invitation for bid to appoint nqm - ministry of...
TRANSCRIPT
M i n i s t r y o f
GOVERNMENT OF INDIA
Ministry of Power, Govt. of India Shram Shakti Bhavan, Ministry of Power, New Delhi - 1
Ministry of Power, Govt. of India invites bids to provide services for Quality Control and inspection as National Quality Monitors for Rural Electrification works under Rajiv Gandhi Grameen Vidyutikaran Yojanan (RGGVY).For eligibility, selection criteia and Terms of Reference etc., interested f i rms may v is i t websi te ht tp : /www.rec ind ia.n ic . in or www.powermin.nic.inBid documents can be downloaded from the website or can be collected from our office between 10.30 AM to 4.00 PM on all working days, free of cost. The bid shall be received in our office upto 3.00 PM on 09-12-08 and the same shall be opened at 3.30 PM on the same day, in the presence of bidders representative, who choose to remain present. A prebid meeting shall be held on 18-11-08 at 2.30 PM.
Dinesh KumarAGM (QC),REC
Tel : 24369851e-mail : [email protected]
Invitation for bid to appoint NQM
I F B
RGGVY - Quality Monitoring on behalf of Ministry of Power (MOP)
INVITATION FOR BIDS (IFB) Specification Number: REC/MOP/NQM
Rural Electrification Corporation Limited(A Govt. of India Enterprise)
Core-4, SCOPE Complex New Delhi – 110003
1
Ministry of Power
INVITATION FOR BIDS
Quality Monitoring works on behalf of Ministry Of Power, Government of India for the RGGVY Projects in 11th Plan.
1.0 OnbehalfofMinistryofPower(MOP),RuralElectrificationCorporationLtd.(REC),the nodal agency for implementation of RGGVY projects, a national program for electrificationofallvillagesandruralhouseholds,invitesbidsfromtheprospectivedomestic bidders for taking up Quality Monitoring (on behalf of MOP) of district based RGGVY projects in various states.
1.1 Biddersareexpectedtoexamineallinstructions,forms,termsandspecificationsinthe Bid documents and fully inform themselves as to all the conditions and matters which may in any way affect the scope of work or the cost thereof. All the bids shall be prepared in line with the instructions given in this Invitation for Bids.
2.0 QUALIFYING REQUIREMENTS: The qualifying requirements for the bidders are given at Annexure-A to the Terms and Conditions. The stated requirements are a minimum and MOP/REC reserves the right to request for any additional information and also reserves the right to reject the bid of any Bidder, if in their opinion, the qualificationdataisincompleteortheBidderisfoundnotqualifiedtosatisfactorilyperform the Contract.
3.0 CONTENTS OF BIDDING DOCUMENTS: The following shall constitute the Bidding Documents.
Invitation for Bidsi. Terms and conditions of Contract (Vol-I)ii. Bid Proposal sheets Including the Deviation Schedules (Vol-IA)iii.
4.0 CLARIFICATIONS ON THE BIDDING DOCUMENTS: If the prospective Bidder findsdiscrepanciesoromissions,inspecificationsanddocumentsorisindoubtas to the true meaning of any part, they shall at once make a request, in writing, for an interpretation/ clarification, to REC in triplicate. REC, then, will issueinterpretation(s) and clarification(s) as itmay think fit inwriting.After receipt ofsuchinterpretation(s)andclarification(s),theBiddermaysubmittheirbidbutwithinthetimeanddateasspecifiedintheInvitationtoBid.AllsuchinterpretationsandclarificationsshallformapartoftheBiddingDocumentandshallaccompanytheBidder’sbid.AprospectiveBidderrequiringanyclarificationonBiddingDocumentmay notify REC in writing. REC will respond in writing to any request for such clarificationoftheBiddingDocumentwhichitreceivesnotlaterthanfifteen(15)days prior to the deadline for submission of bids prescribed by REC. Written copies of REC’s response (including an explanation of the query but without identifying its source) will be sent to all prospective Bidders who have received the Bidding Document.VerbalclarificationandinformationgivenbyRECoritsemployee(s)ortheir representative(s) shall not in any way be binding on REC.
2
Ministry of Power
3
Ministry of Power
5.0 AMENDMENT TO BIDDING DOCUMENTS: At any time prior to the deadline for submission of bids, REC may, for any reason, whether at its own initiative or in responsetoaclarificationrequestedbyaprospectiveBidder,modifytheBiddingDocumentbyamendment(s).TheamendmentwillbenotifiedinwritingorbyFaxor by e-mail to all prospective Bidders, who have received the Bidding Document at the address contained in the letter of request from the Bidders for issue of Bidding Document. REC will bear no responsibility or liability arising out of non-receipt ofthesameintimeorotherwise.Suchamendments,clarifications,etc,shallbebinding on the Bidders and will be given due consideration by the Bidders while they submit their bids and invariably enclose such documents as a part of the bid.
6.0 PREPARATION OF BIDS: It will be imperative on each Bidder to fully inform himself of all local conditions and factors which may have any effect on the execution of the Contract covered under these documents and specifications. REC shallnotentertainanyrequestforclarificationsfromtheBidders,regardingsuchlocalconditions. It must be understood and agreed that such factors have properly beeninvestigatedandconsideredwhilesubmittingthebids.Noclaimforfinancialadjustment to theContract awarded under these specifications and documentswill be entertained by MOP/REC. Neither any change in the time schedule of the ContractnoranyfinancialadjustmentsarisingthereofshallbepermittedbyREC,which are based on the lack of such clear information or its effect on the cost of the Works to the Bidder. The Bidder shall bear all costs and expenses associated with preparation and submission of its bid including post-bid discussions, technical and other presentations etc, and REC will in no case be responsible or liable for thosecosts,regardlessoftheconductoroutcomeofthebiddingprocess.Failureto furnish all information required by the Bid document or submission of a Bid not substantially responsive to the Bid document in every respect will be at the Bidder’s risk and may result in the rejection of the bid.
SCOPE OF THE PROPOSAL7.0 : The scope of the Proposal shall be on the basis of a singleBidder’sresponsibility,completelycoveringalltheactivitiesspecifiedundertheaccompanyingTechnicalSpecifications in linewith the termsandconditionsunder the bidding documents. The bidders are required to present along with the bidtheirproposedmethodologyforexecutionoftheworkasperspecificationsanddetails of expertise & facilities including hardware, software available with them.
8.0 DEVIATIONS FROM THE BIDDING DOCUMENTS: Unless brought out clearly, the offer from the bidders shall be deemed to conform strictly to bidding documents. All deviations(technical&Commercial)fromthespecificationsshallbeclearlybroughtoutinthescheduleofdeviations.Anydiscrepancybetweenthespecificationandthe bid, unless clearly brought out in the Deviation Schedule along with the cost compensation for withdrawal of such deviation, will not be considered a valid deviation.
9.0 BID PRICE: Bidders shall quote for the scope of work in Indian Rupees as per bid proposal sheets (BPS). The rates shall be offered for National Quality Monitors on behalf of MOP, in each state separately. The bid shall be submitted in the prescribed
4
Ministry of Power
format of the BPS, furnishing the price quoted state wise. The details of project, thecoverageofnumberofdistricts/villages,NumberofBPLconnections,newandaugmentation of 33/11 kV substations are enclosed state wise for information of thebiddersatAnnexure-A.Thepricesquotedshallbefirm&shallnotbeaffectedby any change in awarded cost of turnkey contract or by any change in sanctioned cost.Forthepurposeofunitratesforinspectionservices,electrifiedvillagesandun-electrifiedvillages(includinghabitations)shallbetreatedatpar.Noseparatepayment shall be made for substation visits These unit rates shall be considered formodificationofcontractpriceincaseofanychangeinthenumberofvillagesduring the currency of the contract.
9.1 The prices that are quoted and indicated in the BPS shall include inter-alia, all costs such as cost of engaging personnel, cost towards tools, tours & travel that may be required for successful completion of thework as perTechnical Specifications,Vol.-II including cost of site arrangement, overheads, insurance, whatsoever, as stipulated in the bidding documents for the total scope of work. No claim on account of any taxes, duties and levies or any interest therein shall be entertained by REC except service tax.
9.2 Taxes & Duties: The quoted bid price shall include all taxes, duties and levies, but excluding Service tax and surcharge thereon. The service tax at applicable rates shall be paid along with each invoice. Also, the bidders shall have valid Service Tax Registration and ensure deposit of Service tax to the tax authorities.
9.3 BID GUARANTEE: (to be submitted by the bidder in a separate sealed cover) The bidder shall furnish, as part of its bid, a Bid Guarantee in a separate sealed envelope for an amount of Rs. 0.10 lacs each for Sikkim, Mizoram, Tripura, Manipur, Nagaland;Rs.0.25lacseachforthestatesofArunachalPradesh,Meghalaya,J&K,Haryana,AndhraPradesh,Karnataka,HimachalPradesh,Chhattisgarh;Rs.0.75lacseachforPunjab,TamilNadu,Bihar,Jharkhand,Gujarat,Assam&Rs.1.5lacseach for Rajasthan, Madhya Pradesh, West Bengal, Maharashtra & Orissa. Each bidder shall quote for at least two states. The bid guarantee shall be submitted in any of the following forms :
CrossedBankDemandDraft/Banker’sChequedrawninfavourofRECLimiteda. payable at New Delhi from any Public Sector Banks, reputed commercial Bank likeICICI&IDBIetc.orfinancialinstitutionslikeIFCI.
ORAnirrevocableBankGuaranteeintheprescribedFormatofRECLimitedfromanyb. PublicSectorBanks,reputedcommercialBanklikeICICI&IDBIetc.orfinancialinstitutionslikeIFCIoperativeforthirtydaysafterthevalidityoftheofferasperthe format enclosed as Annexure-B to this Volume. The Bid Guarantee shall be valid for a period of minimum 210 days from the date of opening of bids.
9.4 Any Bid not accompanied with the requisite bid guarantee in a separate sealed cover shall not be opened and shall be returned to the bidder without being opened.
5
Ministry of Power
9.5 Thebidguaranteesubmittedbythebiddersshallbereturnedtotheunsuccessfulbidders without any interest, upon placement of award on the successful bidder.
9.6 CPSUs, Govt. Utilities, Govt. Technical Educational Institutions (IITs, NITs etc..), Govt.Bodies,andRECPDCLareexempted fromsubmissionofBidGuarantee.However, in the event these entities becoming successful bidders, Security Deposit (2% of award cost) shall be submitted upon receipt of award.
10.0 VALIDITY OF BID
The validity of submitted offer shall be minimum 180 days from the date of opening of bids.
PRICES AND PRICE ADJUSTMENT:11.0
11.1 Prices for works covered under the scope shall be furnished by the bidder in the mannerspecifiedinthebidproposalsheets,(VolumeIA).Biddersshallquotethe price State wise. Bidder has to quote for at least two States or more, for the complete scope of work of Tier III as National Quality Monitor as stated in TechnicalSpecifications,Volume-II.Bidssubmittedwithoutcoveringfullstateshall be rejected. However, the educational institutions may quote for only one state also
11.2Pricesquotedbythebiddershallbefirmduringcurrencyofthecontractandnotsubject to variation on any account, whatsoever.
11.3 Bids submitted with an adjustable price quotation will be treated as non-responsive and rejected.
12.0 SUBMISSION OF BIDS:
12.1 The Bidder shall prepare three copies of the bid, clearly marking each bid as “Original Bid” or “Copy of bid”, as appropriate. In the event of any discrepancy between them, the original shall govern. There shall be no fee for the tender documents and the tender document available on the web-site (recindia.nic.in) can be down-loaded. The bids may be submitted along-with the required bid-guarantee. Complete bid-document available on the web-site has to be signed by the bidder & submitted alongwith the bid.”
12.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The letter of authorization shall be indicated by written Power-of-Attorney/AuthorizationLetteraccompanyingthebid.Allpagesofthebid,exceptforun-amended printed literature, shall be initialed by the person or persons signing the bid. The entire bid document shall be signed on all pages and submitted at the time of bidding.
6
Ministry of Power
12.3 The Bidders must submit the qualifying data in three copies, as required in a separate envelope sealed and enclosed in the envelope submitting Proposals, super-scribed as under:
“QUALIFYINGREQUIREMENTSFORUNDERTAKINGNQMWORKS”
12.4 The Bidders must submit the price bid in three copies as required in a seperate enevelope, sealed and enclosed in the envelope submitting Proposals, super-scribed as under:
“PRICEBIDFORUNDERTAKINGNQMWORKS”.
Thepricebidsshall beopenedonly forqualifiedbidderswhoshall benotifiedaboutthedateandtimeofopeningoffinancialbid.
12.5Thebidshallcontainnointerlineations,erasuresoroverwritingexceptasnecessaryto correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the bid.
13.0 SIGNING OF THE BIDS:
13.1 The bidmust contain the name, registered office and place of business of theperson or persons submitting the bid and must be signed and sealed by the Bidder with his usual signature. The names of all persons signing should also be typed or printed below the signature.
13.2 Bidbyapartnershipfirmmustbefurnishedwithfullnamesofallpartnersandbe
signed with the partnership name, followed by the signature(s) and designation(s) of the authorized partner(s) or other authorized representative(s).
13.3 Bids by Corporation/Company must be signed with the legal name of the Corporation/Company by the President, Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation/Company in the matter.
13.4 Satisfactory evidence of authority of the person signing on behalf of the Bidder shall be furnished with the bid.
13.5 TheBidder’snamestatedontheProposalshallbe theexact legalnameof thefirm.
13.6 Bidsnotconformingtotheaboverequirementsofsigningmaybedisqualified.
13.7 Incaseanassociateisproposed,theroleoftheassociateshallbeclearlydefinedin the bid & the bid shall be jointly signed by both, the main bidder & the associate. Incaseofdifficulty insigning thewholebid jointly, theassociteshallsubmitanundertaking for completing the assignment jointly on non judicial stamp paper. The
7
Ministry of Power
contract agreement shall be signed by both the parties in case the association is declared succseessful bidder.”
14.0 SEALING AND MARKING OF BIDS:
The Bidders shall seal the original and each copy of the bid in an inner and an outer envelope, duly marking the envelopes as “Original” and “Copy”.
The inner and outer envelopes shall be: a. Addressed to REC at the following address:
AGM(QC)Rural Electrification Corporation Ltd., Core-4, SCOPE Complex, 7, Lodi Road, New Delhi-110 003.
b. Bear the name of the package: “PROPOSAL FOR NATIONAL QUALITY MONITORS UNDER RGGVY”, and
thewords “DO NOT OPEN BEFORE 09-12-08”
14.1 The inner envelope shall indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared “late” or “rejected”. If the outer envelope is not sealed and marked as required above, REC will assume no responsibility for the bid’s misplacement or premature opening.
15.0 DEADLINE FOR SUBMISSION OF BIDS & OPENING
15.1 TheBiddershavetheoptionofsendingthebidbyregisteredpostorsubmittingthebidinperson.BidssubmittedbyFax/e-mailwillnotbeaccepted.Norequestfromany Bidder to REC for collection of the Proposals from airlines, cargo agents etc. shall be entertained by REC.
15.2 BidsmustbereceivedbyRECattheaddressspecifiedunderpara14.0,notlaterthan time: 3.00 PM & date: 09-12-08. The bids shall be opened on the same day at time: 3.30 PM in public and in the presence of the participating bidders.
15.3 RECmay, at its discretion, extend this deadline for the submission of bids by
amending the Bidding Documents, in which case all rights and obligations of REC and Bidders subject to previous deadline will thereafter be subject to the deadline as extended.
16.0 LATE BIDS
16.1 Anybid receivedafter the time&datefixedorextended forsubmissionofbidsprescribed by REC, will be rejected and/or returned unopened to the Bidder.
8
Ministry of Power
17.0 MODIFICATION AND WITHDRAWAL OF BIDS
17.1 TheBiddermaymodifyorwithdrawitsbidafterthebid’ssubmissionprovidedthatwrittennoticeof themodificationorwithdrawal is receivedbyRECprior to thedeadline prescribed for submission of bids.
17.2 TheBidder’smodificationorwithdrawalnoticeshallbeprepared,sealed,markedand despatched in accordance with the provisions of Clause 12.0.
17.3 Nobidshallbemodifiedsubsequenttothedeadlineforsubmissionofbids.
17.4 NobidmaybewithdrawnintheintervalbetweenthedeadlineforsubmissionofbidsandtheexpirationoftheperiodofbidvalidityspecifiedbytheBidderontheBidForm.Withdrawal/modificationofabidduring this intervalmay result in theforfeiture of bid security/ bid guarantee.
18.0 OPENING OF BIDS
18.1 REC will open bids except the price bids in the presence of Bidders’ representatives (upto 2 persons) who choose to attend at the date and time for opening of bids. The Bidders’ representatives, who are present, shall sign in a register evidencing their attendance. The price bids shall be opened only for the bidders who meet the qualifying requirements based on the documents submitted by the bidders along with the bid.
18.2TheBidders’names,modifications,bidwithdrawalsandthepresenceorabsenceof the requisite bid guarantee and such other details as REC, at its discretion, may consider appropriate will be announced during bid opening. No electronic recording devices will be permitted during bid opening.
19.0 CLARIFICATION OF BIDS: To assist in the examination, evaluation and comparison of bids, REC may, at its
discretion,asktheBidderforaclarificationofitsbid.Therequestforclarificationand the response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted.
20.0 PRELIMINARY EXAMINATION
20.1 REC will examine the bids to determine whether they are complete, whether any computational errors have been made, whether the documents have been properly signed, and whether the bids are generally in order. If there is a discrepancy between words and figures, the amount in words will prevail and if there is adiscrepancy between unit rates and total amount, the unit rates shall prevail. If the Bidder does not accept the correction of the errors as above, his Bid will be rejected and the amount of Bid guarantee forfeited. In case of any inconsistency in thepricesfurnishedinthespecifiedpriceschedulestobeidentifiedinBidFormforthis purpose, REC shall be entitled to consider the highest price for the purpose of
9
Ministry of Power
evaluation and for the purpose of award of the Contract shall use the lowest of the prices in these schedules.
20.2 A bid determined as not substantially responsive will be rejected by REC and may not subsequently be made responsive by the Bidder by correction of the non-conformity.
20.3 REC may waive any minor informality or non-conformity or irregularity in a bid,
which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder.
21.0 EVALUATION AND COMPARISION OF BIDS
21.1 Thebids/offerssubmittedby thebidders,whomeet the technicalandfinancialcriteria as indicated in the Qualifying Requirements, only will be taken up for evaluation.
The pricebids shall be opened only forQualifiedBidders& other bids shall bereturnedtotheunqualifiedbiddersinsealedconditionassubmittedbythebidder.Forevaluationpurpose,thetotalbidprice(includingtaxes,duties&levies)willbeconsidered State wise. The cost compensations indicated against the deviations both Technical & Commercial shall be considered during the evaluation in order to bring the all offers to a uniform level.
21.2 TheawardtoL-1biddershallbeconsideredStatewiseonthebasisofthemostcompetitive evaluated offer as per evaluation criterion at Annexure C.
21.3 REC reserves the right to assess the ability and capability of the bidder to perform the assignment. In the interest of the project to meet the schedules, in case MOP/REC considers necessary, MOP/REC may split the job of one state & award the sametotwoormorebiddersatthepriceofL1evaluatedbidder.
21.4 MOP/REC reserves the right to reject any offer in full or in part or to split the total work and award the work in smaller packages to more than one bidder. Smallest unit of award shall be one state.
22.0 AWARD CRITERIA
22.1 MOP/REC will award the Contract to the successful Bidder, whose bid has been determined to be substantially responsive and has been determined as the best offer in accordance with evalution criterion as per Annexure-C evaluated bid, providedfurtherthattheBidderisdeterminedtobequalifiedtoperformtheContractsatisfactorily.MOP/RECshallbethesolejudgeinthisregard.Further,MOP/RECreserves the right to award separate Contracts to two or more parties in line with thetermsandconditionsspecifiedintheaccompanyingTechnicalSpecifications.
10
Ministry of Power
22.2 Prior to the expiration of the period of bid validity and extended validity period, if any, REC will notify the successful Bidder in writing by registered letter/ courier orby telegramor fax, tobeconfirmed inwritingby registered letter, that itsbidhasbeenaccepted.Thenotificationofawardwillconstitutetheformationof theContract.
23.0 Letter of Award
MOP/RECalongwithnotification to thesuccessfulBidder that itsbidhasbeenaccepted,andwillsendtheBidderthedetailedLetterofAward,incorporatingallagreementsbetweentheparties.Within15daysofreceiptofthedetailedLetterofAward, the successful Bidder shall sign and date the same and return it to MOP/REC.
24.0 Transferability of the Invitation for Bids & Bid documents:
The Bid documents are made available by REC in the company’s website. The same can be downloaded for the purpose of preparatory works.
25.0 BiddersshallsignandsealallthepagesofthebiddocumentalongwiththeBidProposal Sheets and submit the same at the time of submitting bid.
26.0 Pre bid meeting with the prospective bidders is scheduled on 18.11.08 at 2:30 p.m. All the bidders are requested to attend the pre-bid meeting.
11
Ministry of Power
ANNE
XURE
- A to
IFB
Sanc
tion
Para
met
ers o
f 316
Pro
jects
App
rove
d un
der 1
1th
Plan
State
Name
of P
rojec
t -
Distr
ictPr
oject
Code
Impl.
Age
ncy
No. o
f un
-elec
-trifi
ed
villag
es
No. o
f de
-ele
ctrifie
d vil
lages
No. o
f ele
ctri-
fied
villag
es
Total
No
. of
villag
es
No. o
f BPL
HH
s to b
e ele
ctrifie
d
33 kV
SS
New
(N
os)
33 kV
SS
Aug (
Nos)
Andh
ra P
rade
shAn
akap
alle
(Vish
akha
pattn
am)
5401
75AR
COOP
-AP
00
143
143
3936
80
0
Andh
ra P
rade
shCh
eepu
rupa
lli (V
iz-ian
agar
am)
5401
76CR
COOP
-AP
00
104
104
2920
00
0
Andh
ra P
rade
shEa
st Go
dava
ri54
0170
SPDC
L-AP
00
1323
1323
2453
343
0An
dhra
Pra
desh
Karim
naga
r54
0171
NPDC
L-AP
00
935
935
1941
70
0An
dhra
Pra
desh
Kupp
am(C
hittor
)54
0177
CPDC
L-AP
00
223
223
1483
50
0An
dhra
Pra
desh
Meda
k54
0172
CPDC
L-AP
00
1061
1061
3436
70
0An
dhra
Pra
desh
Rang
a Red
dy54
0173
CPDC
L-AP
00
893
893
1488
30
0An
dhra
Pra
desh
Sirci
lla (K
arim
naga
r)54
0178
RESC
O-AP
00
173
173
9220
00
Andh
ra P
rade
shW
aran
gal
5401
74CP
DCL-
AP0
010
0310
0371
199
00
Aurn
acha
l Pr
ades
h W
est S
iang
B800
04DO
P-Ar
.P16
433
178
375
3981
20
Aurn
acha
l Pr
ades
h Lo
wer D
ibang
Vall
eyB8
0005
DOP-
Ar.P
2317
6910
911
892
0
Aurn
acha
l Pr
ades
h Ku
rung
Kum
aiB8
0006
DOP-
Ar.P
255
4470
369
3273
30
Aurn
acha
l Pr
ades
h Up
per S
iang
B800
14DO
P-Ar
.P25
152
7853
10
0
Aurn
acha
l Pr
ades
h Ea
st Ka
meng
B800
07DO
P-Ar
.P20
832
024
020
862
0
12
Ministry of Power
Aurn
acha
l Pr
ades
h Lo
hitB8
0008
DOP-
Ar.P
620
156
218
2599
10
Aurn
acha
l Pr
ades
h Di
bang
Vall
eyB8
0016
DOP-
Ar.P
680
3199
483
00
Aurn
acha
l Pr
ades
h Up
per S
uban
siri
B800
09DO
P-Ar
.P19
886
5133
530
661
0
Aurn
acha
l Pr
ades
h An
jaw
B800
10DO
P-Ar
.P21
50
4526
019
931
0
Aurn
acha
l Pr
ades
h Tir
apB8
0011
DOP-
Ar.P
621
158
221
8749
00
Aurn
acha
l Pr
ades
h Ta
wang
B800
15DO
P-Ar
.P79
013
121
025
92
0
Aurn
acha
l Pr
ades
h W
est K
amen
gB8
0012
DOP-
Ar.P
154
3615
434
428
983
0
Aurn
acha
l Pr
ades
h Ch
angla
ngB8
0013
DOP-
Ar.P
6022
241
323
2218
23
Assa
m Ba
rpeta
3100
23AS
EB60
166
791
1017
6356
71
0As
sam
Bong
aigoa
n31
0022
ASEB
1333
850
185
241
969
00
Assa
m Da
rrang
3100
03AS
EB45
159
1082
1286
5327
31
0As
sam
Dhem
aji31
0016
ASEB
441
190
251
882
2132
21
0As
sam
Dhub
ri31
0008
ASEB
133
260
782
1175
7427
41
0As
sam
Dibr
ugar
h31
0017
POW
ERGR
ID13
214
078
610
5824
240
10
Assa
m Go
lagha
t31
0018
ASEB
366
117
508
991
4302
62
0As
sam
Haila
kand
i31
0009
POW
ERGR
ID22
4925
032
197
881
1As
sam
Jorh
at31
0010
ASEB
6018
347
271
536
041
10
Assa
m Ka
mrup
3100
11AS
EB29
350
927
1306
7494
31
0As
sam
Karb
ri Ang
long
3100
05AS
EB12
5412
643
618
1631
504
20
13
Ministry of PowerAs
sam
Karim
ganj
3100
19PO
WER
GRID
135
7545
966
927
488
10
Assa
m Ko
krajha
r31
0012
POW
ERGR
ID94
337
414
845
4089
92
0As
sam
Lakim
pur
3100
13AS
EB37
017
450
310
4734
745
10
Assa
m Mo
rigao
n31
0020
ASEB
101
213
264
578
3541
70
0As
sam
Naga
on31
0006
ASEB
172
186
1003
1361
1005
143
0As
sam
Nalba
ri31
0021
ASEB
514
065
379
845
672
20
Assa
m No
rth C
acha
l Hill
3100
04AS
EB11
312
912
837
046
810
0As
sam
Sibs
agar
3100
14PO
WER
GRID
2577
360
462
1350
51
0As
sam
Sonit
pur
3100
15PO
WER
GRID
503
140
1014
1657
6581
70
0
Biha
r Be
gusa
rai
7100
34BS
EB10
628
134
172
890
912
106
Biha
r Dh
arba
ngha
(sup
)71
0043
NHPC
5623
441
970
913
5621
35
Biha
r Ea
st Ch
ampa
ran
(sup)
7100
36NH
PC88
843
953
519
2079
50
Biha
r Ja
hana
bad a
nd A
rwal
(2dis
tricts)
7100
35PO
WER
GRID
2651
40
540
2395
34
3
Biha
r Ka
tihar
7100
42BS
EB61
042
125
912
9014
2350
87
Biha
r Kh
agar
ia71
0039
BSEB
5974
108
241
3667
14
6Bi
har
Madh
epur
a71
0041
BSEB
5018
414
738
175
084
44
Biha
r Ma
dhub
ani (s
up)
7100
37NH
PC22
127
459
707
1655
634
4Bi
har
Muzz
affar
pur
7100
33PO
WER
GRID
335
014
8118
1629
1343
42
Biha
r Sa
harsa
7100
40BS
EB94
173
174
441
7299
65
3Bi
har
Sama
stipu
r71
0044
BSEB
445
165
811
1373
332
711
Biha
r Sh
eikhp
ura
7100
38BS
EB34
128
106
268
3053
82
5Bi
har
Sheo
har(s
up)
7100
24NH
PC40
1452
106
3350
71
0Bi
har
Sitam
arhi(
sup)
7100
30NH
PC21
728
252
497
1527
355
1Bi
har
Supa
ul71
0031
BSEB
153
204
169
526
8068
15
7
14
Ministry of Power
Biha
r Va
ishali
7100
29PO
WER
GRID
336
1233
1569
1333
076
2Bi
har
Wes
t Ch
ampa
ran(
sup)
71
0032
NHPC
392
524
374
1290
1782
846
0
Chha
ttisga
rh
Bilas
pur
A800
05NT
PC0
015
6515
6512
2355
03
Chha
ttisga
rh
Dham
tari
A800
06NH
PC5
057
858
311
264
00
Chha
ttisga
rh
Kank
erA8
0007
NHPC
41
960
965
3532
30
4Ch
hattis
garh
Ko
rba
A800
03NT
PC17
3257
362
226
489
13
Chha
ttisga
rh
Maha
samu
ndA8
0008
NHPC
00
1106
1106
1183
40
38Ch
hattis
garh
Ra
igarh
A800
09NT
PC32
213
9714
3166
542
17
Chha
ttisga
rh
Raipu
rA8
0010
NHPC
163
2080
2099
7242
70
2Ch
hattis
garh
Ra
jnand
goan
A800
11NH
PC0
015
8915
8920
544
010
Gujar
at Ah
emed
abad
3400
05UG
VCL
00
546
546
4955
20
0Gu
jarat
Amer
li34
0010
PGVC
L0
061
461
415
510
00
Gujar
at An
and
3400
07MG
VCL
00
350
350
4366
50
0Gu
jarat
Bana
skan
tha34
0011
UGVC
L0
012
4412
4478
688
00
Gujar
at Bh
avna
gar
3400
09PG
VCL
00
816
816
2628
00
0Gu
jarat
Dang
3400
06DG
VCL
00
311
311
3262
00
Gujar
at Dh
od34
0012
MGVC
L0
069
269
233
830
00
Gujar
at Ga
ndhin
agar
3400
13UG
VCL
00
290
290
1762
40
0Gu
jarat
Jamn
agar
3400
14PG
VCL
00
670
670
1261
50
0Gu
jarat
Juna
garh
3400
15PG
VCL
00
875
875
3133
20
0Gu
jarat
Khed
a34
0016
MGVC
L0
061
261
267
094
00
Gujar
at Ku
tch34
0017
PGVC
L0
086
786
753
355
00
Gujar
at Me
hsan
a34
0018
UGVC
L0
059
559
524
283
00
Gujar
at Na
vsar
i34
0019
DGVC
L0
037
437
416
704
15
Ministry of PowerGu
jarat
Patan
3400
20UG
VCL
00
517
517
3964
00
0Gu
jarat
Porb
anda
r34
0021
PGVC
L0
015
215
252
110
0Gu
jarat
Rajko
t34
0022
PGVC
L0
084
484
419
862
00
Gujar
at Sa
barka
ntha
3400
04UG
VCL
00
1372
1372
7668
80
0Gu
jarat
Sura
t34
0023
DGVC
L0
011
4511
4582
062
00
Gujar
at Su
rend
erna
gar
3400
24PG
VCL
00
650
650
2202
60
0Gu
jarat
Vado
dra
3400
08MG
VCL
00
1543
1543
2471
00
0Gu
jarat
Valsa
d34
0025
DGVC
L0
044
644
622
686
00
Harya
na
Amba
la89
0007
UHBV
NL0
046
246
287
770
0Ha
ryana
Bh
iwan
i89
0006
DHBV
NL0
042
342
321
632
00
Harya
na
Fateh
abad
8900
08DH
BVNL
00
292
292
8304
00
Harya
na
Hisa
r89
0009
DHBV
NL0
029
929
924
845
00
Harya
na
Jhajj
ar89
0010
UHBV
NL0
024
624
644
520
0Ha
ryana
JIn
d89
0011
UHBV
NL0
029
929
931
146
00
Harya
na
Kaith
al89
0012
UHBV
NL0
026
926
971
940
0Ha
ryana
Ku
ruks
hetra
8900
13UH
BVNL
00
387
387
6898
00
Harya
na
Mewa
t89
0014
DHBV
NL0
042
342
317
935
00
Harya
na
Mahin
derg
arh
8900
15DH
BVNL
00
361
361
5007
00
Harya
na
Panc
hkula
8900
16UH
BVNL
00
216
216
625
00
Harya
na
Rewa
ri89
0017
DHBV
NL0
029
829
814
073
00
Harya
na
Sirsa
8900
05DH
BVNL
00
322
322
2211
80
0Ha
ryana
Ya
muna
naga
r89
0018
UHBV
NL0
061
361
318
690
0
Hima
chal
Prad
esh
Bilas
pur
3000
05HP
SEB
00
278
278
420
0
Hima
chal
Prad
esh
Hami
rpur
3000
06HP
SEB
00
274
274
187
00
16
Ministry of Power
Hima
chal
Prad
esh
Kang
ra30
0007
HPSE
B2
015
6615
6830
200
0
Hima
chal
Prad
esh
Kullu
3000
09HP
SEB
00
172
172
520
00
Hima
chal
Prad
esh
Mand
i30
0010
HPSE
B12
013
9814
1015
370
0
Hima
chal
Prad
esh
Shim
la30
0008
HPSE
B9
013
1013
1926
760
0
Hima
chal
Prad
esh
Sirm
our
3000
04HP
SEB
10
965
966
1024
00
Hima
chal
Prad
esh
Solan
3000
02HP
SEB
00
2377
2377
1599
03
Hima
chal
Prad
esh
Una
3000
03HP
SEB
00
758
758
964
02
Jamm
u & K
ash-
mir
Anan
tag90
0033
PDD-
J&K
50
600
605
1218
30
6
Jamm
u & K
ash-
mir
Badg
am90
0002
NHPC
90
461
470
1519
20
Jamm
u & K
ash-
mir
Bara
mulla
9000
34PD
D-J&
K22
057
659
856
250
5
Jamm
u & K
ash-
mir
Doda
9000
39PD
D-J&
K25
058
661
128
031
50
Jamm
u & K
ash-
mir
Jamm
u90
0035
NHPC
00
1019
1019
6314
00
Jamm
u & K
ash-
mir
Karg
il90
0042
NHPC
270
101
128
1038
50
Jamm
u & K
ash-
mir
Leh
9000
43NH
PC35
011
214
737
556
0
17
Ministry of PowerJa
mmu &
Kas
h-mi
r Pu
lwam
a90
0036
NHPC
712
509
528
8331
00
Jamm
u & K
ash-
mir
Rajou
ri90
0037
PDD-
J&K
90
368
377
5127
04
Jamm
u & K
ash-
mir
Srina
gar
9000
40NH
PC7
016
116
837
481
3
Jhar
khan
d Ch
atra
D100
22DV
C95
217
021
913
4184
279
81
Jhar
khan
d Du
mka
D100
23NT
PC22
5348
365
2666
1931
062
4Jh
arkh
and
Girid
ihD1
0017
DVC
1478
480
418
2376
1311
435
5Jh
arkh
and
Godd
aD1
0018
NTPC
1168
6439
116
2313
0892
40
Jhar
khan
d Ha
zarib
agh
D100
19DV
C67
051
750
1471
1259
964
7Jh
arkh
and
Loha
rdag
aD1
0020
NTPC
138
144
6935
181
864
0Jh
arkh
and
Paka
urD1
0021
NTPC
902
8214
411
2814
208
36
Jhar
khan
d Ra
nchi
D100
24NT
PC11
0917
770
419
9041
083
80
Jhar
khan
d Sa
hebg
anj
D100
25NT
PC94
318
118
313
0720
585
70
Karn
ataka
Be
lgaum
5501
74HE
SCOM
50
1131
1136
6243
00
0Ka
rnata
ka
Belga
um55
0168
HKR
RE C
O0
012
312
314
074
10
Karn
ataka
Ch
amra
jnaga
r55
0169
GESC
OM0
042
242
222
781
00
Karn
ataka
Ch
ickma
gulur
5501
66HE
SCOM
10
1033
1034
1942
90
0Ka
rnata
ka
Gulba
rga (
Revis
ed)
5501
65GE
SCOM
00
1344
1344
5897
30
0Ka
rnata
ka
Shim
oga
5501
67ME
SCOM
480
1471
1519
2309
80
0Ka
rnata
ka
Uttar
Kan
nada
5501
70HE
SCOM
290
1219
1248
1965
70
0
Madh
ya P
rade
sh A
nupp
ur91
0019
MPPU
KVVC
L12
052
053
213
917
00
Madh
ya P
rade
sh B
alagh
at91
0020
MPPU
KVVC
L0
011
9611
9610
6350
00
Madh
ya P
rade
sh B
etul
9100
21MP
MVVC
L0
012
4912
4942
164
026
18
Ministry of Power
Madh
ya P
rade
sh C
hhata
rpur
9100
22MP
PUKV
VCL
242
512
538
3090
50
3Ma
dhya
Pra
desh
Dha
r91
0023
MPPS
KVVC
L0
014
7314
7352
299
014
Madh
ya P
rade
sh D
indor
i91
0024
MPPS
KVVC
L0
084
884
834
423
11
Madh
ya P
rade
sh H
arda
9100
32MP
MVVC
L26
047
149
711
819
07
Madh
ya P
rade
sh J
habu
a91
0010
MPPS
KVVC
L1
1312
8012
9481
769
05
Madh
ya P
rade
sh K
atni
9100
25MP
PUKV
VCL
150
849
864
7319
10
0Ma
dhya
Pra
desh
Man
dla91
0026
MPPU
KVVC
L17
011
5211
6955
787
01
Madh
ya P
rade
sh M
oren
a91
0034
MPMV
VCL
316
661
278
122
037
08
Madh
ya P
rade
sh N
arsin
ghpu
r91
0011
MPPU
KVVC
L0
010
3310
3353
881
00
Madh
ya P
rade
sh P
anna
9100
27MP
PUKV
VCL
231
848
872
3744
80
0Ma
dhya
Pra
desh
Ratl
am91
0033
MPPS
KVVC
L0
010
5310
5332
075
00
Madh
ya P
rade
sh R
ewa
9100
28MP
PUKV
VCL
204
022
1124
1556
063
00
Madh
ya P
rade
sh S
agar
9100
29MP
PUKV
VCL
6823
1779
1870
6822
50
0Ma
dhya
Pra
desh
Satn
a91
0016
MPPU
KVVC
L42
013
9914
4143
545
00
Madh
ya P
rade
sh S
hahd
ol91
0030
MPPU
KVVC
L7
477
678
735
485
Madh
ya P
rade
sh S
idhi
9100
18MP
PUKV
VCL
190
1391
1410
7786
10
10Ma
dhya
Pra
desh
Tika
mgar
h91
0017
MPPU
KVVC
L1
086
486
543
733
00
Madh
ya P
rade
sh U
maria
9100
31MP
PUKV
VCL
40
562
566
2787
10
0
Maha
rash
tra
Ahem
adna
gar
A600
18MS
EDCO
00
1397
1397
9491
10
0Ma
hara
shtra
Ak
olaA6
0014
MSED
CO0
086
286
275
138
00
Maha
rash
tra
Amra
vati
A600
10MS
EDCO
00
1671
1671
8706
40
0Ma
hara
shtra
Au
rang
abad
A600
13MS
EDCO
00
1302
1302
5853
30
0Ma
hara
shtra
Be
edA6
0019
MSED
CO0
013
5313
5355
552
00
Maha
rash
tra
Bhan
dara
A600
09MS
EDCO
00
742
742
6896
10
0Ma
hara
shtra
Bu
ldhan
aA6
0020
MSED
CO0
012
9712
9711
0120
00
Maha
rash
tra
Chan
drap
urA6
0021
MSED
CO0
015
2215
2242
943
00
19
Ministry of PowerMa
hara
shtra
Ga
dchir
oliA6
0022
MSED
CO0
015
2315
2339
217
00
Maha
rash
tra
Hing
holi
A600
23MS
EDCO
00
672
672
1513
30
0Ma
hara
shtra
Ja
lgaon
A600
24MS
EDCO
00
1490
1490
1027
860
0Ma
hara
shtra
Ja
lnaA6
0016
MSED
CO0
096
696
643
020
00
Maha
rash
tra
Kolha
pur
A600
25MS
EDCO
00
1193
1193
7461
00
Maha
rash
tra
Latur
A600
26MS
EDCO
00
937
937
5768
60
0Ma
hara
shtra
Na
gpur
A600
15MS
EDCO
00
1614
1614
6000
0Ma
hara
shtra
Na
ndur
bar
A600
12MS
EDCO
00
749
749
9493
90
0Ma
hara
shtra
Na
shik
A600
27MS
EDCO
00
1923
1923
9309
70
11Ma
hara
shtra
Os
mana
bad
A600
28MS
EDCO
00
735
735
4400
50
0Ma
hara
shtra
Pa
rbha
niA6
0029
MSED
CO0
083
283
255
467
00
Maha
rash
tra
Pune
A600
08MS
EDCO
00
1844
1844
5298
46
0Ma
hara
shtra
Ra
igad
A600
30MS
EDCO
00
1852
1852
2797
90
0Ma
hara
shtra
Ra
tnagir
iA6
0004
MSED
CO0
015
3915
3926
869
00
Maha
rash
tra
Sang
liA6
0011
MSED
CO0
072
972
943
431
00
Maha
rash
tra
Satar
aA6
0017
MSED
CO0
017
3117
3120
404
00
Maha
rash
tra
Sind
hudu
rgA6
0031
MSED
CO0
068
768
754
860
0Ma
hara
shtra
Th
ane
A600
32MS
EDCO
00
564
564
2939
80
0Ma
hara
shtra
Va
sai
A600
33MS
EDCO
60
952
958
4463
30
0Ma
hara
shtra
W
ardh
aA6
0002
MSED
CO0
010
0410
0443
997
30
Maha
rash
tra
Was
himA6
0034
MSED
CO0
070
270
233
934
00
Maha
rash
tra
Yava
tmal
A600
06MS
EDCO
00
1856
1856
7870
50
0
Manip
ur
Sena
pati
B100
04Go
vt. of
Ma
nipur
105
146
334
585
2256
61
Manip
ur
Ukhr
ulB1
0003
Govt.
of
Manip
ur2
5612
318
112
175
22
20
Ministry of PowerMe
ghala
ya
East
garo
Hills
C500
04Me
gh S
EB36
110
933
580
515
059
2Me
ghala
ya
East
Khas
i Hills
C500
05Me
gh S
EB0
1983
485
314
193
00
Megh
alaya
So
uth G
aro H
illsC5
0006
Megh
SEB
364
1524
862
753
842
0Me
ghala
ya
Wes
t gar
o Hills
C500
07Me
gh S
EB53
412
381
614
7340
543
10
Megh
alaya
W
est K
hasi
Hills
C500
02Me
gh S
EB22
420
506
750
1759
20
0
Mizo
ram
Ai
zawa
lB2
0006
Govt.
of M
izo3
898
109
3173
20
Mizo
ram
Ch
amph
aiB2
0005
Govt.
of M
izo2
776
8570
960
0Mi
zora
m
Kolas
ibB2
0003
Govt.
of M
izo5
027
3216
150
0Mi
zora
m
Mami
tB2
0008
Govt.
of M
izo1
675
8240
080
0Mi
zora
m
Saiha
B200
01Go
vt. of
Mizo
78
5368
2607
10
Mizo
ram
Se
rchhip
B200
04Go
vt. of
Mizo
00
3232
300
00
Naga
land
Dima
pur
A900
23De
pt. of
Pow
-er
Nag
aland
180
198
216
9289
10
Naga
land
Kiph
ireA9
0024
Dept.
of P
ow-
er N
agala
nd5
185
9154
622
0
Naga
land
Koho
ima
A900
18De
pt. of
Pow
-er
Nag
aland
00
9494
8618
10
Naga
land
Long
leng
A900
01De
pt. of
Pow
-er
Nag
aland
60
2329
5494
02
Naga
land
Moko
kchu
ngA9
0016
Dept.
of P
ow-
er N
agala
nd0
010
210
248
271
3
Naga
land
Mon
A900
17De
pt. of
Pow
-er
Nag
aland
212
8810
210
038
21
Naga
land
Pere
nA9
0019
Dept.
of P
ow-
er N
agala
nd4
1270
8641
950
3
21
Ministry of PowerNa
galan
d Tu
ensa
ngA9
0020
Dept.
of P
ow-
er N
agala
nd0
012
212
252
742
0
Naga
land
Wok
haA9
0021
Dept.
of P
ow-
er N
agala
nd15
1891
124
2413
12
Oriss
aBa
lasor
eD2
0007
POW
ERGR
ID83
9124
4526
1916
8238
10
Oriss
aBa
raga
rhD2
0009
NTPC
2394
1062
1179
1363
146
0Or
issa
Bhad
rak
D200
28PO
WER
GRID
151
138
953
1242
6920
31
12Or
issa
Bolan
girD2
0010
NTPC
369
9513
0017
6415
3039
00
Oriss
aBo
udh
D200
11NH
PC66
568
376
1109
6659
90
6Or
issa
Cutta
ckD2
0012
POW
ERGR
ID15
146
1693
1854
1467
570
14Or
issa
Devo
garh
D200
13NT
PC32
727
344
698
4611
50
2Or
issa
Dhen
kana
lD2
0030
NTPC
8716
381
710
6747
531
14
Oriss
aJa
gatsi
nghp
urD2
0014
POW
ERGR
ID81
3511
1312
2997
029
14
Oriss
aJa
jpur (
CESC
O)D2
0031
POW
ERGR
ID0
519
820
316
293
01
Oriss
aJa
jpur(N
ESCO
)D2
0015
POW
ERGR
ID25
102
1248
1375
1437
610
22Or
issa
Jhar
sugu
daD2
0016
NTPC
1827
308
353
2439
32
1Or
issa
Kalah
andi
D200
17NT
PC10
5347
917
2017
2162
533
13Or
issa
Kend
rapa
raD2
0018
POW
ERGR
ID13
595
1177
1407
8142
90
11Or
issa
Keon
jhar
D200
29NT
PC59
132
811
5720
7618
4865
214
Oriss
aKh
anda
mal
D200
19NH
PC14
1618
875
623
6079
924
210
Oriss
aKh
urdh
aD2
0020
POW
ERGR
ID99
4612
1813
6382
498
110
Oriss
aKo
rapu
tD2
0021
NTPC
1262
1757
918
5820
8158
3Or
issa
Malka
ngiri
D200
22PO
WER
GRID
789
4416
599
854
731
15
Oriss
aMa
yurb
hanj
D200
23PO
WER
GRID
1074
650
2029
3753
2318
894
13Or
issa
Nawr
anga
pur
D200
08PO
WER
GRID
422
128
350
900
1118
972
7Or
issa
Nuap
ada
D200
24NT
PC16
848
391
607
7639
81
4
22
Ministry of Power
Oriss
aPu
riD2
0025
NHPC
2131
1451
1503
3594
90
2Or
issa
Raya
gada
(Pho
olban
i)D2
0026
NHPC
1582
481
402
2465
1275
500
9Or
issa
Samb
alpur
D200
27NT
PC39
677
766
1239
7118
31
1Or
issa
Sone
pur
D200
04PO
WER
GRID
398
7548
695
963
078
06
Oriss
aSu
ndar
garh
D200
03PO
WER
GRID
563
234
884
1681
1097
093
8
Punja
b Am
ritsar
A700
02PS
EB0
011
7311
7330
941
00
Punja
b Bh
atind
aA7
0003
PSEB
00
260
260
5401
00
Punja
b Fa
ridko
tA7
0004
PSEB
00
155
155
7569
00
Punja
b Fa
tehga
rh S
ahib
A700
05PS
EB0
041
841
881
20
0Pu
njab
Fero
zpur
A700
01PS
EB0
096
296
225
004
00
Punja
b Gu
rdas
pur
A700
06PS
EB0
016
4916
4928
015
10
Punja
b Ho
shiar
pur
A700
07PS
EB0
013
8613
8633
170
0Pu
njab
Jalan
dhar
A700
08PS
EB0
081
681
646
300
0Pu
njab
Kapu
rthala
A700
09PS
EB0
052
152
119
460
0Pu
njab
Ludh
iana
A700
10PS
EB0
089
589
526
870
0Pu
njab
Mans
aA7
0011
PSEB
00
241
241
3686
00
Punja
b Mo
gaA7
0012
PSEB
00
316
316
5504
00
Punja
b Mu
katsa
rA7
0013
PSEB
00
232
232
7910
00
Punja
b Na
wans
haha
rA7
0014
PSEB
00
442
442
1504
00
Punja
b Pa
tiala
A700
15PS
EB0
091
591
562
510
0Pu
njab
Rupn
agar
(Rop
ar)
A700
16PS
EB0
087
887
840
420
0Pu
njab
Sang
rur
A700
17PS
EB0
058
158
196
410
0
Rajas
than
Bans
wara
8400
40AV
VNL
044
696
714
1315
6127
00
Rajas
than
Bara
n84
0028
POW
ERGR
ID13
103
973
1089
4135
80
0Ra
jastha
n Ba
rmer
(UE)
8400
29JD
VVNL
340
034
233
00
Rajas
than
Bhar
atpur
8400
07PO
WER
GRID
2772
1267
1366
4182
10
0
23
Ministry of PowerRa
jastha
n Ch
ittorg
arh (
sup)
8400
30AV
VNL
020
719
7721
8412
5862
00
Rajas
than
Dholp
ur(su
p)84
0031
JVVN
L0
131
491
622
1728
40
0Ra
jastha
n Ha
numa
ngar
h(su
p)84
0032
JDVV
NL0
132
1576
1708
7761
60
0Ra
jastha
n Ja
ipur
8400
33JV
VNL
3215
2030
2077
5216
30
0Ra
jastha
n Ka
rauli
(sup
)84
0034
JVVN
L5
7163
270
841
472
00
Rajas
than
Naga
ur (a
ddl)
8400
35PO
WER
GRID
026
1357
1383
4276
20
0Ra
jastha
n Pa
li84
0036
POW
ERGR
ID12
991
593
646
532
00
Rajas
than
S. M
adho
pur
8400
26JV
VNL
279
631
712
4782
70
0Ra
jastha
n Sr
iGan
gana
gar(s
up)
8400
37JD
VVNL
017
925
0526
8434
910
00
Rajas
than
Tonk
8400
38JV
VNL
1712
688
910
3254
119
00
Rajas
than
Udaip
ur(su
p)84
0039
AVVN
L0
377
1793
2170
2023
690
0
Sikk
im
East
D400
01De
pt. of
Po
wer, S
ikkim
00
124
124
4672
00
Sikk
im
South
D400
03De
pt. of
Po
wer, S
ikkim
90
136
145
3062
00
00
Tami
l nad
u Co
imba
tore
D300
15TN
EB0
038
838
827
935
00
Tami
l nad
u Cu
ddalo
reD3
0012
TNEB
00
685
685
3770
30
0Ta
mil n
adu
Dind
igul
D300
11TN
EB0
033
733
713
321
00
Tami
l nad
u Er
ode
D300
17TN
EB0
034
334
317
369
00
Tami
l nad
u Ka
nche
epur
amD3
0005
TNEB
00
904
904
1872
30
0Ta
mil n
adu
Kany
a Kum
ari
D300
03TN
EB0
081
8130
950
0Ta
mil n
adu
Karu
rD3
0018
TNEB
00
154
154
1667
90
0Ta
mil n
adu
Krish
naga
riD3
0019
TNEB
00
345
345
8602
00
Tami
l nad
u Ma
dura
iD3
0020
TNEB
00
425
425
1615
20
0Ta
mil n
adu
Naga
pattin
amD3
0021
TNEB
00
424
424
3225
20
0Ta
mil n
adu
Nama
kkal
D300
14TN
EB0
030
030
013
981
00
24
Ministry of Power
Tami
l nad
u Pe
ramb
alur
D300
09TN
EB0
034
634
616
826
00
Tami
l nad
u Pu
dukk
ottai
D300
22TN
EB0
076
576
527
073
00
Tami
l nad
u Ra
mnath
pura
mD3
0006
TNEB
00
385
385
1893
10
0Ta
mil n
adu
Salem
D300
23TN
EB0
038
038
027
586
00
Tami
l nad
u Si
vaga
nga
D300
24TN
EB0
044
544
512
862
00
Tami
l nad
u Th
anjav
urD3
0004
TNEB
00
589
589
3552
50
0Ta
mil n
adu
Then
iD3
0010
TNEB
00
133
133
7333
00
Tami
l nad
u Th
iruch
irapa
lliD3
0001
TNEB
00
451
451
2304
70
0Ta
mil n
adu
Thiru
vann
malai
D300
07TN
EB0
086
086
035
106
00
Tami
l nad
u Th
iruva
rD3
0002
TNEB
00
413
413
1917
50
0Ta
mil n
adu
Tiruv
allur
D300
25TN
EB0
053
953
916
543
00
Tami
l nad
u Tu
ticor
inD3
0026
TNEB
00
408
408
528
00
Tami
l nad
u Ve
llore
D300
13TN
EB0
076
276
232
517
00
Tami
l nad
u Vi
llupu
ram
D300
08TN
EB0
011
0411
0455
674
00
Tami
l nad
u Vi
rudh
unag
arD3
0027
TNEB
00
450
450
1097
30
0
Tripu
ra
North
Tripu
raC4
0003
Dept.
of
Powe
r Trip
ura
790
7815
745
589
20
Tripu
ra
Wes
t Trip
ura
C400
04De
pt. of
Po
wer T
ripur
a18
024
526
377
463
31
Tripu
ra
South
Tripu
raC4
0002
Dept.
of
Powe
r Trip
ura
150
247
262
5855
92
0
Wes
t Ben
gal
Malda
(sup
p)49
0171
WBS
EB0
015
5215
5212
6087
00
Wes
t Ben
gal
Howr
ah49
0180
WBS
EB0
077
677
666
962
00
Wes
t Ben
gal
Darje
eling
SMP(
supp
)49
0181
WBS
EB0
028
528
518
718
10
Wes
t Ben
gal
Hoog
hly49
0172
WBS
EB0
014
1614
1630
103
20
Wes
t Ben
gal
Cooc
h Beh
ar49
0173
WBS
EB0
011
1011
1024
3700
00
25
Ministry of PowerW
est B
enga
l Pu
rilia (
supp
)49
0174
NHPC
231
5917
2320
1317
4105
51
Wes
t Ben
gal
Burd
wan (
supp
)49
0182
WBS
EB0
024
3724
3725
7702
00
Wes
t Ben
gal
Birb
hum(
sup)
4901
83W
BSEB
00
2088
2088
2125
280
0W
est B
enga
l Mu
rshida
bad(
sup)
4901
75W
BSEB
00
1898
1898
4582
20W
est B
enga
l Na
dia49
0177
WBS
EB0
012
2212
2223
6244
00
Wes
t Ben
gal
Uttar
Dina
jpur (
supp
)49
0178
WBS
EB0
013
4213
4213
9704
00
Wes
t Ben
gal
Daks
hin D
inajpu
r (su
pp)
4901
76W
BSEB
00
1279
1279
1065
690
2
Wes
t Ben
gal
24 P
arga
nas (
South
)(su
p)49
0179
WBS
EB0
019
4819
4827
9817
00
Wes
t Ben
gal
Wes
t Med
inipu
r (K
hara
gpur
Bloc
k on
ly) (s
upp)
4901
70PO
WER
GRID
00
5367
5367
2783
601
Wes
t Ben
gal
Wes
t Med
inipu
r (K
hara
gpur
Bloc
k on
ly) (s
upp)
4901
84NT
PC0
033
233
212
055
00
26
Ministry of Power
Annexure-B to IFB
PROFORMA OF BANK GUARANTEE FOR BID GURANTEE [To be stamped in accordance with Stamp Act]
To,RECLimited,Core-4, SCOPE Complex,LodhiRoadNew Delhi – 110 003.
Dear Sirs,
In accordance with Invitation to Bid under your Specification No… REC/MOP/NQMM/s…………………………,itsRegistered/HeadOfficeat……………………………wishtoparticipate in the saidBid for……………………………andyou, asa special favourhave agreed to accept an irrevocable and unconditional Bank Guarantee for an amount of…………………………validupto……………………OnbehalfofBidderinlieuoftheBid deposit required to be made by the Bidder, as a condition precedent for participation in the said Bid.
We,……………………………………… the Bank at…………………… (localaddress) having our Head Office at ……………………………… guaranteeand undertake to pay immediately on demand to REC Ltd the amount of…………………………………………………………………… (in words & figure) withoutany reservation, protest, demur, and recourse. Any such demand made by said ‘REC’ shall be conclusive and binding on us irrespective of any dispute or difference raised by the Bidder.
This Guarantee shall be irrevocable and shall remain valid up to and including @.................................. if any further extension of this guarantee is required, the same shall be extended to such required period (not exceeding on year) on receiving instructions from M/s……………………………….onbehalfofthisguaranteeisissued.
InwitnesswhereofoftheBank,throughitsauthorizedofficer,hassetitshandandstampon this______day of ______________2008 __________ at ______________.
WITNESS
______________________________ ____________________________
27
Ministry of Power
[SIGNATURE] [SIGNATURE]_____________________________ ____________________________[Name] [Name]______________________________ ____________________________[OfficialAddress] [DesignationwithBankStamp]
Attorney as per Power of Attorney No.__________
Date: __________ __________
Note: @ This date shall be thirty (30days after the last date for which the bid is valid.
28
Ministry of Power
Annexure-C to IFBEvaluation Criterion
Point based Qualification Requirement Parameter Marks Max marks Weight Max. pointsTechnical Each Graduate Engineer having > 15Yrsexperience
1 Mark each 5 15% 0.75
Every 5 GraduateEngineers having > 5Yrsexperience
1Mark foreach5engineers
5 15% 0.75
Each work of similar nature (as per cl.1.1.1 c) of Annex-A to Terms & conditions of contract) of value > 20 lacs
1 Mark for Each work
5 50% 2.5
Financial Annual Turnover >10 Cr
1 Mark for 10 Cr & 1 additional mark for each additional 5Cr
5 10% 0.5
Cumulative Turnover > 40 Cr in past5years
1 Mark for 40 Cr & 1 additional mark for each additional 20 Cr
5 10% 0.5
25 100% 5
Weightage of Qualification Requirements (70%)
Max. Points obtained out of scores of various bidders = QMax. Points obtained by concerned bidder = QnWeightageofbidder A=(Qn/Q)x100x0.7
Weightage of Price bids (30%)
PricequotedbyLowestbidder=PPrice quoted by concerned bidder = PnWeightage of bidder B = P/Pn x100x0.3
29
Ministry of Power
Total weightage of bidder = A+B
Ranking of the bidders for consideration of award shall be based on the highest total weightage of the bidders.
Illustration
Max points obtained for QR by any bidder Q = 4PricequotedbyLowestbidderP=Rs.10Crore
Bidder-1
Points obtained for QR by bidder-1 Qn = 4Weightageofbidder-1 A=(4/4)x100x0.7=70
Pricequotedbybidder-1Pn=Rs.25CroreWeightageofbidder-1 B=(10/25)x100x0.3=12Totalweightageofbidder-1=A+B=70+12=82
Bidder-2
PointsobtainedforQRbybidder-2Qn=3.5Weightageofbidder-2 A=(3.5/4)x100x0.7=61.25
Price quoted by bidder-2 = Rs. 18 CroreWeightageofbidder-2 B=(10/18)x100x0.3=16.67Totalweightageofbidder-2=A+B=61.25+16.67=77.92
Bidder-3
PointsobtainedforQRbybidder-3Qn=2.5Weightageofbidder-3 A=(3.5/4)x100x0.7=43.75
Price quoted by bidder-3 = 10 CroreWeightage of bidder-3 B = (10/10)x100x0.3 = 30Totalweightageofbidder=A+B=43.75+30=73.75
Bidder-1 is considered for award.
30
Ministry of Power
Volume-I
RGGVY - Quality Monitoring on behalf of MOP.
TERMS AND CONDITIONS OF CONTRACTSpecification Number: REC/MOP/NQM
Rural Electrification Corporation Limited(A Govt. of India Enterprise)
Core-4, SCOPE Complex New Delhi – 110003
31
Ministry of Power
Volume-I TERMS AND CONDITIONS OF CONTRACT
1.0 Rajiv Gandhi Grameen Vidyutikaran Yojana
1.1 TheGovernmentofIndia,inApril2005,launchedtheRGGVYschemeforattainmentof the National Common Minimum Programme (NCMP) goal of providing access ofelectricitytoallhouseholdsinfiveyears.Theaimwastoelectrifyoveronelakhvillages and release of electricity connections to 2.34 Crore rural households. The approvalwasgivenatthattimeforcapitalsubsidyofRs.5000Croreforremainingtwo years of the X Plan period.
The Government, on 3rd January 2008 approved continuation of “RajivGandhiGrameen Vidyutikaran Yojana” in the XI-Plan for attaining the goal of providing accesstoelectricitytoallhouseholds,electrificationofabout1.15lakhun-electrifiedvillagesandelectricity connections to2.34CroreBPLhouseholdsby2009.Theapproval has been accorded for capital subsidy of Rs.28000 Crore during the EleventhPlanperiod,atthisstage.RuralElectrificationCorporation(REC)isthenodal agency for the scheme.
Under the scheme, ninety per cent capital subsidy is provided towards overall cost of the projects under the scheme, excluding the amount of state or local taxes, which will be borne by the concerned State/ State Utility. 10% of the project cost iscontributedbystatesthroughownresources/loanfromfinancialinstitutions.Forprojects to be eligible for capital subsidy under the scheme, states have to make prior commitment for:
Guarantee by State Government for a minimum daily supply of 6- 8 hours of a. electricityintheRGGVYnetworkwiththeassuranceofmeetinganydeficitinthis context by supplying electricity at subsidized tariff as required under the Electricity Act, 2003.
Deployment of franchisees for the management of rural distribution in projects b. financedundertheschemeandtoundertakestepsnecessarytooperationalizethe scheme.
1.2 Scope of the Scheme
Underthescheme,projectscouldbefinancedwithcapitalsubsidyforprovisionof:
Rural Electricity Distribution Backbone (REDB): a)
Provisionof33/11KV(or66/11KV)sub-stationsofadequatecapacityandlinesinblocks where these do not exist.
32
Ministry of Power
Creation of Village Electrification Infrastructure (VEI)b)
Electrificationofun-electrifiedvillages.i)
Electrificationofun-electrifiedhabitationswithapopulationofabove100.ii)
Provisionofdistribution transformersofappropriatecapacity inelectrifiediii) villages / habitation(s).
Decentralized Distributed Generation (DDG) and Supply:c)
Decentralized distribution-cum-generation from conventional or renewable or non-conventional sources such as biomass, bio fuel, bio gas, mini hydro, geo thermal and solar etc. for villages where grid connectivity is either not feasible or not cost effective. The funding will be on the pattern of 90% subsidy from Government of Indiaand10%loanfromRECorfromownfundsofthestate/loanfromfinancialinstitutions. The Monitoring Committee of RGGVY, while sanctioning DDG projects under RGGVY, shall coordinate with MNRE to avoid any overlap. The provision for subsidyrequirementforDDGisRs.540Crore.
d) Rural Household Electrification of Below Poverty Line Households
(i) BPL households will be provided free electricity connections. The rate ofreimbursementforprovidingfreeconnectionstoBPLhouseholdswouldbeRs.2200perhousehold,whichwasRs.1500perconnectionintheXPlan.
(ii) Households above poverty line would be paying for their connections at prescribed connection charges and no subsidy would be available for this purpose.
(iii)WhereverSC/STpopulationexistsamongstBPLhouseholdsandsubjecttobeingeligible otherwise, they will be provided connection free of cost and a separate record will be kept for such connection.
1.3 Status of Implementation of RGGVY
27statesasshownintheAnnexeIareparticipatingintheprogramme.Priority•hasbeengiventostateswhereelectrificationofvillagesand/orruralhouseholdsislowerthanthenationalaverage(Assam,Bihar,Jharkhand,Orissa,Rajasthan,Uttar Pradesh & West Bengal), border districts, North Eastern states, Himachal Pradesh&J&K.
235projectsweresanctionedforimplementationunderRGGVYduringXPlan.•ThewholeamountofcapitalsubsidyofRs.5000Crorewasutilized.These235projects cover67,012un-electrifiedvillages, 1.1 lakhelectrifiedvillagesandfreeelectricityconnectionsto83lakhBPLhouseholdsatthesanctionedcostofRs.9,722Crore.
33
Ministry of Power
554projectsincludingtheabove235wereproposedtobetakenupinfirsttwo•yearsofXI-Plan.So far551projectshavebeensanctionedatanestimatedcostofRs.25,075Crorewithproposedelectrificationof1.15lakhun-electrifiedvillages, intensive electrification of 3.34 lakh electrified villages and freeelectricityconnectionsto2.4CroreBPLhouseholds.
Thecumulativeachievementsason31.03.08areelectrificationof47,826un-•electrified villages, intensive electrification of 40,838 electrified villages andreleaseofelectricityconnectionsto22.93lakhBPLhouseholds.
Ason31.03.08,thecumulativereleaseofsubsidywasRs.8413.45Crore.•
1.4 Three-tier quality monitoring mechanism
In order to ensure proper Quality of materials as well as installations in RGGVY, three-tier Quality Control Monitoring Mechanism has been evolved. A Quality Control Manual (QCM) has been prepared after consulting various implementing agencies. The basic framework of the three-tier QCM is stipulated below:
TIER-I(i)
TheProject implementingagency (PIA) shall be responsible for first tierqualitycontrol.PIAshalldesignateaseniorlevelofficerasProjectImplementingAgency’sQuality Control Coordinator (PQCC). PIA shall prepare a detailed Quality Assurance Program, which should ensure quality checks as below:
TURNKEY CONTRACTORa)
InspectionsofallmaterialasperMQP/Drawings/TechnicalSpecificationsAllvillagestobeinspectedasperFQPAll 33/11 kV sub stations for quality of material as per MQP/Drawings/TechnicalSpecificationsandworksinthefieldasperFQP.100%verificationofBPLconnections.
PROJECT IMPLEMENTING AGENCYb)
Inspections of material as stipulated in Material Quality Plan (MQP) for all materials/equipments. For other items, inspections/testing/ witnessing ofacceptancetestsshallbeasperDrawings/TechnicalSpecifications.AllvillagestobeinspectedasperFieldQualityPlan(FQP).All 33/11 kV sub stations for quality of material as per MQP/Drawings/TechnicalSpecificationsandworksinthefieldasperFQP.100%verificationofBPLconnections.
THIRD PARTY INSPCTION AGENCY of PIA (TPIA)c) 10% randomly selected inspections as per MQP for Distribution transformers, conductors, energy meters, poles and insulators at pre-shipment stage at vendors’ works/testing labs.
34
Ministry of Power
50%Villagesonrandomsamplingbasisincluding100%verificationofBPLconnectionsin10%of50%ofvillagesinspectedi.e.5%villagesandineachoftheremainingvillagesinspectedi.e.45%villages,atleast5BPLconnectionsshallbeverifiedrandomlyselectedfromthelistofconnectionsprovidedtillthedate of inspection.33/11 kV sub stations for quality of works in the field on random samplingbasis
100 % new sub stations 50%augmentationofsubstations
Theresponsibilityandmethodologyoffirst-tierQualityControlisdetailedinQualityControl Manual.
Second Tier(ii)
RuralElectrificationCorporation(REC)shallberesponsible forsecondtierQualityControlMechanism.RECshall designateadedicatedsenior levelofficerasRECQuality Control Coordinator (RQCC) to coordinate and oversee the implementation of Quality Control Manual for RGGVY works.
ForSecondTierQualityControl,RECshall appointRECQualityMonitors (RQM)for RGGVY projects. The second tier Quality control shall ensure quality checks as below:
At least one inspection of major material like poles, transformers, Conductors 1. and energy meters at pre-shipment stage at vendors’ works on random sampling basis as per MQP.
10%villagesonrandomsamplingbasisasperFQP.2.
33/11kVsubstationsforqualityofworksinthefieldcovering:3. At least one new sub station.At least one augmentation of sub station.
100%verificationofBPLconnectionsin25%of10%villagesinspectedandat4. least5randomlyselectedBPLconnectionsinotherinspectedvillagesi.e75%of 10% villages.
VIP references/complaints referred by REC relating to quality of works.5.
The responsibility and methodology of second tier Quality Control is detailed in Quality Control Manual.
Third Tier(iii)
Forcarryingoutqualitycontrolchecksunderthirdtier,MinistryofPowerwillengageindependent evaluators, who will be designated as National Quality Monitors (NQM). Third tier quality control shall ensure quality checks as below:
35
Ministry of Power
1%VillagesonrandomsamplingbasisineachprojectasperFQP1.
33/11kVsubstationsforqualityofworksinthefieldcovering:2. At least one new sub station
At least one augmentation of sub station
100%BPLserviceconnectionverificationin50%ofvillagesinspectedi.e.0.5%3. villagesandintheremaining0.5%villagesatleast5BPLconnectionsshallbeverifiedonrandomlyselectedbasisfromthelistofconnectionsprovidedtillthedate of inspection.
Review of test records for major material like transformers, poles, energy meters, 4. insulators and conductors etc. on random sampling basis.
Anyother studyofRGGVYor verificationassignedbyMOPoncase to case5.basis.
The responsibility and methodology of third tier Quality Control is detailed in Quality Control Manual, which is available at websites recindia.nic.in and rggvy.gov.in
2.0 Engagements of National Quality Monitors (NQMs)
2.1 Ministry of Power intends to engage reputed agencies for monitoring the quality of various RGGVY projects sanctioned for implementation in various states during the XI Plan. The NQMs will be responsible for the third tier of the Quality Control Mechanism as mentioned above. Ministry intends to appoint agencies for carrying out quality inspections of the RGGVY projects sanctioned during the XI Plan on its behalf. Ministry envisages appointing separate agency for each region. However, more than one agency may be appointed in one region. An agency, which has been appointed as quality monitor for tier I or tier II inspection by the project Implementing Agency (PIA) or by REC will not be considered for National Quality Monitor (tier III) in that state. Project Implementing Agency or Turnkey Contractors engaged in RGGVY works in any state shall not be considered for NQM. The interested agencies may indicate the names of regions/states, where they would like to work. However, the actual allocations of states/region will be decided by the Ministry.
2.2 SCOPE OF WORK : Physical inspection of equipments/ materials and works for
ensuring proper quality and quantity as per the Detailed Project Reports (DPRs), specificationsanddrawings/mapsin-
1%VillagesonrandomsamplingbasisineachprojectasperFieldQualityPlana) (FQP);
33/11 kV sub stations covering :b) At least one new sub stationAt least one augmentation of sub station
36
Ministry of Power
100%BPLserviceconnectionverificationin50%ofvillagesinspectedi.e.0.5%c) villagesandintheremaining0.5%villagesat least5BPLconnectionsshallbeverifiedonrandomlyselectedfromthelistofconnectionsprovidedtillthedateofinspection;
Checking of Bill of Quantities as per the approved drawings/maps etc in the d) inspected villages.
Review of test records for major materials like transformers, poles and conductors e) etc. on random sampling basis;
Random checking of electrification of villages named in the DPRs (existencef) of the village/ habitation, duplication of the villages/habitation, status of village electrificationpriortostartofthework
Submission of periodic reports of inspections;g)
Anyotherinspection/verificationofRGGVYproject/workassignedbyMOP.Thish) workmaybeassignedfromtimetotimeontheman-daybasis.Forthispurposeseparate man-day rates (inclusive of charges for tours & travels) have to be quoted in the price bid separately.
2.2.1 The NQMs will take up the inspection of the project as and when instructed by the Ministry of Power. Normally, inspection by NQMs will be carried out after completion of50%oftotalworkinaparticularproject.Innormalcircumstances,onevisitperproject has been envisaged.
2.2.2 Inspection calls- The officer-in-charge of MOP shall raise inspections calls forinspection of village/sub station through email or fax or letter. The contractor shall attendthesaidinspectioncallwithinaperiodof7daysfromthedateofreceiptofthe inspection call. In the event of Inspecting Agency/Contractor failing to complete theinspectionwithin7days,thefollowingdamagesshallbeapplicable:
The inspection call is attended from 8a) th to 14th day from the receipt of inspection call, Rs. 2000/- for the each delayed visit shall be deducted from the bills.
In case the inspection call is attended after 14b) th day from the date of receipt of inspection, Rs. 4000/- for the each delayed visit shall be deducted from the bills.
2.2.3 Wherever works carried out are found unsatisfactory by the NQM, compliance with respect torectificationshallbesubmittedbyPIAtoNQMdulyverified/endorsedby TPIA and the same may be re-inspected by NQM, if required depending on the nature and quantum of the defect. The payment for subsequent visits will be made on the basis of man-day rates to be quoted in the price bid.
2.2.4 The scope of work to be performed by the NQMs under the contract shall not include inspections at manufacturers’ works. However, NQMs will be required to checktheequipments/materialsatsiteaspertheFQPintheinspectedvillages/
37
Ministry of Power
substations. NQMs will also test check the quantities of equipments/ length of the HTandLTlinesandelectricityconnectionstoBPLfamiliesaspertheapproveddrawings, maps, bill of quantities etc. in the inspected villages.
2.2.5Allnecessaryinstruments,tools&tacklesandmanpowerrequiredfortheabovechecks will be arranged and provided by the project implementing agencies. However, the transport arrangements for reaching the site(s), boarding and lodging will have to be made by the NQMs themselves.
3.0 SECURITY DEPOSIT:
For theSuccessful bidder the bid guarantee (incaseBG is submitted) shall bereleased upon acceptance of the Letter ofAward and upon submission of theSecurity Deposit in the form of DD. In case the bid guarantee is submitted in the form of DD and is equivalent to the 2% of the Award value the same shall be converted as Security Deposit. If there is any gap between 2% of award value and Bid Guarantee submitted in the form of DD the same shall be deposited by the contractor, in case of excess, MOP/REC shall return the excess amount over and above the 2% value. The security deposit shall be submitted by the Contractor within30daysfromplacementoftheLOA.Intheeventoffailuretocomplythis,Ministryshallholdtheequivalentamountfromthefirstpaymentthatfallsdueforpayment to the Contractor.
4.0 RELEASE OF SECURITY DEPOSIT:
The security deposit submitted by the successful bidder shall be returned within 30daysuponcompletionofScopeofwork,submissionof theFinalReportandacceptance of the same by the Ministry.
5.0 TERMS OF PAYMENT:
Progressive payments shall be released upon completion of visits to village/ substation as follows.
20% advance payment along with service tax on acceptance of offer;i)
Balance 80% payment (project wise) along with the service tax on submission ii) offinalreportofinspectionofvillagesandacceptancebytheMinistry;Noseparate payment shall be made for substation visits.
In the event of actual number of villages sanctioned in the project getting iii) modifiedduetothesiteconditionsduringtheactualexecution,thesanctionedcost of the project also shall be adjusted and accordingly the contract price shallbemodifiedproportionately.
38
Ministry of Power
6.0 WORK SCHEDULE:
6.1 Majority of the projects to be taken up during the Phase I of the XI Plan have been sanctioned. Some more projects are expected to be sanctioned shortly. Inspection work for such projects will be assigned to the agency appointed for the inspection work in nearby district/state. All the sanctioned projects are expected to be awarded bytheimplementingagenciesbyJune/July2008.Thescheduleofcompletionofworks by the Supply & Erection contractor (turnkey contractor) of these projects is 18 months from the date of award. The Inspections by NQMs are expected to start after around one year of placement of award of the project by implementing agency to the turnkey contractor. The actual schedule of the visit by designated NQM for a particular project will be intimated by the Ministry (or its nodal agency) during execution of these projects.
6.2 In the event of site works by the main contractor getting delayed beyond 18 months, the inspection services shall be extended for 6 months without any extra cost to MOP up to 24 months from the date of award of this Inspection Services Contract. For the services beyond 24months period, payment terms shall bemutually decided subsequently, if required.
7.0 PENALTY FOR NON-COMPLIANCE, REMEDIES FOR NON- PERFORMANCE AND FRAUDULAENT PRACTICES:
7.1Non-compliancetotheinspectioncallsoranyorallactsthathamperthequalityassuranceofexecutionofworksasperthedefinedqualityplansshallbetreatedas non-performance. Ministry reserves the right to terminate the contract in case of repeated non-performance by the inspecting agency. The Ministry shall have discretion to judge the non-performance and act accordingly.
7.2 ForreasonswhichmayincludeunsatisfactoryperformanceoftheServices,falsereporting during the currency of the contract, or the inspecting agency resorting to unacceptable or unlawful and fraudulent practices during execution of the contract, or for any other reason whatsoever, Ministry may at its discretion terminate the Contract and/ or forbid the contractor from participating in any future bidding process foraspecifiedperiodoftime.Afifteendayspriorwrittennoticeshallbeservedtothe agency for termination. In such case The balance works shall be got executed at the risk and cost of the contractor.
8.0 INTEGRITY OF QUALITY MONITORS:
The personnel engaged by the Contractor for the Quality Monitoring works on behalf of Ministry are required to submit the factual status with an unbiased report of site works and material quality. It shall be the responsibility of the inspecting agency to ensure that the personnel of highest integrity level are engaged for quality monitoring works. In this regard, the inspecting agency shall furnish an undertaking to the Ministry, that personnel engaged do not have any pending vigilance cases or already proven corrupt charges against them in their past career & that there is no doubt on their integrity.
39
Ministry of Power
Theinspectingagencyshallobtainnecessaryaffidavitfromthepersonnelengaged,about their integrity/vigilance history/ background.
9.0 QUANTITY VARIATION
9.1 Ministry reserves the right to increase or decrease the quantity of works and servicesupto25%(TwentyFivePercent)valueofthetotalcontractprice,withoutany change in Unit Prices or other terms and conditions. Suitable Amendment/ Communications shall be issued in the event of variation in the quantities. This variation can also be exercised in projects falling in States other than the allocated State with mutual consent but at the same unit prices.
Though the quantities and rates of man-days will be considered for deciding the priceof thecontract,but theywillnot formapartof thecontractprice.For thepurpose of Quantity variation
10.0 USE OF CONTRACT DOCUMENTS AND OTHER INFORMATION:
The agency shall not, without Ministry’s prior written consent, disclose the contract, oranyprovision thereof,oranyspecification,plan,drawing,pattern, sampleorinformation furnished by or on behalf of Ministry in connection therewith, to any person other than a person employed by the agency in the performance of the contract.Disclosure toanysuchemployedpersonshallbemade inconfidenceand shall extend only as far as may be necessary for the purpose of such performance.
10.1 The agency shall not, without Ministry’s prior written consent, make use of any document or information enumerated in various Contract documents except for the purpose of performing the Contract.
10.2 Agencyshallkeepconfidentialandshallnot,withouttheconsentofMinistry,divulgeor part off to any third party any documents, data or other information in connection with this assignment except where such information are of public domain or required underthestatuteorLaw.
11.0 Settlement of Disputes and Arbitration:
Except where otherwise provided in the Contract, all the questions and disputes relating to the meaning and instructions under this contract herein before mentioned and as to the quality of work as to any other question, claim, right, matter or thing whatsoever is any way arising out of or relating to the Contract or the execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof shall be referred to the sole arbitrator- Secretary (Power), in line with the provisions of Arbitration and Conciliation Act 1996.Theawardof thesoleArbitratorshallbefinal,conclusiveandbindingonboth the parties. Not withstanding anything any dispute between the parties, the contractor shall not be entitled to withhold, delay or defer his obligations under the
40
Ministry of Power
contract and same shall be carried out strictly in accordance with the terms and conditions of contract. The Venue of arbitration shall be New Delhi.
12.0 LAWS & JURISDICTION OF CONTRACT:
The laws applicable to the Contract shall be the laws in force in India. The courts of New Delhi shall have exclusive jurisdiction in all matters arising under the contract.
13.0 STATUROTY REQUIREMENTS:
ThecontractorisliabletoextendthebenefitsasprovidedundertheemployeeESIa) Act,PaymentofWagesAct,PaymentofBonusAct,ContractLabour(Regulation&Abolition Act), Minimum Wages Act, Motor &Transport Act, Workmen Compensation Act and any other relevant Acts applicable to the establishment. The rates to be quoted shall be inclusive of meeting all such statutory obligations.
The contractor shall also take group insurance for the personnel engaged by him. b) The rates quoted shall be inclusive of meeting all such statutory obligations and Group Insurance payments.
14.0 CONTRACTOR’S DEFAULT:
In the event the bidder withdraws or alters his bid within the bid validity period or fails to honor the letter of Award in the event of decision of the tender in their favour, thantheBidGuaranteesubmittedshallbeforfeited.Furtherifthecontractorfailsto execute the contract in the event of placement of award in their favour, then the contract shall be terminated by REC forfeiting the Bid Guarantee submitted by the contractor. In the event the Employer (REC) terminates the contract due to contractor’s default, the contractor will be liable to pay to REC for any additional costs incurred for procuring such similar services for the work got done from other agencies.
15.0 FORCE MAJURE
15.1 Forcemajure ishereindefinedasanycausewhich isbeyondthecontrolof theContractor or REC as the case may be, which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affects the performance of the Contract, such as:
a. Naturalphenomena,includingbutnotlimitedtofloods,droughts,earthquakesand epidemics;
b. Acts of any Government, domestic or foreign, including but not limited to war, declared or undeclared, priorities, guarantees and embargoes.
Providedeither party shallwithin fifteen (15) days from theoccurrenceof sucha cause notify the other in writing of such causes, along with proof of such occurrences.
41
Ministry of Power
15.2 The Contractor or MOP/REC shall not be liable for delays in performing itsobligationsresultingfromanyforcemajeurecauseasreferredtoand/ordefinedabove. The date of completion will, subject to hereinafter provided, be extended by a reasonable time at the sole discretion of REC.
16.0 SUSPENSION OR DELETION OF WORK:
REC reserves the right to suspend or delete the work included in the scope of this contractatanytimeduringthecontractperiodandthedecisionoftheOfficer-in-ChargeofRECshallbefinalandbindingonyou.Thepaymentshallbemadeonpro-ratabasisfortheworkactuallydoneandapprovedbytheOfficer-in-Charge.
17.0 CONTRACTOR’S SITE OFFICE, ESTABLISHMENT AND SAFETY
The Contractor shall establish a Site Office and keep posted an authorizedrepresentative for the purpose of the Contract. Any written order or instruction ore-mailoftheMOP/RECOfficerorhisdulyauthorisedrepresentative,shallbecommunicated to the said authorised resident representative of the Contractor and the same shall be deemed to have been communicated to the Contractor at his legal address. The contractor shall provide suitable communication facilities (mobile phones etc.) to all his engineers. In order to meet extensive travel needs, the contractor shall ensure vehicles to all his engineers for effective working. The vehicles engaged by the contractor shall be covered under comprehensive insurance. The contractor shall provide the necessary safety gadgets (like electrical safety shoes, gloves, helmets, belts etc. as per requirement) to the staff engaged by him for inspection services.
18.0 MAN-POWER REPORT
18.1 TheContractorshallalsosubmittotheOfficer-in-charge,onthefirstdayofeveryquarter, a manpower report of the previous quarter detailing the number of persons scheduled to have been employed and actually employed, skill-wise and the areas of employment of such manpower.
19.0 COORDINATION WITH CONTRACTORS OF IMPLEMENTING AGENCIES.
The Contractor shall agree to co-ordinate with the Contractors of the Implementing agencies, who are primarily responsible for execution of the works.
20.0 MANNER OF EXECUTION OF CONTRACT
20.1 MOP/REC,aftertheissueoftheLetterofAwardtotheContractor,willsendonecopyofthefinalagreementtotheContractorforhisscrutinyandapproval.Proformaof agreement is enclosed at Annexure -B.
20.2 TheAgreement,unlessotherwiseagreedto,shallbesignedwithin15daysoftheacceptanceoftheLetterofAward,attheofficeofMOP/REConadateandtime
42
Ministry of Power
to be mutually agreed. The Contractor shall provide for signing of the Contract, appropriate power of attorney and other requisite materials. In case the Contract is to be signed beyond the stipulated time, the Bid Guarantee submitted with the Proposal will have to be extended accordingly.
The Agreement will be signed for awards of value more than Rs. 10 lakhs in four 1.3 originals and the Contractor shall be provided with one signed original and the rest will be retained by MOP/REC.
FortheawardsofvaluelessthanRs.10LakhstheLOAsignedbytheauthorized1.4 signatories of both REC and Contractor will be treated as an agreement.
21.0 ENFORCEMENT OF TERMS
21.1 The failure of either party to enforce at any time any of the provisions of this Contract or any rights in respect thereto or to exercise any option therein provided, shall in no way be construed to be a waiver of such provisions, rights or options or in anyway to affect the validity of the Contract. The exercise by either party of any of its rights herein shall not preclude or prejudice either party from exercising the same or any other right it may have under the Contract.
22.0 COMPLETION OF CONTRACT
22.1 Unless otherwise terminated under the provisions of any other relevant clauses, this Contract shall be deemed to have been completed on completion of the Scope ofworkandsubmissionofallthereportsandreleaseoffinalpayments.
43
Ministry of Power
Annexure-A to Volume-I
QUALIFYING REQUIREMENTS
1.0 QUALIFICATION OF THE BIDDER FOR EACH PACKAGE:
Qualification of Bidder will be based on meeting the minimum pass/fail criteriaspecifiedincl.1.1belowregardingtheBidder’stechnicalexperienceandfinancialposition as demonstrated by the Bidder’s responses in the corresponding Bid Schedules.Thebiddershallalsoberequiredtofurnishtheinformationspecifiedincl. 1.2 in their Bid.
Notwithstanding anything stated here in above, REC reserves the right to assess the capacity and capability of the bidder, should the circumstances warrant such assessment in an overall interest of REC. REC reserves the right to waive minor deviations if they do not materially affect the capability of the Bidder to perform the contract.
1.1 QUALIFICATION REQUIREMENTS
TECHNICAL QUALIFICATION REQUIREMENTS1.1.1
Biddersareexpected tomeet the followingQualificationCriteriaand shalli) furnishadequateform,statementsanddocumentaryevidence/certificatesinproof of the same:
They should be a registered legal entity.a)
Biddershallhaveadequatelyqualifiedandexperiencedengineerswithb) capability of executing such type of assignments. The bidder shall have onitsrolesagraduateengineerwithatleast15yearsofpostqualificationexperienceandat least fivegraduateengineerswithat least5yearspostqualificationexperience in thefieldofconstruction/supervisionofconstruction/O&M or inspection of electric power distribution/ transmission system Equipment/Mateirial.
It is necessary that the bidder should be/have experience of :-c)
Consultancy work for supervision of execution of electric power distribution/ transmission projects
OR
Govt. owned Discoms/SEB’s/Power Departments/ CPSUs having separate quality control divisions
OR
Indian Institute of Technology/National institute of technology/other Technical Research Institutions of National Repute.
OR
44
Ministry of Power
Reputed Organizations involved in Quality Control/ Inspection / testing of power distribution infrastructure / transmission infrastructure/Equipment/Material. The details of Quality Control/ Inspection / testing works executed shall be submitted alongwith the bid including value of these works. Organisations, which have carried out these works as owners of the system and who have their separate Quality Control Divisionshallalsobeconsideredasqualified.
Thebiddershallsubmitexperiencecertificatesfromtheownersforthed) works completed by them in the past in support of the above requirements. The Bidder has to submit relevant documents to support the credentials, experience, turnover etc.
Utilities/CPSUs/Turnkey contractors engaged in implementation of RGGVY works shall not be considered for award of this work. Also agencies, who have been engaged as TPIA or RQM, shall not be engaged as National Quality monitors in the areas where they have been engaged as TPIA or RQM.
1.1.2 FINANCIAL QUALIFICATION REQUIREMENTS:
i. Min.annualturnoverofRs.5cr.inany of the last three years.ii. Min. cumulative turnover of Rs. 20 cr. in last three years.
The turnover shall be considered as on 31st March of the concerned financialyear.
1.1.3 In order to encourage participation of independent organizations like Govt. Technical Educational Institutions (IITs, NITs etc.) & Govt. Bodies they shall stand pre-qualifiedandcertainconcessionsaregranted.
The concessions include allotment of a few districts in any State depending on the assessment of their capability by REC/MOP. These agencies are allowed to quote for a few Districts or a part of a State (minimum one district). In this regard, REC reserves the right to select few districts in any State and off-load the same from any State based package that is put for bidding. They shall not be required to submit bid guarantee along with the Bid.
1.1.4 Bidders may propose their associate (not more than one) at the time of bidding. In caseanassociateisproposed,theroleoftheassociateshallbeclearlydefinedinthe bid & the bid shall be jointly signed by both, the main bidder & the associate. ThemainbiddershallnecessarilyberequiredtomeettheTechnicalQualificationrequirements. REC will consider the combined capability of both the main bidder and his associate, in evaluating the bids for Qualifying Requirements. “The Bidder can have different associates in different states, with the condition that the bidder can have only one associate per state. However, each association shall submit its bid separately along with separate bid guarantees for each bid.
45
Ministry of Power
1.2 The bidder shall furnish following documents/details with its bid:
Documentaryevidence/certificatesasaproofofmeetingtheQR.•The complete annual reports together with Audited statement of accounts of the •firmcompanyforlastthreeyears(separate),immediatelyprecedingthedateofsubmission of bid.
Incasethebidderotherwisemeetsthefinancialqualifyingrequirementsaspercl.1.1.2,Annualreportsforlessthan3yearsshallalsobeacceptable.Forbalancesheetoflastyear(i.e.for2007-08),unauditedstatementofaccountsdulycertifiedby Chartered Accountant shall be acceptable.
Bidders who do not meet the above criteria shall not be evaluated further in the bidding 1.3 process.ABiddershallbedisqualifiedifitisdeterminedbyREC/MOPatanystageof bidding process that the Bidder has made misleading or false representation in theform,statementsandattachmentsintheproofofthequalificationrequirements.ThebiddersshallalsobedisqualifiedifitfailstocontinuetosatisfytheQualifyingCriteria during any stage of the evaluation process. Supplementary information ordocumentationregardingqualificationsmaybesoughtfromtheBiddersatanytime and must be so provided within a reasonable time frame as stipulated by the Client.
1.4 LITIGATION HISTORY:
The bidder should provide detailed information on any litigation or arbitration arisingoutofcontractscompletedorunderexecutionbyitoverthelastfiveyears.A consistent history of awards involving litigation against the Bidder may result in rejection of Bid.
46
Ministry of Power
ANNEXURE-B to Volume-I
PROFORMA OF ‘AGREEMENT’ (for single bidder only)(To be executed on non-judicial stamp paper)
This Agreement made this ....................... day of ......................,two thousand ........................ betweenMinistryofPowerhavingitsOfficeat------------------(hereinafterreferredtoasthe ‘MOP’ which expression shall include its administrators, successors, executors and permittedassigns)oftheonepartandM/s…………………….,acompanyincorporatedundertheCompaniesAct,1956havingitsRegisteredOfficeat...........................................................Institution/Firm/[hereinafterreferredtoasthe‘Contractor’or“X”(nameoftheContracting Co.) which expression shall include its administrators, successors, executors and permitted assigns] of the other part.
WHEREAS MOP desirous of Quality Monitoring associated with RGGVY invited bids for ........................................(brieflydescribescopeofwork)againstitsBidSpecificationNo..REC/MOP/NQM.................................
AND WHEREAS ............................ “X” ............................ had participated in the above referred bidding vide their Proposal No. ...................... dated ....................... and awarded the Contract to ..................... “X” ........................... on terms and conditions of the documents referred to therein, which have been acknowledged by ....................... “X” ..................... resulting into a “Contract”.
NOW THEREFORE THIS DEED WITNESSETH AS UNDER: -
1.0 Article
1.1 Award of Contract
--------- has awarded the Contract to ............ “X” .............. for the work of................ on thetermsandconditionscontainedinitsLetterofAwardNo.....................dated............... ....................... and the documents referred to therein. The award has taken effect from aforesaidLetterofAward.ThetermsandexpressionsusedinthisAgreementshallhavethe same meaning as are assigned to them in the ‘Contract Documents’ referred to in the succeeding Article.
2.0 Contract Documents
2.1 The Contract shall be performed strictly as per the terms and conditions stipulated herein and in the following documents attached herewith (hereinafter referred to as “Contract Documents’).
i) REC’sBiddingDocuments in respectofSpecificationNo. .REC/MOP/NQMissued vide its letter No. .......................... dated ................ consisting of Invitation to Bid, BPS, Terms & Conditions of Contract, and all other Sections entitled
47
Ministry of Power
including all amendments issued vide its letter(s) No. (s) ........................... dated ....................
(Volume-I)
ii) REC’sTechnicalSpecifications includingAmendments issuedvide itsLetterNo. .......................... dated ..........................
(Volume-II)
iii) “X”s Proposal No. ................... dated .................... along with Bid Proposal Sheets, Data Requirements, payment terms and Work Schedules submitted by “X” entitled as “...................................” (Volume-III)
iv) Agreed Minutes of the meeting held on ............................... between ----------and “X”. (Volume-IV)
v) REC’sLetterofAwardNo..........dated.......dulyacknowledgedby“X”. (Volume-V)
vi) Contract Schedule (Volume-VI)
All the aforesaid Contract Documents shall form an integral part of this Agreement, in so far as the same or any part conform to the Bidding Documents (Vol. I & II) and what has beenspecificallyagreedtobytheMOPinitsLetterofAward.Anymatterinconsistenttherewith, contrary or repugnant thereto or any deviations taken by the Contractor in its Proposal(Vol-III)butnotagreedtospecificallybytheMOPinitsLetterofAwardshallbedeemedtohavebeenwithdrawnbytheContractor.Forthesakeofbrevity,thisagreementalongwith its aforesaid Contract Documents shall be referred to as the ‘Agreement’.
3.0 Conditions & Covenants
3.1 The scope of Contract, Consideration, Terms of Payment, Taxes wherever applicable, Insurance, Damages, Security Deposit and all other terms and conditions are contained inMOP’sLetterofAwardNo.....................dated........................ read inconjunction with other aforesaid Contract documents. The Contract shall be duly performed by the Contractor strictly and faithfully in accordance with the terms of the Agreement.
3.2 Thescopeofworkshallalsoincludeallactivitieswhicharenotspecificallymentionedin the Contract documents, but which are needed for successful, efficient, wayof providing inspection services unless otherwise specifically excluded in theSpecificationsunder‘Exclusions’orLetterofAward.
3.3 Time Schedule
3.3.1 Time is the essence of the Contract and schedules shall be strictly adhered to. ‘X”
48
Ministry of Power
shall perform the work in accordance with the agreed schedule as given in Volume - V & VI of Contract documents [clause 2.1(v & vi) above].
3.4 Quality
3.4.1 The Contractor is responsible for the proper services as per the quality manual of the bidding documents.
3.5 It isfurtheragreedbytheContractorthattheSecurityDepositshall innowaybeconstrued to limit or restrict the MOP’s right to recover the damages/compensation due to short-fall in services or under any other clause of the Agreement. The amount of damages/compensation shall be recoverable either by way of deductions from the Contract price, Security Deposit and/or otherwise.
The Security Deposit furnished by the Contractor is unconditional and the REC shall have the powers to forfeit it notwithstanding any dispute or difference between the MOP and the Contractor pending before any court tribunal, arbitrator or any other authority.
3.6 This Agreement constitutes full and complete understanding between the parties and terms of the presents. It shall supercede any prior correspondence, terms and conditions containedintheAgreement.AnymodificationoftheAgreementshallbeeffectedonlybya written instrument signed by the authorised representative of both the parties.
4.0 SETTLEMENT OF DISPUTES
4.1 Itisspecificallyagreedbyandbetweenthepartiesthatallthedifferencesordisputesarising out of the Agreement or touching the subject matter of the Agreement shall bedecidedbytheprocessofSettlement&ArbitrationasspecifiedinClause15.0ofthe Terms & Conditions of Contract and the provisions of the Indian Arbitration and Conciliation Act 1996 shall apply and Delhi Courts alone shall have exclusive jurisdiction over the same.
4.2 Notice of Default
Notice of default given by either party to the other party under Agreement shall be in writing and shall be deemed to have been duly and properly served upon the parties hereto if delivered against acknowledgment or by telex or by registered mail with acknowledgment due addressed to the signatories at the addresses mentioned herein above.
INWITNESSWHEREOF,thepartiesthroughtheirdulyauthorisedrepresentativeshave executed these presents (execution whereof has been approved by the
49
Ministry of Power
competentauthoritiesofboth theparties)ontheday,monthandyearfirstabovementioned at New Delhi.
WITNESS:
1. .......................................................... (REC’s signature) (Printed Name)
2. .......................................................... (Designation) (Company’s Stamp)
1. ........................................................... (Contractor’s signature) (Printed Name)
2. .......................................................... (Designation) (Company’s Stamp)
50
Ministry of Power
VOLUME-IA
RGGVY - Quality Monitoring on behalf of MOP.
BID PROPOSAL SHEETSSpecification Number: REC/MOP/NQM
Rural Electrification Corporation Limited(A Govt. of India Enterprise)
Core-4, SCOPE Complex New Delhi – 110003
51
Ministry of Power
VOL-IA1. BID PROPOSAL SHEETS
Name of the work: Quality Inspection of RGGVY Projects under Tier III– National Quality Monitors
Bid submitted towards: Serving as National Quality Monitors in accordance with the scope of work and terms & conditions mentioned in the bid documents
Sl. No
Region/ State Un-Electrified Vil-lages
Electrified Villages Mandays Total for State (Rs.)
1 2
No. of
Vil-lages
3
Unit Rate (Rs.)
4
Total Price (Rs.)
5=3x4
No. of Vil-lages
6
Unit Rate (Rs.)
7
Total (Rs.)
8=6x7
No.
9
Unit Rate (Rs.)
10
Total (Rs.)
11=9x10 12=5+8+11Northern Re-gion
1 Haryana 0 50 52 Himachal Pr. 4 93 103 J & K 9 46 54 Punjab 0 119 105 Rajasthan 24 181 10
Eastern Region6 Bihar 61 69 107 Jharkhand 110 33 108 Orissa 157 249 209 West Bengal 3 249 10
NE Region10 Arunachal Pr. 21 17 511 Assam 75 118 1012 Manipur 4 4 213 Meghalaya 18 27 514 Mizoram 5 6 2
52
Ministry of Power
15 Nagaland 6 10 216 Sikkim 1 2 217 Tripura 3 7 2
Western Re-gion
18 Chhattisgarh 5 100 1019 Gujarat 0 158 1020 Madhya
Pradesh17 225 10
21 Maharashtra 1 364 20Southern Re-gion
22 Andhra Pr. 0 59 523 Karnataka 4 66 524 Tamilnadu 0 128 10
* Unit rates shall include all expenses except statutory taxes. The amount of prevailing taxes at the time of submission of bid may be indicated separately. However, actual taxes & duties as applicable at the time of billing will be paid.
Signature of the Authorized Signatory
Place: Name:
Date: Designation:
Name & Address of the Bidder:
Note : Copy of Power of attorney/ authorization letter for the authorized signatory shall be 1. submitted along with the bid.
The bid shall be signed by the Associate also, wherever applicable.2.
53
Ministry of Power
2. TECHNICAL QUALIFICATION REQUIREMENTS
Name of the Registered entity1.
Describe the entity
(Provide Documentary evidence)
Manpower Available with the Bidder2. (ProvideindetailincludingtheirQualification&experience)
Name Qualification Postqualificationexperience - years
Nature of experience
Detailed bio-data needs to be submitted alongwith the bid for the manpower to be considered in bid evaluation.
Nature of business & Activities – Provide details3.
Detailsofworkscompleted/experienceprofile4.
S.No. Name of the work
Scope & description of
work completed successfully
During the period Customer
Value of works
completed
Lettersofaward&experiencecertificatesfromtheownersneedtobesubmittedalongwiththe bid for the works more than 20 lakhs to be considered for bid evaluation.
Structure of Quality Control Division in the Bidders’ company – Provide organization 5.structure with details of executives engaged in Quality Control Division.
Whether already engaged as implementing agency/TPIA/RQM in any projects of 6. RGGVY/or having any role to play in RGGVY projects in any state/district. Please specify and furnish the details.
Note: In case, associate is involved similar information shall be furnished for both main bidder as well as the associate.
Signature of Main Bidder Signature of Asoociate(wherever applicable)
54
Ministry of Power
3. FINANCIAL QUALIFICATION REQUIREMENTS
In case of single bidder
S.No. Year Annual Turnover1. 2007-082. 2006-073. 2005-064. 2004-055. 2003-04
Cumulative
In case Associate is involved
S.No. YearAnnual Turnover of main Bidder Name of the Company
Annual Turnover of Associate Name of the Company
Combined Turnover
1. 2007-082. 2006-073. 2005-064. 2004-055. 2003-04
Cumulative
Signature of Main Bidder Signature of Asoociate(wherever applicable)
55
Ministry of Power
4. SCHEDULE OF DEVIATIONS – COMMERCIAL
Name of the Work: Quality Monitoring Services for RGGVY works.
Name of the bidder:
Bid submitted towards: Serving as National Quality Monitors (3rd tier)
Name of the State for which Bid submitted:
ToRuralElectrificationCorporationLimitedCore-4, SCOPE Complex, LodiRoad,NewDelhi–110003
All commercial deviations, we are proposing are mentioned hereunder. Apart from these deviations we do not have any other commercial deviations whatsoever for the said works.
S. No Volume No Clause No Deviation proposedCost compensation for withdrawing the deviation
Additional sheets may be used as required.
We also understand that 1. Deviations mentioned without indicating the cost for withdrawing the same
shall not be treated as deviations.
2. We shall comply with all the provisions of the bid documents.
*Signature of the Authorized Signatory
Place: Name:
Date: Designation:
Name of the Bidder:
Address of the Bidder:
Note : Copy of Power of attorney/ authorization letter for the authorized signatory shall be 1. submitted along with the bid.
The bid shall be signed by the Associate also, wherever applicable.2.
56
Ministry of Power
5. SCHEDULE OF DEVIATIONS- TECHNICAL
Name of the Work: Quality Monitoring Services for RGGVY works.
Name of the bidder:
Bid submitted towards: National Quality Monitors (3rd tier)
Name of the State for which Bid submitted:
ToRuralElectrificationCorporationLimitedCore-4, SCOPE Complex, LodiRoad,NewDelhi–110003
All technical deviations, we are proposing are mentioned hereunder. Apart from these deviations we do not have any other technical deviations whatsoever for the said works.
S. No Volume No Clause No Deviation proposed Cost compensation for
withdrawing the deviation
Additional sheets may be used as required.
We also understand that 1. Deviations mentioned without indicating the cost for withdrawing the same shall not be treated as deviations.
2. We shall comply with all the provisions of the bid documents.
*Signature of the Authorized Signatory
Place: Name:
Date: Designation:
Name of the bidder:
Address of the bidder:
(* Copy of Power of attorney/ authorization letter for the authorized signatory shall be submitted along with the bid)
57
Ministry of Power
6.ROLES & RESPONSIBILITIES OF MAIN CONTRACTOR & ASSOCIATE
Provide detailed responsibility chart for role & responsibilities of main bidder & associate.
Signature of Main Bidder Signature of Asoociate(wherever applicable)
58
Ministry of Power
7.METHODOLOGY SUGGESTED FOR EXECUTION OF THE WORKS FOR UNDERTAKING QUALITY
MONITORING WORKS UNDER RGGVY
1. Quality Monitoring as: National Quality Monitors
2. Name of the state:
3. Number of Districts covered:
4. Number of villages covered:
5. NumberofSiteofficesintheStateproposed:
6. Number of Staff proposed to be deployed:
Head:
Senior Engineers: Site Engineers:
a. ProfileoftheHeadproposed:
EducationQualificationproposed:
Prior Experience (no. of years):
a. ProfileoftheSeniorengineerproposed:
EducationQualificationproposed:
Prior Experience (no. of years):
b. Profileofthesiteengineerproposed:
EducationQualificationproposed:
Prior Experience (no. of years):
7. Anyspecialtrainingproposedforsiteengineers:
8. Whether exclusive transport facilities provided to site engineers without depending on the erection contractor:
9. Checks and Balances proposed for ensuring the works as per the standards:
59
Ministry of Power
10. Nodal point for Co-ordination of the site engineers:
a. At District level:
At State level:b.
11. Schedule for completion of assignment. (no. of villages in each quarter may be indicated)
Name of State
Sl. No.
Project name/no.
1st Quarter
2nd Quarter
3rd Quarter
4th Quarter
5th Quarter
6th Quarter
Signature of Main Bidder Signature of Associate(wherever applicable)