invitation for bid to appoint nqm - ministry of...

60
Ministry of 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 firms may visit website http:/www.recindia.nic.in or www.powermin.nic.in Bid 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 Kumar AGM (QC),REC Tel : 24369851 e-mail : [email protected] Invitation for bid to appoint NQM

Upload: phamtuong

Post on 19-May-2018

216 views

Category:

Documents


0 download

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)