NIT No-215

Embed Size (px)

Citation preview

  • 8/6/2019 NIT No-215

    1/76

    BIHAR STATE ELECTRICITY BOARD

    REQUEST FOR PROPOSAL FOR CONSULTANCY

    R-APDRP PART B PROJECT

    TENDER DOCUMENTS FOR SELECTION OF CONSULTANCY AGENCY

    (I) CONDUCTING STUDY REGARDING DEVELOPMENT OF ELECTRICITY

    DISTRIBUTION INFRASTRUCTURE COVERING STRENGTHENING,

    IMPROVEMENT AND AUGMENTATION OF SYSTEM CAPACITY AND

    PREPARING DETAILED PROJECT REPORT (DPR) UNDER PART B

    OF R-APDRP SCHEME, WITH THE AIM OF REDUCING AT&C LOSS IN

    64 SELECTED TOWNS COVERED UNDER THE SCHEME.

    (II) ASSISTANCE FOR TECHNICAL EVALUATION OF BIDS RECEIVED

    FOR WORKS OF STRENGTHENING, IMPROVEMENT AND

    AUGMENTATION OF DISTRIBUTION SYSTEM TO BE EXECUTED

    AFTER THE SANCTION OF DPRs.

    RFP Identification No. : 215/PR/BSEB/2010

    Date of Issue: 30/11/2010

    Date of Opening of Technical & Commercial Part: 22/12/2010 at 3.00 PM

  • 8/6/2019 NIT No-215

    2/76

    RFP Identification No.: 215/PR/BSEB/2010

    Tables of Contents

    Sl. No. Particulars Page No.

    1 Introduction 3

    2 General Specification and Scope of Work 5

    3 Deliverables 7

    4 Methods and Workmanship 9

    5 Timelines for Completion of DPRs 9

    6 Time Schedules 9

    7 Cooperation 10

    8 System Drawings 10

    9 Eligibility Criteria 10

    10 Instructions to Bidders 12

    13 Canvassing 13

    14 Earnest Money Deposit 13

    15 Submission of Bids 14

    16 Opening of EMD, Eligibility Criteria, Technical Commercial Bid and Price Bid 15

    17 Validity of Bids 16

    18 Validity of offer for Assistance for Technical Evaluation of Bids for works 16

    19 Acceptance of Part / whole Bids / Modification Rights there of 16

    20 Variation for Number of Towns 16

    21 Evaluation of Bids 16

    22 Post Qualification & Award Criteria 19

    23 Splitting of Order 19

    24 Prices 19

    25 Taxes & Duties 20

    26 Security Deposit / Performance Guarantee 20

    27 Penalty 20

    28 Terms of Payments 21

    29 Consortium 22

    30 Jurisdiction 23

    31 Arbitration 23

    32 Force Majeure 23

    33 Correspondence 23

    34 Annexure 23

  • 8/6/2019 NIT No-215

    3/76

    RFP Identification No.: 215/PR/BSEB/2010

    Introduction

    Restructured Accelerated Power Development and Reforms Programme (R-APDRP)

    Background:

    Ministry of Power, Govt. of India, has launched the Restructured Accelerated Power Developmentand Reforms Programme (R-APDRP) in the XI Five year Plan. Power Finance Corporation Limited (PFC)

    has been designated by Ministry of Power, Govt. of India as the Nodal Agency for the programme. The

    programme spans from data acquisition at distribution level till monitoring of results of steps taken to

    provide an IT backbone and strengthening of the Electricity Distribution system across the Country under

    the programme. The objective of the programme is reduction of AT&C losses to 15% in project areas. The

    program is divided into 2 parts: Part-A and Part-B.

    Part-A includes projects for establishment of baseline data and IT applications like Meter Data

    Acquisition, Meter Reading, Billing, Collections, GIS, MIS, Energy Audit, New Connection, Disconnection,

    Customer Care Services, Web self service, etc. to get verified baseline AT&C losses.

    The I.T. implementation agency (ITIA) would supply, install and commission one integrated IT

    solution within the broad framework provided in the SRS (System Requirement Specification) document.

    Steering Committee of Ministry of Power under the guidance of Ministry of Power has finalized a detailed

    SRS document which covers all the components of the project including hardware, software, networking;

    GIS among others which shall help the utilities improve their performance.

    Part-B includes distribution strengthening projects.

    The Programme:

    The size of the entire programme is to the tune of Rs. 50,000 Crore. The programme consists of

    Part-A (to the tune of around Rs. 10,000 Crore) covering Information Technology application in the

    electricity distribution system and Part B (to the tune of around Rs. 40,000 Crore) covering the System

    strengthening, improvement and augmentation of distribution system capacity. Both parts entail planning ofmeasures to be taken under the programme, implementation of such measures to be taken and monitoring /

    evaluation of results / impact of the programme as a whole and of its various components across the

    Country. The focus of the programme shall be on actual, demonstrable performance in terms of loss

    reduction. Establishment of reliable and automated systems for sustained collection of accurate base line

    data, and the adoption of Information Technology in the areas of energy accounting will be essential for the

    success of the R-APDRP.

    The Programme is proposed to be implemented on all India basis covering Towns and Cities with a

    population of more than 30,000 (10,000 in case of Special Category States) as per population data of 2001

    Census. In addition, in certain high-load density rural areas with significant loads, works of separation of

    agricultural feeders from domestic and industrial ones, and of High Voltage Distribution System (11kV) will

    also be taken up.

  • 8/6/2019 NIT No-215

    4/76

    RFP Identification No.: 215/PR/BSEB/2010

    Logging for all Distribution Transformers & Feeders and SCADA / DMS system. It would include Asset

    Mapping of the entire distribution network at and below the 11kV transformers and include the Distribution

    Transformers and Feeders, Low Tension lines, poles and other distribution network equipment. It will also

    include adoption of IT applications for meter reading, billing & collection; energy accounting & auditing; MIS,Redressal of consumer grievances and establishment of IT enabled consumer service centers etc.

    Part B: It covers renovation, modernization and strengthening of 11 kV level Substations,

    Transformers/Transformer Centers, Re-conductoring of lines at 11kV level and below, Load Bifurcation,

    Feeder segregation, Load Balancing, Aerial Bunched Conductoring in thickly populated areas, HVDS,

    installation of capacitor banks and mobile service centers etc. In exceptional cases, where sub-transmission

    system is weak, strengthening at 33 kV levels may also be considered.

    BIHAR MAP

  • 8/6/2019 NIT No-215

    5/76

    RFP Identification No.: 215/PR/BSEB/2010

    1. General Specification & Scope of Work:Scope of work is preparation of Detailed Project Reports (DPRs) for R-APDRP Part - B as per the

    Format attached as Annexure 27 (R-APDRP PART B DPR PFC TEMPLATE) in the RFP document.

    The Scope of Work covering strengthening, improvement and augmentation of distribution systemunder

    the R-APDRP Part B scheme in the eligible towns as per Guidelines issued by Ministry of Power, Govt. of

    India are enumerated in Annexure - 1 & 25 .

    A comprehensive plan for implementation of Part B projects in the towns of Bihar will be required

    to be drawn-up by the Consultancy Agengy.

    The Consultancy Agency may be required to provide assistance in Technical Evaluation of Bids

    received for the works of strengthening, improvement and augmentation of distribution system to be

    executed in the different Towns after sanction as per the intent of Bihar State Electricity Board.In Bihar, the licensee area of Bihar State Electricity Board covers the whole state having 7 (Seven)

    Electric Supply Areas with 16 (Sixteen) Electric Supply Circles. Under the Electric Supply Areas/Electric

    Supply Circles, 71 (Seventy one) numbers of towns are eligible for implementation of R-APDRP scheme as

    per the criteria laid down in the Ministry of Power, Government of India Guidelines. The Part-A of the R-

    APDRP scheme including projects for establishment of baseline data and IT applications like Meter Data

    Acquisition, Meter Reading, Billing, Collections, GIS, MIS, Energy Audit, New Connection, Disconnection,

    Customer Care Services, Web self service, etc. to get verified baseline AT&C losses is being implemented

    in all the eligible 71 towns. The list of eligible towns indicating the presently existing number of 33kV/11kV

    Power Sub-Stations, number and length of feeders (33 kV & 11 kV), distribution transformers, LT lines and

    Consumers are given Electric Supply Circle-wise at Annexure 29 .

    Under the Scope of Work of the Consultancy Agency, DPRs of 64 (Sixty four) towns is to be

    prepared for the Electric Supply Area-wise and Electric Supply Circle-wise list attached at Annexure

    28. The number of towns may vary, increase or decrease, and there may be slight variation in the Scope

    of Work according to the exigencies of the requirement and locational situation.

    Any improvement suggested for the strengthening and augmentation of the electricity distribution

    system of the sixty four towns to bring down the AT&C Losses within the permissible limits as laid down in

    the Ministry of Power, Govt. of India Guidelines of the R-APDRP scheme should be sufficiently backed up

    by data and relevant analysis as separate annexures in DPRs submitted by the Consultancy Agency.

    The objective of R-APDRP scheme of reducing Aggregate Technical and Commercial (AT&C)

    losses in the project areas (towns) can be achieved by plugging pilferage points, supply of quality power,

    faster identification of faults & early restoration of power, proper metering, strategic placement of capacitor

    banks & switches, proper planning and design of distribution network. The real time monitoring & control of

    the distribution system through state-of-the art systems encompassing all distribution Sub-stations & 11kV

    network would help in achieving this objective of R-APDRP. For deriving maximum benefits it is essential

  • 8/6/2019 NIT No-215

    6/76

    RFP Identification No.: 215/PR/BSEB/2010

    Calculate / Evaluate Feeder wise technical loss.

    Segregate Technical (voltage wise and component wise) & Commercial Losses.

    Identify the problematic areas with high voltage drops, overloaded conductors/transformers and

    technical losses. Check the Adequacy of EHV transformation capacity for supply of power.

    Check the Adequacy of Sub-Transmission capacity at 33 kV level sub-stations.

    Check the Adequacy of 33 kV, 11 kV and 400 volts feeders / lines.

    Overloading of distribution transformers.

    Power Transformer Analysis: This should lead to an analysis whether there is need to augment

    or add a new power transformer. The analysis must be submitted along with date of survey,

    persons interviewed, their names & designations/address and phone numbers. All simulation

    must be done by R-APDRP approved software.

    Patna, the state capital of Bihar, has been identified as the city for implementation of DATA

    CENTRE (DC) under R-APDRP scheme. Patna has a SCADA/DMS Centre, which has been

    implemented under the Xth

    Plan APDRP scheme by M/s Power Grid Corporation of India,

    (Govt. of India Undertaking). The IT Implementing Agency which is to take-up the work of

    establishing the IT infrastructure in the towns identified under R-APDRP scheme, will integratethe IT infrastructure set-up by them with the Data Centre and the existing SCADA/DMS

    systems. The scope of work of the Consultancy Agency shall include suggesting where all

    remote switchable breakers/switches along with their specifications will be desired for the

    SCADA/DMS system. The report should also indicate where all Fault Pass Indicators (O/C &

    E/F) should be installed along the feeders.

    Gaya town has been identified as the city for implementation of DISASTER RECOVERY

    CENTRE (DRC) under R-APDRP. The Disaster Recovery Centre will be replica of the Data

    Centre.

    B) Strategyfor Technical Loss Reduction:

    Preparation of Technical Loss Reduction Strategy & Network Optimization Plan for 33kV,

    11 kV and LT Network including cost benefit analysis.

    (a) The voltage drop analysis shall be performed by considering varying ambient temperature

    conditions & its affect of technical losses shall be taken into account. A comprehensive Technical

    Loss Reduction plan for 33kV, 11kV and LT kV network shall be prepared. The Loss Reduction

    measures to be envisaged and investigated are:

    New substation

    R&M of distribution substation/transformer installation

    S

  • 8/6/2019 NIT No-215

    7/76

    RFP Identification No.: 215/PR/BSEB/2010

    Replacement of consumer service lines prone to tamper and pilferage.

    Replacement of meters

    Shifting of consumer meters at call bell location

    New Service connection

    Metering requirements

    Installation of Switchable Breaker/Switches

    The detailed guidelines issued by PFC regarding items to be included for preparation of DPRs are

    also annexed as Annexure-1.

    (b) The technical loss reduction & network optimization plan shall be carried out using

    Distribution Network Planning Software. The feeder Power factor and Load factor shall be

    estimated from Load survey data of feeders or load data recorded at substation by field staff.

    (c) Network Optimization of existing system:

    Evaluation and Proposing of optimal location / economical sizing of Shunt Capacitors so as to

    improve the system voltage and consequently reducing system losses.

    Proposals for re-conductoring (upgrading conductors, change from Overhead to Underground

    & vice-versa); transformer up-gradation/augmentation; optimal transformer locations.

    Feeder re-configuration in terms of new interconnections and evaluating need of new feeders.(d) Proposed network modifications shall be based on consideration of normal operating &

    emergency conditions.

    (e) Identifying need of new grid substations location and size as per increased load demand.

    (f) Fault calculations at designated locations.

    (g) The schemes to strengthen the network should be prepared such that AT&C Losses be

    reduced to 15% as per the timelines given in the Guidelines laid down by the MoP/PFC.

    (h) In case of interconnected distribution network, propose the different sets of optimal nominal

    cut-offs based on the criteria of reduction in copper losses (I2R losses), over loading conditions, low

    voltage problems and for balancing the loads on feeders equally. Provide optimal switching pattern

    to operate the feeders, in order to minimize copper losses (I2R losses)

    C) Distribution Network Master Plan for 5 Years:

    A Distribution Network master plan for at least the next 5 years shall be prepared, giving

    year wise Network augmentations to meet load growth of approximately 10% per annum. The plan

    drawn up shall satisfy the following requirements:

    Voltage drop on the feeder is limited to statutory limits

    Loading on the feeders shall not exceed break even loading limits set by the utility

    The 11 kV losses shall conform to prevailing international levels,

    The total cost for five years shall be the least cost The total cost being the sum of capital

  • 8/6/2019 NIT No-215

    8/76

    RFP Identification No.: 215/PR/BSEB/2010

    d. Reports must exhibit:

    i. Complete voltage drop reports portable in MS Excel format.

    ii. Distribution network model in CYMDIST/MiPOWER readable format.

    (CYMDIST Distribution System Analysis Program for planning studies and simulating thebehaviour of electrical distribution networks under different operating conditions and

    scenarios. MiPOWER interactive Windows based Power System Analysis.)

    iii. Abnormal condition reports for sections with voltage violations and/or over loads.

    e. A report on the 5 year Master plan for network expansion including switching plans for different

    substations & feeders for improving system conditions. Recommendation of priority wise

    reinforcement / augmentation plan for making network contingent. Detailed report of Cost

    Benefit Analysis for implementing the recommended schemes.

    f. The report of Power Transformers should clearly point out how much technical losses can be

    reduced and system availability can be improved by above system improvement.

    g. The deliverable of 33KV, 11KV, and LT lines should suggest system improvement due to

    various alternatives like re-conductoring, feeder bifurcation etc.

    h. CAIDI, CAIFI, SAIFI, SAIDI, MAIFI Computation for each individual feeder. The deliverables will

    include computing the above mentioned reliability indices of each individual feeder using a

    standard application tool for the purpose of analysis.

    (CAIDI Customer Average Interruption Duration Index.

    CAIFI Customer Average Interruption Frequency Index.

    SAIFI Sum of All Interruptions Frequency Index.

    SAIDI Sum of All Interruptions Duration Index.

    MAIFI Momentary Average Interruption Frequency Index.)

    i. The Distribution Transformers system improvement should suggest reduction in transformerlosses and its effect on overall system loss. The deliverables should include suggestions about

    transformer augmentation, shifting of transformer to appropriate location or additional

    transformer.

    j. The report of LT lines should submit suggested improvements like AB Cabling, HVDS of

    selected area or town, Underground cabling in selected area or densely populated / congested

    areas of towns or areas of historical/pilgrimage/tourist importance. After survey these LT lines

    must be simulated in software (with survey data for locations, LT feeders etc).

    k. The Load Demand Analysis of towns will involve finding on demand met and unrestricted peak

    demand for previous month, previous quarter and for year. The expected growth in the load for

    next five years must be accounted for estimation of future load. The previous years rate of

    growth of different kind of consumers must be depicted. The demand analysis should consider

  • 8/6/2019 NIT No-215

    9/76

    RFP Identification No.: 215/PR/BSEB/2010

    to implementation. This should be simulated and shown using the software showing

    improvement in each of the electrical parameters.

    n. The report should compute the total cost of system improvement including labour charges.

    Report must include financial analysis using Net Present Value, Internal Rate of Return andPayback period calculations.

    o. The report should show the relevant use of GIS and system analysis software applying the

    same at various points of the network. Load flow analysis and voltage regulation study must be

    shown for 33 KV, 11 KV and LT l ines separately.

    p. Technical proposal must mention the proposed approach and methodology along with a case

    study as per the scope of work mentioned above.

    q. These DPRs should be prepared in consultation with Engineer-in-Charge of that particular

    project area in the Performa given in Annexure - 27 and should be finalized in consultation with

    Chief Engineer (RE) In-charge R-APDRP/Nodal Officer R-APDRP for submission to PFC .

    r. The deliverables are required to be submitted complete for each town in soft copy as well as

    hard copy [6 (six) sets each copy].

    3. Methods and Workmanship

    All work should be carried out with quality workmanship by skilled professionals in the trade

    involved. The brief particulars are as follows:-

    (1) Project Report will be prepared for each Town separately.

    (2) Project Report will be prepared as per the guidelines issued by Ministry of Power, Govt. of India

    from time to time for XI Plan Restructured APDRP Part-B projects.

    (3) Basic information of existing electrical system will be collected by Consultancy Agency after

    survey of project area.

    (4) Consultancy Agency will have to attend all queries raised by Nodal Agency PFC/MoP, GOI aswell as BSEB and shall submit supplementary report if required necessary up to approval of

    DPR by PFC. Consultancy Agency will have to furnish all information to queries raised by

    BSEB during the course of survey, investigation and preparation of reports/DPRs.

    (5) Consultancy Agency will be required to submit six (6) copies of DPR with equal number of soft

    copies of final reports of each town. Draft copies of reports and DPRs of each town will be

    submitted in three (3) numbers with the same number of soft copies.

    4. Timelines for Completion of DPR for all 64 Towns

    The DPR for all the 64 towns must be completed in ninety (90) days from the date of

    placement of Letter of Intent. This is a time-bound project and must be completed within the given

    time frame.

    5. Time Schedules:

  • 8/6/2019 NIT No-215

    10/76

    RFP Identification No.: 215/PR/BSEB/2010

    Consultant is appointed to prepare DPR. The DPR of Patna for distribution system strengthening,

    improvement and augmentation will be required to be coordinated with SCADA/DMS DPR.

    (4) The time schedule for preparation of Final DPRs of the towns for submission to Nodal

    Agency (PFC) will be as per Annexure - 16.6. Safety Precautions

    The Consultancy Agency shall take all necessary safety precautions to prevent the

    possibility of any type of accidents during the course of the works. Bihar State Electricity Board is

    not liable for any type of claim occurred on the Agency during the project implementation period.

    7. Co-operation

    The Consultancy Agency shall, at all times, work in close coordination with the Bihar State

    Electricity Board supervising personnel and extend them every facility to become familiar with the

    equipment /tools used for the purpose.

    8. System Drawings:

    The Consultancy Agency shall specifically prepare plans, indicating scale with letters with

    font size not less than one-eighth inch and in an editable format. These plans will show the quantity,

    location, and marking of all system components. It shall also include the descriptions and

    calculations using approved software.

    9. Eligibility Criteria

    The Bidder must possess the requisite experience, strength and capabilities in providing

    the services necessary to meet the requirements. The Bidder must also possess the requisite

    technical know-how and the financial wherewithal that would be required for the preparation of

    DPRs for the entire period of the contract. The Bidder should be well conversant with the norms &

    guidelines of Ministry of Power, Govt. of India/Power Finance Corporation for projects under

    Restructured-APDRP Part-B). The Bidder should have sufficient number of person well qualifiedand conversant with the job.

    The bids must be complete in all respects and should cover the entire Scope of Work as

    stipulated in the bid document and as per annexed proforma of DPR issued by PFC. The invitation

    to bid is open to all bidders who qualify the eligibility criteria as given below:

    Sr.

    No.

    Qualifying Criteria Supporting Documents to be

    provided

    I. The bidder should be an entity empanelled / registered with

    Power Finance Corporation / Rural Electrification Corporation

    / Any Power Distribution Utility /State Electricity Board for any

    activity related with scope of work of this bid.

    Certificate of Registration /

    Empanelment.

    ii. The bidder should be a Private / Public Limited company

  • 8/6/2019 NIT No-215

    11/76

  • 8/6/2019 NIT No-215

    12/76

    RFP Identification No.: 215/PR/BSEB/2010

    the Government agencies or PSUs.

    xiii. The bidder shall have experience in execution of the work of

    the type and category specified in the bid and analysis of

    power distribution network by standard network software.

    The bidder must produce a

    reference certificate from such

    customersxiv. The bidder should have an office in Patna. If the local

    presence is not there in Patna, the bidder should give an

    undertaking for establishment of an office within ONE week of

    Letter of Intent.

    Relevant Documents or

    Undertaking.

    10. INSTRUCTIONS TO BIDDERS

    Preparation of Tender

    (1) Before submission of the tender, the Bidders are required to make themselves fully

    conversant with the Technical Specification, Drawing, Instructions to Bidder, General Requirement

    of Specifications including Schedules and General Conditions of Contract, as may be applicable so

    that no ambiguity arises at a later date in respect.

    (2) Any inconsistency or ambiguity in the offers made by Bidder shall be interpreted to the

    maximum advantage of Bihar State Electricity Board and disadvantage to the Bidder. The Bidder

    shall have no right to question the interpretation to the Client in all such cases and the same shall

    be binding on the Bidder.

    (3) The tenders should be prepared and submitted strictly in accordance with the instruction

    contained in these specifications. The tender shall be complete in all respect. Tender must be

    submitted in the manner specified in the attached prescribed Schedule and/or copies thereof. To

    complete the proposal, the Bidder must fill in the tender form, Declaration, all Schedules &

    datasheet, annexed with the specification, item in accordance with the instructions and notessupplementary thereto. All documents/proposals submitted in the bid offers must be duly signed on

    all sheets/pages by the authorized signatory and duly stamped with company seal. The

    interpolations, insertions, cutting & corrections made in the tender offers should be duly initialed by

    the authorized signatory of the Bidder with due stamping.

    (4) The Bidder shall bear all costs associated with the preparation and submission of its bid

    against the RFP and the BSEB shall not be responsible or liable for those costs, regardless of the

    conduct or outcome of the RFP process. Bidder shall supply the data required in sheets annexed

    with the specifications by typing at appropriate places against each item to facilitate preparation of

    comparative statements. These sheets must be properly signed with seal by authorized signatory of

    the Bidder testifying the data submitted. All schedules must be duly filled in and shall be enclosed

    with each copy of the tender. In case the Bidder does not supply any of the required information at

  • 8/6/2019 NIT No-215

    13/76

    RFP Identification No.: 215/PR/BSEB/2010

    and uploaded on the website of Bihar State Electricity Board as

    corrigendum/amendment/addendum to the specification maintaining reasonable time schedule for

    preparation of bid by the Bidders.

    (6) Any portion of the terms and conditions as laid down in these specification which are not

    clear to the Bidder should be got clarified from the Client before submission of the bid so that no

    ambiguity/confusion arises at a later date in this respect.

    (7) A set of technical, descriptive and illustrative literature must accompany each copy of the

    bid so that clear understanding of offer is obtained. The bids sent by post must be posted by

    registered Post with AD sufficiently in advance so as to reach the Client [Chief Engineer (RE) In-

    charge R-APDRP, BSEB]by the scheduled date and time of submission of bid. Any bid received

    after the date and time of submission even on account of Postal delay shall not be opened. The

    Bidders are, therefore, requested to ensure in their own interest that the bids are delivered in time.

    Bids submitted by Telegram / Telex / Fax / Email etc. shall not be accepted under any

    circumstances.

    (8) The Bidder may authorize one of his representatives to be present at the time of opening

    the bid on his behalf. In such instance, the representative shall be required to submit the

    authorization letter with his signature duly attested by the person signing bid document on behalf of

    the Bidder. This letter shall be submitted to the authority opening the bid. In absence of such

    certificate, no representative shall be allowed to participate in bid opening.

    11. CANVASSING

    No Bidder shall canvass any Client official or the Engineer-In-charge with respect to his

    own or other bid. Contravention of this condition will result in rejection of the bid. This clause shall

    not be deemed to prevent the Bidder from supplying to the Client any further information /

    clarification asked for by Client/Engineer-in-Charge.12. Earnest Money Deposit

    The bidders shall deposit the Earnest Money Deposit amount of Rs.2,00,000/- (Rupees

    Two Lakh) in form of Demand Draftdrawn in favour of Deputy Director of Accounts (Secretariat),

    Bihar State Electricity Board, Patna payable at Patna from any Nationalised/Scheduled Bank.

    a) No offer will be accepted without Earnest Money Deposit.

    b) In case, any bidder withdraws his offer during the validity period or after placement of order, the

    EMD amount shall be forfeited.

    c) In case the successful bidder fails to execute the order within the period stated in Letter of

    Intent, the EMD shall be forfeited.

    d) EMD shall be returned to the un-successful bidders, as soon as possible, after the award has

    been finalized and order is placed.

  • 8/6/2019 NIT No-215

    14/76

    RFP Identification No.: 215/PR/BSEB/2010

    13. Submission of Bid:

    The Bidder shall submit offer in triplicate in the parts indicated below. Each part shall be

    kept in double covers (envelopes), inner ones being sealed. All envelopes must also show on the

    outside the name of bidder and its address. Three Hardcopies and Three Softcopies in CD should

    be submitted. Each technical proposal/price proposal should be marked "Original" or "Copy" as

    appropriate. If there are any discrepancies between the original and the copies of the Proposal, the

    original governs. In the event of any discrepancy between the hard copy and soft copy, the hard

    copy shall prevail. The offer should be submitted in Four (4) parts as detailed here under:

    (i) Part-I shall contain Earnest Money Deposit & Tender Document Cost

    (ii) Part-II shall contain Eligibility Criteria

    (iii) Part III shall contain Technical and Commercial bid

    (iv) Part-IV shall contain Price Bid in the Format given in RFP for

    (a) Consultancy and Preparation of DPRs for 64 (Sixty four) Towns as per Annexure - 21,

    (b) Assistance for Technical Evaluation of Bids received for works to be executed in the

    Towns after sanction as per Annexure 22.

    The Bidder shall submit the bids against the RFP using the appropriate Submission Sheets

    provided in the Annexure Response Formats. These forms must be completed without any

    alterations to their format, and no substitutes shall be accepted. All blank spaces shall be filled in

    with the information requested. The bid must be submitted with covering letter in a separate sealed

    envelope and submitted in the Office of the Chief Engineer (RE) In-charge R-APDRP, Bihar State

    Electricity Board, Vidyut Bhawan, Jawahar Lal Nehru Marg, Patna 800021 upto 1.00 PM on or

    before 22/12/2010. Bids received late, on any account and for any reason whatsoever, will not be

    considered.(A) All the above mentioned parts of this tender enquiry shall be put in separate sealed

    envelopes and all these envelopes shall be properly superscribed as the case may be as:

    (i)Part-I -Earnest Money Deposit and Tender Document Cost,

    (ii) Part-II - Eligibility Criteria,

    (iii) Part-III - Technical & Commercial Bid

    (iv) Part-IV - Price Bid (a) Consultancy and Preparation of DPRs for 64 (Sixty four) Towns

    (b) Assistance for Technical Evaluation of Bids received for works

    Each envelope shall also be superscribed with R-APDRP Part B Project Request For

    Proposal For Consultancy, quoting Part No., Name of Item, Tender No. (RFP Identification No.),

    Validity of Offer, Name and Address of Bidder, due Date of Submission and Date of Opening.

    The Part-IV - Price Bid envelope shall contain two separate sealed envelopes

  • 8/6/2019 NIT No-215

    15/76

    RFP Identification No.: 215/PR/BSEB/2010

    UNDER PART-B OF R-APDRP SCHEME, WITH THE AIM OF REDUCING AT&C LOSSES IN 64

    SELECT TOWNS COVERED UNDER THE SCHEME,

    (B) ASSISTANCE FOR TECHNICAL EVALUATION OF BIDS RECEIVED AGAINST WORKS

    TO BE EXECUTED AFTER THE SANCTION OF THESE DPRs,

    The cover envelope and all envelopes shall be addressed to Chief Engineer (RE) In-charge

    R-APDRP, Bihar State Electricity Board, Vidyut Bhawan, Jawahar Lal Nehru Marg, Patna-800021.

    (C) A certificate shall be properly and securely affixed on the Main Envelope itself to the

    effect that:

    IT IS FURTHER CERTIFIED THAT WE CATEGORICALLY AGREE TO THE FOLLOWING

    CLAUSES OF TENDER SPECIFICATIONS.

    (i) PAYMENT TERMS : AGREED

    (ii) SECURITY DEPOSIT : AGREED

    (iii) LIQUIDATED DAMAGES : AGREED

    (iv) PERFORMANCE GUARANTEE : AGREED

    This certificate shall bear the name and address of the bidder with name and signature of

    the authorized signatory. In absence of above certificate on the Main Envelope itself, the same shall

    not be opened and offer shall stand rejected.

    (D) Even after certification on the body of the main envelope, if any ambiguity is found

    upon opening of the main envelope or even after opening of the Price Bids subsequently, the offers

    shall be rejected.

    (E) The person authorized to sign the offer on behalf of the Bidder as authorized signatory

    shall ensure to put initials on each and every page of the tender with the official seal. Last page of

    each document forming part of the tender shall bear full signature under official seal fully disclosing

    the name, designation and relationship with the Bidder to the Signatory. A copy of the TENDERDOCUMENT shall be submitted with the bid, signed on each page with seal, in Part-III. In case of

    partnership concern, the offer may be signed by all the partners of the firm or one of them holding

    power of attorney. Copy of the power of attorney of the Signatory of bid shall be submitted with the

    bid in Part-III. In case of corporation/company, offer may be signed either by the President or

    Secretary or such authority with power of attorney to be furnished alongwith the offer.

    (F) The sale cost of Tender Document is Rs. 10,000/- (Rupees Ten Thousand). The offers

    of those bidders who do not purchase Tender Document or who do not submit cost of Tender

    Document alongwith their offer in the manner required will not be considered and be rejected. The

    cost of Tender Document is to be deposited in form of Demand Draft in favour of Deputy Director of

    Accounts (Secretariat), Bihar State Electricity Board, Patna payable at Patna from any

    Nationalized/Scheduled Bank. RFP Id ifi i N 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    16/76

    RFP Identification No.: 215/PR/BSEB/2010

    requirements for the above, the second & third part i.e. Eligibility Criteria (Part-II) and Technical &

    Commercial Bid (Part-III) shall be opened on the same date in respect of eligible bidders. The

    opening of the Price Bid shall be notified to technically qualified bidders following completion of the

    technical evaluation.

    The BSEB shall conduct the opening of Bids in the presence of Bidders representatives

    who choose to attend, at the address, date and time specified in this document. All envelopes

    holding the Bids shall be opened one at a time, as required for the purpose intended and the

    following read out and recorded:

    a. the name of the Bidder;

    b. whether there is a deviation, modification or substitution (if any);

    c. any other details as the BSEB may consider appropriate.

    Only Bids read out and recorded at opening stage shall be considered for evaluation. No

    Bid shall be rejected at the opening stage, except for late bids or bids not accompanied with proof

    of having purchased the document.

    15. Validity of Bids

    The offers for Consultancy shall be valid at least for 180 days. Validity of the offer shall be

    counted from the date of opening of the Technical & Commercial Part of the Bids. The offers having

    lesser validity are liable to be rejected.

    16. Validity of Offer for Assistance for Technical Evaluation of Bids for Works

    The work contract with the successful Consultant for the consultancy shall be valid for the

    period which shall extend upto 6 (six) months after the sanction of DPRs to complete the work of

    Assistance for Technical Evaluation of Bids for Works against the order. Completion Certificate for

    entire work shall be issued by the Engineer-in-Charge of BSEB after successful completion of work

    as specified in the Scope of Work. The Price Bid for Assistance for Technical Evaluation of Bids forWorks shall be kept valid for 6 (six) months after the sanction of DPRs

    17. Acceptance of Part / Whole Bids / modification Rights there of

    BSEB reserves the right to accept or reject wholly or partly any or all tender offer, or modify

    the technical specifications / quantities / requirements mentioned in this tender including addition /

    deletion of any of the sub-systems or part thereof after pre-bid, without assigning any reason

    whatsoever. No correspondence in this regard shall be entertained. BSEB reserves the

    unconditional right to place order on wholly or partly tendered quantity to successful bidder.

    18. Variation for Number of Towns

    The BSEB reserves the right to vary the no. of towns to the extent of 30 % of the

    tendered quantities on the same rates, terms and conditions.

    19. Evaluation of Bids

    RFP Identification No : 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    17/76

    RFP Identification No.: 215/PR/BSEB/2010

    19.3 Queries as raised by the Client on the technical matters as may be necessary shall be

    referred to the Bidders to give them chance to clarify only technical details furnished or any wanting

    information, in order to ensure whether the Bidder can deliver strictly in accordance with the

    technical specification. Such queries when raised from the Client office should be replied in

    triplicate within the time stipulated from the date of dispatch of such letters from the office of the

    Client, failing which tenders shall be finalized on the basis of the information as may be available. It

    shall be, therefore in the best interest of the Bidders to give complete and comprehensive technical

    particulars/description in the offers conforming to the technical requirement.

    19.4 Bid price shall mean the base price quoted by each bidder in his proposal for the complete

    scope of works.

    19.5 Pursuant to the qualifying requirements of bidders, the same will be short listed for

    commercial and technical evaluation. The Technical & Commercial Bids for the disqualified bidders

    will not be returned.

    19.6 BSEB will review the Technical & Commercial Bids of the selected bidders to determine

    whether the techno-commercial bids are substantially responsive. Bids that are not substantially

    responsive are liable to be disqualified at BSEBs sole discretion.

    19.7 The evaluation will be made on the basis of quality - cum - cost, with weight-age to quality of

    services and cost in the ratio of 50:50.The overall score will be calculated based on 100 scores.

    (i) Evaluation of Technical & Commercial Bids

    The following criteria shall be used to evaluate the Technical & Commercial Bids. Bidders

    approach/strategy for reduction of AT&C losses mentioned in technical proposal along with case

    study for GIS survey and/or copies of approved DPRs and experience certificates issued by the

    concerned department / organization submitted by the Bidder will be evaluated based on the

    criteria below:A Organizational Strength (15 marks) Marks

    1. The bidder should be a Private / Public Limited

    company registered under the Companies Act, 1956

    or a registered firm. The company/firm should be in

    existence for more than 3 years.

    (Submit proof of registration)

    3-4 years: 3 marks.

    Above 5 years: 5 marks

    2. The Annual Turnover of the bidder should be at least

    Rs. 10 Crores on average for last 3 financial years.

    (Submit extract of audited balance sheet)

    Rs. 10-15 Cr.:3 marks

    Above Rs. 15 Cr.:5 marks

    3 The bidder must have on its roll at least 10 technically

    qualified professionals with certification as

    10-20 professionals: 1 mark

    20-30 professionals: 2 marks RFP Identification No : 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    18/76

    RFP Identification No.: 215/PR/BSEB/2010

    2. Experience of preparation of DPRs.

    (Submit certificates from concerned organization)

    1-3 Towns: 3 Marks

    4-8Towns:8Marks

    Above 8 Towns:15 Marks

    4 Experience of electrical network analysis using

    software tools.

    (Submit certificates from concerned organisation)

    1-3 Towns: 3 Marks

    4-8 Towns: 8 Marks

    Above 8 Towns:15 Marks

    The Bidder must submit documents/certificates in respect of each item above for processing evaluation.

    The Technical scores will be calculated as

    BTS = A+B

    Where

    BTS - Evaluated technical score for the bidder under consideration out of 50.

    A Evaluated score for organizational strength

    B Evaluated score for technical solution

    (ii) Evaluation of Price Bids

    Price Bids of only those bidders who qualify the technical evaluation will be opened. The Price Bids

    are to be quoted as percentage in respect to approved DPR costs estimates. The Price scores will be

    calculated as

    BPS = (LP/BP) x 50

    Where

    BPS - Evaluated price score for the bidder under consideration out of 50.

    LP Lowest percentage quoted

    BP Percentage quoted by the bidder under consideration(iii) Final Evaluation of Bids

    Final Evaluation - The overall score for a bidder will be calculated as follows:

    BOS = BTS + BPS

    Where

    BOS = overall marks (score) of bidder under consideration

    BTS - Evaluated technical score for the bidder under consideration out of 50.

    BPS - Evaluated price score for the bidder under consideration out of 50

    19.8 Correction of Errors:

    a) Proposals will be checked by the Client for any arithmetic errors during the evaluation of the

    Financial Proposal. Errors will be corrected by the BSEB as follows:

    i) Where there is a discrepancy between the amounts in figures and in words, the amount in RFP Identification No : 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    19/76

    RFP Identification No.: 215/PR/BSEB/2010

    the Bidder does not accept the corrected amount of Financial Proposal, its Proposal will be rejected

    and EMD of the bidder will be forfeited and the Bidder will be liable for other appropriate action as

    decided by BSEB.

    19.9 If there is no material deviation in the bid offers in respect of the RFP, the Tender Evaluation

    Committee of the BSEB will take decision on minor deviation if any.

    20. Post Qualification and Award Criteria

    20.1 The award shall be issued to the bidder who scores the highest overall marks (BOM) based

    on the techno-commercial-price evaluation detailed above.

    20.2 The notification of award will constitute the formation of the Contract. The firm order on the

    successful bidder will be placed upon submission of following by the successful bidder:-

    i) Unconditional acceptance of the LOI / POii) Performance Bank Guarantee in the format attached as Annexure - 17 of this RFP

    20.3 The Client is not bound to accept the best evaluated bid or lowest bid or any bid and

    reserves the right to accept / reject any or all bids, wholly or in part, or to annul the bidding process

    at any time prior to the of contract without assigning any reason and without thereby incurring any

    liability to the affected Bidder or Bidders of the grounds for Clients action.

    20.4 The successful Bidder if required to do so, may have to enter into a contract agreement

    with the Client as per General Conditions of Agreement under Annexure - 20 and other Conditions

    attached with the tender specification.

    20.5 For signing the contract a duly authorized representative of the successful Bidder shall be

    indented, failing which it shall be considered that the Bidder is not interested in accepting the offer

    and actions as deemed fit shall be taken by Client without making any further correspondence with

    successful Bidder.

    20.6 The Client will award the Contract to the successful Bidder whose bid has been determined

    to be substantially responsive and has been determined as the best evaluated bid, provided further

    that the Bidder is determined to be qualified to perform the Contract satisfactorily. The Client shall

    be the sole judge in this regard.

    20.7 The bidder shall ensure that the name of the BSEB does not appear in any of its

    advertisements, product demonstrations, sales promotion schemes, or any publicity initiatives,

    without obtaining explicit written permission of the BSEB in this regard. The BSEB, however,

    reserves the right to reject any such request made by bidder.

    21. Splitting of Order

    The Client reserves the right to split the order among various successful bids in any

    manner it chooses, without assigning any reasons whatsoever.

    22. PRICES

    RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    20/76

    22.3 The rate of presently applicable service tax in % age is to be indicated.

    22.4 The bidder should quote prices in (a) Annexure - 21 for Consultancy and Preparation of

    DPRs for 64 (Sixty four) Towns and (b) Annexure - 22 for Assistance for Technical Evaluation of

    Bids received for works of the tender.

    22.5 Bidders quoting prices other than that as per specified format are liable for rejection.

    23. Taxes & Duties:

    For consultancy works presently only Service Tax are chargeable to Consultancy Agency.

    Sales tax, excise duty, local taxes and other levies, in respect of the transaction between

    the Client and the Bidder under the contract, if any, shall be treated included in the bid price and no

    claim on this behalf will be entertained by the Client. For income tax, surcharge on income tax and

    other corporate taxes, the bidder shall be responsible for such payment to the concernedauthorities. If any new statutory tax / Govt. levy is introduced during the contract period, the

    difference of such tax already accounted for by the bidder in his bid and the new revised rate, if

    any, shall be considered for reimbursement or pay back, as the case may be, at actual on

    documentary evidence, provided they are directly affecting the cost of the scope of works.

    The Client shall be authorized to deduct income tax, commercial / any other tax as

    applicable from amount payable to the Bidder as per statutory requirements.

    24. Security Deposit / Performance Guarantee

    24.1 On acceptance of offer by the successful Bidder, the successful Bidder will have to deposit

    an amount equivalent to 10% of the total value of approved cost estimate of the DPR of Patna, in

    the form of Demand Draft / Bank Guarantee from any Nationalised / Scheduled Bank as Security

    Deposit / Performance Guarantee. In case of Bank Guarantee, it should be valid for the period of

    Performance Guarantee issued by any Nationalized / Scheduled Bank. Period of Security

    Deposit/Performance Guarantee shall be Execution period + 2 (two) year Warranty period.

    24.2 Demand Draft / Bank Guarantee is to be drawn in favour of Deputy Director of Accounts

    (Secretariat), Bihar State Electricity Board, Patna. The Demand Draft should be drawn on any

    Nationalized/ Schedule Bank shall be payable at Patna.

    24.3 The Security Deposit / Performance Guarantee shall have to be deposited within 7 (seven)

    days of approval of DPR of Patna by Ministry of Power/PFC.

    24.4 The BSEB shall have the right to forfeit the Security Deposit / Performance Guarantee in

    the event of non-execution or part execution of the orders invoking the penalty clause.

    24.5 The Security Deposit shall be returned to the successful bidder only after due and faithful

    performance of order as per terms and conditions of the order during entire contract period,

    provided there are no claims outstanding to be recovered from the Bidder.

    24.6 In the event of the Consultancy Agencys inability to adhere to the aforesaid provisions,

    RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    21/76

    - 16 (Time Schedule) or work not performed as directed by the Engineer-in-Charge /

    Project In-charge, subject to maximum of 10% (Ten percent) of Security

    Deposit/Performance Guarantee.

    AND/OR cancel the contract for part or whole of the order, with liability on the Consultant.

    26. Terms of Payments

    The payment to the Consultancy Agency for the performance of the works under the

    contract will be made by the Client as per the guidelines and conditions specified herein. All

    payment made during the contract shall be made through account payee cheque only. The final

    payment will be made on completion of all the works and on fulfillment by the Agency of all his

    liabilities under the contract.

    The payment will be made to successful Bidder, in the following manner:(a) Consultancy and Preparation of DPRs for 64 (Sixty four) Towns (Price as per Annexure - 21)

    1. Mobilization Advance 10% DPR of Patna will be prepared first. Against the MoP/PFC

    approved DPR cost estimates of Patna, the mobilization

    advance will be paid @ 10% of the Price Bid quote

    percentage of the approved DPR cost estimates of Patna.

    Mobilization Advance will be released against submission

    of BG of equivalent amount.

    2. Submission of DPR of each town

    with BOQ/BOM and other details

    and PERT Charts including

    resumptions and acceptance &

    approval by BSEB

    30% Payment for DPR of each town will be @ 30% of the

    quoted percentage of the approved DPR cost estimates of

    the town in particular.

    3. Sanction and approval of DPR ofeach town by PFC/MoP

    50% Payment for DPR of each town will be @ 50% of thequoted percentage of the approved DPR cost estimates of

    the town in particular.

    4. Submission of revised DPR, if

    required, and its sanction by

    PFC/MoP and if required, re-

    submission of BOQ / BOM and

    other details.

    20% Payment for DPR of each town will be @ 20% of the

    quoted percentage of the approved DPR cost estimates of

    the town in particular with adjustment of Mobilisation

    advance.

    (b) Assistance for Technical Evaluation of Bids received for works (Price as per Annexure - 22)

    1. Mobilization Advance 10% BID of Patna will be evaluated first. Against the PFC

    approved DPR cost estimates of Patna, the mobilization

    advance will be paid @ 10% of the Price Bid quote RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    22/76

    BSEB

    3. Submission of Final Technical

    Evaluation Report of Bids

    including BOQ/BOM for works to

    be executed for each town

    including its acceptance and

    acceptance by BSEB.

    50% Payment for acceptance of final technical evaluation

    report of bids for works of each town will be @ 50% of the

    quoted percentage for preparation of the approved DPR

    cost estimates of the town in particular.

    26.1 Application for payments:

    o The contractor shall submit application for the payment in the prescribed proforma of the

    Client. Proforma for application for payment is enclosed as Annexure - 26.

    o Each such application shall state the amount claimed and shall set forth in detail, in the

    order of the payment schedule, particulars of DPR of Towns.

    o Every interim payment certificate shall certify the contract value of the works executed up to

    the date mentioned in the application for the payment certificate, provided that no sum shall be

    included in any interim payment certificate in respect of the works that, according to the decision of

    the Engineer, does not comply with the contract, or has been performed, at the date of certificate

    prematurely.

    o The payment of the bill value so raised will be made within 45 days by the BSEB after the

    completion of all contractual formalities & statutory deduction.

    26.2 Authorisation for Payments:

    The Consultant shall submit bills / invoice in triplicate copies for payments due at milestones indicated in the

    payment schedule along with related documents to Chief Engineer (RE) In-charge R-APDRP, BSEB, Patna

    as the case may be. The Consultancy Agency will submit a completion report and a certificate from the

    Engineer-in-Charge of the town concerned for submission for DPR as in proof of having surveyed thedistribution system of the particular town and having had comprehensive discussions with the Engineer-in-

    Charge. The Electrical Executive Engineer (Planning) (R-APDRP), BSEB will certify the receipt of

    documents/goods as required, and obtain the necessary approvals from the competent authority of BSEB

    and forward the invoices with verification certification to the Nodal Officer (R-APDRP), BSEB for counter

    signature and submission to the Chief Engineer (RE) In-charge R-APDRP, BSEB. The Chief Engineer (RE)

    In-charge R-APDRP, BSEB will approve the invoices and authorize payments.

    26.3 Paying Authority:

    The Deputy Director of Accounts (Headquarter), Bihar State Electricity Board, Patna will be

    the Payment Authority.

    27. CONSORTIUM

    27.1 In case the Bidder is a consortium of firms then, the Bidder can submit its bid in consortium

    RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    23/76

    of the financial requirements. The bid shall be signed such as to be legally binding on all the

    members of the consortium jointly and severally.

    27.4 The Bidder shall be designated lead member who shall be in charge of the consortium and

    be duly authorized with power of attorney from constituent members to sign all the documents,

    income liabilities, receive instructions, and receive payment /financial transactions.for and on behalf

    of the consortium. All correspondence and communication shall be done with lead member only.

    28. Jurisdiction

    Any dispute or difference, if any, arising out of or in respect of this tender or contract /

    agreement are due to be settled exclusively at any competent court situated at Patna only. Unless

    stated specifically anything contrary, it shall be deemed the bidder have agreed to all. term and

    conditions mentioned in this tender and the same shall be binding on the bidder.29. Arbitration

    If, at any time, any question, dispute or difference, whatsoever shall arise between the

    BSEB and the Successful Bidder out of the work or anyway connected with this contract /

    agreement, shall be resolved through arbitration of nominated arbitrator/s under provision of Indian

    Arbitration and Conciliation Act 1996 & rules made there under shall be applicable The place of

    arbitration shall be at PATNA .

    30. Force Majeure

    If at any time, during the continuance of this contract, the performance in whole or in part

    by either party under obligation as per the contract / agreement is prevented or delayed by reasons

    of any war or hostility, act of public enemy, civil commotion, sabotage, fire, flood, explosion,

    epidemic, quarantine restrictions, strike, lockout or acts of god (here after referred to eventuality),

    provided notice of happening of any such eventuality is given by either party to the other within 3

    (three) days of the date of occurrence thereof, neither party shall by reason of such an eventuality

    be entitled to terminate this contract nor shall either party have any claim or damages against the

    other in respect of such non-performance or delay in performance.

    31. Correspondence

    Copies of all correspondence on the subject should be sent to Chief Engineer (RE) In-

    charge R-APDRP, Bihar State Electricity Board, Vidyut Bhawan, Jawahar Lal Nehru Marg, Patna-

    800021. In addition, statements showing the details of work completed should also be submitted to

    Chief Engineer (RE) In-charge R-APDRP, BSEB, Patna after completion.

    32. Annexures:

    1. Annexure-1: Guidelines issued by PFC for preparation of Part-B DPRs.

    2. Annexure-2: Tender Submission Form

    3, Annexure-3: Declaration for Bid Submission

    RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    24/76

    12. Annexure-12: Deviations from Instruction to Bidders

    13. Annexure-13: Deviations from General Requirement Specifications

    14. Annexure-14: Deviations from General Conditions of Contract Agreement

    15. Annexure-15: Submission of Earnest money

    16. Annexure-16: Time Schedule

    17. Annexure-17: Bank Guaranty towards Performance Security Deposit

    18. Annexure-18: Agreement

    19. Annexure-19: Form of Bank Guarantee for Advance Payment

    20. Annexure-20: General Provisions & General Conditions of Contract

    21. Annexure-21: Price Bid Consultancy and Preparation of DPRs

    22. Annexure-22: Price Bid Assistance for Technical Evaluation of Bids for Works23. Annexure-23: Undertaking

    24. Annexure-24: Qualifications Requirement Questionnaires

    25. Annexure-25: Scope of Work for Preparation of DPRs

    26. Annexure-26: Proforma of Application for Payments

    27. Annexure-27: Formats forPreparation of DPRs

    28. Annexure-28: List of Towns under R-APDRP

    29. Annexure-29: Details of Assets of Towns of Bihar for Implementation of Part-B

    Chief Engineer (RE) In-charge R-APDRP

    RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    25/76

    Annexure - 1

    GUIDELINES ISSUED BY PFC FOR PREPARATION OF PARTB DPRs

    Broad guideline:

    The following guidelines may be followed for preparation of DPRs for Part B in consultation with Chief

    Engineer (RE) In-charge R-APDRP/Nodal Officer R-APDRP of Bihar State Electricity Board. These

    guidelines (MoP/PFC Guidelines for PartB R-APDRP dated 12.01.2010) are in addition to other guidelines

    issued by Ministry of Power/Power Finance Corporation for preparation of DPRs for Part-B :-

    1. Return on investment for the project shall not be less than 10%.

    2. Project shall be preferably executed on turnkey basis.

    3. Planning for LT lines, DTs etc shall be done, considering load growth for three years and existing

    utilization of transformation capacity & lines.4. Planning for 11 KV lines, Power Transformers and Primary Sub-Stations shall be done, considering load

    growth for five years.

    5. For calculation of future Load, the growth may be on the basis of average of last five year load growth.

    6. Total capacity of Distribution Transformers may be upto 200% of the Power Transformer capacity.

    7. Capacity enhancement of DTs shall not be done in isolation. Capacity enhancement of LT lines shall also

    be clubbed with capacity enhancement of DTs.

    8. All categories of consumer meters can be proposed in Part-B of R-APDRP scheme for replacement from

    electromechanical to electronic meters. AMIs can be considered for deployment. The meters shall be

    tamper proof electronic meter, as per R-APDRP guidelines issued from time to time.

    9. Point No.19 of Part-B DPR guideline shall be replaced with Distribution Transformers procured under R-

    APDRP scheme, shall have efficiency level equivalent / better than that of three star ratings of BEE, where

    ever BEE standard is applicable. For other DTs, where, BEE standard is not applicable, CEA guidelines

    shall be followed (available on CEA web site) ".

    10. Point No.20 of Part-B DPR guideline shall be replaced with In case of new 11 KV feeders/sub-stations /

    DTs are installed at any point of time after sanction of Part-A, utility must make provision for installing AMR

    at appropriate points and ensure integration with IT system proposed/installed in Part-A.

    11. In case of any new asset created at any point of time after sanction of Part-A, Utility must make

    provision for installing AMR at appropriate points and ensure integration with IT system proposed / installed

    in Part-A. Utility should also use GPS survey through GPS machine for new assets created during

    implementation of Part-B scheme and subsequent thereof.The following items may be included by the utilities under PART B:

    S.NO. Nature of work Evaluation method

    1. Replacement of existing HT & LTCT Electromechanical

    consumer meters with two way (AMR compatible, open

    The utility shall provide the number

    of such consumers.

    RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    26/76

    3. Installation of new Distribution Transformers in following

    cases:

    (i) If the length of LT feeder is more than 300 mtr then new

    Distribution transformer may be proposed to improve HT:

    LT ratio.

    (ii) If existing peak load on DT is more than 70% of its rated

    capacity then new DT may be proposed.

    (iii) Even if the length of LT feeder is below 300 meter but

    the peak load on the feeder is more than 70% of rated

    thermal capacity of the conductor, new DT should be

    installed or conductor should be replaced by higher size.4. Provision of Isolator, HT fuse / horn gap & LA at each

    Distribution Transformer, if not provided earlier.

    Alternatively this isolator, HT fuse / horn gap fuse can be

    replaced with drop out fuse with On Load maintenance

    facility thereby reducing system interruptions.

    5. Provision of LT distribution box for control and protection of

    outgoing LT circuits.

    6. Each Distribution Transformer of 25 KVA & above shall be

    provided with minimum two LT feeders. In case of only one

    existing LT feeder, scheme for laying new LT circuit may be

    prepared.

    7. If the peak load on existing 11KV feeder is more than 75%

    of rated thermal capacity of the conductor, conductor withhigher capacity may be proposed or feeder bifurcation may

    be proposed.

    If peak load on existing 33/11KV S/S is more than 80% of

    its transformer capacity or the O/G 11KV Feeders have

    peak load more than 75% of their thermal capacity , new

    33/11KV S/S may be proposed.

    11 Kv feeder segregation may also be proposed for (i)

    reducing boundary metering points (ii) reduce complexities

    involved in consumer indexing, GIS based asset mapping

    (iii) fixing greater accountability and responsibility

    The load growth of next five years

    should be worked out for thepurpose of calculating the capacity.

    (Load growth shall be worked out

    on the basis of last five year

    average load growth).

    8 Intelligent Ring main unit & sectionaliser may be proposed

    RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    27/76

    (ii) 100 KVA : 12 KVR

    (iii) 63 KVA : 8 KVR

    (iv) 25 KVA : 4 KVR

    The Distribution Transformer may be provided with reactive

    compensation controls along with appropriate capacitor

    banks to reduce system losses.

    10. Installation of ABC cables in dense, theft prone &

    congested areas. Both HT & LT ABC may be proposed.

    The capacity of ABC shall be 20% more than that of bare

    conductor, as thermal overloading capacity of ABC is less

    than Bare conductor.11. In theft prone area and to improve HT:LT ratio, HVDS may

    be proposed. Total capacity of HVDS shall be higher by

    20% than conventional LT S/S.

    12. For the towns where SCADA has been proposed , the

    following electrical interfaces shall be included in Part-B :

    (i) Battery Charger at each 33KV S/S if not available.

    (ii) Conversion of overhead 11 KV line with Underground 11

    KV line with installation of Fault Passage Indicators.

    (iii) Motorized breaker for all incoming & outgoing feeders

    at 33 KV substations.

    (iv) Open protocol electronic relays

    (v) Ring Main Unit (SCADA Ready) / sectionaliser.

    (vi) Separate CTs for SCADA purpose may be considered.

    13. 10% line length of 11 KV lines may be considered for auto

    re-closer (self healing) scheme.

    Following documents shall be submitted for cost justification:

    Utility shall provide approved schedule of rate of current financial year for proposed works against

    justification of cost.

    OR

    Utility shall provide approved stock issue rate of current financial year for justification of material cost.

    Utility shall submit cost estimate of each and every proposed work as annexure. This will ensure the

    preliminary study and preparedness of the utility about the work. This will also help in appraising the

    proposed cost in DPR

    RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    28/76

    Annexure - 2

    (Submit with Part I)

    [ LETTER HEAD ]

    TENDER SUBMISSION FORM

    To,

    The Chief Engineer (RE) In-charge R-APDRP

    Bihar State Electricity Board, Vidyut Bhawan

    Jawahar Lal Nehru Marg, Patna 800021

    Sir,

    With reference to your invitation to tender for RFP Identification No. _____/PR/BSEB/2010, I/We

    hereby offer to the Bihar State Electricity Board, Patna the supply and services in the work schedule andschedule of prices annexed herewith in strict accordance with the terms & conditions of the tender

    specifications of the Request for Proposal, to the satisfaction of the purchaser or in default thereof forfeit

    and pay to the Bihar State Electricity Board, Patna the sum of money mentioned in the said conditions.

    I/We agree to abide by this tender for the validity period of 180 days from the date for opening of

    the Technical & Commercial Part bid.

    A sum of Rs. .. (Rupees )

    in the form of Demand Draft in favour of the Deputy Director of Accounts (Secretariat), Bihar State

    Electricity Board, Patna is enclosed with Part-I of the offer as Earnest Money Deposit.

    A sum of Rs. .... (Rupees )

    in the form of Demand Draft in favour of the Deputy Director of Accounts (Secretariat), Bihar State

    Electricity Board, Patna is enclosed with Part-I of the offer as Tender Document Cost.

    I/We hereby undertake and agree to execute an Agreement in accordance with the conditions of

    the contract.

    Encl.: As above

    PLACE: SIGNATURE OF AUTHORISED SIGNATORY

    (BIDDER)

    DATE: NAME IN FULL

    COMPANY SEAL DESIGNATION

    ADDRESS OF BIDDER

    RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    29/76

    Annexure - 3

    (Submit with Part I)

    DECLARATION FOR BID SUBMISSION

    (To be executed on a non-judicial stamp paper of Rs.100/-)

    Tender invited by: Chief Engineer (RE) In-charge R-APDRP, Bihar State Electricity Board, Patna

    Tender for selection of Consulting Agency for

    (a) Conducting the study regarding development of electricity distribution infrastructure covering

    strengthening, improvement and augmentation of system capacity and preparing Detailed Project

    Report (DPR) under Part-B of R-APDRP Scheme, with the aim of reducing AT&C losses in 64

    selected towns covered under the scheme,

    (b) Assistance for technical evaluation of bids received for works of strengthening, improvementand augmentation of distribution system to be executed after the sanction of the DPRs for the

    Towns.

    Name of Bidder:

    RFP Identification Specification No:

    Date of opening:

    IN CONSIDERATION of the Bihar State Electricity Board having treated the Bidder to be an eligible

    person whose tender may be considered, the Bidder hereby agrees to the condition that the proposal in

    response to the above invitation shall not be withdrawn within 180 days (or any extension thereof) from the

    date of opening of Technical & Commercial Bid of the tender, also to the condition that if thereafter the

    Bidder does, withdraw his proposal within the said period, the Earnest Money deposited by him may be

    forfeited by the Bihar State Electricity Board, Patna and at the discretion of the Client, the Client may debar

    the Bidder from tendering in the Bihar State Electricity Boardfor a minimum period of one year reckoned

    from the date of opening of the tender.

    A sum of Rs. 2,00,000/- (Rupees Two Lakh only) in the form of Demand Draft bearing

    no._____________________ dated ___________ in favour of Deputy Director of Accounts (Secretariat),

    Bihar State Electricity Board, Patna is enclosed with Part-I of the offer as Earnest Money Deposit.

    I/We hereby undertake and agree to execute Agreement in accordance with the conditions of the

    contract.

    Signed this Day of 2010

    Signed by

    (Name) Signature

    State title

    RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    30/76

    Annexure - 4

    (Submit with Part II)

    [ LETTER HEAD ]

    GENERAL PARTICULARS

    RFP Identification No: ......

    1. Name of the Bidder

    (a) Head Office address

    (b) Registered Office address

    (c) Postal address of Bidder

    (d) Telegraphic address

    (e) E-mail(f) Telephone

    (g) Fax

    2. Whether manufacturer of equipment for electricity industry

    3. Works of manufacture: If any

    Location with full postal address

    4. Name and address of local representative and his

    telephone number

    5. Name and address of the officer of the Bidder to

    whom all reference shall be made for expeditious

    co-ordination.

    6. Whether the Bidder is sole proprietor / partnership

    concern / Private Ltd. Company / Public

    undertaking / Joint venture / Consortium

    7. Name of foreign collaborator, if any.

    8 Authorized capital of the company.

    9. Total annual turnover of the firm during last three

    financial years.

    10. State whether any relative (s) of Proprietor /

    Directors is working in Bihar State Electricity

    Board

    YES / NO

    11 T (10%) P f S i i YES / NO

    RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    31/76

    16. Give Sales Tax / Trade Tax Number, (Enclose last

    clearance certificate)

    i) Central

    ii) State

    17. Income Tax Clearance Certificate of current and

    the preceding year enclosed or not.

    YES / NO

    18. Have you ever been declared bankrupt? If yes,

    please give details.

    YES / NO

    19. Whether the Bidder is agreeable to execute the

    contract in case the deviations stipulated by him

    are not acceptable to the client.

    YES / NO

    20. Give two reference (Name, Designation and

    complete postal address) who can certify Bidders

    financial status and capacity to undertake such

    works. One of the references should be from any

    Scheduled/Nationalized Bank in India.

    YES / NO

    21. Have you offered any discount and if so, whether

    rebate/discount is in rupees or percentage

    PLACE: SIGNATURE OF AUTHORISED SIGNATORY

    (BIDDER)DATE: NAME IN FULL

    COMPANY SEAL DESIGNATION

    ADDRESS OF BIDDER

    RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    32/76

    Annexure - 5

    INFORMATION TO BIDDERS

    The bidders are invited to submit Techno-Commercial & Financial proposals including qualification

    requirements for providing

    (a) Conducting the study regarding development of electricity distribution infrastructure covering

    strengthening, improvement and augmentation of system capacity and preparing Detailed Project Report

    (DPR) under Part-B of R-APDRP Scheme, with the aim of reducing AT&C losses in 64 selected towns

    covered under the scheme,

    (b) Assistance for technical evaluation of bids received for works of strengthening, improvement and

    augmentation of distribution system to be executed after the sanction of the DPRs for the Towns.

    1. Please note that(i) the costs of preparing the proposal and of negotiating the contract, including visits to the Client, are

    not reimbursable as a direct cost of the assignment; and

    (ii) the Client is not bound to accept any of the proposals submitted.

    2. The bidder shall provide professional, objective, and impartial advice and at all times hold the Clients

    interests paramount, without any consideration for future work, and strictly avoid conflicts with other

    assignments or their own corporate interests. Bidder shall not be hired for any assignment that would be in

    conflict with their prior or current obligations to other clients, or that may place them in a position of not

    being able to carry out the assignment in the best interest of the Client.

    3. Bidders may be hired for downstream work, when continuity is essential, in which case this possibility

    shall be indicated in the Data Sheet and the factors used for the selection of the consultant should take the

    likelihood of continuation into account. It will be the exclusive decision of the Client whether or not to have

    the downstream assignment carried out, and if it is carried out, which consultant will be hired for the

    purpose.

    4. The Bidder shall observe the highest standard of ethics during the selection and execution of such

    contracts. In pursuance of this policy, the Client:

    (a) defines, for the purposes of this provision, the terms set forth below as follows:

    (i) corrupt practice means the offering, giving, receiving, or soliciting of anything of value to influence

    the action of a public official in the selection process or in contract execution; and

    (ii) fraudulent practice means a misrepresentation of facts in order to influence a selection process or

    the execution of a contract to the detriment of the Client, and includes collusive practices amongbidders (prior to or after submission of proposals) designed to establish prices at artificial,

    noncompetitive levels and to deprive the Client of the benefits of free and open competition.

    (b) will reject a proposal for award if it determines that the firm selected for award has engaged in corrupt

    or fraudulent activities in competing for the contract in question;

    RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    33/76

    Annexure - 6

    (Submit with Part III)

    [ LETTER HEAD ]

    DECLARATION BY THE BIDDER

    ((To be submitted on non judicial stamp paper of Rs.100.00)

    (In case director or any relationship of the directors of the firm exist with any BSEB Officer or

    employees retired or serving)

    I/We....Director(s) of

    M/s............ hereby declare that the following serving

    or retired officers or employees of the Bihar State Electricity Board (including companies formed) are

    partners or have shares or have interest in the firm.(i) (ii) (iii)

    1. Name(s)

    2. Status in BSEB

    3. Address/Telephone No.(s)

    4. Status in the firm

    And/OR

    The relationship of the Director(s) of the firm exists with the following serving or retired officer or

    employees of Bihar State Electricity Board (including companies formed). The relationship to the extent of

    Wife, Father, Mother, Son, Daughter, Son-in-law or Daughter-in-law, Nephew & Niece etc., is to be

    considered.

    (i) (ii) (iii)

    1. Name(s)2. Status in BSEB

    3. Address/Telephone No.(s)

    4. Relationship with the Director(s)

    PLACE: SIGNATURE OF AUTHORISED SIGNATORY

    (BIDDER)

    DATE: NAME IN FULL

    COMPANY SEAL DESIGNATION

    RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    34/76

    Annexure - 7

    (Submit with Part III)

    [ LETTER HEAD ]

    TECHNO-COMMERCIAL QUESTIONNAIRE

    The bidders are requested to confirm acceptance of following terms and conditions along with documentary

    proof. This schedule must be submitted as Part-III of the offer duly filled, signed & stamped along with

    supporting documents:

    Name of Bidder: ______________________________________________________________

    Sl.

    No.

    Particulars Confirm

    Acceptance

    (Yes / No)1 Turnover

    Whether Minimum Average Annual Turnover is as per the tender requirement

    2 Tender Document Cost

    Tender Document Cost deposited before last date and time of bid submission.

    3 Validity

    Whether the offer is valid for 180 days from the date of opening of Techno-

    commercial bid

    4 Earnest Money

    Details of Earnest Money Deposits furnished.

    Rs. 2,00,000/- (Rupees Two Lakh only) in the form of Demand Draft in favour

    of Deputy Director of Accounts (Secretariat), Bihar State Electricity Board,

    Patna.

    5 Taxes and Duties

    Please Conform that prices quoted are on FIRM basis inclusive of all

    Charges/Taxes / Duties except service tax.

    6 The bidder should have experience of mobilization of input data and creation

    of computer model of at least 1000 km of Electrical Network

    7 Security Deposit

    Whether agreeable to furnish Security Deposit/Performance Guarantee @

    10% (ten percent) as Demand Draft/Bank Guarantee as stipulated in Clause

    24of tender document

    8 Payment clause

    Whether agreeable to Payment terms as per Clause 26 stipulated in tender

    document

    RFP Identification No.: 215/PR/BSEB/2010

  • 8/6/2019 NIT No-215

    35/76

    13 Eligibility Criteria Documents

    Whether documents are attached as stipulated in Clause 9 of tender

    document

    14 Whether the bidder is old contractor of BSEB

    If yes, whether documentary evidence is enclosed.

    Indicate details for which orders are already available with you as on the date

    of submission of this bid along-with photocopies of such orders.

    15 Confirm that bidder have gone through the Technical Specifications of various

    items detailed in Tender Document and will supply the material conforming to

    specifications.

    16 Whether photocopy of the following have been encloseda) Certificate of Incorporation

    b) Memorandum and Article of Association of the Company

    c) Sales Tax Registration (TIN)

    d) Service Tax Registration

    e) Permanent Account Number (PAN)

    f) Profit and loss accounts and Turn over for last 3 years duly certified by the

    Charted Accountant up to the last financial year

    g) Copies of Income Tax Return for last 3 Years

    17 List of Directors, their names, addresses, telephone numbers .& mobile

    numbers

    18 Any other information that bidder may, like to give in order to highlight his offer.

    19 Bidder has carefully read General Terms & Conditions of the Tender

    Document and accepted the same

    PLACE: SIGNATURE OF AUTHORISED SIGNATORY

    (BIDDER)

    DATE: NAME IN FULL

    COMPANY SEAL DESIGNATION

    ADDRESS OF BIDDER

    RFP Identification No.: 215/PR/BSEB/2010

    A 8

  • 8/6/2019 NIT No-215

    36/76

    Annexure - 8

    (Submit with Part III)

    [ LETTER HEAD ]

    Details of similar Work Experience

    We furnish herewith the record of our performance and experience of quoted items as follows:

    S.N. Name and Address

    of order placing

    authority

    Order Number

    and Date

    Details of work

    for which

    orders placed

    Details of works

    executed and

    Actual

    Completion Date

    Value of

    Order (Rs.)

    PLACE: SIGNATURE OF AUTHORISED SIGNATORY

    (BIDDER)

    DATE: NAME IN FULL

    COMPANY SEAL DESIGNATION

    ADDRESS OF BIDDER

    Note: - Photocopy of the orders & satisfactory completion / performance reports received from order placing

    authorities should be enclosed.

    RFP Identification No.: 215/PR/BSEB/2010

    Annexure 9

  • 8/6/2019 NIT No-215

    37/76

    Annexure - 9

    (Submit with Part III)

    [ LETTER HEAD ]

    Annual Turnover Statement

    Financial Year Annual Turnover

    (Rs.)

    Profit / Loss

    (Rs.)

    2006 2007

    2007 2008

    2008 2009

    2009 2010

    (1) In case bidder is a consortium of Firms, turnover of its lead member may be detailed separately

    year wise. All the members of consortium shall have to fill above particulars, separately.

    (2) Certified Copies of audited Balance sheets with Profit & Loss account statement for last 3 years

    must be enclosed along with the bid

    PLACE: SIGNATURE OF AUTHORISED SIGNATORY

    (BIDDER)

    DATE: NAME IN FULL

    COMPANY SEAL DESIGNATION

    ADDRESS OF BIDDER

    RFP Identification No.: 215/PR/BSEB/2010

    Annexure 10

  • 8/6/2019 NIT No-215

    38/76

    Annexure - 10

    (Submit with Part III)

    [ LETTER HEAD ]

    DEVIATIONS FROM COMMERCIAL SPECIFICATIONS

    The deviations & variations to the Commercial specifications stipulated in the tender, for the items quoted

    are, as under:-

    Sl.

    No.

    Condition Clause No. of tender

    document

    Page No. of Tender

    document

    Statement of

    deviations and

    Variations

    1 2 3 4 5

    i/We certify that except for aforesaid deviations, the entire order, if placed, on us shall be executed in

    accordance with your specifications and any other conditions, variations/deviations etc. if found, elsewhere

    in our offer should not be given any considerations while finalizing the tender.

    PLACE: SIGNATURE OF AUTHORISED SIGNATORY

    (BIDDER)

    DATE: NAME IN FULL

    COMPANY SEAL DESIGNATION

    ADDRESS OF BIDDER

    All deviations from the "Commercial Specification" shall be filled in clause by clause, in this

    schedule Compliance with the specifications will be taken as granted if the deviations are not specifically

    RFP Identification No.: 215/PR/BSEB/2010

    Annexure - 11

  • 8/6/2019 NIT No-215

    39/76

    Annexure - 11

    (Submit with Part-III)

    [ LETTER HEAD ]

    DEVIATIONS FROM TECHNICAL SPECIFICATIONS

    The deviations & variations to the Technical specifications stipulated in the tender, for the items quoted are,

    as under:-

    Sl.

    No.

    Condition Clause No. of tender

    document

    Page No. of Tender

    document

    Statement of

    deviations and

    Variations

    1 2 3 4 5

    i/We certify that except for aforesaid deviations, the entire order, if placed, on us shall be executed in

    accordance with your specifications and any other conditions, variations/deviations etc. if found, elsewhere

    in our offer should not be given any considerations while finalizing the tender.

    PLACE: SIGNATURE OF AUTHORISED SIGNATORY

    (BIDDER)

    DATE: NAME IN FULL

    COMPANY SEAL DESIGNATION

    ADDRESS OF BIDDER

    All d i ti f th "T h i l S ifi ti " h ll b fill d i l b l i thi h d l

    RFP Identification No.: 215/PR/BSEB/2010

    Annexure - 12

  • 8/6/2019 NIT No-215

    40/76

    Annexure 12

    (Submit with Part-III)

    [ LETTER HEAD ]

    DEVIATIONS FROM "INSTRUCTION TO BIDDERS

    The deviations & variations to the Instructions to Bidders specifications stipulated in the tender, for the items

    quoted are, as under:-

    Sl.

    No.

    Condition Clause No. of tender

    document

    Page No. of Tender

    document

    Statement of

    deviations and

    Variations

    1 2 3 4 5

    i/We certify that except for aforesaid deviations, the entire order, if placed, on us shall be executed in

    accordance with your specifications and any other conditions, variations/deviations etc. if found, elsewhere

    in our offer should not be given any considerations while finalizing the tender.

    PLACE: SIGNATURE OF AUTHORISED SIGNATORY

    (BIDDER)

    DATE: NAME IN FULL

    COMPANY SEAL DESIGNATION

    ADDRESS OF BIDDER

    RFP Identification No.: 215/PR/BSEB/2010

    Annexure - 13

  • 8/6/2019 NIT No-215

    41/76

    (Submit with Part III)

    [ LETTER HEAD ]

    DEVIATIONS FROM GENERAL REQUIREMENT SPECIFICATIONS

    The deviations & variations to the General Requirement specifications stipulated in the tender, for the items

    quoted are, as under:-

    Sl.

    No.

    Condition Clause No. of tender

    document

    Page No. of Tender

    document

    Statement of

    deviations and

    Variations

    1 2 3 4 5

    i/We certify that except for aforesaid deviations, the entire order, if placed, on us shall be executed in

    accordance with your specifications and any other conditions, variations/deviations etc. if found, elsewhere

    in our offer should not be given any considerations while finalizing the tender.

    PLACE: SIGNATURE OF AUTHORISED SIGNATORY

    (BIDDER)

    DATE: NAME IN FULL

    COMPANY SEAL DESIGNATION

    ADDRESS OF BIDDER

    All deviations from the "General Requirement Specification" shall be filled in clause by clause, in

    this schedule Compliance with the specifications will be taken as granted if the deviations are not RFP Identification No.: 215/PR/BSEB/2010

    Annexure - 14

  • 8/6/2019 NIT No-215

    42/76

    (Submit with Part III)

    [ LETTER HEAD ]

    DEVIATIONS FROM GENERAL CONDITIONS OF CONTRACT AGREEMENT

    The deviations & variations to the General Conditions of contract Agreement specifications stipulated in the

    tender, for the items quoted are, as under:-

    Sl.

    No.

    Condition Clause No. of tender

    document

    Page No. of Tender

    document

    Statement of

    deviations and

    Variations

    1 2 3 4 5

    i/We certify that except for aforesaid deviations, the entire order, if placed, on us shall be executed in

    accordance with your specifications and any other conditions, variations/deviations etc. if found, elsewhere

    in our offer should not be given any considerations while finalizing the tender.

    PLACE: SIGNATURE OF AUTHORISED SIGNATORY

    (BIDDER)

    DATE: NAME IN FULL

    COMPANY SEAL DESIGNATION

    ADDRESS OF BIDDER

    All deviations from the "General Conditions of contract Agreement Specification" shall be filled in

    clause by clause in this schedule Compliance with the spe