HIMACHAL PRADESH STATE ELECTRICITY BOARD LTD.

Size: px
Start display at page:

Download "HIMACHAL PRADESH STATE ELECTRICITY BOARD LTD."

Transcription

1 HIMACHAL PRADESH STATE ELECTRICITY BOARD LTD. Bid document for Pre- qualification of bidders for supply of Forged Pelton Runner FOR BANER HYDRO ELECTRIC PROJECT (3X4MW). Tender Specification no. HPSEBL / PQB- BANER-RUNNER/ SUPERINTENDING ENGINEER (DESIGNS), POWER HOUSE ELECTRICAL, HPSEB Ltd, SUNDERNAGAR , (H.P.), Phones : , , Fax: : smallhydel@rediffmail.com, sephe@hpseb.in Price : Rs /- April, or USD 300/

2 HIMACHAL PRADESH STATE ELECTRICITY BOARD LTD. Bid document for Pre- qualification of bidders for supply of Forged Pelton Runner. FOR BANER HYDRO ELECTRIC PROJECT (3X4MW). Tender Specification no. HPSEBL / PQB- BANER-RUNNER/ Prepared by Checked by Approved by (Ranjeet Bhatia) (Pavan Kumar Sharma) (Pankaj Kapoor) Assistant Engineer Sr. Executive Engineer S. E. (Designs) Issued to : Document sale date & time : to (3.00PM) Date & time of bid receipt : 02/08/2011 up to 1.00PM Date & time of bid opening : 02/08/2011 up to 3.00PM - 2 -

3 SECTION I SECTION-I Clause No. Title Page no. 1. Introduction 1 2. Financing 1 3. Eligibility 1 4. Contract Packaging Pre- qualification criteria General requirement Association of firms Information required with the proposal Submission of pre-qualification bid Language of bid Local Representation Signature of pre-qualifications bids Site visits Schedule of opening of bids Additional Information Rejection Criteria Results of pre-qualification application

4 SECTION II SECTION-II Form No. Title Page no. 1. Details of turbines designed & associated equipment supplied by the applicant meeting PQ criteria Detail of turbine manufactured supplied, installed & commissioned by the applicant meeting PQ criteria Detail of present commitments Measure against silt erosion- Experience & proposal Applicant s organization- General aspects Plant facilities available with the applicant Financial aspects of applicant s organization Detail of turbine design through reverse engineering & methodology

5 SECTION III SECTION-III Sr. No. Title Page no. 1. Main features of the Project ( Appendix-I) Invitation for submission of PQ bid ( Annexure-I) Performa of Bank Guarantee for Bid security (Annexure-II) - 5 -

6 SECTION-I INVITATION FOR PRE-QUALIFICATION FOR TENDERING FOR PELTON RUNNER. 1.0 INTRODUCTION:- 1.1 Himachal Pradesh is situated in the North-West corner of India, right in the lap of the Himalayan ranges. It is surrounded by Jammu and Kashmir in the North, Uttar Pradesh in the South-East, Haryana in the South and Punjab in the West. The state is almost entirely mountainous with altitudes ranging from 460m to 6600m above sea level. The normal rainfall is 181.6cm. Himachal Pradesh is drained by a number of rivers and rivulets. There are five major river systems namely the Chenab, the Ravi, the Beas, the Satluj and the Yamuna, which emanate from the western Himalayas. All the rivers are snow fed and hence perennial. The natural reservoirs and the large drops available in the river courses provide immense potential for hydel power generation at low cost. Agriculture, horticulture & hydel Power generation is the mainstay of Himachal`s economy. 1.2 The Himachal Pradesh State Electricity Board Ltd., is a body corporate, incorporated under company act, 1956 with its head office at Vidyut Bhawan, Shimla (hereinafter referred to as the HPSEB Ltd.). Formerly, it was Himachal Pradesh State Electricity Board incorporated under Section 5 of Electricity (Supply) Act, 1948 (Central Act no. 54 of 1948) and it existed before HPSEB Ltd. is responsible for promoting the coordinated development of power potential, generation, distribution and trading of electricity within the State in most efficient and economical manner. 1.3 Himachal Pradesh State Electricity Board Ltd., has established the Baner Hydro- Electric Project (3X4MW) located in Distt Kangra of Himachal Pradesh and intends to procure/purchase one spare Pelton forged Runner through international competitive bidding. HPSEB Ltd. has issued an invitation (Annexure-I) for the submission of pre-qualification bids for the works mentioned in the scope of supply and services (Clause-4.2). 1.4 The Baner Hydro-Electric Project has been contemplated as a power generation development in district Kangra of Himachal Pradesh and is located about 20Km from Palampur on the NH-20. Broad details of the project are attached at Appendix-I of Section-III. 2.0 FINANCING 2.1 HPSEB Ltd. has approved the proposal for initiating the process of procurement of runner for Baner HEP through International Competitive Bidding (ITB). The procurement of runner shall be funded from State Plan / Power Finance Corporation, Delhi or other Financial institutions. 3.0 ELIGIBILITY The manufacturers and suppliers either of Indian Origin or origin of any other country, who are willing to participate in the competitive bidding and to demonstrate their experience/expertise, skill, capability, capacity, ability and competence to design, manufacture, supply, erect and commission the hydro turbine runner for Baner Power house (3X4MW) and having capability of meeting the general and special requirements so as to prepare a panel of pre-qualified parties, who shall be invited to participate in the bidding

7 4.0 CONTRACT PACKAGING 4.1 The Pelton runner shall be procured under one lot which will also cover responsibility for overseas transportation (where applicable), port handling & clearance, insurance, inland transportation to site, storage and preservation at site, erection, testing and commissioning etc. The equipment part under the package has following scope of supply and services: 4.2 SCOPE OF SUPPLY AND SERVICES:- The scope of supply and services, for which tenders shall be invited by HPSEB Ltd. later from the pre-qualified Bidders, will comprise mainly:- Design through reverse engineering, manufacture, testing at manufacturer s works before dispatch, overseas transportation (where applicable), port handling and clearance, inland transportation to site, storage and preservation at site, complete installation, check ups, testing & commissioning and handing over of the equipment mentioned under scope of supply for durability and satisfactory operation of Pelton runner as specifically stated in this document. a) Scope of Supply S.N Description Qty. 1. Forged Pelton runner through reverse Engineering, suitable for single runner turbine with four jets developing 5665 HP 1No. (Metric) at 85% nozzle opening at maximum net head of 331.9m and rated discharge of cumecs and directly coupled vertical shaft alternator rated at 4444 KVA, 0.9 p.f lag/lead, 6.6KV having a rated speed of 750rpm. 2. Templates & associated drawings of above runner. 1 Set 3. Coupling Bolts for above runner. 1 Set b) Scope of Services:- The detail of services shall be as under. i) Design, manufacture, shop testing as per QAP corresponding to any international standard at manufacturer s works, packing and dispatch. ii) Shipping (where applicable), transportation to site, insurance (including marine transportation, port handling and clearance). iii) Receiving, unloading, handling, opening, inspecting, reporting and submitting claims in case of damage and short supply of items. iv) Storage and preservation at site. v) Complete assembly and erection of all the equipment and accessories etc. vi) Final check up, testing and commissioning, adjustment to rectify misalignment/defects, if any. vii) Conducting the test to demonstrate the output guarantee & viii) efficiency. Obtaining HPSEB Ltd. representative s written acceptance of satisfactory performance. 4.3 SCHEDULE OF COMMISSIONING; The new spare runner is urgently required by the field unit and shall be commissioned immediately after receipt at site

8 4.4 EXCLUSIONS i) All civil works. 5.0 PRE-QUALIFICATION CRITERIA The applicants shall satisfy the following minimum pre-qualification requirements to become eligible for participation in tendering: 5.1 GENERAL The applicant must be a turbine manufacturer. The installation of the turbine for evaluation of the satisfactory operation as required shall be preferably in India. The list of prospective sub- suppliers /sub contractors for forged discs/ ETC at site shall be enclosed and the firms approved in the bids shall be binding on the bidder after qualifying, however, change of sub contractor /sub-supplier shall be allowed after the approval of the purchaser. 5.2 Turbine and Associated Equipment :- 1) Turbine :- a) Design :- The bidder should have in the past, designed and have expertise of a vertical Pelton type hydraulic turbine of at least 4 MW or above rated capacity. b) Manufacture, Erection, Testing & Commissioning :- Should have in the past, manufactured, delivered, erected and commissioned vertical Pelton type hydraulic turbines of at least 4 MW or above rated capacity. 2) The above equipment must have been supplied, erected and commissioned at minimum two (2) different locations (H.E. projects) anywhere in India/ Abroad and must be in trouble free operation for at least three (3) years after commissioning or has completed 8000hrs. of operation. Satisfactory performance certificates from the users on above lines are required to be submitted for Pre-Qualification as supporting documents. 3 Additional Experience:- a) Experience in design and manufacture of hydraulic turbines that would permit easy dismantling, removing and re-assembling of turbine components like runner, nozzles, deflectors etc. during maintenance or for welding repairs to runner and other turbine components. b) Experience / expertise in design, material selection and construction of inlet valve and Turbine Parts for silty water conditions will be desirable and weightage would be provided in the evaluation of tenders for the inlet valves and turbines in favour of firms having this experience and for proposals conducive to resisting silt erosion. 5.3 In such cases, where a manufacturing firm which was originally in business of design, manufacture, supply, erection and commissioning of equipment as detailed above was amalgamated/taken over at a later date by the bidder or its associated firms, the experience of such firm in design, manufacture, supply, erection and commissioning of the above equipment shall be given due consideration in determining the total years of experience in design, manufacture, supply, erection and commissioning of the bidder or its associated firm, as the case may be, for the purpose of meeting the pre-qualification criteria provided the necessary documentary evidence of such amalgamation/ taking over is furnished alongwith pre-qualification application

9 6.0 GENERAL REQUIREMENT:- The applicant shall provide satisfactory evidence for the following:- 6.1 Technical:- i) The constituent firms of the applicant should be a manufacturer, who regularly manufactures the equipment of the type specified and has adequate technical knowledge and manufacturing experience which should be in the field of design and manufacturing of any or all items covered under clause 4.2 (Scope of supply & Services) above. ii) The manufacturing firms should have adequate design, plant and manufacturing capability and capacity available to perform the works properly and expeditiously within the time period specified. The evidence shall specifically cover written details of the installed manufacturing capacities and present commitments of the applicant or his principals. If the present commitments are such that the installed capacity results in inadequacy of the manufacturing capacities to meet the requirement of equipment corresponding to this bid, then the details of alternative arrangements to be organized by the applicant for this purpose (which shall meet the Board s approval) shall also be furnished. iii) The applicant(s) have established quality assurance systems and organization design to achieve high level of equipment reliability during his design and manufacturing process. Quality assurance programme shall be submitted alongwith pre-qualification application. Details, if any, of the internationally recognized quality assurance organizations, which have approved the works and production of the applicant should be furnished with PQ application. 6.2 Personnel:- i) The applicant(s) shall have highly experienced design, maintenance, erection and supervision personnel available for this work. A list of key personnel available with the applicant alongwith their qualification and experience shall be furnished. The erection and supervision personnel, the co-ordinator and the project manager should be capable of fluently communicating in either English, Hindi or both. ii) As the contract will comprise all the services including transportation, storage, erection, testing and commissioning, the applicant shall have their own staff for these purposes or shall have agencies in India or abroad for carrying out these activities. Preliminary proposals containing arrangements concluded or intended shall be submitted. iii) That he does not anticipate change in the Ownership during the proposed period of execution of work (if such a change is anticipated, the scope and affect thereof shall be defined). 6.3 Financial:- The constituent firms of the applicant shall have proven financial stability and established resources and working capital to meet the financial obligations pursuant to the execution of the contract taking into account other existing commitments. The applicant shall submit with the PQ the profit and loss account, the balance sheet and the company s annual report for the last five (5) years to demonstrate the financial status and soundness of the company. 6.4 Past Performance: - The performance of the equipment supplied by the applicant and associated manufacturing firms in the past shall be a vital factor in pre-qualifying the - 9 -

10 applicant for the project. In case of substantial failure of the applicants and the associated manufacturing firms in the past contracts to adhere to the delivery schedules or to meet the technical requirement and guarantees, and if the equipment so supplied and installed were affected by persistent operation problems, damages, breakdowns etc. owing to design inadequacies, manufacturing defects, erection mistakes etc. the applicant shall not be prequalified for tendering for equipment under this package. 6.5 The above stated requirements are minimum and the HPSEB Ltd. reserves the right to request for any additional information/ documents; from any or all applicant(s) if in the opinion of the HPSEB Ltd. the qualification data is incomplete or the applicant is found not qualified to satisfactorily perform the works. 6.6 Further HPSEB Ltd. also reserves the right to increase or decrease the above stated minimum pre-qualification requirements should the circumstances warrant for such a change in the overall interest of the Board. 6.7 Notwithstanding anything stated above, the HPSEB Ltd. reserves the right to inspect the manufacturing works & installations etc. to assess Bidder s capability and capacity to perform the work should the circumstances warrant such an assessment in the overall interest of the HPSEB Ltd. 6.8 HPSEB Ltd reserves the right to reject any pre-qualified Bidder at any subsequent stage for wrong declaration or misconduct. Decisions of HPSEB Ltd. in this regard shall be final, without recourse to appeal and will not be bound to furnish any reason, whatsoever, for rejection. 7.0 ASSOCIATION OF FIRMS 7.1 Application for pre-qualification can be made by: a) A single firm, who shall be manufacturer and meets the pre-qualification requirements for design, manufacture, erection, testing & commissioning of hydro turbines as laid down in clause no 5.0 OR b) A single firm who shall be manufacturer who meets the pre-qualification requirements for manufacture, erection, testing & commissioning of hydro turbine, as laid down in clause 5.0, having a collaboration with another manufacturer fulfilling the PQ requirements, as covered in clause 5.0 provided further that both the firms undertake to be jointly and severally responsible for the contract. OR c) An association of firms which fulfils the PQ requirements as a joint venture or consortium prime contractor or sub-contractor or any other relationship and is jointly and severally responsible for the contract. 7.2 In all cases where association of more than one firm is involved, whether as a collaboration or joint venture or consortium, one of the firm must fully satisfy the pre-qualifying requirements for hydro turbine design and another or the same firm must meet the pre-qualifying requirements for the hydro turbine manufacture and ETC. Further, these firms shall have technical and managerial responsibility for the execution of the contract on jointly and severally responsibility basis. This responsibility should be reflected in their financial participation in guarantees and warrantees. 7.3 Where manufacture and / or erection, testing & commissioning of some or all components of the turbine is to be carried out by a firm or firms other than the

11 relevant designer, then the designer shall have full responsibility, and carry the guarantee for the design, up to and including manufacturer s drawings and specifications of materials. If the designer chooses to have parts of the design carried out by another party he shall be responsible for design and manufacturing drawings. He shall also ensure that manufacturing and erection of all components is in accordance with the design and shall actively involve himself in manufacturing, erection, testing & commissioning aspects which shall include but not be limited to:- Model test (in case of turbines) Supply of manufacturing drawings, quality control and inspection documents with precise instructions and specifications of hold points. Review of material test results. Supervision during manufacture and erection. Commissioning and performance tests. 7.4 Every other partner or subcontractor must satisfy the pre-qualifying requirements in respect of that part of the work which he will undertake. Where qualifying requirements are not specifically stated (for example in the case of minor components or sub-components) he should be fully experienced in the type of work he will undertake. If he is not fully experienced, he still may be accepted by HPSEB Ltd., provided a fully qualified partner carries the guarantee for the work that the inexperienced firm will undertake. 7.5 The equipment designers should also have the responsibility for checking the designs of the suppliers of other components to ensure overall dimensional and functional compatibility. 7.6 All partners of a joint venture participant in guarantees and warrantees shall be liable jointly and severally for the execution of the contract and relevant statement to this effect shall be included in the draft agreement(s). 7.7 One of the partners shall be designated Chief Co-ordinator or Team Leader, who shall also have the responsibility for overall co-ordination between the partners. He shall also be designated partner-in-charge. In case a contract is awarded to the association, the partner-in-charge shall be authorized to incur liabilities and receive instructions for and on behalf of any and all parties of the association and the entire execution of the contract including payment shall be done exclusively with him. Statement to this effect shall be included in the draft agreement(s). 7.8 The pre-qualification application should fully detail the structure of the association, the names of the firm responsible for design, manufacture, erection, testing and commissioning of Turbine and Generator. Chief co-ordinator and partner-in-charge, responsibilities of the various partners and their qualifications to undertake the work and the co-ordination responsibilities which it proposes to assign to them and the involvement of the turbine and generator designers in aspects which are not their direct responsibility. Draft of the agreement(s) between the parties must be submitted with the prequalification application. The applicant should note that HPSEB may require amendment(s) to these agreements before pre-qualification is granted. Each partner should also complete all forms/formats except in relation to those parts, which are not applicable in his case. 7.9 While it is acceptable for a firm to apply for pre-qualification individually or as a jointly and severally responsible partner in a single association or as a sub

12 contractor in any number of associations, it will not be acceptable for a firm to participate in more than one bid, except as a sub-contractor. No change shall be permitted in a pre-qualified association prior to award of contract. However, after the award, changes or additions in the list of subcontractors may be made with the approval of HPSEB Ltd. Note:- It shall be understood that the above clauses 7.2 to 7.9 shall apply equally to sub-clauses 7.1(a) to 7.1(c). 8.0 INFORMATION REQUIRED WITH THE PROPOSAL 8.1 The pre-qualification bids must clearly indicate the name of the manufacturer, principals/collaborator. The bids should also contain drawings and adequate descriptive materials indicating general dimensions, material from which the parts are manufactured, design philosophy, principles of operation, the extent of pre-assembly involved, recommended method of erection and the proposed organizational structure for erection and commissioning. 8.2 The above information shall be provided by the applicant in the form of separate sheets, drawings, catalogues etc, in four copies. 8.3 In addition, all supporting material in the form of published authoritative documents, reports, literature etc. shall be furnished, wherever required, detailed descriptive information specially prepared for the pre-qualification may be supplemented. 8.4 Certificate from the clients in proof of correctness of information furnished and claims of guarantee fulfillment and satisfactory performance shall be furnished. Any other date and details not specifically asked but that may be relevant and useful may be submitted. 8.5 The applicants shall also furnish all relevant data and information in the following formats:- Form 1 Form 2 Form 3 Form 4 Form 5 Form 6 Form 7 Form 8 Details of turbine designed by the applicant and associated equipment supplied by the applicant or his sub contractor, meeting PQ criteria ( in the last 15 years) Details of turbine manufactured supplied, installed and commissioned by the applicant meeting pre-qualification criteria ( in last 15 years). Details of present commitments Measures Against silt Erosion- Experience & proposals Applicant s and Other Manufacturing Firms Organisation- General Aspects. Plant Facilities Available with the Applicant and other manufacturing firms. Financial Aspects of Applicant(s) Organisation. Detail of turbine designed through reverse engineering & methodology. 9.0 SUBMISSION OF PRE-QUALIFICATION BIDS: 9.1 The applicant(s) shall submit the pre-qualification document in quadruplicate, one marked as Original and the remaining three as Copies, all completely filled in and duly signed. The copy marked Original shall govern in case of differences in the four sets of documents. The PQ document shall be typed/printed/hand written/drawn legible and clearly with the corrections and erasures initialed

13 9.2 All pages of the pre-qualification document must be numbered and these should be signed at the bottom by the applicant & duly bound. Pre-qualification documents submitted loose & not numbered shall not be entertained and are liable to rejection. 9.3 The pre-qualification application shall be submitted by the applicant in two separate volumes-one containing the relevant core information, the prescribed formats duly filled in, detail and data pertinent for the evaluation and assessment of the application for suitability for pre-qualification and other containing additional information, catalogues, annual reports, technical literature, photographs, drawing and other material that the applicant may desire to furnish. 9.4 If the eligible applicant is a Association of firms, consortium or has a collaboration satisfying pre-qualification requirement as stated in clause-6, information as above shall be furnished for each constituent of the Association of firms and a statement signed by authorized representatives of the constituents indicating the role, responsibility and share of each constituent shall be furnished. 9.5 The pre-qualification proposal must be submitted in a sealed envelope superscribed as PROPOSAL FOR PRE-QUALIFICATION FOR HYDRO TURBINE FORGED RUNNER FOR BANER HYDRO ELECTRIC PROJECT. 9.6 The outside of the envelope should also indicate clearly the name of the applicant and his address. In addition the left hand corner of the envelope or container should indicate the number and the opening date and time of prequalification bid. 9.7 The pre-qualification documents along with the letter of transmittal/submission shall be submitted to:- The Superintending Engineer (Designs), Power House Electrical, HPSEB Ltd., Sundernagar Distt. Mandi (H.P.), India. 9.8 The applicant has the option of sending the pre-qualification bid either by registered post/courier or by submitting the pre-qualification bid in person, so as to ensure that the pre-qualification bids are received on or before 15/07/2011 at 1.00PM Pre-qualification bids submitted by telex/ telegram/fax will not be accepted. No request from any applicant to the Board to collect the proposals from airlines, cargo agents etc. shall be entertained. 9.9 Pre-qualification bid submitted after the time and date fixed for the receipt or pre-qualification bids as set out in the invitation to bid, are liable to be rejected and such pre-qualification bids if so desired by the said applicant may be collected back by the applicant within seven (7) days from the date of opening of pre-qualification bids Any information supplemented after the above mentioned closing date will not be entertained and considered unless it is called for by HPSEB Ltd HPSEB Ltd. further, reserves the right to reject any application which is not deposited according to the instructions stipulated above

14 10.0 LANGUAGE OF THE BID All information in the pre-qualification bid shall be in English. Information in any other language shall be accompanied by its translation in English. Failure to comply with this may disqualify a pre-qualification bid. In the event of any discrepancy in meaning, the English language copy of all documents shall govern LOCAL REPRESENTATION Foreign applicant shall indicate in their pre-qualification bid, under a separate covering letter, the name of the person or the firm who will be acting as his representative in India for the purpose of his pre-qualification bid. He shall also state, the service facilities which he or his representative has in India. If the foreign applicant has no representative in India they should indicate in their bid how they will provide the service facilities they intend to provide in India SIGNATURE OF PRE-QUALIFICATON BIDS 12.1 The pre-qualification bid must contain the name and place of business of the person or persons making the pre-qualification bid and must be signed and sealed by the applicant with his signature. The names of all persons signing should also be typed or printed below the signature Pre-qualification bid by a partnership must be furnished with full name, followed by the signature(s) and designation(s) of the authorized partner(s) or other authorized representative(s) Pre-qualification bid by corporation/ company must be signed with the legal name of the corporation/company by the President, Managing Director, Secretary or other person or persons authorized by such corporation/company in the matter A pre-qualification bid by a person who affixes to his signature the word President, Managing Director, Secretary, Agent or other designation without disclosing his Principals will be rejected Satisfactory evidence of authority of the person signing on behalf of the applicant shall be furnished with the pre-qualification bid The applicant s name, stated on the proposal, shall be the exact legal name of the firm Erasures or other changes in the pre-qualification bid documents shall carry the initials of the person signing the pre-qualification bid Pre-qualification bids not conforming to the above requirements of signing may be disqualified SITE VISIT The intending applicants, if they so desire, may visit the project site after prior intimation to and approval from the project authorities for better comprehension of requirements and for preparation of PQ proposals. The applicants shall have to bear all risks and costs incurred by them including the expenditure for the site visit SCHEDULE FOR OPENING OF BIDS

15 PQ applications received upto the stipulated closing time will be opened by the Superintending Engineer (Designs), Power House Electrical, HPSEB Ltd., Sundernagar, Distt. Mandi (H.P.) in his office at 3.00PM on 15/07/2011 in the presence of applicant s authorized representatives (upto two persons), who may choose to be present. No electronic recording device will be permitted during the bid opening ADDITIONAL INFORMATION 15.1 Clarification and further details, if required, may be obtained from the Superintending Engineer (Designs), Power House Electrical, HPSEB Ltd., Sundernagar, Distt. Mandi (H.P.) REJECTION CRITERIA 16.1 The equipment shall be procured under one package for whole scope of supply and service, as described in clause-4.2. The applicant(s), who either do not meet the pre-qualification criteria, as detailed in clause-5, for the entire equipment under scope of supply and services and general requirement, as described in clause-6, or fail to submit PQ application as per various conditions of this document, their application for pre-qualification shall be considered as non responsive and rejected A firm or a Lead Member of joint venture shall give only one application for the pre-qualification. If the firm submits more than one application, singly or as a Lead Member in joint venture, all applications of that party shall be rejected RESULT OF PRE-QUALIFICTION APPLICATION 17.1 The parties found pre-qualified shall only be issued bid documents for further participation in the bidding The HPSEB Ltd. reserves the right to accept or reject any or all pre-qualification applications or cancel/withdraw the invitation for bid without assigning any reasons whatsoever and in such case no Bidder/intending Bidder shall have any claim arising out of such action The decision of HPSEB shall be final in all matters regarding pre-qualification BID SECURITY: - The Bidder shall submit bid security in the shape of bank guarantee in favour of the Superintending Engineer (Designs), Power House Electrical, HPSEB Ltd., Sundernagar, Distt. Mandi (H.P.) amounting to Rs. One Lac (1,00,000) or USD five thousand(5000) valid for Twelve (12) months from the date of opening of prequalification bids. The proforma of the bank guarantee is enclosed as Annexure V in Section III. It shall be mandatory for all the pre-qualified firms to submit their price bids for the procurement of forged runner for 3X4MW Baner Hydro Electric Project failing which their bank guarantee shall be forfeited. The bank guarantee of the unsuccessful firms shall be returned after the process of pre qualification is completed. The bank guarantee(s) of non-responsive firms during the pre qualification process is also liable for encashment. The bank guarantee of the qualified firms shall be returned after the receipt of their price bids for the forged runner for 3X4MW Baner Hydro Electric Project are received and opened

16 SECITON-II Form-1 Details of turbine designed by the applicant and associated equipment supplied by the applicant or his sub contractor, meeting PQ criteria Detail of Projects S.N. Description Project Project Project 1 Turbine A) General Information 1. Project name 2. Name and address of client 3. Location and river 4. Installed capacity (Nos. & unit Rating) 5. Equipment supplied B) Turbine Design Data 1 Name of designing firm & name of manufacturer 2. No. supplied 3 Rated capacity (MW) 4 Rated net head (m) 5 Maximum Gross head (m) 6 Rated speed (r. p. m) 7 Specific speed (Metric unit) 8 Runner diameter 9 Runner material 10 Silt load in turbine waters (Annual average in ppm) 11 Measure to resist silt erosion 12 Events, (Year of) a) Design and supply b) Installation and commissioning 13 Period in operation. a) No. of years b) Hours of operations 14. Actual performance in operation a) Post commissioning modifications. b) Details of modifications. c) Reasons for modifications. d) Results of a). 1

17 15 Specific experience relating to turbine a) In case third party laboratory for model test (Name & Experience of working with that laboratory Date: Place: Signature of Bidder Name: Status: Whether authorized Attorney of tendering Company: Seal of Tendering Company: 2

18 Form-2 Details of turbine manufactured, supplied, installed & commissioned by the applicant meeting PQ criteria. Sr.No. Description Project Project Project I General Information:- 1) Name of manufacturer 2) Project name 3) Name and address of client 4) Location and river 5) Installed capacity (Nos. & unit Rating) II Turbine Manufacture Data:- 1) Name of manufacturer. 2) No. of supplied. 3. Rated capacity (MW) 4) Rated net head (m) 5) Rated speed (rpm) 6) Runner Dia. 7) Runner material composition. 8) Cast or forged 9) Events, (years of) a) Manufacture & supply. b) Installation & commissioning. Date: Place: Signature of Bidder Name: Status: Whether authorized Attorney of tendering Company: Seal of Tendering Company: 3

19 DETAILS OF PRESENT COMMITMENTS Form-3 S.No. PARTICULARS PROJECT PROJECT PROJECT 1. Name of Project and its location 2. Name and address of the client 3. Number of machines with their type and rating 4. Whether the contract includes services such as erection, storage & commissioning 5. Value and date of the contract 6. Completion time period with zero date. 7. Value of the work completed 8. In case delays are anticipated, reasons thereof. Date: Place: Signature of Bidder Name: Status: Whether authorized Attorney of tendering Company: Seal of Tendering Company: 4

20 Form -4 Measures against Silt Erosion- Experience & Proposals S.N. Description Project Project Project I. Past Experience in the subject 1. Project names, address. 2. Turbine manufacturer 3. Generator manufacturer 4. Year of commissioning 5. Nos. of units & rating MW 6. Type of Turbine 7. Rated Net Head 8. Max. & Min. heads 9. River ( Names) 10. Whether desilting arrangement provided if so ( particle size removed) 11. Nature of silt & its mineralogical composition. 12. Average annual silt load in turbine water ( ppm) 13. What special measures provided in under water turbine components and bearing coolers for the purpose. 14. Whether special durable hard coatings were applied on vulnerable turbine components. 15. Outline quick maintenance & replacement methods provided for affected components without disturbing generators. 16. Actual performance of measure adopted. ( if available) including application of durable hard coatings. a) Maintenance frequency. b) Outage time for each annual maintenance. II. Present Expertise Available On the Subject 1. In design of components of Turbine & Generators subject to silt erosion. 2. In selection of materials of construction of turbine and generator components subject to silt erosion. 3. Application of hard facings and coatings to resist silt erosion. 4. In constructional features to minimise silt erosion. III. Proposed Measures for Turbines, (General Outline Only) 5

21 1. Design of Turbine. 2. In selection of materials of construction. a) Runner b) Deflection parts 3. In constructional features of a) Turbine b) Any other relevant aspects IV R&D Work On Subject 1. In house facilities 2. Achievement & success 3. Programmes 4. Present activities May be given for maximum no. of such projects handled with pelton turbine installations. Date: Place: Signature of Bidder Name: Status: Whether authorized Attorney of tendering Company: Seal of Tendering Company: Form-5 Applicant s Organization- General Aspects S.N. Description/Item Separate columns to be used for Each Member of firm 1. Firm s name/member firm s name in case of joint ventures 2. Leader firm (in case of joint venture) 3. Firms addresses/telegraphic addresses/ telephone/telefax no./ . 4. Agents/Liaison office address in India if any 5. Status and nature of firm(s) 6 Activities of firm(s) 6

22 7. Role of firm(s) in this project 8 Experience in co-ordination of different suppliers 9 Organization chart of firm(s) with names and designation of key personnel for work related to this project. 10 Nos. of employees in hydro department. i) Production ii) iii) Design Quality control To be attached separately for each firm 11. Up to date professional experience in hydro engineering field. 12. Experts & specialists available for job. A list of key engineer personnel having expertise, specialization & experience to be furnished by the applicant. 13 Furnish published upto date list of past supplies. Date: Place: Signature of Bidder Name: Status: Whether authorized Attorney of tendering Company: Seal of Tendering Company: 7

23 Form-6 Plant Facilities Available with the Applicant and other manufacturing firms S.No. Description 1. Plant Name and Address. 2. In house production facilities/equipment in respect of machining welding, coating, fabrication, etc. 3. In house details of Technical testing facilities for i) Raw Materials ii) iii) iv) Turbine Model Sub-Assemblies. Assemblies 4. Quality Control Procedure & set up for i) Raw Materials ii) iii) iv) Manufacturing Unit sub-assemblies and other sub- assemblies Details of equipment available for field acceptance test for turbines by proposed method. To furnish write up/latest publications Date: Place: Signature of Bidder Name: Status: Whether authorized Attorney of tendering Company: Seal of Tendering Company: 8

24 Financial Aspects of Applicant(s) Organization Form-7 (Amount to be given in INR/ U.S. Dollars) 1. Name of partners/director (each member firm in case of joint venture) 2. Capital i) Authorized in millions of currency ii) Issued and paid up in millions of currency 3. Balance sheet profit and loss statement Auditors reports for last 5 years i) Working capital ii) Foreign investment iii) Turnover a) Ending b) Ending c) Ending d) Ending e) Ending iv) Gross income a) Ending b) Ending c) Ending d) Ending e) Ending V) Total liabilities a) Current ratio (Current assets to current liabilities) b) Total liability to net worth. c) Acid Test Ratio (Cash, temporary investment held in lieu of cash and current receivable to current liabilities) 4. Net sales:- i) Current financial year (up to ) ii) Last financial Year. iii) During year before last financial year. 5. Maximum annual turnover feasible as per capacity/license. 6. Source of operating finance of firms. 7. Proof of financial credibility/soundness(bank Certificate) 8. Reference from bankers. 9. Order relating to hydro generating equipment in 9

25 hand/under execution. i) Total value ii) Portion executed iii) Balance iv) Committed date of completion. 10. Annual report for last five years. To be supplied alongwith application. Date: Place: Signature of Bidder Name: Status: Whether authorized Attorney of tendering Company: Seal of Tendering Company: 10

26 Form-8 Details of turbine and associated equipment designed through reverse Engineering technique by the applicant and supplied by the applicant meeting PQ criteria Detail of Projects S.N. Description Project Project Project 1 Turbine A) General Information 1. Project name 2. Name and address of client 3. Location and river 4. Installed capacity (Nos. & unit Rating) 5. Equipment supplied B) Turbine Design Data 1 Name of designing firm & name of manufacturer 2. No. supplied 3 Rated capacity (MW) 4 Rated net head (m) 5 Maximum Gross head (m) 6 Rated speed (r. p. m) 7 Specific speed (Metric unit) 8 Runner diameter 9 Runner material 10 Silt load in turbine waters (Annual average in ppm) 11 Measure to resist silt erosion 12 Events, (Year of) a) Design and supply b) Installation and commissioning 13 Period in operation. a) No. of years b) Hours of operations 14. Actual performance in operation a) Post commissioning modifications. b) Details of modifications. c) Reasons for modifications. d) Results of a). 15 Data require to take reverse engineering. 11

27 a) Change in efficiency after reverse engineering compared to the original runner. b) Factor considered for reverse engineering technique. C) In any auxiliary of turbine was changed to effect the reverse engineering technique. Date: Place: Signature of Bidder Name: Status: Whether authorized Attorney of tendering Company: Seal of Tendering Company: 12

28 MAIN FEATURES OF BANER HEP Appendix The Baner Hydro Electric Project (3X4MW) was commissioned in 1996 The Baner Power House is located in District Kangra of Himachal Pradesh, India on the left bank of Baner khad at latitude near village Jia. Baner khad is a tributary of Beas originating in the southern slopes of Dhauladhar range. The Power House site is located about 20Km from Palampur on the NH COMMUNICATION The Baner Project site can be reached either by road (National Highway No.20) which is about 20 Km from Palampur town. Nearest air ports are at Gagal (Distt. Kangra) & Chandigarh which are connected with Delhi, Indira Gandhi International Air port, Delhi. Nearest ports of entry for shipment of imported equipment are Mumbai and Kolkata, which are approximately 2500Kms from the project site. 3.0 PRESENT STATUS OF THE PROJECT 3.1 Access road to project site is available. 3.2 The Project is generating Electricity according to available discharge & its capacity. 4.0 SALIENT FEATURES 1 Location STATE HIMACHAL PRADESH DISTRICT KANGRA RIVER / KHAD Baner khad, Tributary of Beas River. 2 INSTALLED CAPACITY i Nos. of machines 3 ii Capacity of machine 4.00 MW with 10% continuous overloading. 3 Date of Commissioning i Unit -I ii Unit -II iii Unit -III Design energy (as per DPR) in MU 5 Generator i Number 3 ii Capacity in MW 4.0 iii KVA 4444 iv Power Factor 0.9lag v Generating voltage 6600 ± 10% V. vi RPM 750 vii Over Loading Capacity +10% continuously. viii Type Synchronous, suspended. 13

29 ix Make JYOTI LTD, BARODA,INDIA 6 Turbine i Gross head 342.5m ii Rated head 341m iii Maximum net head 331.9m iv Rated discharge when 1.382Cumecs delivering rated output at rated head. v Type Pelton vi No. of jets 4 vii Output 4165KW at rated head and 85% nozzle opening. viii RPM 750 ix Make PPGML/Voest Alpine, Austria x Shaft. a) Normal diameter 235mm b) Inside the bearing diameter 300mm. c) Material C-45 (carbon steel) xi Runaway speed under 1380 rpm. condition of maximum head and full load xii First critical speed Not less than 20% above the runaway speed (1660 rpm) xiii Runner a) Dia. of disc of existing runner 820mm b) Pitch circle dia. of existing 1000mm. runner c) Number of buckets of existing runner 22 14

30 Annexure-I HIMACHAL PRADESH STATE ELECTRICITY BOARD LIMITED INVITATION FOR BID (International Competitive Bidding) ICB No: Baner-1 Dated: Himachal Pradesh State Electricity Board Limited herein referred to the HPSEB Ltd has established Baner Hydro Electric Project (3X4MW) in The Baner Power House is located in Distt. Kangra of Himachal Pradesh, India for which the invitation for pre- qualification is issued. 1. The Board is to pre-qualify Bidders through International Competitive Bidding (ICB) for works of Hydro Turbine Associated Equipment as under. The scope of works shall include design of Forged Pelton runner through reverse Engineering process, manufacture, supply & transportation, comprehensive insurance, erection, testing & commissioning, suitable for single runner turbine with four jets developing 5665 HP (Metric) at 85% nozzle opening at maximum net head of 331.9m and rated discharge of cumecs and direct coupled vertical shaft alternator rated at 4444 KVA, 0.9 p.f. lagging, 6.6KV having a rated speed of 750rpm for (3X4MW) Baner HEP of HPSEB Ltd. 2. The detailed scope of works is given in bidding documents which are available for examination & sale at the address given below as per the following schedule. Document sale date & time: to (3.00PM) Bid receipt date & time: up to 1.00PM Bid opening date & time: at 3.00PM Cost of Bidding Document:- INR 10000/- per set for Indian Bidders. USD $300/- per set for foreign Bidders. 3. Pre qualification is open to all bidders from any country in the world, who have experience/ expertise, capability, ability & competence to design, manufacture, supply, erect & commission hydro turbines & associated works through reverse Engineering & having capability of meeting general & special requirements as laid down in the pre- qualification Bid documents. 4. A complete set of pre- qualification bidding documents which are not transferable may be purchased by any interested bidder or his authorized representative on submission of a written application & payment ( Nonrefundable) of the cost of the documents as mentioned at 2.0 above in the form of a crossed demand draft in favour of Accounts Officer (Banking) HPSEB Ltd., and payable at Shimla, (H.P.). If desired, the document shall be dispatch by Registered Post/ Air Mail, but under no circumstances, HPSEB Ltd. will be held responsible for late delivery or loss of documents, so mailed. Pre-qualification bidding document can also be downloaded from HPSEB Ltd. s website i.e. against payment through credit /debit card. 5. The accredited agents of the Foreign Bidders in India are permitted to purchase Tender documents on behalf of the Foreign Bidders on payment of cost of tender documents in Indian Rupees. 6. Issuance of Bid documents to any bidder shall not construe that each bidder is considered qualified. Bid shall be submitted & opened at the address given below in the presence of bidder s representatives who may choose to be present. 15

31 7. Application received late will be rejected. 8. Applicants will be advised, in due course, of the result of their application. Only firms & joint ventures pre- qualified under this procedure will be invited to participate in the tender. 9. Board reserves the right to reject any or all bids and cancel/ withdraw the invitation for bid without assigning any reasons whatsoever and in such case no bidder/ intending bidder shall have any claim arising out of such action. 10. In case the date of opening of bids happens to be a holiday, the same shall be opened on next working day. 11. The bidders shall be qualified for the work as per their Design, Manufacture and commissioning capability. 12. All correspondence/ communications with regard to the above shall be made with the undersigned. Superintending Engineering (Designs) Power House, Electrical, HPSEB Ltd., Sundernagar, Distt. Mandi, Himachal Pradesh, INDIA. Tel: , , Fax: smallhydel@rediffmail.com, sephe@hpseb.in 16

32 PROFORMA OF BANK GUARANTEE FOR BID SECURITY (To be stamped in accordance with Indian Stamp Act). To (Name of Owner) ANEXURE-II WHEREAS, (Name of Bidder) (hereinafter called "the Bidder") has submitted his bid dated for Pre-qualification of eligible firms for the turbine equipment (hereinafter called "the Pre-qualification Bid") KNOW ALL MEN BY these presents that we (Name of Bank) of (Name of Country) having our registered office at (address) (hereinafter called " the Bank" are bound unto HPSEB Ltd. in the sum of for which payment will and truly to be made to the HPSEB Ltd. the Bank binds itself, his successors and assigns by these presents. SEALED with the Common Seal of the said Bank this day of THE CONDITIONS of this obligation are: 1. If the bidder withdraws his bid or is non-responsive during the period of bid validity specified in the Proforma of Bid; or 2. If the bidder having been notified of the pre-qualification of his bid by HPSEB Ltd during the period of bid validity and the bid documents for the procurement of Pelton runner of (3X4MW) Baner Hydro Electric Project have been supplied to bidder and the bidder fails or refuses to submit the said bid in a specified period. We undertake to pay to HPSEB Ltd. upto the above amount upon receipt of its first written demand without HPSEB Ltd. having to substantiate its demand, provided that in its demand the HPSEB Ltd. will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This Guarantee will remain in force upto and including the date (Twelve (12) months) and any demand in respect thereof should reach the Bank not later than the above date. DATE For and on behalf of the Bank. (Signature) in the capacity of (Common Seal of Bank) 17