section-1 detailed notice inviting proposal · 2017-08-04 · commissioning of 1500 mw nathpa...
Post on 10-Jun-2020
2 Views
Preview:
TRANSCRIPT
3
SECTION-1
DETAILED NOTICE INVITING PROPOSAL
4
SJVN Limited (A Joint Venture of Govt. of India & Govt. of Himachal Pradesh)
(An ISO-9001-2008, Mini Ratna & Schedule-A PSU) SJVN Corporate Office Complex : Shanan,
SHIMLA – 171006 (H.P.), INDIA CIN-L40101HP1988GOI008409
CONSULTANCY SERVICES FOR PREPARATION OF ENVIRONMENTAL IMPACT
ASSESSMENT (EIA) / ENVIRONMENTAL MANAGEMENT PLAN (EMP) STUDIES
FOR SUNNI DAM PROJECT, LUHRI HEP STAGE-III IN DISTRICT OF SHIMLA &
MANDI IN THE STATE OF HIMACHAL PRADESH, INDIA.
1.1.0 INTRODUCTION AND INVITATION
1.1.1 SJVN Ltd, a Mini Ratna Schedule ‘A’ Public Sector Undertaking after successful
commissioning of 1500 MW Nathpa Jhakri Hydro Power Station, 412 MW Rampur
Hydro Power Station in Himachal Pradesh and 47.6 MW wind power project at
Khirvire in Maharashtra is emerging as a multi project company with following
Hydro Power Projects allocated to it for development, operation and maintenance:
219 MW at Luhri Stage-I, 66 MW at Dhaulasidh, 356 MW in Uttrakhand, 900 MW
in Nepal (as a subsidiary company of SJVN registered as “SJVN Arun-III Power
Development Company Private Ltd.” and 1170 MW in Bhutan. SJVN is also
diversifying into 1320 MW Thermal Power Project at Buxar, Solar & Wind Energy
generation along with entering into Transmission Line business.
The Sunni Dam Project,LUHRI HEP STAGE-III (355MW) is located in Districts
Shimla and Mandi, in the Himachal Pradesh, INDIA. The aim of this RFP is to invite
proposals for preparation of :
Environmental Impact Assessment (EIA) report / Environmental Management
Plan (EMP), which includes preparation and identification of impact due to
direct and indirect effect of the project during its construction and operation
phase*
* The detailed scope of work is given in the Terms of Reference (TOR) contained in
‘Request for Proposal’ (RFP) document.
1.1.2 SJVN invites Proposal in single stage two parts i.e. Techno Commercial Bid and
Financial Bid on Domestic Competitive Bidding, through Electronic Tendering
System (E-Tender) from Consultants for preparing conducting Environment Impact
Assessment (EIA) ) / Environment Management Plan (EMP) Studies for LUHRI
HEP STAGE-III.
1.2.0 KEY DATES / OTHER RELATED PARTICULARS :
The key particulars/details and dates of this “Request for Proposal” are as under
5
i. Name of the Work
: Consultancy Services for Preparation of
Environmental Impact Assessment (EIA) /
Environmental Management Plan (EMP)
Studies for Sunni Dam Project (Luhri HEP
Stage-III) (355 MW) in Districts of Shimla
& Mandi, Himachal Pradesh, India.
ii. (
9
9
Proposal view date and
time.
: Any time between 03.08.2017 to
05.09.2017 upto 1300 Hrs.
iii. Pre-bid meeting
(date/time and venue)
: 17.08.2017 (at 1100 Hrs.) Venue :
Corporate Civil Contracts Deptt. SJVN
Corporate Office Complex, Shanan.
Shimla-06, H.P.
iv. Last date & time for
uploading of Technical
as well as Financial
Proposal on SJVN’s e-
tender portal
https://sjvn.abcprocure
.com
:
05.09.2017 upto 1300 Hrs.
v. Deadline for
submission of
documents in physical
form.
: 11.09.2017 upto 1800 Hrs.
vi. Last date for
submission of letter
seeking
clarifications/pre-bid
queries from
Consultants
: 14.08.2017 upto 1800 Hrs.
vii. Venue for opening of
proposals
Venue : Corporate Civil Contracts Deptt.
SJVN Corporate Office Complex, Shanan.
Shimla-06, H.P.
viii. Date & time for
opening of Technical
Proposal.
: 06.09.2017 at 1500 Hrs.
ix. Date & time for
opening of Financial
Proposal.
: Shall be intimated separately.
x. Bid validity period : The bid proposal shall remain valid for 180
days after the last date fixed for submission
of proposal including extension thereof, if
6
any.
xi. Cost of Request for
Proposal document*
: INR 5,000/- (Rupees Five Thousand) (non
refundable) Payable online through E-
payment gateway available on SJVN’s E-
tender portal, https://sjvn.abcprocure.com)
xii. EMD/Bid Security* : INR 50,000/-(Rupees Fifty Thousand)
(payable as per Sub-Clause 2.3.11 of
Section-2, ITC of RFP Document.)
1.3.0
* Small Scale Units registered with the National Small Industries Corporation (NSIC)
under their single point Registration Scheme of the stores /work are exempted from
furnishing the cost of RFP document fees and EMD/Bid Security.
REGISTRATION FOR E-TENDERING / METHOD OF APPLYING
1.3.1
This tendering process is being processed through e-procurement mode and the RFP
document containing the Detailed Notice Inviting Tender, Instructions to Consultants,
Technical Proposal, Financial Proposal, Terms of Reference, GCC, SCC etc. shall be
available at SJVN’s E-tender portal, https://sjvn.abcprocure.com only.
For participating in E-tendering with SJVN Ltd., the Consultant has to register with
M/s E-procurement Technologies Ltd. (If not registered earlier and/or if the
registration is not valid at the time of uploading/submission of Bid) on SJVN’s E-
tender Portal, https://sjvn.abcprocure.com and the detailed procedure for the
registration is as under:-
Steps for New Bidder Registration:
Click on a “New Bidder Registration” link available on home page of website
https://sjvn.abcprocure.com
Applicant needs to furnish individual details as well as of company details in
registration form.
After filling all mandatory fields, Applicant need to click on “submit” button to
complete registration process.
On successful completion of registration Applicant will be prompted a message
saying that “You have successfully registered on SJVN Limited’s e-Procurement
Portal”
The vendor registration shall be valid for one year.
Annual Vendor/consultant Registration charges in e-Tendering portal is Rs.2600 +S.T.
7
1.3.2 System Configuration Requirements
a) An Internet connection with minimum 512 Kbps speed.
b) Operating System should be Windows XP Service Pack -3 / Vista / Windows 7.
c) Supported Browsers: Internet explorer – 7.0, 8.0 & 9.0
d) Minimum bandwidth 512 kbps
e) Operating System Core2Duo / I3 / I5 (Recommended)
f) System Access with Administrator Rights
g) Minimum RAM 2 GB
h) Digital Certificate: To participate in an e-Tender, Applicant must have a
valid Digital Certificate from certifying authority of India as per the IT Act, 2000.
Valid Digital Certificate must be installed in a computer system from where Applicant
wants to login on website. Perform the below steps to confirm whether valid digital
certificate is available on your computer system or not:
Steps:
Open Internet Explorer.
Select Tools menu from menu bar OR Press Alt + T on your keyboard.
Click on Internet Options >>Content >>Certificate button.
You should be able to view your digital certificate under “Personal” heading.
1.3.3
Requirement of Digital Signature Certificate
Please enable ActiveX Controls & Plug-ins. (Tools->Internet Options->
Security->Custom Level)
Active-X controls need to be enabled in your Internet browser. In order to ensure
this, please do the following:
1) In Menu Bar ---Click on Tools - Internet Options – Security – Click on Trusted
Sites Icon – Click on Sites button
Add following two Website in Trusted Sites……
1) https://sjvn.abcprocure.com
8
&
2) https://www.tpsl-india.in
After that, click on
Tools menu of Internet explorer - Internet Options – Security – Click on Internet
Icon
After that, Click on Custom Level button –
From below ActiveX controls and plug-ins ---- Select below 5 Items to be enabled
1) Download signed ActiveX controls –select Prompt or Enable
2) Download unsigned ActiveX controls – select Prompt or Enable
3) Initialize and script ActiveX controls not marked as safe for scripting – select
Prompt or Enable
4) Run ActiveX controls and plug-ins-select Enable
5) Script ActiveX controls marked safe for scripting – select Enable
After completed this above selection----Below option has available---Reset
custom settings---Reset To: Select low or medium ---Click on OK
Also, please check your system Date & Time it should be set as current date &
time.
In case of Digital Certificate based Login, user need to download & install
"Signer" file available under Download Section at https://sjvn.abcprocure.com.
Download & Install "Intermediary Certificate" available under Download
Section at https://sjvn.abcprocure.com.
Please disable or uninstall Third Party Toolbar / Add-ons from Browser.
1.3.4
DIGITAL SIGNATURES: For participating in E-tendering i.e., for login, uploading
& downloading the RFP document or for submitting the proposals on E-mode, the
Consultant has to procure a Digital Signature / Digital Security Certificate. Digital
signature can be obtained from any of the authorized agencies of CCA (Controller of
Certifying authorities) from GNFC, TCS, MTNL, Safe Script etc. For this a separate
processing fee would be payable to the authorized agency of CCA.
Consultant shall be required to arrange all resources, including Digital Signature and
9
Internet Connections at their own cost, for participating in online tenders/ bids at
SJVN’s E-Procurement portal.
All the Consultants are requested to get themselves registered well in advance and no
extra time will be considered for the delay in on-line Vendor Registration, if any. In
case Consultants wait till the last moment for registration / uploading of Bids, and if
any technical problem is encountered at that time and the closing time may elapse,
SJVN Ltd. shall not be responsible in any manner for such delay / or any other reason
thereof.
1.3.5 Mode of the payment for Purchase / downloading of RFP document and EMD.
The following modes of payments have been provided for e-payment on account of
Purchase / downloading of RFP document :
Applicant can make online payment using below facilities:-
a) Credit Card
b) Debit Card
c) Net Banking
d) NEFT / RTGS
Credit Card / Debit Card / Net Banking:-
Applicant is required to add https://www.tpsl-india.in website in Trusted Zone
as suggested above.
Applicant needs to feed correct details while making the payment through
online payment gateway.
NEFT / RTGS:-
To make payment through NEFT / RTGS, Consultant will get an auto
generated e-Mail which contains details of their Unique Bidder Code and when
and how to do RTGS / NEFT and details pertaining to it. This information will
also be available on screen under heading of “NEFT / RTGS Instruction”
once bidder gets login.
Once Consultant deposit amount in Beneficiary account number provided to
them, while making payment for document fees and EMD by RTGS / NEFT
payment option at the document fees and EMD payment screen, Consultant
shall be able to view the funds already remitted by him/her through NEFT /
RTGS as available. Please proceed to make the payment. Upon doing so, the
required amount to be paid through the document fees and EMD, shall get
10
appropriately deducted from the available balance and payment shall be
confirmed in real time.
This facility allows you to transfer lump sum amount to your Consultant ID
account number as mentioned above via RTGS / NEFT. Consultant would be
able to use the funds as and when require till the time balance is available in
Bidder ID. Also, Consultant can transfer more amount as and when he
requires. Kindly note that the payment via RTGS / NEFT is required to be
made one working day in advance in order to make it available in your
Bidder ID. Hence please ensure that Bidder remit funds at least one day in
advance before he/she would like to make the document fees and EMD
payment through RTGS / NEFT option on payment gateway.
Caution: Please ensure that you need to mention the correct beneficiary
account number and IFSC code as mentioned above while making payment via
RTGS / NEFT. In the event of funds remitted to wrong beneficiary account
number, SJVN Limited or its Bank or its service provider would not be
responsible for the same.
Please note that FDR duly pledged in favour of SJVN Ltd. shall also be
permitted for Earnest Money Deposit only.
Note: i) The payment on account of cost of RFP document other than modes
specified here-in-above shall not be acceptable.
ii) Small Scale Units registered with the National Small Industries
Corporation (NSIC) under their single point Registration Scheme of
the stores /work are exempted from furnishing the cost of tender
document fees.
1.3.6 Downloading Bid Document
Consultant to access e-Tender portal of SJVN (https://sjvn.abcprocure.com ) to access
NIT document, after completing registration formality and successful login, applicant
needs to process for Tender Fee / Document Fee and after that bidder can download
detailed tender document.
Download Document link is available at the end of every tender notice along with
access to Corrigendum
Bid Submission
Applicant needs to login first on the tendering portal of SJVN, (i.e.
https://sjvn.abcprocure.com)
Search tender by filling necessary searching criteria after Login.
After finding the tender on the screen , Click on the “Dashboard”
11
Click on “Declaration” and then Click on “I Agree”
Click on the “Tender Fees” and Pay the Tender Fees Online
Click on “Prepare Bid” and Fill necessary Forms (Schedules)
After filling Price Bid Form click on “Final Encrypt”
After filling all forms and final Encryption of Price bid Click on “Final
Submission”
After Final Submission bidder will get receipt of Final Submission of their Bid
Contact Details
Consultant may contact below mentioned official in case of any assistance required
with respect to accessing of e-Tendering portal and bid submission.
-Mr. Rakesh Panwar
M- 83510-88437, e-Mail : rakesh.panwar@abcprocure.com
Mr. Amit Kumar
M-89881-18755, e-mail: amit.singh@eptl.in
Mr. Vismay Jagad
Ph- 07940016867, e-Mail vismay@abcprocure.com
Ms. Vaishali Soni
Ph-079-4001 6837 , e-Mail : vaishali@abcprocure.com
Mr. Pradip Parmar
Ph- 079-4001 6865, e-Mail: pradip@abcprocure.com.
1.4.0 BREIF SCOPE OF SERVICES / WORK
The Scope of Work to be performed by the Consultant shall be as per the terms of
reference Section -5 – Terms of Reference, recommended by EAC alongwith
additional conditions in its meeting held on 31.05.2017.. The all studies including
biodiversity study shall be performed as per the guideline and norms laid down by the
Statutory Bodies i.e. Ministry of Environment Forest & Climate Change, Govt. of
India, State Pollution Control Board, or any other regulatory or statutory body of the
Central or State Government for Environmental Clearances.
12
In addition to above, the consultant shall provide all assistance to SJVN during the
process of obtaining requisite environment clearances from Statutory Bodies.
1.5.0 TIME FOR COMPLETION
The Consultant shall perform the work according to the following time period:
1. The period of completion of the work of EIA / EMP Studies
Sl.
No.
Description Completion time from the
7th day of issue of Letter
of Award
1. Submission of Inception Report—First
progress report.
By the end of 15 days
2. Report on measurement and analysis of first
season primary and secondary data—Second
progress report.
By the end of 75 days
3. Report on measurement and analysis of
second season primary and secondary data—
Third progress report
By the end of 195 days
4. Draft comprehensive EIA report
incorporating all season data and executive
summary in English as well as in local
vernacular language for conduct of public
hearing.
By the end of 300 days
5. Submission of final EIA / EMP report and
executive summary in English and in local
vernacular language after grant of
environment clearance by Statutory bodies.
By the end of 510 days
1.6.0 ELIGIBILITY
1.6.1 Proposals from those consultants who have not paid the Tender fee shall not be
considered. However, Small Scale Units registered with the National Small Industries
Corporation (NSIC) under their single point Registration Scheme of the stores /work
are exempted from furnishing the cost of tender document fees. They should furnish
an attested scanned copy (by authorized representative) of the valid registration
certificate/ letter issued by NSIC in their favour, for the work covered under this
tender document. No other bidder is exempted from furnishing cost of tender fee as
mentioned above.
1.6.2 The consultant should meet the following minimum qualifying requirements for sunni
Dam Project (Luhri HEP Stage- III) (355 MW) :
13
1. The Consultant should have a valid accreditation for conducting EIA/EMP studies
in respect of category ‘A’ River Valley /Hydro Electric Projects from Quality
Council of India (QCI) – National Accreditation Board for Education and
Training (NABET) under the scheme for accreditation of EIA consultant
organization.
2. The consultant shall be registered with Quality Council of India (QCI)/ NABET
under the scheme of Accreditation & Registration of MoEF&CC and name shall
appear in the list uploaded on website of MoEF&CC.
1.7.0 GENERAL
1.7.1 A Consultant will be selected under Least Cost Based Selection (LCBS) and
procedures described in this RFP. The RFP includes the following documents:
Section 1 - Detailed Notice Inviting Proposal .
Section 2 - Instructions to Consultants
Section 3 - Technical Proposal - Standard Forms
Section 4 - Financial Proposal - Standard Forms
Section 5 - Terms of Reference
Section 6- Standard Form of Contract, General Conditions, Special Conditions
and Appendices
1.7.2 RFP Document will neither be issued manually nor be sent by post or courier; the
same can be viewed and downloaded by the registered applicants only on SJVN E-
Tender portal https://sjvn.abcprocure.com between the dates and time mentioned in
Clause 1.2.0 here-in-above.
1.7.3 Interested parties may download the RFP document in accordance with the procedure
given under Clause 1.3.0 between the date and time mentioned in Clause 1.2.0 here-in-
above. Downloading / uploading of RFP document / proposal by any Consultant shall,
however, not construe that such Consultant is considered as qualified.
1.7.4 The RFP document shall be available on website https://sjvn.abcprocure.com only. At
any time before the submission of proposals, Client may modify / amend the Request
for Proposal document and extend the last date of submission / opening of the
proposal and any other key dates by issuing a corrigendum / addendum and such
corrigendum / addendum to this notice as well as to the RFP document shall be
available only on following websites:
A www.sjvn.nic.in
B https://sjvn.abcprocure.com
14
C www.eprocure.gov.in
As such the Consultants are advised to visit the above websites regularly before
deadline for submission of Proposal.
To give the Consultants reasonable time to take an amendment into account in their
proposals and on account of any other reasonable circumstances, Client may at its
discretion, extend the deadline for the submission / opening of the proposals.
1.7.5 A particular consultant can apply as a sole consultant only.
The Consultant, as an individual or as a partner in JV, blacklisted by Govt. of India
and its undertaking, on grounds of corrupt and fraudulent practices, is not eligible to
participate in submission of proposal for this assignment. The An undertaking to this
effect may be provided by the consultant as provided in the RFP document.
1.7.6 The prospective Consultants are advised to visit the Project Site before submission of
their proposals. The Consultant shall bear all costs associated with the site visit. The
Consultant shall arrange the inner permit/permission for him as well as for his workers
as required in accordance to the laws if required for the work.
The information about the project and / or its surroundings are given in good faith.
The Consultants may however, obtain necessary information and acquaint themselves
with Site by making site visit at their own cost.
1.7.7 An authorized representative of the Consultant shall fill and digitally sign the
Technical & Financial Proposal. The authorization shall be in the form of Power of
Attorney accompanying the Proposal.
Duly Notarized Power of Attorney must be supported with necessary documentary
evidence of the person / authority giving power of attorney like Partnership Deed,
Board Resolution, Memorandum & Articles of Association etc. indicating that the
person / authority issuing POA is authorized to issue such POA.
1.7.8 The consultant shall submit the Technical and Financial proposal through e-mode.
However, the consultant shall also submit the scanned copies of the following
documents along with technical bid through e-mode. The original of the same shall
have to be submitted within 7 (Seven) days of opening of the bids in a sealed envelope
through post / courier or by hand on the address of:
Chief General Manager / HOD(Civil Contracts),
Corporate Contracts Department (Civil),
SJVN Corporate Office Complex, Shanan,
Shimla-171006, (H.P.)
I. Power of Attorney
A Power of Attorney indicating that the person(s) signing the Bid has the
authority to sign the Bid supported with necessary documentary evidence of
15
the person / authority giving power of attorney like Partnership Deed, Board
Resolution, Memorandum & Articles of Association etc. indicating that the
person / authority issuing POA is authorized to issue such POA and that the
Bid is binding upon the Bidder during the full period of its validity in
accordance with Form Appendix-I of Section-6.
II. Copy of Valid NSIC Certificate (if applicable) towards tender document fees
and Bid security.
III. Integrity Pact duly signed by authorized representative of the Consultant.
Failing which the financial proposal will not be opened.
1.7.9 Submission of proposals by the Consultant implies that they have read this notice and
all other documents and have made themselves aware of the scope & specifications of
the work to be done and local conditions and other factors which may have bearing on
the execution of the works.
1.7.10 Initially the Technical proposal on e-mode will be opened on the specified date and
time mentioned at Clause 1.2.0 here-in-above or extended otherwise, in the presence
of Consultant or their authorized representatives who may choose to attend. In case
the day becomes holiday, the proposals will be opened at the same specified time on
next working day. Proposals received through after due date and time will not be
entertained.
Financial Proposal will be opened on a subsequent date for which an intimation will
be uploaded on e-mode to those Consultants who meet the minimum qualifying
requirements, evaluation criteria specified in Request for Proposal document and
whose proposal is found to be responsive to the bid document.
1.7.11 If consultant does not provide clarifications / documents in relation to Proposal by the
date & time prescribed by SJVN, no further evaluation will be done and Consultant's
Proposal will be rejected.
1.7.12 The successful Consultant shall be required to furnish performance security in
accordance with the provisions of RFP Document.
1.7.13 The Request for Proposal Document is not transferable and the cost of Request for
Proposal Document is not refundable under any circumstances.
1.7.14 Proposals other than e-tenders shall not be accepted.
1.7.15 SJVN does not bind themselves to accept the lowest proposal or any Proposal or to
give any reasons for their decision.
1.7.16 SJVN reserves the right to cancel / withdraw the Request for Proposal at any stage
without assigning any reason and shall bear no liability whatsoever consequent upon
such a decision.
1.7.17
SJVN reserves the right to extend the last date and time for submission / opening of
Technical and Financial Proposal or any other key dates of this RFP Document.
16
1.7.18
Purchase preference applicable as per Govt. of India policies and guideline from time
to time shall be given.
1.7.19 For any enquiry / clarification for registration, submission of proposal and any other
information, the Consultant may contact to the following person:
AGM(Civil Contracts)
Corporate Contracts Department (Civil),
SJVN Corporate Office Complex, Shanan,
Shimla-171006, (H.P.)India.
Telephone No. +91-177-2660165,
Email: civilcontract@sjvn.nic.in
1.7.20 All correspondence with regard to the above shall be made at the following address :
Chief General Manager/HOD(Civil Contracts)
Corporate Contracts Department (Civil),
SJVN Corporate Office Complex, Shanan,
Shimla-171006, (H.P.)India.
Telephone No. +91-177-2660161
Fax: +91-177-2660164
Email: civilcontract@sjvn.nic.in
This Detailed Notice Inviting Proposal shall form part of the Contract
Document.
top related