ja mmu & kashmir state power deve lopment …jkspdc.nic.in/tender_files/2012/kirthai-i/abridged...
TRANSCRIPT
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAIPROJECT J & K
SHIPL
JAMMU & KASHMIR STATE
POWER DEVE
390 MW KIRTHAI
IN DISTRICT KISHTWAR
ABRIDGED RFQ DOCPROCUREM
NIT No: JKSPDC/ RFQ /
REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC
Page 1
MMU & KASHMIR STATE
POWER DEVELOPMENT CORPORATION
390 MW KIRTHAI-I H.E. PROJECT
IN DISTRICT KISHTWAR
JAMMU & KASHMIR
RFQ DOCUMENT FOR “ENGINEERPROCUREMENT AND CONSTRUCTION” (EPC)
NIT No: JKSPDC/ RFQ /K-I/2012/19
I HYDRO ELECTRIC
JKSPDC
LOPMENT CORPORATION LIMITED
PROJECT
OR “ENGINEERING, N” (EPC)
19
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 2 JKSPDC
REQUEST FOR QUALIFICATION DOCUMENT
FOR IMPLEMENTATION OF
390MW KIRTHAI-I H.E. PROJECT
ON EPC MODE
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 3 JKSPDC
TABLE OF CONTENTS
Part I Notice Inviting Tender
Part II Instruction to Applicants/ Bidders
Appendix A Information to Applicants/ Bidders
Appendix B Prequalification forms
Form No: Letter of Application
1. General Information
2. & 2 A General Experience Record and Consortium/JV
Summary
3. Specific Experience Record
4. Current Contract Commitments / Works in Progress
5. Financial Data
6. Quality Assurance & Site Organization
7. Additional Information
8. & 8A Letter and Performa of Joint Undertaking
9. Litigation History
10. List of Application Forms
Appendix C Essential Requirement to be met in Consortium/Joint Venture
Agreement
Appendix D Layout Plan & Drawings of Structures
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 4 JKSPDC
PART - I
NOTICE INVITING TENDER
JAMMU & KASHMIR STATE
POWER DEVELOPMENT CORPORATION LIMITED
CORPORATE OFFICE: HOTEL SHAW INN, BOULEVARD, SRINAGAR,
JAMMU & KASHMIR – 190001
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 5 JKSPDC
Phone: +91 1 9 4 - 2 5 0 0 1 6 5 / 2 5 0 0 0 7 1
F ax : +91 194- 2500145
E -m ai l : [email protected]
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 6 JKSPDC
NOTICE INVITING REQUEST FOR QUALIFICATION (RfQ) FOR EXECUTION OF 390
MW KIRTHAI-I IN EPC MODE
(International Competitive Bidding)
NIT NO:JKSPDC/RfQ/K-I/2012/19 of September 2012 dated 19-09-2012
Jammu & Kashmir State Power Development Corporation (JKSPDCL) invites request for
qualification for selection of EPC Contractor who can be a single entity/or a Consortium/or a JV.
for execution of 390 MW KIRTHAI-I Hydroelectric Project in District Kishtwar in the State of
Jammu & Kashmir, India in EPC mode. Bidding process for selection of the EPC Contractor shall
comprise of two stages; Request for Qualification (RFQ) followed by Request for proposal
(RFP). Only prequalified/shortlisted bidders based on this RfQ shall be issued RFP Document.
The scope of EPC contract shall include Planning necessary additional investigations, surveying,
geotechnical etc as may be required for detailed engineering & Detailed Design, Engineering ,
Supply, Procurement, Transport, Storage, Construction, Installation, Erection, Testing, Training
and commissioning of Civil works, Hydro-mechanical works, and Electro-mechanical works
leading to successful operation and performance of the Generating units. The Project is to be
handed over to JKSPDC after successful completion, testing and commissioning.
Bidder may ,in their own interest ,visit the project site to get familiarized with the site condition.
The site visit will be facilitated by JKSPDC on receipt of request for the same.
The RFQ document will be available for sale at the address given below on payment of INR
INR.2,00,000/- (Rs Two Lac INR) or US $ 4000 (Four Thousand only) through demand draft
drawn in favor of General Manager (Accounts) JKSPDC, payable at Srinagar. To enable Bidders
to ascertain their eligibility vis-à-vis the qualifying criteria, Abridged document is available on
website: http://www.jkspdc.nic.in. However, any bidder wishing to participate in the
bidding process shall have to purchase the document from JKSPDC in the manner specified
above.
Schedule:- The following shall be the schedule of various events.
S. No Event Date & Time Venue
1 Commencement
of Sale of RFQ
Document
20.09.2012 (1100
Hours upto 1600
Hours)
Corporate Office Srinagar
Hotel SHAW INN
Boulevard Srinagar
2 Closure of sale 05.10.2012 Same as above
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 7 JKSPDC
3 Receipt of pre
bid queries
10.10.2012 Through post or email or
delivered in person at
Corporate Office, Srinagar
4 Pre-Bid
Conference
16.10.2012 Time and venue to be
communicated separately.
5 Reply to
Bidders queries
31.10.2012 Through E mail and on
web site
4 Last Date of
Receipt of RFQ
1400 Hours ,
10.12.2012
To be received at
Corporate Camp Office
Jammu
5 Opening of
RFQ
1100 Hours,
11.12.2012
Corporate Camp Office
Jammu
NOTE: Full fledged Corporate Office of JKSPDCL will function from the
following address with effect from periods indicated against each. However,
camp office remains functional at the other location throughout.
Srinagar: May to October
Tel: 0194-2500071/2500165
Fax: 0194-2500145
Email: [email protected]
Jammu: November to April
Tel No: +91 191 2430548
Fax No + 91 191 2435403
E -mail: [email protected] Sd/=
(Basharat Ahmad Dhar)
Managing Director
No:JKSPDC/TECH/P-214/RFQ/2012/5484-97 Date: 19-09-2012
Copy to:-
1. Principal Secretary to Government Power Development Department Civil Secretariat
Srinagar.
2. Executive Director, JKSPDC
3. Director Finance, JKSPDC
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 8 JKSPDC
4. All Chief Engineers of JKSPDC
5. All CPEs of JKSPDC / SGM Corporate Office /SGM (Legal)
6. Director Information, Srinagar
7. Director NIC for uploading of the tender notice on www.jkspdc.nic.in.
8. Company Secretary, JKSPDC
9. GM Accounts Corporate Office Srinagar / Jammu.
10. Concerned Executive Engineer
11. All DGMs of Corporate Office
Copy also to:-
1. Advisor cum Consultant, JKSPDC
2. Consultant Technical , JKSPDC
3. Consultant Legal, JKSPDC
(Basharat Ahmad Dhar)
Managing Director
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 9 JKSPDC
PART - II
INSTRUCTIONS TO APPLICANTS/BIDDERS
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 10 JKSPDC
1.0 SCOPE OF TENDER
1.1 JAMMU AND KASHMIR STATE POWER DEVELOPMENT CORPORATION LIMITED, a
wholly owned company of Government of Jammu & Kashmir, hereinafter referred to as
"the Owner', responsible to plan, promote and organize development of various
hydroelectric projects in the state, intends to implement 390 MW {4 x 95 MW Main
Underground Power House + 1 x 10 MW Power House for Eco Flow (Dam Toe)} Kirthai-I
HEP in district Kishtwar, J&K, India hereinafter called “the project”.
1.2 The Owner intends to implement the project by inviting bids from single entity/Joint
Venture/ Consortium Companies through International Competitive Bidding (ICB) for
EPC mode of execution.
1.3 Brief Scope of Work
The layout and drawings of main structures are attached as Appendix-D. The
details/ levels and dimensions of various structures are subject to change at
detailed design stage.
• Overall Planning, Design and Engineering of all civil structures of the project such
as Coffer Dam, Diversion Tunnels , Concrete gravity Dam, Surface Spillway,
Intake, Head Race/Intake Tunnel, Surge chamber, Pressure Shaft, Underground
Power House, Auxiliary Surface Power House ,Transformer Cavern, Tail Race
Tunnel and Pothead Yard etc. along with other requisite ancillary works.
• Execution of all civil works of the Project.
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 11 JKSPDC
• Design, Manufacturing, Supply, Transportation, Erection, Testing and
Commissioning of 4 x 95 MW (Underground) + 1 x 10 MW (Dam toe) Francis
Turbine Generator Units, complete in all respects along with associated
Auxiliaries and Ancillary Equipment and Switchyard with all equipment etc.
• Design, Manufacturing, Supply, Transportation, Erection, Testing &
Commissioning of Hydro-Mechanical works such as Diversion Tunnel Gate,
Spillway Radial Gates, Fixed Wheel Vertical Gate, under sluice gates ,Intake
Gates, Trash Racks with Mechanized Cleaning arrangements, Pressure Shaft Steel
Liner, Draft Tube Gate and TRT Gates etc.
Based upon preliminary design, the Project Salient features with main CiviI/HM/E&M
work components are given as under:
KIRTHAI-I HYDRO ELECTRIC PROJECT (390MW)
SALIENT FEATURES
A. LOCATION
i) Country India
ii) State Jammu & Kashmir
iii) River Chenab
iv) Main Dam
Longitude 760-10’-10”E
Latitude 330-15’-33”N
v) Power House 150m D/S of Dam Axis
(left Bank)
B. HYDROLOGY
i) Drainage area of River upto Main Dam site 8530 sq Km
ii) Average Annual Rain Fall 750 mm
iii) Average Annual Yield 9337.33 M Cum
iv) 90% Dependable Annual Yield 6607.11 M Cum
v) 75% Dependable Annual Yield 7928.67 M Cum
vi) Max. Flow (estimated from Arthal) 2313 Cumecs
vii) Min. observed Flow 25.72 Cumecs
viii) Design Flood (Probable Maximum Flood) 7400 Cumecs
ix) 1 in 1000 Year Flood 4600 Cumecs
x) Annual sediments Load 7571Ha-m/ 25Years
C. Main DAM COMPLEX
i) Type Gravity dam with gated
ogee spillway with
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 12 JKSPDC
Breast wall to be
constructed in Roller
Compacted &
Conventional Concrete
ii) River Bed Level 1778 m
iii) Top of dam 1900 m
iv) Design discharge for ogee spillway 5400 cumec
v) Height above River Bed level 122 m
vi) Height above Deepest Foundation Level 165 m
vii) Length at Top of Dam 250.50 m
viii) Crest level of ogee spillway 1880 m
a. Overflow Section 84 m
b. Non Overflow Section 166.50 m
IX) Ogee Spillway radial gate size 12(W)X8.3(H)
No. of Radial Gates 05 No.
x) Elevation where upstream starts 1835 m
a. Upstream Slope 0.2 H : 1 V
b. Downstream Slope 0.9 H : 1 V
xi) Slope of Non Overflow Section
a. Upstream Slope 0.3 H : 1 V
b. Downstream Slope 0.9 H : 1 V
xii) Top Width 8 m
xiii) Length of Stilling Basin Hydraulic jump type
basin of 125 m length
D. Shaft type spillway and intake
i) Intake Type Open crest intake
ii) Design Discharge 2000 Cumec
iii) Crest level 1882 m
iv) Sill level of Intake gate 1882 m
v) No. Of gates 2
vi) Type of gates Vertical
vii) Size of gates 12(W)x13.3(H)
viii) Diameter of concrete lined tunnel connecting
intake to vertical shaft 10.5m
ix) Invert Level of tunnel downstream of intake 1875
x) Diameter of shaft spillway 10.5m
E. DIVERSION ARRANGEMENT FOR 1200 CUMEC
i) Number of Tunnels 1 No.
ii) Diameter 10.5 m dia
underpressure
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 13 JKSPDC
iii) Non monsoon discharge 1200 cumec
iii) Length 500 m
iv) Diversion Tunnel inlet invert level 1786 m
v) Diversion tunnel outlet invert level 1780 m
iv) Upstream coffer dam el 1810 m
v) Downstream coffer dam elevation 1792 m
F. RESERVOIR
i) Full Reservoir level 1895 m
Reservoir Area 199.50 Ha
Gross Capacity 104.78 M Cum
ii) Minimum Draw Down Level 1887.58 m
Reservoir Area 184.2 Ha
Gross Capacity 90.79 M Cum
iii) Maximum Water Level 1895 m
iv) Live Storage
Maximum Available 13.00M- Cum
Diurnal About 3 M Cum
v) Submergence at 1900 m 209.90 Ha
Houses Nil
Population Nil
vi) Reservoir Stretch 9.75 Km
G. 1 MAIN INTAKE
i) Intake Structures (D-Shaped Cage type ) One semi circular
intake with gate,
stoplog, trashrack at
entry and regulation
gate at head of tunnel.
()
ii) Sill Level of Intake Gate 1866.75m
iii) Design discharge 385.5 cumec
iv) Intake invert level at pool for (stoplog gates) 1883 m
G. 2 Auxiliary INTAKE
i) Type Cage type in the dam
block in right bank
ii) Design Discharge 9.5 cumec
iii) Crest Level 1873.25m
H. HEAD RACE TUNNELS
i) Number 1No
ii) Diameter(Finished) 10.5m
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 14 JKSPDC
iii) Type Pressure Tunnel
iv) Length 130.2 m
v) Invert Level at Inlet 1866.75m
vi) Invert Level at outlet 1866.32 m
vii) Design Discharge 385.50 Cumecs
I. 1 PRESSURE SHAFT
i) Number 1Nos.
ii) Diameter(Finished) 10.50 m
iii) Type Vertical
iv) Length
PS-1 55.50 m
PS-2 45.04 m
PS-3 38.24 m
PS-4 33.62 m
v) Design Discharge (all four unit penstocks) 385.5 Cumecs
I. 2 PENSTOCK FOR AUXILIARY POWERHOUSE
i) Type
Surface
ii) Diameter 1.5m
iii) Length 306.6m
J.1 POWER HOUSE
i) Type Underground
ii) Size of Machine Hall Cavern (Including Service
Bay 21m x 19 m)
116.4m x 20m x 45.54m
iii) Installed Capacity 380MW (4x95MW)
iv) Deepest foundation level 1766.80 m
v) Elevation at Centre line of Turbine 1776..98 m
vi) EOT Crane beam level 1802.68 m
vii) Crown level of machine hall cavern 1812.34 m
J.2 AUXILIARY POWER HOUSE
i) Type Surface
ii) Size of Machine Hall Cavern 30.8m x 13.8m x 28m
iii) Installed Capacity 10MW
iv) Elevation at Centre line of Turbine 1779.50 m
v) EOT Crane beam level 1796.40 m
K. TRANSFORMER CAVERN
i) Type Underground
ii) Size 102m x 14m x 23.30m
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 15 JKSPDC
iii) Transformer Floor level 1789 m
iv) GIS Floor level 1797.50 m
iv) EOT Crane beam level 1802.68 m
v) Crown level of machine hall cavern 1812.34 m
vi) Distance Between P.H. and T. Cavern 46.15 m
viii) Hoisting arrangements EOT Crane
L. TAIL RACE TUNNEL
i) Type Free Flow
ii) Diameter 10.50 m
iii) Length(Concrete Lined) 117.53 m
iv) Minimum TWL 1781.55 m
v) Maximum TWL 1797 m
vi) Normal TWL 1784 m
vii) Invert Level 1778 m
viii) Crown Level 1788.50 m
M. POWER INSTALLATION
i) Centre line of turbines 1776.98 m
ii) Net Rated Head 108.53 m
iii) Installed Capacity 380MW (4x95MW)+
10MW (1x10MW)
v) Type of Turbines Vertical Francis
The project configuration based on DPR may change after detailed investigations,
Planning and Design. Contractor can suggest modifications in the conceptual base line
design if it results in economy, efficiency, safety and reduced completion time. However the
changes shall be frozen before the submission of the RFP and no alternative bid shall be
allowed.
Completion time for all construction activities of the Project as a whole i.e.
commissioning of all the units is 60 months. Defects Liability Period of 12 months
shall commence after commissioning of project. The Owner intends to prequalify
suitable Single entity / Consortium / Joint Venture Companies through
International Competitive Bidding (ICB) for EPC contract.
1.4 General information on the location, transportation and communication
facilities, access to the site, project layout, geology, hydrology, etc. is given in
Appendix – titled “Information to Applicants/ Bidders”.
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 16 JKSPDC
1.5 Prequalification is open to Single entity /Consortium/ J V Companies from any country
who shall hereinafter be referred to as ‘Applicants / Bidders for EPC contract. Foreign
company‘s participation is subject to Govt. of India regulations.
1.6 The Bidder/ Applicant shall bear all the costs associated with the preparation and
submission of its Bid and the Owner will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.
1.6.1 The RFQ document will be available for sale at the address given below against payment of INR
2,00,000/- (Two lac Indian Rupees) or USD 4000/-( Four Thousand US Dollar) which shall be non
refundable and payable through demand draft drawn in favor of General Manager (Accounts)
JKSPDC, payable at Srinagar or through RTGS transfer details of which can be had from GM
(Accounts)
Corporate Office
Hotel Shaw Inn
Boulevard Srinagar Kashmir-190001
1.6.2 The request for purchase of RFQ document should clearly state "Request for
Prequalification Invitation Document for EPC contract for Implementation of KIRTHAI-I
H.E.PROJECT". The applicant/Bidder may collect the documents in person or through
an authorized agent on all working days (except Sundays and holidays) from
20.09.2012 upto 05.10.2012 2012 between 1100 Hrs. to 1600 Hrs. If desired, Owner
shall dispatch the Document by registered mail,
but under no circumstances will be held responsible for late delivery or loss of
the documents so mailed.
1.6.3 Issuance of document will not construe that such applicants are automatically
considered qualified. Only after their qualification, qualified Single Entity /Companies/
Consortium/JV shall be invited to Bid in the next stage i.e RFP. The RfP document shall
be issued only to shortlisted single entity/ Companies /consortium /JV companies. No
correspondence will be entertained from unsuccessful applicant. JKSPDC reserves the
right to reject any or all applications or annul the bidding process at any stage without
assigning any reasons thereof.
1.6.4 Applicants/ Bidders in their own interest are advised to visit the Project site, to
apprise themselves adequately about the actual site conditions, communication, access
to various sites/units, availability and sources of construction material, labour
and any other relevant parameters of information to the extent required for
preparation and submission of bids, well in time and to facilitate the main
execution thereafter. Such site visits shall be at the cost of the bidder. After
completion of Request for Qualification process the Owner intends to call for submission
of bids from the prequalified Applicants.
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 17 JKSPDC
1.6.5 The applicant/Bidder shall be deemed to have full knowledge of documents made
available by the Owner in respect of Site and no extra compensation
consequently on any misunderstanding, lack of details or otherwise in this regard
shall be allowed.
1.6.6 Any corrigendum/modification to RFQ documents shall be available on website only and
the Applicants are advised to visit the site regularly before deadline for submission of
RfQ. However, attempt shall be made to send the corrigendum/modification to RfQ
documents by email. The applicants are requested to intimate the email ID and other
contact particulars ,with their request for RFQ document
1.7 Method Of Applying
1.7.1 If the Application is made by a limited Company, it’s each page shall be signed by a
duly authorized person holding Power of Attorney for signing the Application. A certified
copy of the Power of Attorney shall accompany the Application in such cases.
1.7.2 If the Application is made by a Consortium/ Joint Venture, it shall be signed by the
Lead Partner and authorized representatives of all the Consortium / Joint Venture partner
companies. Certified copy of the Power of Attorney issued to such authorized
representatives by legally authorized persons of all partner companies of the
Consortium/ Joint Venture shall accompany the Application.
1.7.3 In case of a Consortium/ Joint venture, the Applicant is required to enclose a copy of the
Consortium / Joint Venture agreement meeting the essential requirement listed in
Appendix -C along with the Application.
1.7.4 In all above cases, a copy of the Memorandum and Articles of Association of the
company (ies) shall be submitted along with the Application.
1.8 Applicants who purchase the Tender Document may request for any
clarification/modification regarding RfQ document. A request for clarification shall be
made in writing to Owner's address indicated elsewhere in this document. The Owner will
respond to any requests for clarification that it receives earlier prior to the deadline for
submission of applications or latest at the pre-bid meeting. Copies of the Owner’s
response including a description of clarifications sought and accepted only from those
applicants, who must have purchased the prequalification documents, will be forwarded
only to such applicants without identifying its source.
2.0 SUBMISSION OF APPLICATIONS
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 18 JKSPDC
2.1 The RFQ application shall be submitted in One Original Plus two copies (one hard +
one soft copy) in prescribed formats. The original and copy sets shall be clearly
marked Original and Copy, respectively on the front cover of each set. In the event of
discrepancy between original and copy, the original shall prevail. The Original and
Copies shall be signed by a person or persons duly authorized to sign on behalf of the
applicant. The application shall contain no alterations, omissions or additions unless
such corrections are initialed by the person or persons signing the RfQ application.
Each RfQ Application shall include the following appropriate formats (as per Appendix B)
• Letter of Application, Memorandum of Understanding/
Memorandum & Articles of Association, consortium/ Joint Venture Agreement
defining scope of each constituent member, Power of Attorney for signatories and
relevant forms & documents, Letter of Undertaking, List of Application
forms
• Data & forms related to Technical Experience
• Financial data( Balance sheets and Profit and Loss Accounts) and forms
2.2 Applications for Request for Qualification shall be submitted in one (1) sealed
envelope, which must be either delivered by hand or by registered mail, at the
office of
Managing Director,
J&K State Power Development Corporation Ltd.
Camp Office: Satwari - Jammu
J&K - 190001 (INDIA)
Phone: 0 1 9 1-2430548,2439039
F ax : 0191-2435403
E -m ai l : j k s p dc l @ g m ai l . c o m
before office closing hours i.e. by 1400 hrs on 10th
December 2012
The envelope and the contained Application should be clearly marked:
"Request for Qualification for execution of 390MW KIRTHAI- I H.E. PROJECT”
The name, mailing address, e-mail ID and telephone number of the Bidder shall
be clearly indicated on the envelope.
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 19 JKSPDC
Bids/ Applications must be received by the Owner at the address specified
above not later than the time and date specified. However, the Owner may at
his discretion to extend the deadline for submission of RFQ by issuing
addendum in which case all rights and obligations of the Owner and applicant
subject to original deadline will thereafter be subject to deadline as extended.
Any RFQ received by the Owner after the deadline for the submission of the RFQ
will not be entertained and will be returned un-opened to the Bidder.
2.3 All information requested shall be furnished in English.
2.4 Failure to provide information which is essential to evaluate the Applicant’s
credentials, or failure to provide timely clarification or substantiation of the
information supplied may result in rejection of the Application.
2.5 A Company/Consortium/JV of such companies / member of a Consortium may
submit only one Application. If a Company / Consortium member / Joint Venture
of companies submit more than one Application singly or in a Joint Venture
/Consortium, all Applications where such party is participating will be rejected.
2.6 Amendments may be issued by the Owner to amend, supplement or partly
delete provisions in the Invitation Documents prior to the Closing Date. Each amendment
so issued will be communicated to all prospective Applicants who
have purchased the Invitation Documents and the receipt of each such
amendment shall be acknowledged by them. All amendments issued by the
Owner shall become part of the Invitation Documents. To give prospective
applicants/bidders reasonable time to take an addendum into account in preparing their
applications, the owner may extend, if necessary, the deadline for submission of
applications.
3.0 ELIGIBILITY CRITERIA
3.1 The Request for Qualification will be subject to Bidder’s / Applicant’s fulfillment of the
Qualification Criteria set and stipulated hereunder, substantiated by authentic and
relevant information and details in the prescribed formats. Additional information in
support of their claims of achievements may be furnished in any form of their device
and design.
3.1.1 The Bidder / Applicant should have proven experience as contractors for Planning
including all necessary survey,geotechnical/geophysical investigations, Design,
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 20 JKSPDC
Engineering, Supply, Procurement, Transport, Storage, Construction, Installation,
Erection, Testing, Training and commissioning of Civil works, Hydro-mechanical works,
and Electro-mechanical works of type , magnitude and nature similar to this project, as
per detailed requirement for technical Capacity as listed in clause 3.4.1 hereunder ,
leading to successful operation and performance of the Generating units.
3.2 The Bidder shall be a single entity , company or a duly constituted Joint Venture/
Consortium with one of the partner as Lead Partner having not less than 51% stakes with
joint and several responsibilities by all partners for all the responsibilities under the bid/
contract.
3.3 The Bidder / Applicant should have experience and proven track record in construction of
hydroelectric/Water resource projects with responsibility for Planning, Design &
Engineering, Civil, Hydro mechanical and Electro-Mechanical works of the type,
magnitude and nature similar to the items listed in 3.4.1 and should have financial
capacity as listed in Item 3.4.2 hereunder. Only such experienced and capable
contractors, who fulfill these basic requirements, may apply for prequalification.
3.4 The Request for Qualification will be based on Bidder / Applicant fulfilling criteria set
forth hereunder at the minimum:
3.4.1 Technical Capacity
The Bidder should have undertaken following works in the preceding 15 (fifteen) years
with proof of being in business for the last 10 years.
(A) Planning, Design & Engineering of Works
1. Experience in Planning, Design & Engineering of one Hydroelectric Project
which should not be less than 300 MW Capacity.
OR
Two Hydroelectric Projects of capacity not less than 190 MW each
OR
Three Hydroelectric Projects of capacity not less than 150 MW each.
2. Experience in Planning, Design and Engineering of the following
components along with experts in related fields should be available with the bidder:
i. Concrete Dam or Concrete faced Rockfill Dam of minimum 125 M height from
deepest foundation and Spillway of 4000 cumecs flood discharge
ii. Hydraulic tunnels in Himalayan region or similar geological region
iii. Underground powerhouse of minimum 15 m width
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 21 JKSPDC
(B) Civil Works
1. The Bidder should have general construction experience of executing major civil structures,
as described hereafter , in a Water Resources/ Hydro Power Development Project.
2. Experience of executing the following components in ongoing/completed project(s):
i. A concrete dam or Concrete faced Rockfill Dam of minimum 125 M height from
deepest foundation with Spillway of minimum flood discharge of 4000 cumecs and
the agency must have achieved the execution of concreting of about 50,000 cubic
meter / month and excavation of 1,00000 cubic meters per month..
ii. Completion of tunneling and concrete lined tunnels of at least 6.0 m dia.
iii. Underground Power House of minimum 15 m width with minimum unit size of
machine as 75 MW.
(C) Hydro Mechanical Works:
The bidder should have carried out design, manufacture, erection, testing and
commissioning as prime contractor or as a partner in a joint venture
/consortium or as a sub contractor of the following hydro mechanical works
and equipment:-
i. Gates:
Execution of four no. of radial gates of not less than 10.0 x 12.0 meter size or
120 Sqm in Surface Area
ii. Pressure Shaft/Penstock
Execution of pressure shaft penstock of not less than 5 m diameter for a
hydroelectric project.
(D) Electromechanical works :
The bidder should have carried out design, manufacture, erection, testing and
commissioning as prime contractor or as a partner in a joint venture
/consortium or as a sub contractor of the following electro mechanical works
& equipment in the preceding 10 Years:-
(i) Hydro turbine and generator with necessary ancillary equipment with unit size
not less than 75 MW and shall be in successful operation for last 3 years.
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 22 JKSPDC
(ii) Erection, testing and commissioning three phase step-up transformers having rated
capacity of 90 MVA or higher at rated voltage of 400 KV.
(iii) Erection, testing and commissioning conventional type 400 KV switchyards for
evacuation of power from generating station which should be presently under
successful operation.
3.4.2 Financial Capacity
3.4.2.1 Turnover
Average annual construction turnover of the Bidder ( single entity /Consortium/ Company)
over the preceding 5 (five) years shall be the amount specified hereunder:
Minimum INR 800 Crore or equivalent US $.
Each partner of consortium /JV shall meet turnover requirement in proportion of its
stake in the Consortium/JV. Turnover of the Bidder / Partner from the related
business of Hydro Power /Water resource /Power Projects only shall be considered.
Note: For conversion to US$, the exchange rate at the end of the respective accounting
year shall be considered.
3.4.2.2 Profitability
The single entity bidder / company and Each member of Consortium should have earned
'Profit before Taxes' in 3 (three) years out of the immediately preceding 5 (five) years.
However, if losses are reported, then the firm should have earned profit in at least 1
(one) year in preceding last 2 (two) years from date of opening of the Bid.
In case any member of the consortium/ single bidder / company has reported losses in
preceding two consecutive years, he shall be considered eligible for qualification
provided he agrees to furnish an additional performance guarantee equivalent to 10%
of the quoted price of his portion of Work.
3.4.2.3 Net worth
The Net Worth of each member of the Consortium should be positive and not less than
the amount of its equity capital including share premium in the Consortium/JV in three
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 23 JKSPDC
(3) out of preceding 5 (five) financial years. The Net Worth shall be calculated
based on subscribed and paid-up Share Capital plus Share Premium plus Free Reserves
plus Unallocated balance/surplus amount of Profit & Loss Account less (a) Expenses not
written off (b) Accumulated Loss in Profit & Loss Account if not reduced from Reserves &
Surplus. The Revaluation Reserve, Capital Reserve and amount of Intangible assets
like goodwill etc. will not be taken into account while calculating the Net Worth.
3.4.2.4 Working Capital
The Bidder's (Consortium) Working Capital should be Minimum INR 100 Crore or
Equivalent US$. Each partner of Consortium shall meet Working Capital requirement in
the proportion of its participation in the Consortium. The Bidders shall provide an
undertaking with their RFQ Application that they shall submit alongwith their
technical bid, an unconditional and irrevocable commitment of financing from their
bankers valid for the entire construction period including extensions/ delays
etc. The undertakings from the Bidders shall be accompanied with letter(s) of
comfort from the proposed banker(s).
Note: For conversion to US$, the exchange rate at the end of the respective accounting
year shall be considered.
Note: The Bidder's financial evaluation vis-à-vis the requirement stipulated above shall
be done on the basis of the duly audited printed financial statements (Balance Sheets,
Profit & Loss Accounts etc.) for the immediately preceding five(5) financial years, to
be submitted by the Bidder. The latest Annual Accounts shall not be more than 18
months old. In case the Annual Accounts are more than 18 months old, then a
Statement of Account as on the closing date of immediately preceding Financial Year
depicting Turnover, Profitability and Net Worth (calculated as per Criteria laid down in
the RFQ Document) duly certified by their Chartered Accountant /Certified Public
Accountant carrying out the Audit shall also be considered with the Applications.
3.4.2.5
(a) The Current litigation information should be submitted by the Bidders. The bidder
including each partner of Joint- Venture/ Consortium/ Sub contractors should provide
complete information and present status on any history of litigation/arbitration
resulting from contracts executed in last ten years and/or currently under execution.
(b) The bidder including its each partner of Joint- Venture/ Consortium/ Sub contractors
should not be involved in any major litigation that may have an impact of affecting or
compromising the delivery of services as required under this assignment.
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 24 JKSPDC
(c) The bidders who have been blacklisted/ debarred by Government of India or any
Department / undertaking thereof or any national/ international multilateral
infrastructure financing/ funding institution like ADB, Word Bank etc shall not be eligible
to participate in the bidding in case the debarment is in force and effective on the last
date of submission of the bid. In case the bidder has been debarred by any of the above
authority after the bid submission date and such debarment is in force and effective on
the date of award of contract, the bidder shall be deemed to be disqualified for award of
the contract without incurring any liability towards the bidder.
4.0 COMPOSITION OF CONSORTIUM/JV
4.1 Association of two or more entities/companies or organizations (or any combination of
these entities) who participate in common activity/or activities of the project/EPC contract
and pool their resources through an agreement where in their separate legal status is
retained shall be treated as Consortium. A Joint Venture shall be an newly created
entity(SPV) by subscribing equity together and sharing in revenues, expenses and
control of expenses.
In case a single entity does not meet the requirements of the qualifying criteria, it may tie
up with other entity/entities, who fully or partly meet the qualifying criteria, either as a
consortium partner or in joint venture or as sub contractors wherever subcontractors have
been allowed. In case of Joint Venture Applicants/Bidders, Joint Venture partners must
comply with the following minimum qualifying requirements:
i. The Lead Partner and all the partner(s) of the Consortium/JV shall be jointly and
severally responsible for complete execution of the project under the Umbrella/Overall Agreement, subject to the condition that in case, any of the Consortium/JV partners defaults or abandons the work, then the Consortium /JV shall be made responsible to rectify defaults and for execution of the balance works of the abandoning contractor without any additional financial liability to the Owner.The Consortium /Joint Venture formed by the Applicant/Bidders should nominate a lead partner. The participation of the lead partner shall be more than 51% and participation of each other partner shall be more than10% of the contract value.
ii. The Lead Partner of the Applicant (Consortium/Joint Venture) shall fully meet the following requirement:
• Average annual turnover not less than 51% of the criteria given in 3.4.2.1 and Experience as mentioned in Qualifying Requirement specified in 3.4.1(B)
iii. Other partner(s) of the Consortium/Joint Venture shall individually meet one or
more of the Technical Experience criteria not met by the Lead partner as under:
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 25 JKSPDC
• criteria for Planning, Design and Engineering to meet the specific technical
criteria as consortium or joint venture partner or sub-contractor (s) proposed by
Lead partner
• criteria for Electro-Mechanical Works to meet the specific technical criteria as
partner or sub-contractor(s) proposed by Lead partner.
• criteria for Hydro-Mechanical Works to meet the specific technical criteria as
consortium or joint venture partner or sub-contractor (s) proposed by Lead
partner.
iv. All the partners of the Consortium /Joint Venture should individually fulfill
the Turnover, Profitability, Net Worth and Working Capital criteria proportionate to
their participation in Consortium /Joint Venture.
v. The Consortium/Joint Venture to collectively satisfy, as a whole, technical as well
as financial requirements specified.
vi. The composition of the Consortium/Joint Venture and role and responsibility of
each constituent, the proposed participation share of each partner along with
items of work to be executed by each partner shall be brought out expressly.
vii. In case of Consortium/ Joint Venture Bid, the Bidder shall provide, along with his bid,
a Consortium /Joint Venture Agreement, as per the requirement stated in Appendix
- C in the RFQ document in which the partners of the JV are liable to the Owner to
perform all the contractual obligations in respect of successful performance of the
respective portion of work.
viii. The Lead Partner and all the other partner(s) of the Consortium/ Joint Venture shall be jointly and severally responsible for complete execution of the project under the Umbrella/Overall Agreement.
4.2 The Applicant proposing to execute works in association with sub-contractor(s) for
Planning, Design and Engineering, Electro Mechanical Works, Hydro Mechanical
Works shall be required to submit along with his bid a Joint Deed of Undertaking
with the proposed sub-contractor(s) to confirm association of the sub-contarctors for
the successful performance and completion of that work. Further, in case of award,
these subcontractor(s) will be required to furnish an additional
performance bank guarantee of value equivalent to 5% of their portion of work value in
addition to the normal Performance Bank Guarantee to be submitted by
the Applicant/Bidder.
Notes: i. The qualifying works at 1.0 A, 1.0 B, 1.0 C and 1.0D can be from the same or
different projects. ii. For the purpose of qualifying criteria, the following would apply:
Planning, Design and Engineering
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 26 JKSPDC
A hydro electric project which is not substantially completed but has been under construction for more than two years would be deemed to qualify for the purpose of evaluation of qualifying criteria, in case the design proposed by the Consultant has been accepted by the Owner.
iii. Under para 3.4.1(A), the constructed height of 125 m shall be in a single contract measured along vertical axis between the two points (Top to deepest foundation level).
5.0 UPDATING PREQUALIFICATION INFORMATION
5.1 Pre -qualified Bidders, at the time of submission of financial bid (RFP), will be required
to update the information in respect of each partner of the Consortium/JV/sub
contractor used for prequalification at the time of submitting their bid, to confirm their
continued compliance with the qualification criteria and for verification of all the
information / details provided. A Bid will be rejected if the Bidder’s qualification
thresholds are no longer met at the time of bidding.
5.2 General
In case of the Bidder Company, formed after merger and/or acquisition of
other companies, past experience and other antecedents of the
merged/acquired companies will be considered for prequalification of such
Bidder company provided such Bidder company continues to own the
requisite assets and resources of the merged/ acquired companies relevant to
the claimed experience for execution and successful implementation 0f the such work.
Similarly, if the Bidder Company is a wholly owned subsidiary company and adduces
documentary evidence of having had the support of and access to the assets and resources
of a Parent company for execution of works similar to the work under consideration and
same is guaranteed by such Parent company for the concerned part of the work through a
Corporate Guarantee or any other proper documents to the satisfaction of the Employer,
past Specific Technical Experience of such Parent company may be considered for
prequalification of such Subsidiary Company against para 3.3.
5.3 In case of a Consortium /JV/Sub contractor, the composition of the Consortium/JV/sub
contractor and role and responsibility of each constituent, the proposed participation
share of each partner/sub contractor along with items/scope of work to be executed by
each partner/ sub contractor shall be brought out as per the requirement of Appendix-
A hereto. The Consortium/JV arrangement shall clearly indicate as to who shall be the
Lead Partner. Each partner will operate his portion of contract independently
bound by the principle and commitment of joint and several responsibilities as per the
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 27 JKSPDC
terms of an Overall Agreement (i.e. umbrella agreement) by the Consortium/JV on one
part and the Owner on the other part. The joint and several responsibilities shall be
governed as per para 4.1 above.
5.4 In the event of the Contract being awarded, each partner of the Consortium/JV shall
be responsible for execution of concerned component of the project for
which they claim to have Specific Experience and based on which they seek the Pre -
qualification. An undertaking to this effect shall be furnished by each
member of such Bidder. The undertaking shall be included in the
Consortium/JV agreement to be submitted with the Application. Any change in a
Prequalified Consortium,/JV will be subject to the written approval of the Owner
prior to the deadline for submission of Bid. Such approval may be denied if:
i. Partner(s) withdraw from a Consortium/JV and the remaining partners do not
meet the qualifying requirements; or
ii. New partners to a Consortium /JV who join the Consortium/JV are not qualified,
individually or as another Consortium/JV.
5.5 The partners of a prequalified Consortium/JV is not eligible to be prequalified
individually or as a partner or a sub-contractor in any other Consortium. /JV
5.6 For the purpose of establishing financial soundness of the Consortium/JV the
collective financial position will be reckoned and information in this regard shall
be furnished individually and collectively.
5.7 Bidder claiming to have past experience by virtue of being a partner of a
Consortium/JV, (which executed a particular work in the past), shall make their
presentations in tabular format for such experience. The
specific experience of such Bidder shall be considered as per their role and
scope of work in such Consortium/JV for which they will have to adduce
documentary evidence of their role and scope of work in aforesaid Consortium/JV
Contract(s).
5.8 If the present performance of the Bidder or any of the members in case of a
Consortium/JV, in a current contract for any major work is unsatisfactory as
certified by the project authority of the relevant project, the Bidder shall
be disqualified.
5.9 The owner without assigning any reasons thereof reserves the right to:
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 28 JKSPDC
a) Amend the scope of work to be tendered, including the Capacity of the
project.
b) Reject or accept any application for reasons including national defence and security
consideration, and
c) Cancel the prequalification process and reject all Applications
The Owner will neither be liable for any such actions nor be under any obligation to inform
the Bidder of the ground of his decision.
6.0 Short listing of Bidders
6.1 Only bidders who have been prequalified under this procedure will be invited to
submit request for proposal to be issued separately to such qualified bidders.
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 29 JKSPDC
APPENDIX - A
INFORMATION TO APPLICANTS /BIDDERS
1.0 INTRODUCTION
1.1 Location and Communication
The dam and power house site is located village Gulabgarh in Paddar Tehsil of Kishtwar
District of Jammu and Kashmir, about 315 km away from Jammu which is
approachable through NH-1A National Highway upto Batote and beyond Batote upto
Kishtwar there exist an all weather road maintained by GREF. The 80 km road from
Kishtwar to Gulabgarh is mostly blacktopped.
The approximate distance of Dam and powerhouse of KIRTHAI-I Hydroelectric project
from different important airports is as below:
From Delhi : 900 km
From Jammu : 315 km.
From Srinagar : 290 Km.
2.0 HYDROLOGY
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 30 JKSPDC
2.1 Chenab River System and Basin Characteristics
The Chenab river is formed after the two streams namely the Chandra and the Bhaga
merge together near Tandi about 6 km. South of Keylong, the district headquarter of
Lahaul and Spiti of Himachal Pradesh. The Chandra and the Bhaga originates at about
5412 m and 4891 m from the north and south faces of Baralcha Pass respectively in
Himalayan canton of Lahaul Spiti valley. The total lengths of the Chandra and the Bhaga
upto their confluence is about 125 km and 80 km respectively. The combine river, known
as the Chenab or Chandrabhaga flows in a North-Westerly direction for about 48 km.
where it is joined by its biggest tributary , the Miyar-Nallah on the right bank. Thereafter,
it flows for about 96 km generally in northerly direction in Himachal Pradesh and crosses
the Pangi Valley before entering in to Paddar area of Doda district of Jammu and Kashmir
state .The river flows in a North-West direction for about 61 km where it is joined by a
tributary , the Marusudar on right bank near Bhandarkot . Further downstream, the river
flows in a southerly direction for about 32 km upto Thathri where it takes a West- ward
turn. In this reach , about 15 km downstream of Thathri, Niru nallahs joins the Chenab on
its left bank. The river Chenab there after flows generally in North-West direction for
another 41 km till it receives a tributary Bichlery on the right bank. Afterwards the river
traverses in Westerly direction for a distance of about 64 km. In this reach a number of
small streams namely Chenani, Talsuen, Yani , Ans etc join the right bank and Katu nallahs
, Mandial ,Painthal khud join the left bank. Downstream of Ans river confluence the river
changes its direction and flows in southerly course for about 55 km up to Akhnoor. There
after , it enters into Sialkot district of Pakistan. Total length of river from confluence of
Chandra and Bhaga is about 410 km.
The Chenab basin in India is spread over the two states, Himachal Pradesh and Jammu &
Kashmir which comprises the extreme western sector of Himalayas. Upper catchment lies
in Lahaul area and Pangi tahsil of Chamba district of Himachal Pradesh. This region is
roughly in rectangular shape with main Himalayas on the north, mid Himalayas on south
and the connecting lines of heights at either ends on east and west respectively. The
Chenab basin in Jammu & Kashmir lies in its southern part covering sixdistricts of Doda,
Udhampur , Kishtwar, Jammu and Rajouri. This region of state is called Jammu region. The
drainage basin covers the area partly between Shivaliks and outer Himalayas and partly
between outer and central Himalayas. The total catchment area of the basin within India
is about 29050 Sq. Km, out of which about 21206 Sq.km lies in Jammu region of J & K state
and about 7844 Sq km lies in Himachal Pradesh. The drainage area of Chenab River up to
dam site of Kirthai –I H E Project is 8530 Sq km, out of which 4608 Sq km is snow fed and
rest 3922 Sq km is rain fed.
2.2 Precipitation Characteristics
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 31 JKSPDC
The basin receives precipitation round the year. During Dec. to May precipitation is
mostly in the form of snow except in May when snowfall is confined to higher altitudes
and during July to October the precipitation is due to monsoon activity. June and
November are the months of least precipitation. Mean annual precipitation over the
basin up to Kirthai dam is 750 mm.
3.0 FEATURES OF MAJOR COMPONENTS OF THE PROJECT
The layout and drawings of main structures are attached as Appendix-D. Dimensions of
various structures are subject to change at detailed design stage.
3.1 Civil
3.1.1 Main Dam
A 122.00 m/ 165m high concrete dam above river bed / deepest foundation level with central
spillway has been located on river Chenab with underground power house just downstream of
dam axis on left bank and diversion tunnel on right bank. The dam is located in deep and narrow
gorge with steep slopes on both the banks. Total length of dam at top (at El 1900) is 250.50 m.
Height of the dam above deepest foundation level will depend on detailed geotechnical
investigations. The investigation carried out so far indicate the foundation depth as about 43 m.
Standard Ogee Type spillway and shaft spillway will be provided to pass design flood of
7400 cumecs. Adequate energy dissipaters after model testing shall be provided. For
diverting the flow during construction period a 10.5 m dia diversion tunnel has been
provided on right bank with designed carrying capacity of 1200 cumecs. A shaft spillway
for 2000 cumec is also proposed to be constructed.
Dam is situated in seismic zone IV of seismicity map of India. The earthquake forces shall
be taken in accordance to the relevant IS Codes
Reservoir shall be planned for sedimentation for sediment load corresponding to 1 mm
erosion per sq. km. of catchment per year.
3.1.2 Power House
An underground power house with four units of Francis Turbines has been envisaged
with total installed capacity of 380 MW. The power will be generated under designed
head of 108.53 m. A surface power house on right bank with one unit of Francis turbine
has been envisaged with 10 MW installed capacity with same designed head. The 9.5
cumecs outflow from this power house will meet the environment rquirment. The size
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 32 JKSPDC
and orientation of machine hall cavity will depend on the layout of E&M equipment and
the geological siting of the area. The MIV shall be placed in the machine hall.
3.1.3 Intake Structure
Intake structure shall be provided at left bank as close as possible to the dam axis in the
upstream. The intake shall be fitted with trash rack, trash cleaning mechanism, stop
logs and regulation gates.
3.1.4 Intake Tunnel
10.5 m diameter Intake tunnel shall be provided to carry the design l design discharge of 385.5umecs Length will be about 226 m Investigation so far indicate rock class of fair to
good.
3.1.5 Pressure Shaft & Penstock
Intake tunnel will end in 10.5 m diameter vertical pressure shaft. Pressure shaft will converge in
to manifold in to four penstocks near the power house to feed the units. These may be steel
lined. Penstock will be of steel of ASTM 537 Grade II or equivalent. Each penstock will be
provided with butterfly valve (MIV) of suitable diameter at the end .
3.1.6 Power House Complex
The underground power house complex comprises of machine hall cavern, the transformer
cavern, Bus duct, Ventilation tunnel, cable tunnel to switchyard, , draft tube tunnel, tail race
tunnel, access tunnel to power house and transformer cavern, construction adit to top of power
house, top of transformer cavern and bottom of vertical pressure shaft and any other component
as may be required as per site conditions. The alignment and size of these components shall be
finalized in coordination with E & M supplier and taking into account the geology of the area.
4.0 FEATURES OF ELECTRICAL & MECHANICAL EQUIPMENT
4.1 Turbines
The Kirthai-IHEP is planned with pondage for peaking operation and will have an
installed capacity of 380 MW. The turbines will be Francis type operating under a rated
head of 108.53 m. The governors will be of digital type with combined proportional
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 33 JKSPDC
integral and derivative function. An auxiliary power house of 10 MW capacity is also
planned with same designed head.
4.2 Generator & Excitation Equipment
The generator will be vertical shaft synchronous type with rated continuous output of
10% over load.
4.3 Generator Step-Up Transformers
Generator Step up transformers will be three phase, 11/400 KV, Oil Directed Water
Forced (ODWE). These will be placed in Transformer cavern.
4.4 Pothead Yard
The 400 KV outdoor Switchyard of adequate size shall be located on the same bank of
the river.
4.5 Auxiliary Equipment / System
Electrical Auxiliaries
These are given below but it will not be limited to. The supplier of E&M generating
equipment will supply all necessary auxiliaries. Power plant control and monitoring
system will have computerized control comprising computer for plant control, unit
control, switching equipment control, essential auxiliary control and data acquisition
system.
The protective gear will provide protection of generators, step up transformers and
power plant auxiliaries.
LT power supply for unit auxiliaries will be tapped from respective bus ducts at 11 KV
through 11 KV/433 V, 3 phase, dry type transformers.
The D.C. supply system will be at 220 V.D.C and will comprise of two sets of 1000 AH,
220 VDC Batteries.
Two independent ground mats of mild steel flat conductor will be provided.
Compact florescent lamps with appropriate fittings for diffused light would be used
inside the power house escape tunnel, ventilation-cum-cable duct etc. High bay type
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 34 JKSPDC
mercury or sodium vapour lamps will be used to illuminate the machine hall and access
tunnels.
PLCC equipment for the power house shall be installed. This will provide line protection,
communication telemetry and remote control.
5.0 GEOLOGY
5.1 Regional Geology
Catchment area of the river Chenab is generally narrow and elongated up to the middle
reach after which it widens in to fan shape. Total catchment area within the boundary of
India is about 29050 Sq km and stretches across Himachal Pradesh and Jammu and
Kashmir up to international boundary between India and Pakistan through the
formations belonging to different geological ages ranging from Palaeozoic to quaternary.
In the upper reaches Kirol , Chai , Granite and gneiss rocks are generally encountered. In
middle reaches and also in upper reaches to some extent formations of phyllites ,
quartzite , gneissic schist and dogra slates with gypsum and crystalline limestone bands
are found. In the lower reaches the river traverses through the formations belonging to
Sirban lime stones ,Eocnes and Lower Murries.
5.2 Seismicity
Designed has to be carried according to relevant Indian Standards—latest edition. The dam is
situated in close vicinity (less than 5 km ) of Main Central Thrust ( MCT ) which is interpreted to be
seismically active. In addition, the site is located between Zanskar thrust towards north ( 125 km )
and Panjal Thrust towards south ( 65 km ). Further, a number of major thrust / lineaments are
disposed within 200 km radius of the dam site. These include the Indus Suture Zone , Shyok Sature
Zone , Murre Thrust , Digdani Thrust Main Boundary Fault (MBF) etc.
A review of recorded Seismic activities shows that Bhaderwah Earthquake ( 1955 )magnitude 7.5
lies about 30 km south of the site of dam. The area around the site also keeps on experiencing
earth quakes of low to moderate intensities. The area must have experienced the earthquake
(1905) which had its epicenter in Kangra.
5.3 Geology of Project Area
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 35 JKSPDC
The proposed dam axis is located at about 275 m upstream of the bailey bridge across
river Chenab in a valley with steep slopes. Large scale geological mapping in and
around the dam site , covering about 0.53 sq. Km area on 1:2000 scale has been done.
This reveals that the project area is represented by rocks of Quartz-mica-schist
belonging to Salkhala group. These rocks are thinly foliated and intersected by joints.
The strike of foliation plane varies from N 40° E- S 40° W to N 20° E- S 20° W with 35° -
40° dip due south east i.e. towards upstream side. The area upstream of the dam axis
to a distance of 600 m is marked by the presence of inner foliated marble bands. The
quartz mica schist is exposed on both the abutments. A thin cover of overburden
conceals the bed rock at few places.
The HRT lies entirely in quartz – mica – schist formation.
The underground power house which is located in the left side of the hill is represented
by quartz-mica-schist rock. The rock is thinly foliated and fairly jointed. The rocks are
rated fair to good.
6.0 CLIMATE AND WORKING PERIOD
The basin receives precipitation round the year. During Dec. to May precipitation is
mostly in the form of snow except in May when snowfall is confined to higher altitudes and
during July to October the precipitation is due to monsoon activity. June and November are
the months of least precipitation. Mean annual precipitation over the basin up to Kirthai
dam is 750 mm. The area has recorded minimum temperature of -2.40C and maximum
temperature of 380C.
7.0 CONSTRUCTION SCHEDULE
Completion time for all construction activities for the project as a whole i.e.
commissioning of all the units is 60 months.
8.0 STATUS OF INFRASTRUCTURE AND CONSTRUCTION FACILITIES
The details of infrastructural and construction facilities are given below;
A. Access Roads to project sites
Approach roads to project site is through Kishtwar Galhar Sansari road which is mettled
road. Access roads to portal of intake structure on left bank ,outlet and inlet portal of
diversion tunnel on right bank, switchyard etc shall have to be constructed by the
contractor , which will also act as haul roads or carriage of materials. The access roads will
ABRIDGED REQUEST FOR QUALIFICATION FOR 390 MW KIRTHAI-I HYDRO ELECTRIC PROJECT J & K
SHIPL Page 36 JKSPDC
also act as haul roads as the excavated material from dam site proposed to be dumped on
left and right banks of the river at the proposed location of switchyard, batching and
mixing plant and lower terraces on right bank where other infrastructure will be located.
One small haul road connecting Galhar Sansari Road to outlet portal of tailrace tunnel
however will be required.
Following new approach / haul roads will be required:-
1. Intake structure site to Kishtwar Sansari Road Left Bank aprox-- 1.50 km
2. Acess road to Intake of shaft spillwa --aprox 1.50 km
3. Diversion Tunnel inlet portal right bank to Kishtwar Sansari Galhar Road aprox--.1.30
km
4. Diversion tunnel outlet portal Right bank site to existing Gulabgarh bridge site aprox--
1.30 km
5. Switchyard location to Gulabgarh Sansari Road aprox-- 1.0 km
B. Power supply facilities
The power required during execution of the project may be supplied by the
corporation, at pre determined source points, at appropriate tariff determined by
PDD which needs to be supplemented by the DG supply and the infrastructure
regarding power supply facilities shall be executed by the contractor. It is assessed that
about 7.5 MW of power would be required during construction. Contractor shall have to
make his own arrangements for standby power supply.
C. Project colonies and buildings
In order to provide residential and official accommodation to the staff deployed for the
Construction, project colonies to be constructed by the contractor , have been proposed
near dam site at Gulabgarh . Other locations will be near village Kajal, Kundal and Atholi.
Various infrastructure facilities like buildings for official stores, workshop, laboratories,
residence, hospital, school, fire station etc. would need to be provided near the project by
the contractor to ensure smooth implementation and subsequent operation.
D. Storage area
The major stock yard for cement & steel is proposed at rail head near Baribrahmana-
Jammu , where construction material like cement, steel, machinery & equipment would be
stored for further transshipment to the project site.