maharashtra jeevan pradhikarn request for ......5 contractor no. of correction executive engineer...

49
1 Contractor No. of Correction Executive Engineer MAHARASHTRA JEEVAN PRADHIKARN Request for Proposal and Terms of Reference For appointment of Consultant for Providing pre-tender and post-tender consultancy services to the Maharashtra Jeevan Pradhikaran to setup 2.5 MW Solar Power Plant for Improvement to Beed Water Supply Scheme under AMRUT, Tq. Beed, Dist. Beed. OFFICE OF THE EXECUTIVE ENGINEER M. J. P. DIVISION, BEED

Upload: others

Post on 22-Feb-2020

9 views

Category:

Documents


0 download

TRANSCRIPT

1

Contractor No. of Correction Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARN

Request for Proposal and Terms of Reference

For appointment of Consultant for Providing pre-tender and post-tender consultancy services to the Maharashtra Jeevan Pradhikaran to setup 2.5 MW Solar Power Plant for Improvement to Beed Water Supply Scheme under AMRUT, Tq. Beed, Dist. Beed.

OFFICE OF THE EXECUTIVE ENGINEER

M. J. P. DIVISION, BEED

2

Contractor No. of Correction Executive Engineer

Contents Press Tender Notice 4 Detailed Tender Notice 6 1. Introduction .......................................................................................................................................... 13

1.2 Main Features of the scheme ....................................................................................................... 13

1.3 Pumping Machinery & Load Details ............................................................................................ 13

1.4 Assignment Objective ................................................................................................................... 13

1.5 Geographical Location and Communication & Land Details ....................................................... 14

1.6 Scope of Work ............................................................................................................................... 14

1.6.1 PFR & DPR Preparation ....................................................................................................... 14

1.6.2 Tender preparation and Evaluation of Bids ......................................................................... 17

1.6.3 Project Management Consultancy ....................................................................................... 19

2. Selection of Consultant ....................................................................................................................... 21

3. Deliverables and Timeline ................................................................................................................... 21

4. Eligibility Criteria .................................................................................................................................. 23

5. Key Professional Staff ......................................................................................................................... 23

6. Preparation of Proposal ...................................................................................................................... 24

7. Evaluation Criteria ............................................................................................................................... 24

8. Award Criteria ...................................................................................................................................... 25

9. Tender Validity Period ............................................................................................................................ 26

10. Right to reject any or all proposals ...................................................................................................... 26

11. Pre-Tender Conference ........................................................................................................................ 26

12. Payment Schedule................................................................................................................................ 26

13. Taxes and Levies .................................................................................................................................. 27

14. Submission of proposal and opening of bids....................................................................................... 27

15. Documents to be submitted ................................................................................................................. 27

APPENDIX-I ................................................................................................................................................. 30

3

Contractor No. of Correction Executive Engineer

Form-1 Letter of Proposal ........................................................................................................................... 30

APPENDIX-I ................................................................................................................................................. 33

Form-2 Particulars of the Applicant ............................................................................................................ 33

APPENDIX-I ................................................................................................................................................. 35

Form-3 Power of Attorney ........................................................................................................................... 35

APPENDIX-I ................................................................................................................................................. 37

Form-4 Particulars of Key Personnel .......................................................................................................... 37

APPENDIX-I ................................................................................................................................................. 38

Form-5 Proposed Methodology and Work Plan ......................................................................................... 38

APPENDIX-I ................................................................................................................................................. 39

Form-6 Experience of Applicant# ............................................................................................................... 39

Certificate from the Statutory Auditor ................................................................................................. 40

APPENDIX-I ................................................................................................................................................. 41

Form-7 Experience of Key Personnel@ ..................................................................................................... 41

APPENDIX-I ................................................................................................................................................. 42

Form 8 Eligible Assignments of Applicant .................................................................................................. 42

APPENDIX-I ................................................................................................................................................. 43

Form -9 Curriculum Vitae (CV) of Key Personnel ...................................................................................... 43

APPENDIX-I ................................................................................................................................................. 44

Form -10 Affidavit for Black listing .............................................................................................................. 44

APPENDIX-I ................................................................................................................................................. 45

Form -11 PQ Criteria Information ............................................................................................................... 45

APPENDIX-I ................................................................................................................................................. 47

Form -12 List of documents in support of PQ Criteria ............................................................................... 47

APPENDIX-II................................................................................................................................................ 48

Financial Proposal ................................................................................................................................... …48

4

Contractor No. of Correction Executive Engineer

PRESS TENDER NOTICE

5

Contractor No. of Correction Executive Engineer

महारा जीवन ािधकरण िवभाग बीड ई-िनिवदा सूचना . १ सन २०१८-१९

अमृत अिभयान अंतगत सुधारीत बीड पाणी पुरवठा योजनेकिरता काडीवडगाव ता. वडवणी िज. बीड व ईट ता. िज. बीड यथे २.५ मेगाव ॅ ट सौर ऊज क प उभारणी या कामासाठी िनिवदे पूव व िनिवदे नंतर स ला दे याकिरता स लागाराची नेमणूक करणे या कामाची िनिवदा महारा जीवन

ािधकरणाकडून मागिव यात येत आहे. कामाची अंदािजत िकमत . ७,०९,५६०/- असून या कामासंबंधीचा सिव तर तपशील www.mahatenders.gov.in या संकेत थळावर उपल ध आहे.

िदनांक: १६/०४/२०१८ सही/- कायकारी अिभयंता मजी ा िवभाग, बीड

Maharashtra Jeevan Pradhikaran Division Beed E-Tender Notice No. 1 for 2018-19

Maharashtra Jeevan Pradhikaran Division Beed invites e-Tender for the work of Imp. to Beed Water Supply Scheme under AMRUT for appointment of Consultant for providing Pre-tender and post-tender consultancy services to the Maharashtra Jeevan Pradhikaran to setup 2.5 MW Solar Power Plant at Kadiwadgaon Tal. Wadwani Dist. Beed and Eit Tal. & Dist. Beed in the state of Maharashtra valued at Rs.7,09,560/-. Please visit the website www.mahatenders.gov.in for detailed information. Date: 16/04/2018 Sd/- Executive Engineer MJP Division Beed

6

Contractor No. of Correction Executive Engineer

DETAILED TENDER NOTICE

7

Contractor No. of Correction Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE AURANGABAD

MAHARASHTRA JEEVAN PRADHIKARAN DIVISION BEED

DETAILED TENDER NOTICE No. 1 of 2018-19

On behalf of MJP, Executive Engineer Maharashtra Jeevan Pradhikaran, Division, Beed online e-tender are invited from the experienced consultant in solar Sector and fulfil the pre-qualification criteria for following work. Bidding document can be seen and downloaded from website “https://mahatenders.gov.in”. 1. Name of Work. Imp. To Beed Water Supply Scheme under AMRUT Tal. & Dist. Beed

For appointment of Consultant for Providing

pre-tender and post-tender consultancy

services to the Maharashtra Jeevan

Pradhikaran to setup 2.5 MW Solar Power

Plant at Kadiwadgaon Tal. Wadvani Dist.

Beed, & Eit Tal. & Dist. Beed

2. Downloading cost of tender documents Rs. 2240/- (including GST)

3. E.M.D. Rs 7100/- EARNEST MONEY DEPOSIT The Tender fee and EMD shall be paid through SBI Net Banking. The online payment procedure can be seen on https://mahatenders.gov.in Announcements Online Tender Fee :

The amount collected in the pooling account towards tender fee for all bidders shall be remitted to the respective bank account of the State PSUs/ State Autonomous Bodies /Boards etc. EMD: The EMD will be retained in the polling account and will be refunded to bidders at different stage of tender for unqualified / unsuccessful bidders. EMD of successful bidder

8

Contractor No. of Correction Executive Engineer

10 Dy Engine er(Mech ) will be ultimately refunded after selection of the successful bidder at the time of execution

the contract. In case the MJP decides to forfeit/ adjust the EMD amount of the bidder, the

EMD amount in such cases shall be credited to the bank account of the MJP the mandate

for EMD refund / forfeit / adjustment against security deposit shall trigger from e-tender

application of NIC portal. SECURITY DEPOSIT

A) 4% of the estimated cost or accepted tender cost whichever is higher

i) Initial Security Deposit

2% of estimated cost or accepted tender cost whichever is higher in the form of fixed deposit receipt or bank guarantee

ii) Deductions through R.A. Bills

Balance 2% amount will be recovered through each running bill at

4% of the gross amount of RA Bill to the extent that total required security deposit is to be recovered.

B) Additional Security Deposit

If the accepted offer of the contract is below 10% after comparison

of offer, the additional security deposit shall be furnished by the agency as below before issue of work order. This security deposit is in addition to initial security deposit

i) If offer is upto 10% below - 1%

ii) If offer more than 10% and - 15% upto 15% below

The initial security deposit and additional security deposit may be in

the form of bank guarantee issued by a nationalized/scheduled bank or fixed deposit in the name of “Executive Engineer, Maharashtra Jeevan Pradhikaran Division, Beed” and shall be for a minimum period of 84 Weeks and shall be extended suitably if the work is not completed within the time limit. The Bidder shall have to furnish this security deposit with initial security deposit

STAMP DUTY

The contractor shall bear the revenue stamp duty on total security deposit of the agreement and/or additional security deposit (payable as per tender condition), as per the Indian stamp duty (1985) (latest revision) provision applicable during contract period.

9

Contractor No. of Correction Executive Engineer

TIME OF COMPLETION

84 Weeks. This will be counted from the date of issue of the work order. DETAILED TENDER SCHEDULE Activities Date & Time

1. Publishing date 16.04.2018 at 11.00 Hrs

2. Document download start date 16.04.2018 from 13.00 Hrs

3. Document download end date 10.05.2018 upto 17.00 Hrs

4. Pre-bid meeting date 23.04.2018 at 14.00 Hrs

5. Bid submission start date 25.04.2018 from 11.00 Hrs

4. Bid submission closing date 10.05.2018 up to 17.00 Hrs

7. Bid opening date (Technical) 14.05.2018 at 16.00 Hrs

8. Bid opening date (Financial) Will be intimated Separately

PRE QUALIFICATION CRITERIA

The Consultant should have successfully completed commissioned the following mentioned works The Bidder should have experience of successfully completing the following work. The experience of the work shall be under a single contract and certificate submitted shall be in the name of Bidder

Sr. No. PQ Criteria Details Minimum PQ Criteria

(1) (2) (3)

1 Installed Capacity of plant successfully completed in a Twice the capacity of single project (Assignment consisting of tasks as per proposed plant (in MW) scope of work, upto successful completion)

2 No. of Engineers having experience in solar sector, 2 Nos. working with the consultants

3 Team Leader Experience of successful assignments in Twice the capacity of MWs (Assignment consisting of tasks as per scope of proposed plant (in MW) work, upto successful completion)

4 Solar Sector Expert Experience of successful Twice the capacity of assignments in MWs (Assignment consisting of tasks proposed plant (in MW) as per scope of work, upto successful completion)

10

Contractor No. of Correction Executive Engineer

Apart from the above experience certificates of following documents are essential for Pre-qualification

1) The consultant should have been expert in solar sector. 2) The consultant should have to produce the attested copy of VAT Registration No. / Or

TIN No. & GST No. 3) The Consultant should have to produce the attested copy of PAN card. 4) The list of work in hand with the date of work order and the current

Status of these works.

The present status of work shall be in percentage only. If the works as incomplete due to some specific reasons like land acquisition, for want of power etc the same shall be specifically mentioned. Contractor shall ensure that information furnished in the document as above, is correct, failing which contractor shall be liable for disqualification.

The firm should produce all the experience certificates towards the proof of the above experience duly counter signed by the officer not below the rank of Superintending Engineer or equivalent officer of any other organization. 6. Pre Tender Conference Pre-tender conference is open to all prospective consultants & will be held on 23/04/2018 at 14.00 Hrs in the office of the Superintending Engineer (M), Maharashtra Jeevan Pradhikaran, Nagpur wherein the prospective consultants will have opportunity to obtain clarifications regarding the work and the RFP & TOR conditions. The prospective consultants are free to ask for any additional information or clarification either in writing or orally and replay to the same will be given in writing and this clarification referred to as common set of conditions, shall also be common and applicable to the consultants. The minutes of this meeting along with letters of consultants shall be the part and parcel of the RfP & TOR documents. SUBMISISON OF TENDER:- Bids must be accompanied with: Necessary documents shown at Serial No.15 of Booklet.

The guidelines to download the tender document and online submission of bids and procedure of tender opening can be downloaded from website “https://mahatenders.gov.in”.

Bid shall be treated as invalid if scanned copy as mentioned in above are not submitted online along the bid and / or original net banking receipt is not submitted as per above. The date and time of online submission shall strictly apply in all cases. The Bidders should ensure that their tender is prepared online before the expiry of the scheduled date and time and then submitted online before the expiry of the scheduled date and time. Offers not submitted online will not be entertained.

If for any reason, any interested bidder fails to complete any of online stages during the complete tender cycle, department shall not be responsible and any grievance regarding that shall not be entertained.

11

Contractor No. of Correction Executive Engineer

VALIDITY OF THE OFFER

90 days from the date of opening of tender DATE OF ONLINE OPENING OF TENDER

Dt 14.05.2018 at 16.00 Hrs in the office of the Superintending Engineer(M), Maharashtra Jeevan Pradhikaran, Nagpur OPENING OF TENDER

The tenders will be opened on the date specified in the tender notice in the presence of the intending bidders or their authorized representative to whom they may choose to remain present along with the copy of the original documents submitted for pre-qualification. Following procedure will be adopted for opening of the tender. Envelope No. I (Technical bid) First of all, Envelope No.1 (Technical bid) of the Bidder will be opened online through e-tendering procedure to verify its contents as per requirements. Scanned copies of following documents shall be in Envelope No.1 (Tech Bid)

1. This RFP with signature on each page including minutes of pre-bid meetings

2. The documents supporting the eligibility criteria. (To support the claim of successful

completion of projects, the consultants are advised to submit the Completion

certificate/ work orders from the respective clients.)

3. Name and profile of the key professionals on the attached format along with the offer.

4. All the Documents as shown above as well as below for fulfilment of PQ Criteria. All

the forms in Appendix-I of this document.

If the various documents contained in this envelope do not meet the requirements of the MJP, as stated above a note will be recorded accordingly by the tender opening authority and the envelope no. II (financial bid) of such Bidders will not be considered for further action and the same will be rejected.

14 Dy Engine er( Mech )

Envelope No. II (Financial bids)

This envelope {Financial (Price) Proposal (Appendix-II of this document)} shall be opened online through e-tendering procedure after opening of envelope no.1 only, if the contents of envelope no.1 are found to be acceptable to the MJP. The tendered rate shall then be read out by the tender opening authority.

11. RIGHT RESERVED

a) Right to reject any or all tenders without assigning any reason thereof is reserved by the competent authority whose decision will be final and legally binding on all the Bidders.

12

Contractor No. of Correction Executive Engineer

b) Tender with stipulations for settlement of a dispute by reference to arbitration will not be entertained.

Executive Engineer, Maharashtra Jeevan Pradhikaran

Division, Beed

13

Contractor No. of Correction Executive Engineer

1.Introduction

1.1 Background

Maharashtra Jeevan Pradhikaran is established under the Maharashtra Jeevan Authority Act, 1976, as a Special Purpose Vehicle for rapid development and proper regulation of water supply and sewerage. It was formed to provide Project Management Services (PMC), operation and maintenance (O&M) services for water supply and sanitation (WSS) schemes to urban and rural local bodies in the state of Maharashtra.

1.2 Main features of Improvement to Beed Water Supply Scheme under AMRUT

Improvement to Beed Water Supply Scheme Tq. Beed is sanctioned under AMRUT program year 2016-17 for the action plan year 2016-17. Maharashtra Jeevan Pradhikaran is the implementing agency for this project.

1.3 Pumping machinery & Load details

The details of pumping machinery installed at various pumping stations are as under:

S. No. Particulars Installed Capacity in

kW

Working Hrs./Day

Total working Load kW

1 Raw Water Pumping Machinery at Majalgaon Dam, Headworks at Kadiwadgaon, Tal. Wadvani, Dist. Beed

1850 20 1110

2 Pure Water Pumping Machinery near Water Treatment Plant at Eit village Tal. Beed, Dist. Beed

1800 20 1140

Total 3650 2250 1.4 Assignment Objective

Providing uninterrupted power to the equipments provided.

Saving of precious fossil fuels.

Noiseless, pollution free and Eco-friendly power.

Saving in O & M cost.

14

Contractor No. of Correction Executive Engineer

1.5 Geographical Location and Communication & Land details Proposed SPV power plant will be set up in the premises of Headworks at Kadiwadgaon Tal. Wadvani Dist. Beed and Water treatment plant at Eit Village Tal. Beed Dist. Beed. The Headworks is around 41 km from Beed, while Water Treatment Plant is around 16 km from Beed. Approximate location of Headworks & WTP is as below:

Latitude Longitude Majalgaon Headworks 19011’11.90” N 76010’42.69” E WTP at Eit 19003’09.7” N 75053’15.4” E

Land at WTP is available having area of around 7 acres. This land is available at the site of Eit village near WTP. Consultant shall consider the roof area of Existing & Proposed WTP building and remaining open WTP area.

1.6 Scope of Work

1.6.1 Detailed Project Report preparation

Detailed Project Report should cover: 1. Study of the load requirement and captive consumption, the proposed solar system

and existing grid connections, assessment of captive consumption & compatibility for solar project

2. Assessment of solar resources available at the proposed site and investigation of the site.

3. Collection, verification and evaluation of solar radiation resource data and local meteorological data and calculation of energy yield based on analysis of direct and diffused solar radiation, seasonal and daily characteristic, load factor.

4. Recommendation on site & selection of technology for the development of proposed project.

5. Design of plan with estimated electricity generation of solar PV power plant based on the solar re-source assessment of the site, technology & design considerations.

6. Technical evaluation & comparison of different PV technologies. Selection of the most appropriate technology & PV module size for site conditions and solar radiation levels, technical layout of the plant, arrangement of the solar field.

7. List of recommended technology suppliers for the selected PV technology. 8. Description of technical features and specifications of solar PV power plant

components including PV modules, inverter, transformer, cables, switchyard etc. of power plant.

9. Estimate the power generation potential depending on the site conditions.

15

Contractor No. of Correction Executive Engineer

10. System configuration and specifications (e.g. construction plans, module support structure and module mounting, power inverters/transformers and junction boxes, component selection and coordination, power system parameters, grounding and lightning protection concept, compliance with electrical safety regulations, compliance with relevant standards)

11. Carry out existing ground surveys, 12. Energy yield calculation 13. Planned monitoring technology/remote monitoring. 14. Providing details of permissions required and obtaining the same.

a) Obtaining permission from collector of the district, if required b) Obtaining permission from PWD/ZP/GP for construction of project & laying

evacuation feeder from project site to specified MSEDCL/MSETCL substation c) Obtaining permission from MERC, if required d) Obtaining permission from MNRE & MEDA e) Obtaining permission from MSEDCL f) Obtaining permission from MSETCL g) Obtaining the NOC from MAHAGENCO h) Obtaining permission from Forest dept. for laying of evacuation feeder from

proposed solar PV site to the designated MSEDCL/MSETCL as specified by them, if required.

i) Obtaining the permission from Electrical Inspector for tentative proposal (feasibility) pre project stage

j) Obtaining permission/NOC from pollution control board. k) Any other required permission.

15. Recommendation on type of power plant (grid connected) including technology for net metering.

16. Analysis of the permits (tariff security/power purchase agreement, building permits, grid connection) from a technical perspective.

17. The consultant shall provide cost estimates associated with the project including the costs involved as below: i. Basis of cost estimates ii. Phasing of expenditure iii. Possible costs and revenues for emission reduction certificates iv. Remote Monitoring System, SCADA v. Operation and maintenance costs

16

Contractor No. of Correction Executive Engineer

vi. Escalation in O&M costs and its basis vii. Replacement cost of specific components during the project life with breakups viii. Taxes, duties and levies applied to equipment for solar power projects ix. Requirements for the execution of economic and financial analyses. x. Conduct financial analysis and economic analysis of the project.

18. Statements concerning captive consumption / grid connection situation (e.g. necessary expansion of the networks, routes of cable lines/lines)

19. Recommendation on maintenance reserves 20. Preparation & Review of the project implementation schedules 21. Proposed performance test and acceptance procedures and criteria which determine

also the extent of the acceptance tests 22. The consultant will also assist in preparation of proposal for MNRE/MEDA as per their

specific formats. 23. Recommendation as to technology for net metering. 24. In addition to above, the job also covers following quarterly performance evaluation of

the entire Solar PV Plant as under for initial period of one year after commissioning the plant :

Periodic evaluation of the installed Solar PV Power plant. Frequency of performance evaluation Quarterly.

Testing and evaluation would be done by qualified and skilled engineers and technicians with all the necessary standard testing equipment, machinery. Equipment used for performance evaluation would have valid calibration certificate.

Checking of Data Acquisition System installed in the plant. Its Communication Interface testing.

Verification of Drawings : Checking drawings with as-built installation. Finding out non-conformity and

reporting and incorporate changes in drawings. Single line diagram, detail circuit diagram, Cable route / cable trenches

layout, Substation layout & SLDs showing the earthing, import-export metering arrangements, relay and control circuit / equipments / panels, etc.

DC Side Testing : Checking PV panels parameters for efficiency, degradation and performance. PV Module Name Plate Ratings, Apply solar radiation and temperature

correction factors to STC. DC string and Array monitoring Parameters like String and array DC voltage,

current and power. PV String / Array Continuity. DC Circuit Continuity. Polarity testing DC circuit breakers operation, DC disconnect switches operation

17

Contractor No. of Correction Executive Engineer

GFDI Operation DC cables voltage Drop within permissible limits

AC Side Testing Inverter output voltage and current (All 3 phases and lines), AC power

(Active, Reactive and Apparent), Power Factor and AC energy (All 3 phases and cumulative) and frequency shall be tested and monitored during test period

AC Circuit Continuity Earthing Continuity and Resistance AC Circuit breakers Operation AC cable voltage drop

Solar Radiation and Environment Monitoring System – The system with various sensors, signal conditioning, data acquisition. Global and diffuse beam solar radiation in the plane of array (POA), Ambient temperature and relative humidity near PV array, control room temperature, wind speed at the level of array plane Solar PV module back surface temperature would be measured and applied for real performance calculations

Component Testing – with Name plate Ratings, IR rating, size, visual checking and performance measurement comparing actual readings with name plate readings for all the components of the plant.

Shadow analysis, soiling of panels, cleanliness, condition of electrical cabling Amount of Energy generated in a test period, correlate with yearly energy

generation estimates. Calculating Plant Performance Ratio (PR) and PLF Co-relating this performance

assessment with tender document. All the testing would be real time testing with proper time interval between two sets

of data. The data would be both in lobular and graphical form. Test and evaluation report would be submitted both in hard copy and soft copy

highlighting problems found and solutions and remedial actions. Check Performance Assessment of the solar power plant as per performance

criteria and test protocol be conducted as per Tender conditions. For poor

performing plants deciding penal action to be imposed.

1.6.2 Tender Preparation and Evaluation of Bids

The successful bidder shall have to prepare the complete Bid Documentation including agreement, tendering, preparing draft agreement between the contractor and MJP, Bid Document for design, manufacture, Supply, Erection, Testing & Commissioning, completion of solar power project and subsequent O&M of solar power project covering all technical requirements for overall design, components, vendor/subcontractor selection, performance assessment protocol, compliances of various rules and regulations etc. The contractor shall assist MJP in floating of tender for the site identified/ assessed. The scope of work should cover but not limited to the following. The bid documents shall be prepared on following lines.

18

Contractor No. of Correction Executive Engineer

1. Tender notice & prequalification criteria 2. Detailed tender notice & prequalification criteria 3. Brief description of works & scope of work 4. Objective of the works covered under this work 5. B-1 form 6. Schedule A 7. Conditions for schedule – A 8. Schedule – B 9. Condition for Schedule – B 10. Detailed item-wise specifications 11. General conditions of contract 12. Special conditions of contract 13. Form for performance guarantee 14. Outline skeleton of design & design parameters. 15. (A) Solar insolation / irradiance data as per NASA regular program.

(B) Drawing i) General site map showing the building & PV project ii) Proposal layout of solar PV panel installation iii) Single line diagram iv) Detailed circuit diagram, layout plan, sectional layout for panels, X’mer, inverter etc v) Cable route/cable trenches layout vi) Feeder pillar/Junction box layout vii) Substation layout & single line diagram showing the earthing, import-export metering arrangements etc. viii) Single line diagram & detailed circuit diagram for Relay and control circuit/equipments/panel . ix) Evacuation arrangement from the PV project site to proposed MSEDCL/MSETCL receiving substation including the line out of express feeder/evacuation feeder showing the exact alignment on the top sheet/index maps.

i) The Consultant shall develop the Bid Document based on best industry practices, latest technical developments, prevailing market situation and, their experience with other projects.

ii) Bid Document shall cover, design standard for equipment to be supplied, manufacture, Supply, Erection, Testing & Commissioning of solar power plant compliant to relevant laws, Acts, grid codes, regulations, notifications, rules; ensuring quality of supply and EPC

19

Contractor No. of Correction Executive Engineer

with necessary checks, and inspections; along with associated Civil Works, Electrical Installations, etc.; and for carrying out Operation and maintenance of the project for the life of the project on Turnkey basis.

iii) The Scope of Work for preparation of Bid Document shall also include preliminary system design and necessary engineering for the project, eligibility criteria’s, technical as well as financial evaluation/ elimination criteria, scope of work for the developer, tech specifications, payment milestones, penalty/incentives and any other related issues, etc.

iv) Prescribe tests to be conducted for checking the quality of equipment supplied by the vendor in Govt. approved laboratory.

v) Bid Document shall cover O&M activities to ensure optimized operation with maximum generation and revenue for the site including supply of spares, consumables, all compliances- statutory & others as may be required, MERC, MEDA, DISCOM agencies

Scrutiny of Bids:

1. The Consultant shall examine the bids for its completeness and prepare lists of information/clarifications to be asked for various Bidders.

2. The consultant shall evaluate responsive offers based on evaluation criteria approved from Jeevan Pradhikaran.

3. The Consultant shall submit hard copy and soft copy of the Evaluation Report.

1.6.3 Project Management Consultancy (PMC): The Scope of Job includes overall Project Management comprising Management of Supply/ Construction, Quality Management, Site(s) supervision, Overall supervision of Engineering Procurement & Construction (EPC) Project execution including review & approval of all documents submitted by the EPC Contract, Commissioning, Completion and stabilization of the project(s) as per the timelines mentioned in the Tender. The Scope of consultant also includes but not limited to the following: 1. The Review and verify of all the documentation, design and drawings of the EPC

contractor incl. Solar field, Electrical system, structural, civil, Communications & Information system, layout drawing, component drawing etc. All the drawings furnished by the EPC contractor including master list of drawings of construction, project site layout, equipment layout will be reviewed by the consultant.

2. Coordinate for the design and engineering of all project facilities and clearly define contractor's scope of work to eliminate any subsequent change order.

20

Contractor No. of Correction Executive Engineer

3. Preparation and submission of a project execution plan/schedule through the contractor in time bound manner and executing this plan.

4. Risk Management: The PMC should identify and evaluate the design and execution risks at different stages, recommend and implement appropriate risk mitigation measures. These are to be reflected in monthly progress report, review meetings and through other appropriate communications.

5. Coordination with vendors/contractors relating to the quality / timely procurement of items and execution of the work and certify quality of the equipment supplied by the vendor.

6. Provide timely inputs in terms of materials and drawings to the contractors for carrying out the construction activities.

7. Inspection of all major items/ equipments procured by Contractor shall be carried out by Third party. Third party Inspection charges to be borne by the EPC.

8. Supervision of various activity of different construction works i/c, monitoring, inspection, planning and expediting the work in order to secure completion of contracts in conformity with plans, specifications/drawings and approved schedule.

9. Ensure proper measurement, checking and certification of Supplies and Works performed by Contractor and/or Contractor’s Vendors.

10. Monitor, supervise and ensure proper Site Acceptance and Testing of equipments supplied by the vendor.

11. Quality Assurance, Construction Management & Supervision and Assistance in Start-Up, Pre-commissioning, Commissioning & Performance Tests,

12. PMC shall submit Project Completion Report highlighting problems encountered and solution provided.

13. Check Performance Assessment of the solar power plant as per performance criteria and test protocol to be conducted as per Tender conditions.

14. Supervision of the M&R work for one year after commissioning of the plant. The Operation & Maintenance of the proposed work for the period of 5 years from the date of completion shall be with the contractor to be appointed for the work. During the Operation & Maintenance Period, the contractor shall submit Monthly Progress Report of O&M work in the prescribed format approved by MJP, to MJP/ concerned Local Self Government. The Agency shall make necessary provisions for the same while preparing the bid documents for execution of work.

15. Design and submit required formats for M&R works

21

Contractor No. of Correction Executive Engineer

16. Submit Monthly Progress Report for M&R work in the prescribed format approved by MJP.

2. Selection of Consultant

The consultant shall be appointed through an open bidding process based on Technical and Financial proposal of applicants. The selected consultant will report to the Executive Engineer, MJP Division, Beed and Executive Engineer (Mech.), MJP Circle, Aurangabad.

3. Deliverables and Timeline

No. Deliverable Details Within weeks of commencement

1 Inception Report Approach and Methodology after discussion with SE Mech., MJP, Nagpur

1

2 Pre-Feasibility Report (RfP)

Site Survey, load assessment, Yield Assessment must be carried out in presence of Executive Engineer (Mech.) MJP and suitability of land for set-up of plant in consultation with EE MJP, Beed & EE (Mech.), MJP Circle, Aurangabad.

3

3 Detailed project Report (DPR)

DPR would cover Assessment of solar resources available at the proposed site, Study of the load requirement and captive consumption of the WTP Plant, calculation of energy yield at site, Recommendation on site & technology design selection of the most appropriate technology design & PV module size for site conditions, Description of technical features and specifications of solar PV power plant components, Recommendation on type of power plant etc. complete as per norms of MNRE.

8

22

Contractor No. of Correction Executive Engineer

4 Design Bid documents, Bid evaluation

Preparation of Bid Documentation, tendering & Conducting Pre-Bid Meeting: Bid Document for design; manufacture, Supply, Erection, Testing & Commissioning , completion of solar power project and subsequent O&M of solar power project covering all technical requirements for overall design, components, vendor / subcontractor selection, performance assessment protocol, compliances of various rules and regulations etc. Floating of tender for the site identified / assessed.

12

5

Project management, Reporting, Evaluation of all documents submitted by the EPC Contractor, commissioning reports

Project Management comprising Management of Supply/Construction, Quality Management, Site(s) supervision, Overall supervision of Engineering Procurement & Construction (EPC) Project execution including review & approval of all documents submitted by the EPC Contract, Commissioning, Completion and stabilization of the project(s) as per the timelines mentioned in the Tender.

28

6 M&R Reports

Designing elaborate plans for M&R of the plant and reporting of operation and maintenance work to the MJP each month for one complete year.

From 29th Week to 80th Week

7 Final Report

Final report incorporating suggestions and comments on all the aspects about operation of solar plant from the date of commissioning.

84

23

Contractor No. of Correction Executive Engineer

4. Eligibility Criteria Sr. No. PQ Criteria Details Minimum PQ Criteria

(1) (2) (3)

1 Installed Capacity of plant successfully completed in a single project (Assignment consisting of tasks as per scope of work, upto successful completion)

Twice the capacity of proposed plant (in MW)

2 No. of Engineers having experience in solar sector, working with the consultants

2 Nos.

3 Team Leader Experience of successful assignments in MWs (Assignment consisting of tasks as per scope of work, upto successful completion)

Twice the capacity of proposed plant (in MW)

4 Solar Sector Expert Experience of successful assignments in MWs (Assignment consisting of tasks as per scope of work, upto successful completion)

Twice the capacity of proposed plant (in MW)

I. The consultant must produce the certificates of satisfactory performance for the preparation of DPR and Bid Documents from an officer not below the rank of superintending Engineer or equivalent. In case of Municipal Council/ Corporation, the certificate shall be signed/ countersigned by the Chief Officer/ Municipal Commissioner. In all other cases, the certificate shall be signed by the CEO/ MD of the company/ undertaking etc.

II. Declaration for not black listed on Stamp paper of Rs 100/-. III. No Joint venture or consortium is allowed.

5. Key Professional Staff

The Consultancy Team shall consist of the following key personnel (the “Key Personnel”) who shall fulfil the academic and professional experience criteria as specified below:

Key Personnel

Minimum Education Qualification

Length of Minimum Professional Experience

Experience on Eligible Assignments

Team Leader

B.E. in Electrical Engineering 05 years Should have worked as a sector

expert in the Solar sector

Solar Sector expert

BE (Electrical/ Mechanical) 03 years Should have advised in at least

two Solar energy Projects.

Detailed Evaluation Criteria Matrix is attached in Annexure-1, Form-11. Each bidder shall submit duly filled format along with Technical Proposal. The details of the documents in support of fulfilment of PQ criteria shall be given in Annexure-1, Form-12.

24

Contractor No. of Correction Executive Engineer

The consultant may propose other experts based on experience and requirements of the scope of work.

6. Preparation of Proposal The Consultants shall submit their proposal online as per the instructions given on http://mahatenders.gov.in.

Enclosure 1 1: Technical Proposal.

This should include

1. This RFP with signature on each page including minutes of pre-bid meetings

2. The documents supporting the eligibility criteria.(To support the claim of successful completion of projects, the consultants are advised to submit the Completion certificate/ work orders from the respective clients.)

3. Name and profile of the key professionals on the attached format along with the offer.

4. Receipt of the Processing fee Rs.2240/- paid online.

5. All the forms in Appendix-I of this document.

Enclosure 2

2: Financial (Price) Proposal (Appendix-II of this document)

7. Evaluation Criteria

Evaluation of technical proposal shall be done on the basis of criteria mentioned below.

No. Criteria Marks (Max.)

1 Firm Level Experience 50 2. Staff Strength & Experience 50 Total 100

Consultants who score a minimum of 50% shall proceed to the financial proposal evaluation stage. A matrix for detailed evaluation of Technical proposals is attached to this document.

A proposal can be rejected at this stage if it does not score a minimum of 50% of the obtainable score. MJP will notify the consultants who have secured the minimum qualifying marks, indicating a date and time for opening their Financial Proposals. The Financial Proposals shall

25

Contractor No. of Correction Executive Engineer

Example: Technical score of a firm = 70 Lowest Fin. Bid = Rs. 1,00,000/- = 100 Marks Offer of bidder = Rs. 2,000,000/- Financial Score = (1,00,000÷2,00,000) x 100 = 50 Marks Final Score = St xT +Sf x P = 70 x 50% + 50 x 50% = 60

be opened publicly in the presence of the consultants’ representatives who choose to attend. The name of the bidding firm, their technical proposal score, and the proposed price shall be read aloud and recorded when the Financial Proposals are opened.

In the QCBS model, the lowest Financial Proposal (Fm) will be given a financial score (Sf) of 100 points. The financial scores (Sf) of the other Financial Proposals will be computed as per the following formula:

Sf = 100 x Fm/F

in which Sf is the financial score, Fm is the lowest price and F the price submitted by bidder.

8. Award Criteria

Award of contract shall be on the basis of quality cum cost based selection method i.e. 50% weightage for technical evaluation and 50% for financial proposal.

Proposals will be ranked according to their combined technical (St) and financial (Sf) scores using the weights (T = the weight given to the Technical Proposal; P = the weight given to the Financial Proposal; T + P = 1). The weights given to the technical and Financial Proposals are T = 0.5 and P = 0.5 i.e.50% & 50% respectively.

S =St xT +Sf x P

The bidder achieving the highest combined technical and financial score will be awarded the contract.

26

Contractor No. of Correction Executive Engineer

9. Tender Validity Period Proposal Validity Period must be minimum 90 days from the Tender Due Date.

10. Right to reject any or all Proposals

a) Notwithstanding anything contained in this RFP, MJP reserves the right to accept or reject any Proposal and to annul the Selection Process and reject all Proposals, at any time without any liability or any obligation for such acceptance, rejection or annulment, and without assigning any reasons thereof.

b) The MJP reserves the right to reject any Proposal if:

1. At any time, a material misrepresentation is made or uncovered, or

2. The Applicant does not provide, within the time specified by the MJP, The supplemental information sought by the Authority for evaluation of the Proposal.

Such misrepresentation/ improper response may lead to the disqualification of the Applicant.

11. Pre Tender Conference

Pre-tender conference is open to all prospective consultants and will be held on 23/04/2018 at 14.00 Hrs in the office of the Superintending Engineer (Mech.), Maharashtra Jeevan Pradhikaran, Nagpur wherein the prospective consultants will have opportunity to obtain clarifications regarding the work and the RfP & TOR conditions.

a) The prospective consultants are free to ask for any additional information or clarification either in writing or orally and replay to the same will be given in writing and this clarification referred to as common set of conditions, shall also be common and applicable to the consultants. The minutes of this meeting along with letters of consultants shall be the part and parcel of the RfP & TOR documents.

12. Payment Schedule Sr. No Deliverable Payment 1 Submission & Approval of Inception Report and Pre-Feasibility Report (PFR) 5%

2 Approval of competent authority to Detailed Project Report (DPR) with all necessary documents of approvals/ Permissions/ NOCs etc.

20%

3 Approval of competent authority to all Designs, Bid documents, with all necessary documents/ drawings etc.

25%

4 Submission of Project management/ QC reporting, Evaluation of all documents submitted by the EPC Contractor, successful commissioning reports – after issuance of Completion Certificate by the Competent Authority.

30%

27

Contractor No. of Correction Executive Engineer

5 Submission of Satisfactory Monthly M&R Reports (after 12 months of O&M). 10%

6 Submission & Acceptance of Final Report 10%

13. Taxes and Levies

The financial offer by the bidder should be inclusive of all the costs and taxes. No claims shall be entertained in the future.

14. Submission of Proposal and opening of Bids The consultants shall submit their Technical & Financial proposals online as per e-tender process. For e-tender process and further details, please visit website http://mahatenders.gov.in. The consultants are also required to submit their proposals along with the details pertaining to the eligibility criteria as set in the TOR, and a non-refundable processing fee of Rs. 2240.00 online as per instructions given on http://mahatenders.gov.in.

14.1 Detailed Tender Schedule

Sr. No. Activities Date & Time

1 Publishing date 16.04.2018 at 11.00 Hours

2 Document download/ Sale start date 16.04.2018 from 13.00 Hours

3 Pre-bid meeting 23.04.2018 at 14.00 Hours

4 Bid Submission Start date 25.04.2018 from 11.00 Hours

5 Document Download/ Sale End date 10.05.2018 upto 17.00 Hours

6 Bid submission end date 10.05.2018 upto 17.00 Hours

7 Bid opening date (Technical) 14.05.2018 at 16.00 Hours

8 Bid opening date (Financial) Will be informed separately.

15. Documents to be submitted along with the Technical Proposal (Appendix-I)

Transmittal Letter and Title Page

Include a transmittal letter containing a brief statement of the respondent’s understanding of the work to be done and an indication of positive interest in performing this work for MJP.

28

Contractor No. of Correction Executive Engineer

Table of Contents

Include a Table of Contents listing the various sections included in the proposal.

Proposal Contents

Each Consultant must include in the proposal an Executive Summary that summarizes important features of the proposal, brief description of the Consultant’s approach to the scope of work, a description of the project team, and a description of how the proposed team meets the requirement set forth in this RFP. The Executive Summary should not be more than 2 to 3 pages. Brief Corporate Profile along with Experience in handling similar assignments including Completion certificates/ work orders satisfying the eligibility criteria mentioned above

Team Identification and Organizational Chart

Identify your firm and each key professional by name, primary representative and title, address of offices, telephone and fax numbers and email address. Indicate the business structure of your firm (i.e., whether your firm is a corporation, partnership, or sole proprietor). Indicate the name(s) of the owner(s) of your firm.

Services and Work Plan

The proposal should include a work plan describing the services, approach and methodology proposed for accomplishing the scope of work. The proposed phasing of the project should be discussed. The proposal should be sufficient in detail to allow an objective analysis of the firm’s capabilities and envisioned work plan in comparison with competing firms. Discuss the roles and responsibilities of the project team.

Qualifications and Experience

The proposal must supply information concerning the Number of Professional Consultants who will be working on this project along with their curriculum vitae specifying qualifications and relevant experience for this assignment.

Power of Attorney

An authorized person of the firm shall sign the proposal, on behalf of the firm. The Power of Attorney of the authorized person should be on stamp paper duly notarized or Board resolution should be submitted along with the proposal. All necessary forms and statements for the various miscellaneous provisions explained in this document must be completed, properly signed, and submitted with the proposal.

29

Contractor No. of Correction Executive Engineer

Audited Financial Statements

Audited Financial Statements for the last three years

30

Contractor No. of Correction Executive Engineer

APPENDIX-I

TECHNICAL PROPOSAL

Form-1 Letter of Proposal

(On Applicant’s letter head)

(Date and Reference)

To,*****

**********************

**********************

Sub: Providing pre- tender and post-tender consultancy services to the Maharashtra Jeevan Pradhikaran to set-up ________ MW Solar Power Plant at ___________________ _____________________________________________________.

Dear Sir,

With reference to your RFP Document dated ………….., I/we, having examined all relevant documents and understood their contents, hereby submit our Proposal for selection as Consultant for pre- tender and post-tender consultancy services to the MJP to set-up Solar Power Plant. The proposal is unconditional and unqualified.

2. All information provided in the Proposal and in the Appendices is true and correct and all documents accompanying such Proposal are true copies of their respective originals.

3. This statement is made for the express purpose of appointment as the Transaction Advisor for the aforesaid Project.

4. I/We shall make available to the MJP any additional information it may deem necessary or require for supplementing or authenticating the Proposal.

5.I/We acknowledge the right of the MJP to reject our application without assigning any reason or otherwise and hereby waive our right to challenge the same on any account whatsoever.

31

Contractor No. of Correction Executive Engineer

6. I/We certify that in the last three years, we have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Applicant, nor been expelled from any project or contract nor have had any contract terminated for breach on our part.

7. I/We declare that:

(a)I/We have examined and have no reservations to the RFP Documents, including any Addendum issued by the MJP;

(b)I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, in respect of any tender or request for proposal issued by or any agreement entered into with the MJP or any other public sector enterprise or any government, Central or State; and

(c)I/We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice.

8. I/We understand that you may cancel the Selection Process at any time and that you are neither bound to accept any Proposal that you may receive nor to select the Consultant, without incurring any liability to the Applicants in accordance with relevant Clause of the RFP document.

9..I/We certify that in regard to matters other than security and integrity of the country, we have not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority which would cast a doubt on our ability to undertake the Consultancy for the Project or which relates to a grave offence that outrages the moral sense of the community.

10. I/We further certify that in regard to matters relating to security and integrity of the country, we have not been charge-sheeted by any agency of the Government or convicted by a Court of Law for any offence committed by us or by any of our Associates.

11. I/We further certify that no investigation by a regulatory authority is pending either against us or against our Associates or against our CEO or any of our Directors/Managers/employees.

12. I/We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by the MJP in connection with the selection of Consultant or in connection with the Selection Process itself in respect of the above mentioned Project.

32

Contractor No. of Correction Executive Engineer

13. The Bid Security of Rs. 7100/- (Rupees Five thousand one hundred only) is paid online in accordance with the RFP document. Receipt is attached.

14. I/We agree and understand that the proposal is subject to the provisions of the RFP document. In no case, shall I/we have any claim or right of whatsoever nature if the Consultancy for the Project is not awarded to me/us or our proposal is not opened or rejected.

15. I/We agree to keep this offer valid for 90 (ninety) days from the Proposal Due Date specified in the RFP.

16. A Power of Attorney in favour of the authorised signatory to sign and submit this Proposal and documents is attached herewith in Form 4.

17. In the event of my/our firm being selected as the Consultant, I/we agree to enter into an Agreement with the MJP.

18. I/We have studied RFP and all other documents carefully and also surveyed the Project site. We understand that except to the extent as expressly set forth in the Agreement, we shall have no claim, right or title arising out of any documents or information provided to us by the MJP or in respect of any matter arising out of or concerning or relating to the Selection Process including the award of Consultancy.

19. The Financial Proposal is submitted online. This Technical Proposal read with the Financial Proposal shall constitute the Application which shall be binding on us.

20. I/We agree and undertake to abide by all the terms and conditions of the RFP Document. In witness thereof, I/we submit this Proposal under and in accordance with the terms of the RFP Document.

Yours faithfully,

(Signature, name and designation of the Authorised Signatory) (Name and seal of the Applicant / Lead Member)

33

Contractor No. of Correction Executive Engineer

APPENDIX-I

Form-2 Particulars of the Applicant

1.1 Title of Consultancy:

1.2 Title of Project:

1.3 State whether applying as Sole Firm or Lead Member of a firm :

1.4 State the following:

Name of Company or Firm:

Legal status (e.g. incorporated private company, unincorporated business, partnership etc.):

Country of incorporation: Registered address:

Year of Incorporation:

Year of commencement of business: Principal place of business:

Brief description of the Company including details of its main lines of business:

Name, designation, address and phone numbers of Authorised Signatory of the Applicant:

Name:

Designation:

Company:

Address:

Phone No.:

Fax No. :

E-mail address:

1.6 For the Applicant, state the following information:

i) In case of non Indian company, does the company have business presence in India? Yes/No

If so, provide the office address (es) in India.

ii) as the Applicant or any of the Members in case of a consortium been penalized by any organization for poor quality of work or breach of contract in the last five years? Yes/No

iii) Has the Applicant/Member ever failed to complete any work awarded to it by any public

34

Contractor No. of Correction Executive Engineer

authority/entity in last five years? Yes/No

iv) Has the Applicant or any member of the consortium been blacklisted by any Government department/Public Sector Undertaking in the last five years? Yes/No

v) Has the Applicant or any of the Members, in case of a consortium, suffered bankruptcy/insolvency in the last five years? Yes/No

Note: If answer to any of the questions at (ii) to (v) is yes, the Applicant is not eligible for this consultancy assignment.

1.7 Does the Applicant's firm/company combine functions as a applicant or adviser along with the function as a contractor and/or a manufacturer? Yes/No

If yes, does the Applicant agree to limit the Applicant's role only to that of a applicant/adviser to the MJP and to disqualify themselves, their Associates/affiliates, subsidiaries and/or parent organization subsequently from work on this Project in any other capacity.

1.8 Does the Applicant intend to borrow or hire temporarily, personnel from contractors, manufacturers or suppliers for performance of the Consulting Services? Yes/No

If Yes, does the Applicant agree that it will only be acceptable as Applicant, if those contractors, manufacturers and suppliers disqualify themselves from subsequent execution of work on this Project (including tendering relating to any goods or services for any other part of the Project) other than that of the Applicant? Yes/No

If Yes, have any undertaking been obtained (and annexed) from such contractors, manufacturers, etc. that they agree to disqualify themselves from subsequent execution of work on this Project and they agree to limit their role to that of applicant/adviser for the MJP only? Yes/No Signature, name and designation of the Authorised Signatory)

For and on behalf of ……………….. …………………………..

35

Contractor No. of Correction Executive Engineer

APPENDIX-I

Form-3 Power of Attorney

Know all men by these presents, we, .......................(name of firm and address of the registered office) do hereby constitute, nominate, appoint and authorise Mr / Ms……………….......................... son/daughter/wife of _______________________and presently residing at .................................who is presently employed with us and holding the position of …………………...as our true and lawful attorney (hereinafter referred to as the “Authorised Representative”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our Request for Proposal and Terms of Reference for appointment of Consultant For pre- tender and post-tender consultancy services to the MJP to set-up Solar Power Plant. including but not limited to signing and submission of all applications, proposals and other documents and writings, participating in pre-bid and other conferences and providing information/ responses to the MJP, representing us in all matters before the MJP, signing and execution of all contracts and undertakings consequent to acceptance of our proposal and generally dealing with the MJP in all matters in connection with or relating to or arising out of our Proposal for the said Project and/or upon award thereof to us till the entering into of the Agreement with the MJP.

AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said Authorised Representative pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Authorised Representative in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE,…………………………………..THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS …………………………DAY OF …………

For ........................................................

(Signature, name, designation and address)

Witnesses:

1.

2.

Notarised

36

Contractor No. of Correction Executive Engineer

Accepted

(Signature, name, designation and address of the Attorney)

Notes:

The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executants(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure. The Power of Attorney should be executed on a non-judicial stamp paper of Rs. 50 and duly notarised by a notary public.

Wherever required, the Applicant should submit for verification the extract of the charter documents and other documents such as a resolution/power of attorney in favour of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Applicant.

For a Power of Attorney executed and issued overseas, the document will also have to be legalised by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney is being issued. However, Applicants from countries that have signed the Hague Legislation Convention 1961 need not get their Power of Attorney legalised by the Indian Embassy if it carries a conforming Appostille certificate.

37

Contractor No. of Correction Executive Engineer

APPENDIX-I

Form-4 Particulars of Key Personnel

S.No. Designation of Key Personnel

Name Educational Qualification

Length of Professional experience

Present Employment No. of Eligible

Assignments

Name of Firm Employed Since

(1) (2) (3) (4) (5) (6) (7) (8)

1. Team Leader

2. Solar Sector Expert

3. Any other expert(s) the consultant may propose

38

Contractor No. of Correction Executive Engineer

APPENDIX-I

Form-5 Proposed Methodology and Work Plan

The proposed methodology and work plan shall be described as follows:

1. Understanding of TOR (not more than four pages)

The Agency shall clearly state its understanding of the TOR and also highlight its important aspects. The Agency may supplement various requirements of the TOR and also make precise suggestions if it considers this would bring more clarity and assist in achieving the Objectives laid down in the TOR.

2. Methodology and Work Plan (not more than twenty pages)

The Agency shall submit its methodology for carrying out this assignment, outlining its approach toward achieving the Objectives laid down in the TOR. The Applicant will submit a brief write up on its proposed team and organization of personnel explaining how different areas of expertise needed for this assignment have been fully covered by its proposal. The Applicant should specify the sequence and locations of important activities, and provide a quality assurance plan for carrying out the Consultancy Services.

39

Contractor No. of Correction Executive Engineer

APPENDIX-I

Form-6 Experience of Applicant#

S.No. Name of Project ## Capacity in MW

Estimated capital cost of Project (in

Rs cr.)

Consultancy Payment received by the Applicant

Contact Details of the client.

(1) (2) (3) (4) (5) (6)

1

2

3

4

5

6

# The Applicant should provide details of only those projects that have been undertaken by it under its own name.

## The names and chronology of Eligible Projects included here should conform to the project-wise details submitted in Form-8 of Appendix-I.

40

Contractor No. of Correction Executive Engineer

Certificate from the Statutory Auditor

This is to certify that the information contained above is correct as per the Accounts of the Applicant.

Name of the Authorised Signatory:

Designation:

Name of the Audit firm:

(Signature for the Authorised Signatory of the Statutory Auditor)

Seal of the Firm

Note:

1. In case the Applicant does not have a statutory auditor, it shall provide the certificate from its chartered accountant that ordinarily audits the annual accounts of the Applicant.

41

Contractor No. of Correction Executive Engineer

APPENDIX-I

Form-7 Experience of Key Personnel

Name of Key Personnel: Designation:

S.No. Name of Project Capacity in MW

Estimated capital cost of Project (in

Rs cr.)

Name of the Firm for which Key

Personnel worked

Designation of the Key Personnel on

the project

Date of Completion of the Project Assignment

Contact Details of the client.

(1) (2) (3) (4) (5) (6) (7) (8)

1

2

3

4

5

6

@ Use separate Form for each Key Personnel.

42

Contractor No. of Correction Executive Engineer

APPENDIX-I

Form 8 Eligible Assignments of Applicant

Name of Applicant:

Name of the Project:

Description of the Project:

Size of the project in MW

Description of services performed by the Applicant firm:

Name of client and Address:

Name, telephone no. and fax no. of client's representative:

Estimated capital cost of Project (in Rs cr.):

Payment received by the Applicant (in Rs. lac):

Start date and finish date of the services (month/year):

Scope of Work 1. DPR Preparation 2. Bid document preparation 3. Tender evaluation 4. Supervision during execution 5. Supervision during O&M

Notes: Use separate sheet for each Eligible Project. Attach a single page summary containing the brief particulars of each project.

43

Contractor No. of Correction Executive Engineer

APPENDIX-I

Form -9 Curriculum Vitae (CV) of Key Personnel

1. Proposed Position: 2. Name of Personnel: 3. Date of Birth: 4. Nationality: 5. Educational Qualifications: 6. Employment Record:

(Starting with present position, list in reverse order every employment held.) 7. List of projects on which the Personnel has worked (Project Name Description of assignment performed) 8. Details of the current assignment and the time duration for which services are required for the current assignment. Certification: 1 I am willing to work on the Project and I will be available for entire duration of the Project assignment as required. 2 I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications and my experience. (Signature and name of the Professional) Place... (Signature and name of the Authorised Signatory of the Applicant) Notes: Use separate form for each Professional Personnel. Each page of the CV shall be signed in ink by both the Personnel concerned and by the Authorised Representative of the Applicant firm along with the seal of the firm. Photocopies will not be considered for evaluation.

44

Contractor No. of Correction Executive Engineer

APPENDIX-I

Form -10 Affidavit for Black listing

To be submitted on 100/- Stamp paper

1.I/We certify that in regard to matters other than security and integrity of the country, we have not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority which would cast a doubt on our ability to undertake the Consultancy for the Project or which relates to a grave offence that outrages the moral sense of the community.

2. I/We further certify that in regard to matters relating to security and integrity of the country, we have not been charge-sheeted by any agency of the Government or convicted by a Court of Law for any offence committed by us or by any of our Associates.

3. I/We further certify that no investigation by a regulatory authority is pending either against us or against our Associates or against our CEO or any of our Directors/Managers/employees.

4. I/We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by the MJP in connection with the selection of Consultant or in connection with the Selection Process itself in respect of the above mentioned Project.

5. I/we do solemnly state that our firm-------------------------------------- is not black listed by any Central Govt. / State Govt. and its organisation / Public under takings etc.

I do solemnly state on oath that the contents in this affidavit are true and correct to the best my Knowledge and belief.

45

Contractor No. of Correction Executive Engineer

APPENDIX-I

Form-11

Name of Work:

Name of Agency/ Consultants:

Pre-Qualification Criteria Information

Sr. No. Details of PQ Requirement Minimum PQ Criteria Max. Marks PQ Details

Quantity Marks

1 2 3 4 5 6

1 Installed Capacity of plant successfully completed in a single project (Assignment consisting of tasks as per scope of work, up to successful completion) (Fulfilling minimum PQ criteria - 25 Marks, 5 times the PQ Criteria or more - 50 Marks, Intermediate qualification - Proportionate Marks)

Twice the capacity of proposed plant (in MW) 50

2 No. of Engineers having experience in solar sector, working with the consultants (Fulfilling minimum PQ criteria - 7.5 Marks, 5 times the PQ Criteria or more - 15 Marks, Intermediate qualification - Proportionate Marks)

2 Nos. 15

3 Team Leader Experience of successful assignments in MWs (Assignment consisting of tasks as per scope of work, upto successful completion) (Fulfilling minimum PQ criteria - 10 Marks, 5 times the PQ Criteria or more - 20 Marks, Intermediate qualification - Proportionate Marks)

Twice the capacity of proposed plant (in MW) 20

4 Solar Sector Expert Experience of successful assignments in MWs (Assignment consisting of tasks as per scope of work, up to successful completion) (Fulfilling minimum PQ criteria - 7.5 Marks, 5 times the PQ Criteria or more - 15 Marks, Intermediate qualification - Proportionate Marks)

Twice the capacity of proposed plant (in MW) 15

Signature/ Stamp of Agency

46

Contractor No. of Correction Executive Engineer

Note 1: Bidder shall provide the necessary documents for scrutiny & verification.

2. Bidder shall mention the PQ fulfilment data in Column No. 5. MJP will verify the information on the basis of documents submitted.

3. MJP may contact the authority issuing the completion/ experience certificate for verification, if felt necessary.

4. Column no. 5 is mandatory & shall be filled in by the bidder. Column No. 6 shall be filled in by MJP.

47

Contractor No. of Correction Executive Engineer

APPENDIX-I Form-12

Name of Work: Name of Agency/ Consultants:

List of documents submitted in support of PQ Criteria.

Sr. No.

PQ Criteria Details Minimum PQ Criteria Quantity offered/ available with the

bidder

Documents submitted & annexed in support of claim (Documents shall include contact details of the clients)

Page No. of the

document

(1) (2) (3) (4) (5) (6) 1 Installed Capacity of plant successfully completed in a

single project (Assignment consisting of tasks as per scope of work, upto successful completion)

Twice the capacity of proposed plant (in

MW)

2 No. of Engineers having experience in solar sector, working with the consultants

2 Nos.

3 Team Leader Experience of successful assignments in MWs (Assignment consisting of tasks as per scope of work, upto successful completion)

Twice the capacity of proposed plant (in

MW)

4 Solar Sector Expert Experience of successful assignments in MWs (Assignment consisting of tasks as per scope of work, upto successful completion)

Twice the capacity of proposed plant (in

MW)

Signature/ Stamp of Agency

Note: Name of the document to be mentioned in column no.5 and page no. where that document is attached in the proposal is to be mentioned in column no.6.

48

Contractor No. of Correction Executive Engineer

APPENDIX-II

FINANCIAL PROPOSAL

Form – 1 Covering Letter

(On Applicant’s letter head)

(Date and Reference)

To,

**

**

**

Dear Sir,

Sub: Providing pre- tender and post-tender consultancy services to the Maharashtra Jeevan Pradhikaran to set-up 2.5 MW Solar Power Plant at Headworks and Water treatment plant of Improvement to Beed Water Supply Scheme under AMRUT Tq. Beed Dist. Beed

I/We, ____________________ (Applicant’s name) herewith enclose the Financial Proposal for selection of my/ our firm as Consultant for above.

I/We agree that this offer shall remain valid for a period of 90 (ninety) days from the Proposal Due Date or such further period as may be mutually agreed upon.

Yours faithfully,

(Signature, name and designation of the Authorised Signatory)

Note: The Financial Proposal is to be submitted strictly as per forms given in the RFP.

49

Contractor No. of Correction Executive Engineer

APPENDIX-II

Form -2

FINANCIAL PROPOSAL

(On Applicant’s letter head)

Sr. No.

Description of work Rate to be entered by the Bidder

Figures Words 1 2 3 4

1 Lump sum fees for providing Pre-tender and Post-tender consultancy services to the MJP to set up 2.5 MW Solar Power Plant on open land near Kadiwadgaon Tal. Wadvani Dist. Beed and Eit Tq. Beed Dist. Beed for Improvement to Beed Water Supply Scheme under AMRUT.

Our offer of basic Cost of the Services is inclusive of all taxes, incidentals, overheads, travelling expenses, accommodation, printing and binding of reports, all sundries, all other expenditure for execution of this services / assignment covering all ‘Terms and conditions’ (as per this RFP).

Yours faithfully,

(Signature, name and designation of the Authorised Signatory)

Note: The Financial Proposal is to be submitted strictly as per forms given in the RFP.