.00 6.00 56.00
7 Engineering
Geologist
02.00
43.00 00.00 45.00
8 Mechanical/
Hydraulic Steel
Structural
Engineer
0.00
18.00 03.00 21.00
9 Electrical &
Control
00.00
18.00 9.00 27.00
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 45 of 92
Engineer.
VARIOUS ENGINEERS
10. Site Engineers
Civil .3 Nos
Elect. 2 No.
Mech. 2No
9.00
6.00
2.00
144.00
48.00
48.00
27.00
18.00
8.00
180.00
72.00
58.00
OFFICE PERSONNEL
11 CAD
Operator cum
Draftsman
03.00
42.00 3.00 48.00
12 Accountant 06.00
48.00 6.00 60.00
13 Office
Assistants (1
no)
03.00
48.00 06.00 57.00
14 Office Helpers
(2 no)
6.00
42.00 6.00 54.00
15 Short term
Experts
As & when required 6.00
Note:
The Contract Management Consultant will give priority to state subjects of
Jammu & Kashmir provided that these persons meet the academic and
experience requirements prescribed for each position.
Unless absolutely necessary and for reasons beyond control of the Contract
Management Consultant, no replacement in respect of the Tear Leader
nominated in the bid shall be permitted.
However, in case, the replacement is unavoidable, the substitute shall in no
way be inferior in qualification and experience and the same shall be
permitted only after due approval of the Owner.
Each replacement, in respect of the nominated Engineers, even if made after
approval of the Owner, shall cause the total payment/ consideration due to
the Contract Management Consultant under the Contract, to be reduced by
an amount equivalent to 10% of remuneration agreed in the contract in
respect the particular key personnel sought to replaced, worked out on pro-
rata basis for the duration the replacement is in force.
The Contract Management Consultant shall deploy the manpower as per the
site requirement after approval of the deployment by the Owner and the
payments for the manpower shall be made as per actual deployment.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 46 of 92
Annexure - III
TIME OF COMPLETION
SCHEDULE FOR DELIVERY/COMPLETION OF SERVICES
The time schedule and the time duration during which the CONTRACT
MANAGEMENT CONSULTANT shall be obliged to deliver the services shall be as
specified herein under:
CONSULTANT’S
ASSIGNMENT
MILESTONE/S FOR
CARRYING OUT
ACTIVITIES UNDER
THE CONTRACT
ACTIVITY
Pre commencement
Works:
06 months
Main Works:
42 months
Finalization of works/
Defect Liability
Period: 12 months
Review of planning & strategy
documents of EPC Contractor.
Evolution of activity control
charts/ reports and other
management tools for the
benefit of the Owner and
ensuring execution of works as
per CPM/ PERT CHARTS.
Review and consenting to
drawings and designs produced
by the EPC contractor.
Supervision of all works including
manufacturing/ fabrication of
equipment at all stages of works/
manufacturing/ fabrication
process.
Monitoring of progress of works.
Quality Assurance in
conformance with sound
engineering practices,
standards/ specifications and
terms and conditions of the EPC
contract.
Certification of measurements for
works executed by the EPC
contractor.
Certification of payments for the
works executed by the EPC
contractor.
Management of Contractor’s
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 47 of 92
Claims.
Evolving of reports.
Any other services as shall be
deemed necessary during the
progress of the work to achieve
the successful completion and
commissioning of the project.
• Construction of the Project, in conformance with the scope, the terms and
the conditions governing the EPC Contract is projected to be completed
in 48 months.
• The term of assignment being offered to the Contract Management
Consultant shall, therefore, commence and be completed as per the
scope of work within a total time period of 48 months, reckoned from the
scheduled date of start of work under EPC contract for completion of the
Project. Additional 12 months beyond the scheduled /actual date of
completion and commissioning of the Project shall be used by the
Contract Management Consultant for finalization of EPC Contractor’s
claims/ bills and supervision and monitoring of performance of the Project
components during the Defects Liability Period.
• In the event of construction work on the Project is not completed within
the stipulated completion period of 48 months for whatsoever reasons-
specifically being in no way attributable to Contract Management
Consultant, the term of deployment of the personnel to be deployed by
the Contract Management Consultant on supervision and allied duties
may be suitably extended, on pro rata basis, subject to approval by the
Owner.
• However, the time schedule for completion of the project shall be finalized
after consultation with the EPC contractor.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 48 of 92
ANNEXURE - IV
FORMAT FOR TECHNICAL BID
(BID DATA SHEETS)
FORM NO : 1-5
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 49 of 92
Form No: 1
FROM TO
_________________________ MANAGING DIRECTOR
_________________________ JKSPDC LIMITED
_________________________ HOTEL SHAW INN
BOULEVARD, SRINAGAR J & K - 190001
SUBJECT:
Selection of Consultant for providing of Comprehensive Contract
Management Services for Implementation of EPC contract, for
construction of 37.7MW Parnai HEP, in Poonch District, J&K STATE
DEAR SIR,
I, on behalf of ___________________________________, a Consultancy
Company herewith enclose Technical Proposal for selection of my/our
Company/firm/association/organization as a Consultant for providing of
Comprehensive Contract Management Services for Implementation of
EPC contract, for construction of 37.5 MW Parnai HEP, in Poonch District,
J&K State
Yours faithfully,
1. Signature of the Authorized Signatory:________________________
2. Name of the Authorized Signatory:______________________________
3. Name of the Company/firm/association/organization:____________________
4. Seal of the Company/firm/association/organization:______________________
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 50 of 92
FORM NO.F-2
CERTIFICATE AS TO CORPORATE PRINCIPAL
I, ________[NAME]_____________certify that I am the _____---[DESIGNATION] of
[NAME OF THE company/firm/association/organization] established under the
relevant laws who has signed the above tender/ bid is authorized to bind the
company/firm/association/organization by authority of its governing body.
1. Signature of the Authorized Signatory:________________________
2. Name of the Authorized Signatory:______________________________
3. Name of the Company/firm/association/organization:____________________
4. Seal of the Company/firm/association/organization:______________________
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 51 of 92
FORM NO: 3
1. Brief Description of the Registered Company/ Firm/ Association/
Organization
2. Assignments of Similar Nature Successfully Completed:
3. The Bidder Consultancy Company/Firm/Association/Organization should
also give Details of the Ongoing Similar Assignments in the above Format.
S.
No
Name
Assignment
(Brief
Scope)
Name
of the
project
Owner/
Sponsor
Cost of
assignment
Date of
Commence-
ment
Date of
completion
Was
assignment
Satisfactorily
completed
1 2 3 4 5 6 7 8
1. Signature of the Authorized Signatory:________________________
2. Name of the Authorized Signatory:______________________________
3. Name of the Company/Firm/Association/Organization:____________________
4. Seal of the Company/Firm/Association/Organization:______________________
Note: The bidder must attach documentary evidence in support of their
submissions above.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 52 of 92
FORM F-4
SUGGESTED FORMAT OF CURRICULUM VITAE FOR MEMBERS OF CONSULTANTS
TEAM
1. Name: _________________________________________
2. Profession/ Present Designation:____________________
3. Length of service with the company/firm/association/organization:
_________________
4. Nationality: __________________
5. Academic Qualification:: ____________
(Under this heading, summarize College/ University and other specialized
education of the proposed team member, giving names of schools,
colleges, professional institutions attended with dates on which attended
and degrees/ diplomas obtained.. Use up to quarter page.)
6. Proposed Position on the Team for Transaction Advisor : ________________
7. Key Qualifications:___________________________________________
(Under this heading give outline of proposed Team Member’s experience
and training most pertinent to assigned work on proposed team. Describe
degree of responsibility held by staff member on relevant previous
assignments and give dates and locations. Use up to half-a-page)
8. Experience: ___________________________________________________________
(Under this heading, give the list of positions held by the proposed Team
Member since graduation, giving dates, names of employing organization,
title of positions held and location of assignments. For experience in last ten
years also give types of activities performed and Owner references, where
appropriate. Use up to three quarters of a page).
9. Language: ________________________________________________________
(Indicate proficiency in speaking, reading and writing of each language by
‘excellent’, 'good' or 'poor').
1. SIGNATURE OF THE AUTHORIZED SIGNATORY:________________________
2. NAME OF THE AUTHORIZED SIGNATORY:______________________________
3. NAME OF THE Company/firm/association/organization:__________________
4. SEAL OF THE Company/firm/association/organization:___________________
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 53 of 92
FORM NO. F-5
COMMENTS/SUGGESTIONS OF CONSULTANT (ON THE SCOPE OF SERVICES):
1. ______________________________________________________________
2. ______________________________________________________________
3. ______________________________________________________________
4. ______________________________________________________________
5. ______________________________________________________________
1. SIGNATURE OF THE AUTHORIZED SIGNATORY:________________________
2. NAME OF THE AUTHORIZED SIGNATORY:______________________________
3. NAME OF THE Company/firm/association/organization:___________________
4. SEAL OF THE Company/firm/association/organization:____________________
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 54 of 92
ANNEXURE - V
FORMAT FOR FINANCIAL BID
(BID DATA FORMS)
FORMS 6-8
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 55 of 92
FORM NO: 6
FINANCIAL PROPOSAL
(TO BE SUBMITTED WITH FINANCIAL OFFER IN SECOND ENVELOPE)
FROM: TO:
_________________ THE MANAGING DIRECTOR
------------------------------ J&K STATE POWER CORPORATION LTD.
----------------------------- HOTEL SHAW INN, BOULEVARD, SRINAGAR,
J&K - 190001
SUBJECT:
Selection of Consultant for providing of COMPREHENSIVE CONTRACT
MANAGEMENT SERVICES for IMPLEMENTATION OF EPC CONTRACT, for
construction of 37.7MW Parnai HEP, in POONCH DISTRICT, J&K STATE
SIR,
I, on behalf of ___________________________________, a Consultancy
company/firm/association/organization herewith enclose Financial Proposal for
selection of my/our company/firm/association/organization as a CONSULTANT
for Selection of Consultant for providing of COMPREHENSIVE CONTRACT
MANAGEMENT SERVICES for IMPLEMENTATION OF EPC CONTRACT, for
construction of 37.7MW Parnai HEP, in Poonch District , J&K STATE
Yours faithfully,
1. SIGNATURE OF THE AUTHORIZED SIGNATORY:________________________
2. NAME OF THE AUTHORIZED SIGNATORY:______________________________
3. NAME OF THE Company/firm/association/organization:__________________
4. SEAL OF THE Company/firm/association/organization:____________________
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 56 of 92
FORM NO. F-7
SCHEDULE OF PRICE BID
Subject: Selection of Consultant for providing of COMPREHENSIVE CONTRACT
MANAGEMENT SERVICES for IMPLEMENTATION OF EPC CONTRACT, for
construction of 37.7MW Parnai HEP, in POONCH DISTRICT, J&K STATE
S
No.
Item/Description Amount
(in figure)
Amount (in
Words)
Remarks
1 For nominated team of engineers/
other support staff indicated in
FORM F-8
2
Provisional sum for all other
components / items including all
over-heads, out of pocket
expenses, insurance of personnel,
boarding and lodging, travel,
transportation at site, office
expenses, telephone, internet,
including hardware and software
etc. Which the contract
management consultant estimates
to incur for providing the services in
conformance with the scope of
services of the contract
management consultancy
contract.
TOTAL
1. The above costs shall include all taxes, duties, fees, levies, insurance of his
personnel and other impositions levied under the existing, amended or enacted laws during life of this contract and the owner shall perform such duties in regard to the deduction of such tax as may be lawfully imposed. The owner shall not bear any costs over and above the above quoted costs.
2. The prices shall remain firm till completion of the assignment in conformance with the scope of services to be provided under the project management consultancy contract. The price figures quoted above must take into account and include provision for meeting all tax liability under income tax, service tax, professional tax and any other taxes applicable/ payable on a date 30 days prior to date of submission of bids. Any increase/ decrease in these taxes, over and above the rates payable on a date 30 days prior to date of submission of bids, shall be on
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 57 of 92
the Owner’s account and payments under the contract would be regulated accordingly.
1. SIGNATURE OF THE AUTHORIZED SIGNATORY:________________________
2. NAME OF THE AUTHORIZED SIGNATORY:______________________________
3. NAME OF THE Company/firm/association/organization:________________
4. SEAL OF THE Company/firm/association/organization:_________________
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 58 of 92
FORM No. F - 8
COMPOSITION OF THE TEAM PERSONNEL AND THE TASK WHICH WOULD BE
ASSIGNED TO EACH TEAM MEMBER FOR THE PROPOSED ASSIGNMENT:
(Technical / Financial/ other Key Members of the Team for Carrying out the
Assignment)
S.
No
Position in Team Name Total
Experience
Hydro
Experienc
e
Total
Man-
months
Quoted Rate
per Man-
Month
Amoun
t
1 Team Leader 57.00
2 Chief Design
Engineer:
15.00
3 Mechanical/Hydr
aulic Steel
structural Engineer
(for Design team )
04.00
4 Electrical
Engineer (for
design team)
04.00
5 Geotechnical
Engineer/Tunnelin
g Engineer
05.00
6 Senior Civil
Engineer
56.00
7 Engineering
Geologist
45.00
8 Mechanical
Hydraulic Steel
Structural
Engineer
21.00
9 Electrical &
Control Engineer:
27.00
10 Site Engineers
Civil .2 Nos
Elect. 1 No.
Mech. 1No
180.00
72.00
58.00
11 CAD operator
cum draftsmen
48.00
12 Accountant 60.00
13 Office Assistants
(1No)
57.00
14 Office Helpers
(2Nos)
54.00
15 Short term experts As & when required 6.00
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 59 of 92
1. Signature of the Authorized Signatory:________________________
2. Name of the Authorized Signatory:______________________________
3. Name of the Company/Firm/Association/Organization:____________________
4. Seal of the Company/Firm/Association/Organization:_____________________
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 60 of 92
ANNEXURE - VI
SCHEDULE OF PAYMENTS UNDER THE CONTRACT
Terms of Payment:
1.0 Schedule of Payments:
• Interim payments to the Contract Management Consultant for the
Consultancy Services rendered in accordance with the scope, the terms
and the conditions of the Consultancy Contract, will be made by JKSPDC,
in monthly intervals upon the presentation and compilation of the monthly
invoices by the consultant and detail by the inputs provided.
• While payments in respect of nominated team of Engineers and other
support staff would be made based on actual deployment at the rates of
remuneration contracted, the monthly payments in respect of ‘out of
pocket expenses’ would be made on pro rata basis being directly
proportional to payments being made for Consultant’s Personnel for that
particular month i.e.
Monthly payment for
Provisional Sum costs =
Monthly payment for
personnel . X Total ‘Provisional
Sum’ Total payment for
personnel
• In case of completion of project prior to the envisaged completion time of
48 months, Provisional Sum price shall reduce in proportion to the actual
manpower deployment.
• Retention money to the tune of 5% would be deducted from all interim
payments and amount so deducted shall be treated as a security deposit
which shall be released only after successful discharge of obligations on
the part of the Contract Management Consultant after 48 (forty eight) plus
12 (twelve months) months.
• Inputs exceeding those estimated in the schedule for personnel/ under
various services will be paid for at contracted unit rates.
2.0 Mobilization Advance:
In addition to the interim payments to the Contract Management
Consultant for the services rendered to the Owner in accordance with the
terms and conditions of the Consultancy Contract, the CONTRACT
MANAGEMENT CONSULTANT, on written request, would be provided with
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 61 of 92
interest bearing Mobilization Advance @10% of the total consideration
payable under the contract on furnishing of bank guarantee equal in
value , as per ANNEXURE XI, and valid for 31 MONTHS or till the liquidation
of the advance, whichever is later. Interest will be charged @ J & K Bank
base rate with monthly rests plus 3% as on the date of disbursement of the
said mobilization advance.
The mobilization advance so paid shall be recovered in full in thirty (30)
equal monthly installments with interest accrued from the consultancy
fees/ payments to be made by Owner to the Contract Management
Consultant from time to time, for the consultancy services rendered under
the contract.
In case the mobilization advance or part thereof with interest cannot be
recovered from any monthly bill, same shall be recovered from the next
monthly bill.
Should the Consultancy Contract end for any reason whatsoever, before
30 months, the Consultant shall be liable to pay the balance amount of
the mobilization advance together with upto date interest.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 62 of 92
ANNEXURE - VII
CHECK LIST
Bidder shall complete this checklist and submit the same along with proposal
document. Checklist only covers certain important items required for evaluation
of proposal. It has been enclosed to ensure that has submitted all the necessary
data / information as called for in the RFP document.
Please write Yes or No for ensuring compliance.
1. Legal status of the bidder
2. Whether the proposal document is in English language?
3. Whether requisite earnest money in appropriate form has been
enclosed?
4. Has the proposal document been submitted in three sets?
5. Whether following documents have been submitted?
Exceptions and deviations sheet (Annex-I).
Experience of team (Annex-III)
6. Whether price bid has been placed in separate sealed envelope?
7. Whether three sealed envelopes of Bid have been placed in a sealed
packet?
8. Whether a list of documents, data, brochures etc. submitted in support
of the claims mentioned in the proposal document has been enclosed?
9. Whether each page of the proposal document has been signed by the
authorized signatory?
SIGNATURE OF BIDDER
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 63 of 92
ANNEXURE - VIII
LIST OF DEVIATIONS
PROFORMA FOR EXCEPTIONS AND DEVIATIONS
The bidder is required to stipulate the list of Exceptions and Deviations of RFP
document, if any, in the proforma given below:
S. No.
Description Reference Exception / Deviation desired
SIGNATURE OF BIDDER
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 64 of 92
ANNEXURE-IX
PROPOSED CONTRACT FOR CONSULTANCY SERVICES
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 65 of 92
PROPOSED CONTRACT FOR CONSULTANCY SERVICES
This CONTRACT (hereinafter, together with all Appendices attached hereto and
forming an integral part hereof, called the "Contract") is made the--------- day of
the ---------month of, 2012, between, on the one hand J&K State Power
Development Corporation Ltd. (JKSPDC) (hereinafter called the "Owner") and,
on the other hand,................. (Hereinafter called the “Contract Management
Consultant").
WHEREAS:-
• The J&K State Power Development Corporation Limited (JKSPDC) intends
to construct 37.7MW Parnai HEP adopting EPC MODE in Poonch District of
J&K State for which an EPC contract have been awarded in favour of M/s
------------ .
• To help steer the above cited EPC contract towards successful completion
as per the timelines specified therein, JKSPDC intended to engage the
services of reputed Contract Management Consultant (Design &
Supervision Consultancy Companies/ Organizations/firms/organizations
registered under relevant laws) having substantial previous experience in
similar works for providing the Comprehensive Contract Management
Services as per scope of services mentioned at Appendix A.
For carrying out the assignment, Contract Management Consultant would be
required to provide the services of managers, design experts and supervision
personnel, the nomenclature, the academic qualification, general experience
and specific experience in respect whom shall be as specified in Appendix C.
WHEREAS:
• The Contract Management Consultant, have represented to JKSPDC, the
Owner that they have the required professional skills, expert personnel
backed up with the technical and financial resources required to provide
the Services on the terms and conditions set forth in this Contract; And
• JKSPDC, the Owner, based on the offer of the Contract Management
Consultant, to the effect that the Consultants have the required
professional skills, expert personnel and technical and financial resources
to provide the above cited Services required for the successful completion
of the assignment as defined hereinafter (hereinafter called the "Services");
Now therefore the parties hereto hereby agree as follows:
1. General Provisions
1.1. Definitions
Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 66 of 92
(a) "Applicable Law" means the laws and any other instruments having the
force of law in the State of J&K, as they may be issued and in force from
time to time;
(b) “Consultant” means the entity appointed by the Owner for the purpose of
providing Contract Management Services as per Scope of this Contract;
(c) "Contract" means this Contract together with all Appendices/Attachments
and including all modifications made, in accordance with the provisions of
Clauses 2.5 hereof between the owner and the Consultants;
(d) "Effective Date" means the date on which this Contract comes force and
effect pursuant to Clause 2.0 hereof;
(e) "Personnel" means persons hired by the Consultants as employees and
assigned to the performance of the Services or any part thereof; "Foreign
Personnel" means such persons who at the time of being so hired had their
domicile outside the Government's country; and "Local Personnel" means
such persons who at the time of being so hired had their domicile inside the
Government's country;
(f) “Party” means the Owner or the Consultants as the case may be;
(g) “Project” means providing of Consultancy Services as a Contract
Management Consultant for comprehensive management of EPC contract
(inclusive of design review and supervision of construction activities) and
assisting Owner at all stages of the implementation of 37.7MW Parnai HEP;
(h) "Services" means the work to be performed by the Consultants pursuant to
this Contract for the purposes of the Project, as described in Appendix A
hereto;
(i) “Date of Commencement” means the date referred to in Clause 2.2
hereto; and
(j) "Third Party" means any person or entity other than the JKSPDC, the Owner
and the Contract Management Consultant.
1.2. Interpretation
In this contract, except where the context otherwise requires:
(a) Words indicating one gender includes all genders;
(b) Words indicating singular also include the plural and words indicating
the plural also includes the singular;
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 67 of 92
(c) Provisions including word agree, agreed or agreements require the
agreement to be recorded in writing.
The marginal words and other headings shall not be taken into
consideration in the interpretation of these conditions.
1.3. Relation between the Parties
Nothing contained herein shall be construed as establishing a relation of
master and servant or of agent and principal as between JKSPDC, the
Owner and the Consultants. The Consultants, subject to this Contract, have
complete charge of Personnel performing the Services and shall be fully
responsible for the Services performed by them or on their behalf
hereunder.
1.4. Law Governing Contract
This Contract, its meaning and interpretation, and the relation between the
Parties shall be governed by the Applicable Law prevailing in the J&K
State. The courts of State of Jammu & Kashmir shall have exclusive
jurisdiction in all matters arising out of the Contract.
1.5. Language
This Contract has been executed in the English language, which shall be
the binding and controlling language for all matter relating to the meaning
or interpretation of this Contract.
1.6. Headings
The headings shall not limit, alter or affect the meaning of this Contract.
1.7. Notices
1.7.1 Any notice, request or consent required or permitted to be given or
made pursuant to this Contract shall be in writing. Any such notice,
request or consent shall be deemed to have been given or made
when delivered in person to an authorized representative of the
Party to whom the communication is addressed, or when sent by
registered mail, telex, telegram or facsimile to such Party at the
following address:
For the Owner: ________________
Attention: Managing Director JKSPDC
Post: Hotel Shaw Inn, Boulevard, Srinagar, J&K – 190001.
Telegram:
Fax: 0194-2500145
Email: [email protected]
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 68 of 92
For the Consultants: _________________
Attention: _______________
Post:
Telegram:
Fax:
Email:
1.7.2 Notice will be deemed to be effective as follows:
a. India Postage Service Mail or by Courier: On delivery
b. India Postage Telegram: Seventy Two (72) hours following
confirmed Transmission
c. Fax: Seventy Two hours.
d. Email: Seventy Two hours.
1.7.3 A Party may change its address for notice hereunder by giving the
other Party notice of such change pursuant to this Clause.
1.8 Location
The Services shall be performed in J&K State or at any other location
desired by JKSPDC, the Owner and, where the location of a particular task
is not so specified, at such locations, as the Owner may approve.
1.9 Authority of Tear Leader
The Consultant may authorize any individual to act as the TEAM LEADER on
their behalf in exercising the entire Consultants' rights and obligations
towards the Owner under this Contract, including without limitation the
receiving of instructions and payments from the Owner.
1.10 Authorized Representative
Any action required or permitted to be taken, and any document required
or permitted to be executed under this Contract, may be taken or
executed:
(a) on behalf of the Owner by ___________________ or his designated
representative;
(b) on behalf of the Consultants by________________or his designated
representative.
1.11 Taxes and Duties The consultants and the personnel shall pay the taxes, duties; fees, levies and other impositions levied under the existing, amended or enacted
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 69 of 92
laws during life of this contract and the Owner shall perform such duties in regard to the deduction of such tax as may be lawfully imposed. The Consultant must take into account and include provision for meeting all tax liability under income tax, service tax, professional tax and any other taxes applicable/ payable on a date 30 days prior to date of submission of bids. Any increase/ decrease in these taxes, over and above the rates payable on a date 30 days prior to date of submission of bids, shall be on the Owner’s account and payments under the contract would be regulated accordingly.
2.0 Commencement, Completion, Modification and Termination of Contract
Effectiveness of Contract:
This Contract shall come into force and effect on the date (the "Effective
Date") of the Owner's notice to the Consultants confirming that the
following conditions have been met:
(a) This Contract has been approved by the Owner.
(b) Requisite Contract Performance Bank Guarantee in the prescribed
format has been submitted by the Consultant.
2.1 Termination of Contract for Failure to become Effective:
If this Contract has not become effective within fourteen (14) days of the
date hereof, either Party may, by not less than THREE (3) weeks' written
notice to the other Party, declare this Contract to be null and void, and in
the event of such a declaration by either Party, neither Party shall have
any claim against the other Party with respect hereto.
2.2 Commencement of Services:
The commencement date shall be within 7 days after the consultant
receives the Letter of Intent/Letter of Award or such other date as
communicated.
2.3 Expiration of Contract:
Unless terminated earlier pursuant to Clause 2.9 hereof, this Contract shall
terminate' when, pursuant to the provisions hereof, the Services have been
completed and the payments on account of remuneration and
reimbursable expenditures have been made.
2.4 Entire Agreement:
This Contract contains all covenants, stipulations and provisions agreed by
the Parties. No agent or representative of either Party has authority to
make, and the Parties shall not be bound by or be liable for, any
statement, representation, promise or agreement not set forth herein.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 70 of 92
2.5 Modification:
Modification of the terms and conditions of this Contract, including any
modification of the scope of the Services, may only be made by written
agreement between the Parties and shall not be effective until the
consent of the parties has been obtained. Pursuant to Clause 7.2 hereof,
however, each Party shall give due consideration to any proposals for
modification made by the other Party.
2.6 Force Majeure:
2.6.1. Definition
(a) For the purposes of this Contract, "Force Majeure" means an event
which is beyond the reasonable control of a Party, and which makes
a Party's performance of its obligations hereunder impossible or so
impractical as reasonably to be considered impossible in the
circumstances, and includes, war, riots, civil disorder, earthquake, fire,
explosion, storm, strikes, lockouts or other industrial action (except
where such strikes, lockouts or other industrial action are within the
power of the Party invoking Force Majeure to prevent), confiscation
or any other action by government agencies.
(b) Force Majeure shall not include
Any event which is caused by the negligence or intentional action of a
Party or such Party's Sub-consultants or agents or employees nor Any event
which a diligent Party could reasonably have been expected to both (i)
take into account at the time of the conclusion of this Contract, and (ii)
avoid or overcome in the carrying out of its obligations hereunder.
2.6.2. No Breach of Contract:
The failure of a Party to fulfill any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Contract in so far as
such inability arises from an event of Force Majeure, provided that the
Party affected by such an event has taken all reasonable precautions,
due care and reasonable alternative measures, all with the objective of
carrying out the terms and conditions of this Contract.
2.6.3 Measures to be taken:
(a) A Party affected by an event of Force Majeure shall take all
reasonable measures to remove such Party's inability to fulfill its
obligations hereunder with a minimum of delay.
(b) A Party affected by an event of Force Majeure shall notify the other
Party of such event as soon as possible, and in any event not later
than fourteen (14) days following the occurrence of such event,
providing evidence of the nature and cause of such event, and shall
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 71 of 92
similarly give notice of the restoration of normal conditions as soon as
possible.
(c) The Parties shall take all reasonable measures to minimize the
consequences of any event of Force Majeure.
2.6.4 EXTENSION OF TIME:
Any period within which a Party shall, pursuant to this Contract, complete
any action or task, shall be extended for a period equal to the time during
which such Party was unable to perform such action as a result of Force
Majeure.
2.6.5 CONSULTATION:
Not later than thirty (30) days after the Consultants, as the result of an
event of Force Majeure, have become unable to perform a material
portion of the Services, the Parties shall consult with each other with a view
to agreeing on appropriate measures to be taken in the circumstances.
2.7. Suspension:
The Owner may, by written notice of suspension to the Consultants,
suspend all payments to the `Consultants hereunder if the Consultants fail
to perform any of their obligations under this Contract, including the
carrying out of the Services, provided that such notice of suspension (i)
shall specify the nature of the failure, and (ii) shall request the Consultants
to remedy such failure within a period not exceeding three (3) weeks after
receipt by the Consultants of such notice of suspension and shall invoke
contract performance guarantee.
2.8. Termination:
2.8.1. By the Owner: The Owner may, by not less than three (04) weeks'
written notice of termination to the Consultants (except in the event
listed in paragraph (f) below, for which there shall be a written
notice of not less than fifteen (15) days), such notice to be given
after the occurrence of any of the events specified in paragraphs
(a)- through (f) of this Clause 2.9.1, terminate this Contract:
(a) If the Consultants fail to remedy a failure in the performance of their
obligations hereunder, as specified in a notice of suspension
pursuant to Clause 2.7 hereinabove, within three (04) week’s of
receipt of such notice of suspension or within such further period as
the Owner may have subsequently approved in writing;
(b) If the Consultants become insolvent or bankrupt or enter into any
agreements with their creditors for relief of debit or take advantage
of any law for the benefit of debtors or go into liquidation or
receivership whether compulsory or voluntary;
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 72 of 92
(c) If the Consultants fail to comply with any final decision reached as a
result of arbitration proceedings pursuant to Clause 8 hereof;
(d) If the Consultants submit to the owner a statement which has a
material effect on the rights, obligations or interests of the Owner
and which the Consultants know to be false;
(e) If, as the result of Force Majeure, the Consultants are unable to
perform a material portion of the Services for a period of not less
than fifteen days (15) days; or
(f) If the Owner, in its sole discretion and for any reason whatsoever,
decides to terminate this Contract.
2.8.2. Cessation of Rights and Obligations:
Upon termination of this Contract pursuant to Clauses 2.9.1 hereof, or upon
expiration of this Contract pursuant to Clause 2.3 hereof, all rights and
obligations of the Parties hereunder shall cease, except
(a) Such rights and obligations as may have accrued on the date of
termination or expiration,
(b) The obligation of confidentiality set forth in clause 3.2 hereof,
(c) Any right which a Party may have under the applicable law
2.8.3 Cessation of Services:
Upon termination of this Contract by notice to pursuant to Clauses 2.9
hereof, the Consultants shall, immediately upon dispatch or receipt of such
notice, take all necessary steps to bring the Services to a close in a prompt
and orderly manner and shall make every reasonable effort to keep
expenditures for this purpose to a minimum.
2.8.4 Payment Upon Termination:
Upon termination of this Contract pursuant to Clauses 2.9 hereof, the
'Owner shall make the following payments to the Consultants:
(a) Remuneration pursuant to Clause 6 hereof for Services satisfactorily
performed prior to the effective date of termination:
(b) Reimbursable expenditures pursuant to Clause 6 hereof for
expenditures actually incurred prior to the effective date of
termination; and
(c) Except in the case of termination pursuant to paragraphs (a)
through (d) of Clause 2.9 hereof, reimbursement of any reasonable
cost incident to the prompt and orderly termination of the Contract
including the cost of the return travel of the Consultants' personnel
and their eligible dependents
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 73 of 92
3.0 Obligations of the Consultants
3.1 General
3.1.1 Standard of Performance
The Consultants shall perform the Services and carry out their obligations
hereunder with all due diligence, efficiency and economy, in accordance
with generally accepted techniques and practices used with professional
engineering and consulting standards recognized by professional bodies,
and shall observe sound management, and technical and engineering
practices, and employ appropriate advanced technology and safe and
effective equipment, machinery, materials and methods. The Consultants
shall always act, in respect of any matter relating to this Contract or to the
Services, as faithful advisers to the Owner, and shall at all times support
and safeguard the Owner's legitimate interests.
3.1.2 Law Governing Services
The Consultants shall perform the Services in accordance with the
Applicable Law prevailing in the State of J&K and shall take all practicable
steps to ensure that any Sub-consultants, as well as the Personnel and
agents of the Consultants, comply with the Applicable Law prevailing in
the State of J&K.
3.1.3 Conflict of Interest
The consultant shall hold the Owner's interest paramount, without any
consideration for future work, and strictly avoid conflict with other
assignments or their corporate interests.
3.2.1 Consultants not to benefit from Commission, Discounts Etc.
The payment of the Consultant shall constitute the Consultant's only
payment in connection with this Contract or the Services, and the
Consultant shall not accept for their own benefit any trade commission,
discount, or similar payment in connection with activities pursuant to this
Contract or to the Services or in the discharge of their obligations under
the Contract, and the Consultant shall use their best efforts to ensure that
the Personnel, any Sub- Consultants, and agents of either of them similarly
shall not receive any such additional payment.
3.2.2 Consultants and Affiliates not to be otherwise interested in Project:
The Consultant agrees that, during the term of this Contract and after its
termination, the Consultant and any entity affiliated with the Consultant, as
well as any Sub-Consultants and any entity affiliated with such Sub-
Consultants, shall be disqualified from providing goods, works or services
(other than consulting services) resulting from or directly related to the
Consultant's Services for the preparation or implementation of the project.
3.2.3 Prohibition of Conflicting Activities:
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 74 of 92
The Consultant shall not engage, and shall cause their Personnel not to
engage, either directly or indirectly, in any business or professional activities
which would conflict with the activities assigned to them under this
Contract.
3.2.4 Confidentiality:
The Consultants and its Personnel shall not, either during the term or within
two (2) years after the expiration of this Contract, disclose any proprietary
or confidential information relating to the Project, the Services, this
Contract or the Owner's business or operations without the prior written
consent of the Owner.
3.3 Insurance to be taken out by the Consultant:
The Consultant (a) shall take out and maintain, and shall cause any Sub-
Consultants to take out and maintain, at their (or the Sub-Consultants', as
the case may be) own cost but on terms and conditions approved by the
Owner, insurance against the risks, and for the coverage, as shall be
specified in the SC; and (b) at the Owner's request, shall provide evidence
to the Owner showing that such insurance has been taken out and
maintained and that the current premiums have been paid.
3.4 Liability of the Consultant
The Consultant shall be liable to the Owner for the performance of the
Services in accordance with the provisions of this Contract and for any loss
suffered by the Owner as a result of a fault of the Consultants in such
performance.
a. The Consultants shall not be liable for any indirect or consequential loss
or damage caused by or arising out of the act, fault or omission of any
person other than the Consultants
However, this shall not limit the liability of the Consultant in any case of
fraud, deliberate default or misconduct by the Consultant.
b. In the event that the Consultant is in default of his duties in
performance of the services as envisaged in the Contract Agreement,
the Consultant shall redo, rectify all deficits, inadequacies,
insufficiencies pointed out by Owner before whom the report(s) is
submitted within a period of 15 days from the date on which such
defects, deficits etc have been communicated to the consultant
verbally or in writing as the case may be.
3.5 Indemnification of the Owner by the Consultants
The Consultants shall keep the Owner, both during and after the term of
this Contract, fully and effectively indemnified against all losses, damage,
injuries, deaths, expenses, actions, proceedings, demands, costs and
claims, including, but not limited to, legal fees and expenses, suffered by
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 75 of 92
the Owner or any Third Party, where such loss, damage, injury or death is
the result of a wrongful action, negligence or breach of Contract of the
Consultants or their Sub-consultants; or the Personnel or agents of either of
them, including the use or violation of any copyright work or literary
property or patented invention, article or appliance.
3.6 Consultants actions requiring Owner’s prior approval:
The Consultants shall obtain the Owner's prior approval in writing before
taking any of the following actions:
(a) Appointing Personnel to carry out any part of the Services, including
the terms and conditions of such appointment;
(b) Entering into a subcontract for the performance of any part of the
Services, it being understood:
i. That the selection of the Sub-consultant and the terms and
conditions of the subcontract shall have been approved in
writing by the Owner prior to the execution of the subcontract,
and
ii. That the Consultants shall remain fully liable for the performance
of the Services by the Sub-consultant and its Personnel pursuant
to this Contract;
3.7 Reporting Obligations:
The Consultants shall submit to the Owner the reports and documents
specified in Appendix A hereto, in the form, in the numbers and within the
time periods set forth in the said Appendix, including any supporting data
required by the Owner
3.8 Documents Prepared by the consultants to be the property of the Owner
All plans, drawings, specifications, designs, reports and other documents
prepared by the Consultants in performing the Services shall become and
remain the property of the Owner, and the Consultants shall, not later than
upon termination or expiration of this Contract, deliver all such documents
to the Owner, together with a detailed inventory thereof. The Consultants
may retain a copy of such documents but shall not use them for purposes
unrelated to this Contract without the prior written approval of the Owner.
4.0 Consultants' personnel
4.1 General
The Consultants shall employ and provide such qualified and experienced
Personnel as are required to carry out the Services
4.2 Description of Personnel
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 76 of 92
(a) The titles, agreed job descriptions, minimum qualifications and
estimated periods of engagement in the carrying out of the Services
of each of the Consultants' Personnel are described in Appendix C.
(b) If required to comply with the provisions of Clause 3.1.1 of this
Contract, adjustments with respect to the estimated periods of
engagement of Personnel set forth in Appendix C may be made by
the Consultants by written notice to the Owner, provided:
i. That such adjustments shall not alter the originally estimated
period of engagement of any individual by more than 10% or one
month, whichever is lesser, and
ii. That the aggregate of such adjustments shall not cause payments
under this Contract to exceed the ceilings set forth in Clause 6.2 of
this Contract. Any other such adjustments shall only be made with
the Owner's written approval.
(c) If additional work is required beyond the scope of the Services
specified in Appendix A, the estimated periods of engagement of
Personnel set forth in Appendix C may be increased by agreement in
writing between the Owner and the Consultants, provided that any
such increase shall not, except as otherwise agreed, cause payments
under this Contract to exceed the ceilings set forth in Clause 6 of this
Contract.
4.3 Agreed Personnel
The Consultant hereby agrees to engage the personnel and sub-
consultants listed by title as well as by name in Appendix C in order to fulfill
his contractual obligations under this contract.
4.4 Removal and/or Replacement of Personnel
(a) Except as the Owner may otherwise agree, no changes shall be
made in the Personnel. If, for any reason beyond the reasonable
control of the Consultants, it becomes necessary to replace any of
the Personnel, the Consultants shall forthwith provide as a
replacement a person of equivalent or better qualifications.
(b) If the Owner
(1) Finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a
criminal action, or
(2) Has reasonable cause to be dissatisfied with the performance of
any of the Personnel, then the Consultants shall, at the Owner's
written request specifying the grounds there for, forthwith
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 77 of 92
provide as a replacement a person with qualifications and
experience acceptable to the Owner.
(c) Any of the Personnel provided as a replacement under Clauses (a)
and (b) above, the rate of remuneration applicable to such person
as well as any reimbursable expenditures (including expenditures due
to the number of eligible dependents) the Consultants may wish to
claim as a result of such replacement, shall be subject to the prior
written approval by the Owner. Except as the Owner may otherwise
agree,
(1) The Consultants shall bear all additional travel and other costs
arising out of or incidental to any removal and/or replacement,
and
(2) The remuneration to be paid for any of the Personnel provided
as a replacement shall not exceed the remuneration which
would have been payable to the Personnel replaced.
(d). In case of misconduct or inability to perform satisfactorily, of any
person of the Consultant as may be observed by the Owner at any
point of time during the currency of the contract, the Consultant shall
immediately remove such person/s from the assignment and get his
replacement at his own cost within a reasonable period of time, but
not later than 30 days from such removal.
5.0 Obligations of the owner:-
5.1 Payment
In consideration of the Services performed by the Consultants under this
Contract, the Owner shall make to the Consultants such payments and in
such manner as is provided by Clause 6 of this contract.
5.2 Services and Facilities
The Consultant shall at his own cost make its arrangements for its
accommodation, and other provision of services. The Owner shall not
make available any accommodation or facility to the Consultant.
6.0 Schedules for Delivery of Services & Payment to the Consultants:
6.1 Schedules for Delivery of Services:
The time schedule and the time duration during which the CONTRACT
MANAGEMENT CONSULTANT shall be obliged to deliver the services shall
be as Appendix D.
6.2 Schedule for Consultants Personnel shall be as specified in Appendix C.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 78 of 92
6.3 Schedule/ Terms of Payment:
Schedule/ terms of payment shall be as per Appendix B.
6.4 Mode of Payment
• An all inclusive cost of services payable in Indian Rupees is set forth in
Appendix B.
• Interim payments to the Consultant, for the consultancy services rendered
in accordance with the scope, the terms and the conditions of the
Consultancy Contract, will be made by the Owner in the following
manner:
The Consultant shall submit the bills in triplicate to the Owner on
Consultants’ printed bill forms indicating the work done by him during the
period for which payment is sought.
The Owner shall cause the payment of the Consultants as per above
given in schedule of payment above within thirty (30) days after the
receipt of bills by the Owner with supporting documents. But if the progress
is not satisfactory and according to agreed work program/schedule the
payment may be withheld.
The final payment under this Clause shall be made only after satisfactory
completion of the activities mentioned in the Scope of Services. All
payments under this Contract shall be made to the account of the
Consultants with: [NAME OF BANK, A/C No.]
7.0 Fairness and good faith:
7.1 Good Faith:
The Parties undertake to act in good faith with respect to each other's
rights under this Contract and to adopt all reasonable measures to ensure
the realization of the objectives of this Contract.
7.2 Operation of the Contract:
The Parties recognize that it is impractical in this Contract to provide for
every contingency which may arise during the life of the Contract, and the
Parties hereby agree that it is their intention that this Contract shall operate
fairly as between them, and without detriment to the interest of either of
them, and that, if during the term of this Contract either Party believes that
this Contract is operating unfairly, the Parties will use their best efforts to
agree on such action as may be necessary to remove the cause or causes
of such unfairness, but no failure to agree on any action pursuant to this
Clause shall give rise to a dispute subject to arbitration in accordance with
Clause 8 hereof.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 79 of 92
8.0 Settlement of Disputes
a) No dispute or difference arising between the Consultants and the
Owner, under or relating to this Agreement shall be referred to
arbitration, unless an attempt has first been made to settle the same
amicably. Amicable settlement will be deemed to have failed if
either party notifies the other, in writing, of the same.
b) Any dispute or difference which may arise between the Parties out of
or in connection with this Agreement which the Parties are unable to
settle amicably, shall be settled by reference to arbitration by three
arbitrators. Each party shall appoint one arbitrator and the third shall
be appointed by the two Arbitrators by mutual consent. Arbitrator(s)
can also be appointed by intervention of the Court of Law.
The Arbitrators nominated by the parties or appointed by the
intervention of courts shall be bound by following terms while
arbitrating the dispute:-
i. The rules governing the proceedings before the arbitrator(s) shall
be those of the J&K Arbitration and Conciliation Act 1997. as
amended from time to time. Courts of Jammu & Kashmir only
shall have Jurisdiction in the matter.
ii. The Arbitrator(s) shall pass a speaking award with reference to
each item of claim/dispute.
iii. The Arbitrator(s) shall pass an award strictly as per the terms and
conditions of the contract. Any award contrary to the terms and
conditions of Agreement shall be void and not enforceable.
iv. The Arbitrator (s) shall not award pre-reference, pendentilite or
future interest on any claim awarded in favour of any party.
v. The venue of Arbitration shall be in the State of Jammu and
Kashmir
c) Each party shall bear its own expenses with respect to any arbitration.
The cost of the arbitration shall be borne in such a manner as may be
specified in the award of the arbitrators.
d) Neither party shall be entitled to suspend such work to which dispute
relates and payments if any shall be continued to be made in terms
of the contract during the pendency of the arbitration proceedings.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 80 of 92
e) The language of the arbitration proceedings and of all documents
and communications between the Parties shall be English.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be
signed in their respective names as of the day and year first above written.
FOR AND ON BEHALF OF (OWNER) WITNESS:
BY____________________ 1.
AUTHORISED REPRESENTATIVE
2.
FOR AND ON BEHALF OF (CONSULTANTS) WITNESS:
BY_____________________ 1.
AUTHORISED REPRESENTATIVE
2.
List of Appendices to Form Part of the Contract
1. APPENDIX A:- Scope of the Contract Management Services Contract-
detailed descriptions of the Services to be provided.
2. APPENDIX B:- Terms of payment
3. APPENDIX C:- Details of Consultant’s personnel and the periods for
deployment, cost of services to be provided under the
contract
4. APPENDIX D: Time schedule for deliverables under the contract.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 81 of 92
ANNEXURE - X
FORMAT OF CONTRACT PERFORMANCE GUARANTEE
(To be on non-judicial stamp paper of appropriate value as per stamp Act
relevant to place of execution. Foreign entities submitting bids are required to
follow the applicable law in the country.
In consideration of the proposal [INSERT THE NAME OF BIDDER] agreeing to
undertake the obligations for Comprehensive Contract Management Services
for implementation of 37.7MW Parnai HEP in Poonch District, J&K State, the
[Name of the Bank], herein after referred to as the “Guarantor Bank” hereby
agrees to unequivocally, irrecoverably and unconditionally to pay to Managing
Director JKSPDC, Hotel Shaw Inn, Boulevard, Srinagar - 190001, forth with on
demand in writing from Managing Director JKSPDC, Hotel Shaw Inn, Boulevard,
Srinagar - 190001, or any other officer authorized by him any amount up to and
not exceeding Rs.----------------------- [INSERT THE AMOUNT OF BANK GUARANTEE]
on behalf of M/S ----------------------[INSERT NAME OF SELECTED BIDDER]
The guarantee shall be valid and binding on this Bank up to [MENTION DATE]
and including --------------- plus 28 days and shall not be terminable by notice or
any change in the constitution of the bank or the term of contract 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, or
agreed with or without our knowledge or consent, by or between parties to the
respective agreement.
Our liability under this Guarantee is restricted to Rs. [MENTION AMOUNT IN
FIGURES AND WORDS]. Our guarantee shall remain in force until [MENTION
DATE]. The Managing Director JKSPDC, shall be entitled to invoke this Guarantee
till [MENTION DATE] plus 28 days.
The guarantor bank hereby agrees and acknowledges that the Managing
Director JKSPDC, shall have right to invoke this BANK GUARANTEE in part or in full,
as it may deem fit.
The Guarantor Bank hereby expressly agrees that it shall not require any proof in
addition to the written demand by the Managing Director JKSPDC, made in any
format, raised at the above mentioned address of the Guarantor Bank, in order
to make the said payment to the Managing Director JKSPDC, Hotel Shaw Inn,
Boulevard, Srinagar - 190001.
The Guarantor Bank shall make payment here in under on first demand without
restriction or condition and notwithstanding any objection by Managing
Director JKSPDC, / Authorized Representative and [INSERT NAME OF SELECTED
BIDDER] and / or any other person. The Guarantor bank shall not require the
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 82 of 92
Managing Director JKSPDC, to justify the invocation of this BANK GUARANTEE,
nor shall the Guarantor Bank have any recourse against the Managing Director
JKSPDC, in respect of any payment made here under.
This BANK GUARANTEE shall be interpreted in accordance with the laws of India
as applicable in J & K State.
The Guarantor Bank represents that this BANK GUARANTEE has been established
in such form and with such content that it is fully enforceable in accordance
with its terms as against the Guarantor Bank in the manner provided herein.
This BANK GUARANTEE shall not be affected in any manner by reason of merger,
amalgamation, restructuring or any other change in the constitution of the
Guarantor Bank.
This BANK GUARANTEE shall be primary obligation of the Guarantor Bank and
accordingly the Managing Director JKSPDC, shall not be obliged before
enforcing this BANK GUARANTEE to take any action in any court or Arbitral
proceedings against the [NAME OF THE SELECTED BIDDER], to stake any claim
against or any demand on the [NAME OF THE SELECTED BIDDER] or to give any
notice to the [SELECTED BIDDER] or to enforce any security held by the
Managing Director JKSPDC, or to exercise, levy or enforce any distress, diligence
or other process against [SELECTED BIDDER].
The Guarantor Bank acknowledges that this BANK GUARANTEE is not personal to
the Managing Director JKSPDC, and may be assigned, in whole or in part,
(Whether absolutely or by way of security) by Managing Director JKSPDC to any
entity to whom the Managing Director JKSPDC, Hotel Shaw Inn, Boulevard,
Srinagar – 190001 is entitled to assign its rights and obligations.
Notwithstanding anything contained hereinabove, our liability under this
Guarantee is restricted to Rs. [MENTION AMOUNT OF BANK GUARANTEE IN
FIGURES AND WORDS] and it shall remain in force until [MENTION DATE] plus 28
days. We are liable to pay the guaranteed amount or any other part thereof
under this Bank Guarantee only if the Managing Director JKSPDC, serves upon us
a written claim or demand.
Signature __________________
Name ____________________
Power of Attorney No. ______________________
For
__________________ [Insert name of the bank] ________
Banker’s stamp and Full Address
Dated this __________ day of ______________, 2012.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 83 of 92
ANNEXURE - XI
FORMAT OF ADVANCE PAYMENT GUARANTEE
(To be on non-judicial stamp paper of appropriate value as per stamp Act
relevant to place of execution. Foreign entities submitting bids are required to
follow the applicable law in the country.
WHEREAS under the Clause (Insert Clause Reference) of the Contract dated
between Jammu & Kashmir State Power Development Corporation Ltd
(hereinafter referred to as the Beneficiary) and (Insert Name of the successful
bidder), (hereinafter referred to as the Applicant), for Comprehensive Contract
Management Services for implementation of 37.7MW Parnai HEP in Poonch
District, J&K State, an interest bearing advance payment equal to 10% (ten per
cent) of the Contract price is payable in advance to the Applicant against a
Bank Guarantee.
We, (______________________________ Bank) (hereinafter referred to as the
”Bank”) hereby issue in favour of the Beneficiary an irrevocable Advance
Payment Guarantee (hereinafter referred to as the ”Guarantee”) on behalf of
the Applicant in the amount of INR in exchange for a contractual
advance in the amount of INR (hereinafter referred to as the
”Advance”), such Advance to be paid by the Beneficiary to the Applicant in
accordance with the terms and conditions of the Contract.
This Guarantee shall be automatically reduced upon presentation by the
Applicant to the Bank of a copy of one or more invoices submitted by the
Applicant to the Beneficiary showing the amount claimed, less a sum deducted
as reimbursement of the Advance (such sum representing the amount by which
this Guarantee shall be reduced), leaving a net amount payable, and a copy
of a proof of payment of this (these) invoice(s).
The Applicant could replace the above-mentioned documents by a certificate
issued by the Beneficiary stating the amount of the reduction applicable to this
Guarantee.
The Bank hereby agrees to unequivocally, irrecoverably and unconditionally to
pay to Managing Director of the Beneficiary, forthwith on demand in writing
from Managing Director of the Beneficiary, or any other officer authorized by
him any amount up to and not exceeding Rs.----------------------- [insert the amount
of bank guarantee] on behalf of M/S ----------------------[insert name of selected
bidder]
The Guarantee shall be valid and binding on this Bank up to [MENTION DATE]
and including --------------- plus one month and shall not be terminable by notice
or any change in the constitution of the bank or the term of contract or by any
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 84 of 92
other reasons whatsoever and our liability hereunder shall not be impaired or
discharged by any extension of time or variations or alterations made, given, or
agreed with or without our knowledge or consent, by or between parties to the
respective agreement.
Our liability under this Guarantee is restricted to Rs. [MENTION AMOUNT IN
FIGURES AND WORDS]. Our Guarantee shall remain in force until [MENTION
DATE]. The Managing Director of the Beneficiary shall be entitled to invoke this
Guarantee till [MENTION DATE].
The Bank hereby agrees and acknowledges that the Managing Director of the
Beneficiary, shall have right to invoke this Guarantee in part or in full, as it may
deem fit.
The Bank hereby expressly agrees that it shall not require any proof in addition to
the written demand by the Managing Director of the Beneficiary, made in any
format, raised at the above mentioned address of the Bank, in order to make
the said payment to the Managing Director of the Beneficiary.
The Bank shall make payment here in under on first demand without restriction
or condition and notwithstanding any objection by Managing Director of the
Beneficiary / Authorized Representative and [INSERT NAME OF SELECTED BIDDER]
and / or any other person. The Bank shall not require the Managing Director of
the Beneficiary, to justify the invocation of this Bank, nor shall the Guarantor
have any recourse against the Managing Director of the Beneficiary, in respect
of any payment made here under.
This Bank shall be interpreted in accordance with the laws of India as applicable
in J & K State.
The Bank represents that this Guarantee has been established in such form and
with such content that it is fully enforceable in accordance with its terms as
against the Bank in the manner provided herein.
This Guarantee shall not be affected in any manner by reason of merger,
amalgamation, restructuring or any other change in the constitution of the
Guarantor Bank.
This Guarantee shall be primary obligation of the Bank and accordingly the
Managing Director of the Beneficiary, shall not be obliged before enforcing this
Guarantee to take any action in any court or Arbitral proceedings against the
[NAME OF THE SELECTED BIDDER], to stake any claim against or any demand on
the [NAME OF THE SELECTED BIDDER] or to give any notice to the [SELECTED
BIDDER] or to enforce any security held by the Managing Director JKSPDC, or to
exercise, levy or enforce any distress, diligence or other process against
[SELECTED BIDDER].
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 85 of 92
The Bank acknowledges that this Guarantee is not personal to the Managing
Director of the Beneficiary, and may be assigned, in whole or in part, (Whether
absolutely or by way of security) by Managing Director of the Beneficiary to any
entity to whom the Managing Director of the Beneficiary, is entitled to assign its
rights and obligations.
Notwithstanding anything contained hereinabove, our liability under this
Guarantee is restricted to Rs. [MENTION AMOUNT OF Guarantee IN FIGURES AND
WORDS] and it shall remain in force until [MENTION DATE] plus one month. We
are liable to pay the guaranteed amount or any other part thereof under this
Guarantee only if the Managing Director of the Beneficiary, serves upon us a
written claim or demand.
Signature __________________
Name ____________________
Power of Attorney No. ______________________
For
__________________ [Insert name of the bank] ________
Banker’s stamp and Full Address
Dated this __________ day of ______________, 2012.
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 86 of 92
Annexure - XII
Salient features of the 37.5 (3 X 12.5) MW Parnai HEP
I. GENERAL
1. Name of the Project : Parnai Hydro Electric Project (ROR) (3 X
12.55 MW = 37.5 MW)
2. Location
a) State : Jammu & Kashmir
b) District : Poonch
c) Tehsil : i) Surankot ii) Mendhar
3. Geographical coordinates (a) Longitude : 74⁰21'08" E to 74⁰15'30” E
(b) Latitude : 33⁰36'34" N to 35⁰35'15” N
4. Hydrology
a) Length of river Suran upto
Bafliaz :
27 Kms
b) Length of river Suran upto its
confluence with Betar Nallah
at Poonch :
58.5 Kms
c) Catchment area upto Bafliaz
between Elevation (4200-
1540m) :
372 Sq Km
d) Catchment area upto Betar
between elevation (4200-
1000m) :
1296 Sq Km
e) Maximum flood discharge at
Bafliaz for 100 years return
period :
3000 cumec
f) Design discharge for water
conductor :
14.22 cumec
5. Climate
Maximum ambient temperature : (+) 33⁰C
Minimum ambient temperature : (-) 2⁰C
II. PROJECT FEATURES
1. Diversion and Intake
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 87 of 92
(a) Location : At Bafliaz 224 Kms from Jammu, along
Jammu Poonch Road
(b) Structure : Barrage
(c) Span : 107 meters between flanks
comprising :
i) Spillway
ii) Undersluice
iii) Fish Ladder
iv) Intake
(d) Pond level : 1547.00 m
(e) M.D.D.L. : 1543.60 m
(f) Design H.F.L : 1547.10 m
2. Barrage Bays
(a) Location : On right flank
(b) No & Width of Bays : 7 Nos.X10.0 m each
(c) Crest level : 1540.30 m
(d) Upstream floor level : 1539.30 m
(e) Downstream floor level : 1535.00 m
(f) Foundation level u/s cut-off : 1535.75 m
(g) Foundation level d/s cut-off : 1531.00 m
(h) Divide wall : 2.0 m thick
(i) Thickness of piers : 2.0 m
(j) Glacis slope : 3:1 (H:V)
3. Under sluice
(a) Location : On left flank
(b) No & Width of Bays : 2 Nos. x 8.0 m each
(c) Crest level : 1539.30 m
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 88 of 92
(d) Upstream floor level : 1539.30 m
(e) Downstream floor level : 1533.75 m
(f) Foundation level u/s cut-off : 1534.40 m
(g) Foundation level d/s cut-off : 1529.25 m
(h) Pier thickness : 2.0 m
(i) Glacis slope : 3:1 (H:V)
(j) Main Divide Wall 3.0 m
4. Fish Ladder
a) Width 2.0 m
b) Partition thickness 0.65 m
c) Orifice size 0.65 m x 1.35 m
5. Intake
(a) Location : Left flank, 12.5 m upstream of Barrage
Axis
(b) Type : Two openings with a width of 3.5 m spans
(c) Length : 9.0 m
(d) Sill level : EL 1541.2 m
(e) Design discharge : 14.22 cumecs
6. Gates for Barrage and Under
sluices
(a) Barrage gates : 10 m X 7.0 m (7 Nos)
(b) Barrage Emergency Gate : 10 m X 7.0 m (1 No)
(c) Under sluice gates : 8 m X 8.0 m (2 Nos)
(d) Undersluices Emergency Gate : 8 m X 8.0 m (1 No)
7. Gates for Intake and Desilting
Tanks
(a) Intake Gates : 3.5 m X 3.0 m (2 Nos)
(b) Emergency gate ; 3.5 m X 3.0 m (1 No)
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 89 of 92
(c) Desilting Tank Gates : 6.5 m X 5.4 m (4 Nos)
(d) Side Channel Gates : 4.0 m X 5.4 m (4 Nos)
(e) Flushing Conduit Gates : 2.0 m X 2.0 m (1 No)
8. Road Bridge
(a) Type : R.C.C Slab bridge
(b) Width : 7.0 m
(c) Road Level : 1553.0 m
9. Desilting Chamber
(a) Type : Dufor type twin barrel
(b) Depth : 5.0 m average
(c) No. of chambers : 2 Nos.
(d) Size of chambers : 90.0 m x 7.0 m
(e) No. of silt excluder drains 2 Nos.
(f) Size of drains : 2 m x 1.5 m
10. Tunnel
(a) Type and Size : Concrete Lined D-Shaped,3.2 m Finished
Dia.
(b) Velocity( Maximum) : 1.50 m/s
(c) Length : 8.90 kms
(d) Design Discharge : 12.51 cumecs
(e) Slope : 1 in 1000
(f) No. of Adits : 3 (3.2 m dia. D-Shaped total length about
1400 m)
(g) Adit Gate : 3.0 m x 2.5 m
11. Approach Channel
(a) Type and Size : Trapezoidal open channel
(b) Velocity( Maximum) : 1.50 m/s
(c) Length : 300 m
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 90 of 92
(d) Bottom Width : 3.00 m
(e) Depth : 2.40 m
(f) Side slopes : 1 V : 0.2 H
12. Fore bay
(a) Type : Surface type
(b) Size : 40mX10mX5.5m
13. Tunnel
(a) Type and Size : Concrete Lined D-Shaped,3.2 m Finished
Dia.
(b) Velocity( Maximum) : 1.56 m/s
(c) Length : 8.83 kms
(d) Design Discharge : 12.51 cumecs
(e) Slope : 1 in 384
(f) No. of Adits : 3 (3.2 m dia. D-Shaped total length about
1400 m)
(g) Adit Gate : 3.0 m x 2.5 m
14. Surge
(a) Type : Open to sky, restricted orifice type.
(b) Size : 4.0 m dia, 69 m high
(c) Maximum upsurge level : 1575.57 m
(d) Maximum upsurge level : 1524.55 m
(e) Bottom level : 1510.0 m
(f) Top level : 1589.0 m
15. Penstock
(a) Type/Material : Steel Lined
(b) Main Pressure Shaft : 1 No., 2.0 m dia., 1733 m long
(c) Branching near power house : 3 No., 1.15 m dia., each 70 m long
(d) Velocity : 3.98 m/sec
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 91 of 92
(e) Thickness of Steel Liner : Liner thickness varying between 10-32 mm
(f) Valve gallery : 12.0 m (L) × 7.0 m (W) × 15.0 m (H)
(g) No. of Adits : 1 (3.2 m dia., approx. length 500 m)
16. Power House
(a) Type : Surface Power House
(b) Gross Head : 392.0 m
(c) Net Head : 373.0 m
(d) Design Head : 373.0 m
(e) Installed Capacity : 3 x 12.5 MW
(f) Size : 71 X 16.6 X 22m
(g) Machine Hall Floor Level 1155.50 m
(h) Erection Bay Floor Level : 1156.80 m
17. Tail Race
(a) Size & Type : 5 m x 5 m collection chamber and
Trapezoidal shape with base width 4.0 m
and height as 2.25 m RCC channel
(b) Bed Grade : 1 in 325
(c) T.W.L : 1153.0m
18. Turbine
(a) No. & Type : 3, Vertical Shaft Pelton Turbine
(b) Rated Power : 12.50 MW each at generator terminal
(c) Rated head : 373.0 m
19. Main Inlet Valve
(a) Type : Butterfly valve
(b) Location and Diameter : 1 no. 2.0 m diameter near fore bay and
3no. Spherical valves of 0.97 m dia
housed in P/H
20. Generator
Comprehensive Contract Management Services 37.5 (2 X 12.5) MW Parnai HEP
Jammu & Kashmir State Power Development Corporation Page 92 of 92
(a) Type : 3 nos. vertical axis synchronized
Generator
(b) Rated Capacity : 13.8 MVA/12.5 MW
21. Main Generator Step-Up
Transformer
(a) Location : Surface on a bench near P/H
(b) No. of Transformers : 3 nos. 3 phase 15.3 MVA and Output
(c) Rated Voltage : 11/132 kV
(d) Frequency : 50 Hz
22. Transmission System
(a) Transmission Line : 132 KV D/C Line
(b) Terminating Station : Draba
(c) Length of Transmission Lines: 8.0 Km
23. Energy Generation MU
90% Dependable Year : 224 with 95% plant availability
24. Construction Period : 4 years