123
Page 1 of 123 750MWAC CUMULATIVE CAPACITY GRID INTERACTIVE SOLAR PV POWER PROJECTS UNDER ‘CHIEF MINISTER SOLARAGRICULTURAL FEEDER SCHEME’ AT VARIOUS PLACES IN MAHARASHTRA BID SPECIFICATION FOR COMPETITIVE BIDDING PROCESS (FOLLOWED BY E-REVERSE AUCTION) FOR SELECTION OF SOLAR POWER DEVELOPER FOR DEVELOPMENT OF 750MWAC CUMULATIVE CAPACITY GRID INTERACTIVE SOLAR PV POWER PLANT TO CATER THE AG FEEDER LOAD OF VARIOUS SUBTATIONS IN MAHARASHTRA WITH ADDITIONAL CAPACITY OF 250MWAC UNDER GREEN- SHOE OPTION. Competitive Bidding Bid Specification No: CE/SPGD-P/ PH-IV/ 750MW /Green-shoe / AG/ PV- 47 CHIEF ENGINEER (SPGD- PROJECTS) SOLAR POWER GENERATION DEPARTMENT MAHARASHTRA STATE POWER GENERATION CO. LTD. Prakashgad, 3rd Floor, Bandra (East), Mumbai - 400051 Email: [email protected] Phone No: 91-22- 26474211/2315/2448/3534, Fax No: 91-22-26476518

Competitive Bidding Bid Specification No

  • Upload
    others

  • View
    10

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Competitive Bidding Bid Specification No

Page 1 of 123

750MWAC CUMULATIVE CAPACITY GRID INTERACTIVE SOLAR PV POWER

PROJECTS UNDER ‘CHIEF MINISTER SOLARAGRICULTURAL FEEDER SCHEME’

AT VARIOUS PLACES IN MAHARASHTRA

BID SPECIFICATION FOR

COMPETITIVE BIDDING PROCESS (FOLLOWED BY E-REVERSE AUCTION) FOR SELECTION OF SOLAR POWER DEVELOPER FOR DEVELOPMENT OF 750MWAC CUMULATIVE CAPACITY GRID INTERACTIVE SOLAR PV POWER PLANT TO CATER THE AG FEEDER LOAD OF VARIOUS SUBTATIONS IN MAHARASHTRA WITH ADDITIONAL CAPACITY OF 250MWAC UNDER GREEN-SHOE OPTION.

Competitive Bidding Bid Specification No:

CE/SPGD-P/ PH-IV/ 750MW /Green-shoe / AG/ PV- 47

CHIEF ENGINEER (SPGD- PROJECTS) SOLAR POWER GENERATION DEPARTMENT MAHARASHTRA STATE POWER

GENERATION CO. LTD. Prakashgad, 3rd Floor, Bandra (East), Mumbai - 400051 Email: [email protected] Phone No: 91-22-

26474211/2315/2448/3534, Fax No: 91-22-26476518

Page 2: Competitive Bidding Bid Specification No

Page 2 of 123

MAHARASHTRA STATE POWER GENERATION CO. LTD.

NOTIFICATION OF INVITATION OF BIDS

Competitive Bidding for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option.

(TO BE SUBMITTED ONLINE DULY FILLED IN AND DIGITALLY SIGNED)

Date of issuance of invitation:

The Maharashtra State Power Generation Co. Ltd., Mumbai, India (MAHAGENCO) invites online Bids (T System i.e. separate bid for technical/commercial and price bid) from eligible bidders for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option.

Bid specification shall be available for download on website https://sets.mahagenco.in after acceptance of vendor registration fee (Rs. 5000/-+ Applicable tax exclusive) and tender fees (Rs. 1000/-+ Applicable tax exclusive).

1 Start date of acceptance of tender fee by Mahagenco and download of tender document

20.06.2018, at 12.00 Hrs. IST

2 Pre-Bid Meeting 29.06.2018, at 11.00 Hrs. IST

3 Last date of acceptance of queries/comments from bidders 30.06.2018, at 15.00 Hrs. IST

4 Issue of clarification & amendment to Bid document 05.07.2018, at 12.00 Hrs. IST

5 Last date of on-line sale of bid document 19.07.2018, at 15.00 Hrs. IST

6 Last date for Submission of Online Bid 20.07.2018, at 12.00 Hrs. IST

7 Last date of submission of physical support documents 20.07.2018, at 15.00 Hrs. IST

8 Opening of techno-commercial bid 20.07.2018, at 16.30 Hrs. IST

9 Due date for opening of price bid Will be intimated later

10 Reverse bidding Will be intimated later

10 Ceiling Tariff Rs.3.25 per Unit.

MAHAGENCO reserves the right to cancel/withdraw this Invitation for Bids without assigning any reason for such decision.

CHIEF ENGINEER (SPGD - P)

NOTE:

This is an e-tender. Offers shall be submitted and processed in electronic mode only. Physical copies of required document will additionally need to be supplied for verification. The instructions to bidder/terms and conditions appearing in this specification only shall be applicable.

Page 3: Competitive Bidding Bid Specification No

Page 3 of 123

Document Description

Competitive Bidding for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option.

RfS No.& Date

CE/SPGD-P/ PH-IV/ 750MW /Green-shoe / AG/ PV- 47

Downloading of tender documents

20.06.2018, at 12.00 Hrs. IST

Pre-bid Conference / Clarification Meeting Date & Location

Date: 29.06.2018, at 11.00 Hrs.IST. 6th Floor,“Prakashgad”, MSPGCL, Station Road, Bandra (E), Mumbai -400051.

Last date & Time for

a) Online Submission of Response to RFP and

b) All documents as per

Section 3.21A physically at MSPGCL office, Mumbai

a) Date : 20.07.2018, Time: 12:00 Hrs.

b) Date : 20.07.2018, Time: 15:00 Hrs.

Technical Bid Opening

Date : 20.07.2018, at 16.30 Hrs.

Financial Bid Opening

Will be intimated to the technical qualified bidder.

Ceiling Tariff Rs. 3.25 per unit

EMD

Earnest Money @ Rs. 8 Lakh / MW / Project is to be submitted in the form of Bank Guarantee along with response to RfS.

Name, Designation, Address and other details (For Submission of Response to RfS)

Chief Engineer (SPGD-Projects) Maharashtra State Power Generation Co. Ltd., Solar Power Generation Department, 3rd Floor, Prakashgad‟,Bandra (East), Mumbai - 400 051 Tel No. 91-22-26474211/2315/2448/3534 Email : [email protected]

Details of persons to be contacted in case of any assistance required

1. Mr. R.B. Chavan Superintending Engineer(SPGD) Ph.02226582424/02226582999 extn. 351

2. Mr. N.R. Salve Executive Engineer(SPGD) Ph.02226582424/02226582999 extn. 333

3. Mrs. Archana Chopde Dy. Executive Engineer(SPGD) Ph.02226582424/02226582999 extn. 362

Page 4: Competitive Bidding Bid Specification No

Page 4 of 123

Bank Details of MSPGCL Name of Bank Canara bank Branch Name Prime Corporate

branch II Account No. 0239201022329 Name of account holder by designation

Director Finance MSPGCL

IFSC code CNRB0001903 Type of Account Current account Address 7th Floor,Maker

Chambers III,nariman Point,Mumbai-400021

Important Note: Prospective Bidders are requested to remain updated for any notices/amendments/clarifications etc. to the RfP document through the websites www.mahagenco.in & https://sets.mahagenco.in. No separate notifications will be issued for such notices/amendments/clarifications etc. in the print media or individually.

Page 5: Competitive Bidding Bid Specification No

Page 5 of 123

TABLE OF CONTENTS

I. SECTION I: INSTRUCTIONS TO BIDDER (ITB) Page.no

1 Invitation to Bid 14

2 Brief description of Bidding Process 15

3 Vendor Registration VENDOR

REGISTRATIO

N 16

4 Clarification Bid Specification 17

5 Revision of Bid Specification 17

6 Preparation of Bid 17

7 Bid Price 19

8 Bid Security 19

9 Signing of Bids 21

10 Submission of Bids 211

11 Qualifying Requirement 23

12 Connectivity With The Grid 255

13 Selection of Technology 26

14 Track Record 26

15 Financial Closure 26

16 Right To Accept Or Reject 27

17 Bid Evaluation Procedure 27

18 Reverse Bidding Auction 28

19 Selection Of successful Bidder 31

II. SECTION II: TECHNICAL SPECIFICATION Page.no

A General Scope of Work 35

B Technical Specification 36

Page 6: Competitive Bidding Bid Specification No

Page 6 of 123

III. SECTION III: GENERAL TERMS AND CONDITIONS Page.no

1 Performance Guarantee 40

2 Statutory Responsibility 40

3 Insolvency and Breach of Contract 40

4 Time of Completion 41

5 Termination for Default 41

6 Breach of the Contract 41

7 Force Majeure 41

8 Progress Report of Work 42

9 Statutory Acts, Rules and Standards 42

10 Safety Measures 42

11 Hazardous Material 42

12 Stoppage of Work 43

13 Governing Language 43

14 Arbitration 43

15 Court of Competent Jurisdiction 43

16 Law & Procedure 43

17 Construction of Contract 43

18 Notices 43

IV. SECTION IV: SPECIAL TERMS & CONDITIONS Page.no

1 Power Generation By SPD, Shortfall/Excess In Generation 46

2 Synchronizing & Commissioning 46

3 Commercial Operation Date 47

4 Conditions Regarding COD 48

5 Power Purchase Agreement (PPA) 48

V. SECTION V: ANNEXURES Page.no

1 Annexure-1 Formats for Eligibility of offer 51

2 Annexure- 2 Format for Power of Attorney 55

Page 7: Competitive Bidding Bid Specification No

Page 7 of 123

3 Annexure- 3 Format for Consortium Agreement 58

4 Annexure- 4 Format for Letter of Consent from Consortium Members 63

5 Annexure- 5 Format for Bidder's Composition and Ownership Structure 65

6 Annexure- 6 Format for Authorization 69

7 Annexure- 7 Format for Qualification Requirement (As per Clause11.0 of SECTION -I)

70

8 Annexure- 8 Format of Undertaking 72

9 Annexure-9 Undertaking from the Financially Evaluated Entity and/ or Technically Evaluated Entity or its Parent Company/ Ultimate Parent Company

75

10 Annexure- 10 Format for Board Resolution 78

11 Annexure- 11 Format for Bid Security against Bid 80

12 Annexure- 12 Format for Disclosure 83

13 Annexure- 13 Format for Certification of Relationship 84

14 Annexure- 14 Format of checklist for submission of Bid 86

15 Annexure-15 Proforma for Contract Performance Security 88

16 Annexure-16 Undertaking of financial requirement 90

17 Annexure-17 List of Banks 92

18 Annexure-18 Format for Financial Proposal 93

19 Annexure-19 Reverse auction /Bidding Procedure 95

20 Annexure -20 List of Substations 101

Page 8: Competitive Bidding Bid Specification No

Page 8 of 123

1. DEFINITIONS

In the contract the following expression shall, unless the context otherwise requires, have the meanings thereby respectively assigned to them.

"Act" or "Electricity Act, 2003" shall mean the Electricity Act, 2003 and include any modifications, amendments and substitution from time to time;

“Affiliate” shall mean a Company that, directly or indirectly,

i. controls, or ii. is controlled by, or

iii. is under common control with, a Company developing a Project or a Member in a Consortium develop ing t he P r o j e c t a n d contro l means o w ne r s h i p by one Company o f at least 26% (twenty-six percent) of the voting rights/ paid up share capital of the other Company;

“Bidder” shall mean Bidding Company or a Limited Liability Partnership (LLP) or a Limited Liability Company (LLC) or a Bidding Consortium submitting the Bid. Any reference to the Bidder includes Bidding Company/ LLP/Bidding Consortium/Consortium Member of a Bidding Consortium including its successors, executors and permitted assigns and Lead Member of the Bidding Consortium jointly and severally, as the context may require.;

“Bidding Consortium” o r “Consortium” refers to a group of Companies that has collectively submitted the response in accordance with the provisions of these guidelines.

“Capacity Utilization Factor (CUF)” shall have the same meaning as provided in MEERC (Terms & Conditions for tariff determination from renewable energy sources) Regulations,2010 as amended from time to time.

“Chartered Accountant” for bidders or its Parent, Affiliate or Ultimate Parent or any Group Company incorporated in India, “Chartered Accountant” shall mean a person practicing in India or a firm whereof all the partners practicing in India as a Chartered Accountant(s) within the meaning of the Chartered Accountants Act, 1949; For bidders or its Parent, Affiliate or Ultimate Parent or any Group Company incorporated in countries other than India, "Chartered Accountant" shall mean a person or a firm practicing in the respective country and designated / registered under the corresponding Statutes/laws of the respective country.;

“CERC” shall mean Central Electricity Regulatory Authority

“Company” shall mean a body corporate incorporated in India under the Companies Act, 1956 or the Companies Act, 2013, as applicable;

“Commissioning” with respect to the Project/ Unit as certified by M S P G CL / SLDC / MSEDCL shall mean when all equipment’s as per rated capacity has been installed and energy has flown into the grid.

"Commercial Operation Date" with respect to the Project / Unit shall mean the date on which the Project / Unit is commissioned (certified by MSPGCL/SLDC / MSEDCL) and available for

Page 9: Competitive Bidding Bid Specification No

Page 9 of 123

commercial operation and such date as specified in a written notice given at least 30 days in advance by the Successful Bidder to MSEDCL & MSPGCL.”

“Contracted Capacity” shall mean the capacity (in MW AC) contracted with MSPGCL for supply by the successful bidder at the Delivery Point from the Solar Power Project.

“Contract Year” shall mean, with respect to the initial Contract Year, the period beginning on the Commercial Operation Date and ending at 12.00 midnight on 31st March of that Fiscal Year. Each successive Contract Year shall coincide with the succeeding Fiscal Year, i.e., a period of twelve months commencing on April 1 and ending on following March 31, except that the final Contract Year shall end on the date of expiry of the Term or on Termination of this Agreement whichever is earlier.

“Control” shall mean holding not less than 51% of voting rights or of paid up share capital. “Controlling shareholding” shall mean not less than 51% of the voting rights or paid up share capital in the Company/Consortium.

“CTU or Central Transmission Utility” s h a l l mean the Central Transmission Utility as defined in Sub-Section (10) of section (2) of the EA-2003.

“Day” shall mean calendar day.

“Delivered Energy" means the kilowatt hours of energy actually fed and measured by the energy meters at the Delivery Point and as certified by SLDC / MSEDCL.

"Delivery Point”; shall mean the point(s) of connection(s) at which energy is delivered into the Grid System i.e. the Interconnection Point.

"Electricity Laws" shall mean the Electricity Act, 2003 and the relevant rules, notifications, and amendments issued there under and all other Laws in effect from time to time and applicable to the development, financing, construction, ownership, operation or maintenance or regulation of electric generating companies and Utilities in India, the rules, regulations and amendments issued by CERC/ MERC from time to time.

“Effective Date” shall mean the date of execution of Power Purchase Agreement (PPA) by both the parties;

“Financial Closure” or “Project Financing Arrangements” means arrangement of necessary funds by the Bidder / Solar Power Generator either by way of commitment of funds by the Company from its internal resources and/or tie up of funds through a bank / financial institution by way of a legally binding agreement for commitment of such finances.

"Financing Documents" mean the agreements and documents (including asset leasing arrangements) entered/to be entered into between the bidder and the Financing Parties relating to the financing of the Project.

“Financing Parties” means Parties financing the Project, pursuant to Financing Documents.

“Group Company” of a Company means

(i) a Company which, directly or indirectly, holds 10% (ten percent) or more of the share

capital of the company, or

Page 10: Competitive Bidding Bid Specification No

Page 10 of 123

(ii) a company in which the company, directly or indirectly, holds 10% (ten percent) or more of the share capital of such company, or

(iii) company in which the company, directly or indirectly, has the power to direct or cause to be directed the management and policies of such company whether through the ownership of securities or agreement or any other arrangement or otherwise, or

(iv) a company which, directly or indirectly, has the power to direct or cause to be directed the management and policies of the Company whether through the ownership of securities or agreement or any other arrangement or otherwise, or

(v) a company which is under common control with the company, and control means ownership by one company of at least 10 % (Ten )of the share capital of the other company or power to direct or cause to be directed the management and policies of such company whether through the ownership of securities or agreement or any other arrangement or otherwise.

Provided that a financial institution, scheduled bank, foreign institutional investor, nonbanking financial company, and any mutual fund shall not be deemed to be Group Company, and its shareholding and the power to direct or cause to be directed the management and policies of a company shall not be considered for the purposes of this definition unless it is the Project Company or a Member of the Consortium developing the Project.

“Group Business Entity” shall mean; a) A Business Entity, which directly or indirectly holds not less than 26% of voting

securities in the Bidder; or b) A Business Entity in which the Bidder directly or indirectly holds not less than 26% of

voting securities.

“Interconnection Point”; shall mean the point(s) of connection(s) at which the project is connected to the grid i.e. it shall be at 11 / 22 kV/33kV bus bar level of substation of MSEDCL.

“Lead Member of the Bidding Consortium” or “Lead Member”: There shall be only one Lead Member, having shareholding more than 51% in the Bidding Consortium, which cannot be changed till 1 year from the Commercial Operation Date (CoD) of the Project.

“Letter of Award” or “LOA” shall mean the letter issued by Maharashtra State Power Generation Company Ltd. (MSPGCL) to the Selected Bidder for award of contract.

“Limited Liability Partnership” or “LLP” shall mean a Company governed by Limited Liability Partnership Act 2008 or as amended.

“LLC” shall mean Limited Liability Company.

“Member in a Bidding Consortium” or “Member” shall mean each Company in a Bidding Consortium. In case of a Technology Partner being a member in the Consortium, it has to be a Company.

“MERC” shall mean Maharashtra Electricity Regulatory Commission.

“Metering Point”; Metering shall be at 11 / 22 kV level substation of

MSEDCL. “Month” shall mean calendar month.

“Net-Worth” means the Net-Worth as defined in Section 2 of the Companies Act 2013.

Page 11: Competitive Bidding Bid Specification No

Page 11 of 123

“Paid-up share capital” means the paid-up share capital as defined in Section 2 of the Companies Act, 2013.

“Parent” means a company, which holds not less than 51% equity either directly or indirectly in the Project Company or a Member in a Consortium developing the Project;

“Performance Bank Guarantee” shall mean the irrevocable unconditional bank guarantee to be submitted by the successful bidder as per Section 3.9.

“PPA” shall mean the Power Purchase Agreement signed between the successful bidder and MSPGCL according to the terms and conditions of the standard PPA enclosed with this RfP;

“Project” shall mean a Solar Photovoltaic Grid Interactive Power Station to be established by the successful bidder comprising of number of units at single/multiple locations, and shall include land, buildings, plant, machinery, ancillary equipment, material, switch-gear, transformers, protection equipment and the like necessary to deliver the Electricity generated by the Project to MSEDCL at the Delivery Point.

“Project Site” means any and all parcels of real property, rights-of-way, easements and access roads, upon which the Project and its related infrastructure will be located.

“Project Capacity” means the AC capacity of the project at the generating terminal(s) and to be contracted with MSPGCL for supply from the Solar Power Project.

“RfP Document” shall mean the bidding document issued by MSPGCL including all attachments, clarifications and amendments thereof.

“SCADA” means the Supervisory Control and Data Acquisition System (SCADA) installed for recording and transferring the online data.

“SCOD” or “Scheduled Commercial Operation Date” shall mean the date as declared by the Successful Bidder in the PPA which shall not exceed 13 (Thirteen) months from the date of execution of PPA.

“SEA” means the State Energy Account issued by State Load Dispatch Centre, and amendment thereto.

“Selected Bidder or Successful Bidder” shall mean the Bidder selected pursuant to this RfP to set up the Project and supply electrical output as per the terms of PPA.

“SLDC” means the State Load Dispatch Center as notified by the State Government.

“Solar PV Project” means the solar Photo Voltaic Power project that uses sunlight for direct conversion into electricity through Photo Voltaic technology.

“STU or “State Transmission Utility” shall mean the State Transmission Utility notified by respective State Government under Sub-section (1) of Section 39 of the Act.

“SNA” means State Nodal Agency. “TOE” shall mean Tender Opening Event.

“Ultimate Parent” shall mean a Company, which owns not less than fifty-one percent (51%) equity either directly or indirectly in the Parent and Affiliates.

“Unit” shall mean one set of Solar Photovoltaic Grid Interactive power plant and all the auxiliary equipment and facilities, required to constitute a solar Project.

“Week” shall mean calendar week.

Page 12: Competitive Bidding Bid Specification No

Page 12 of 123

“Voltage of Delivery” means the voltage at which the Electricity generated by the Project is required to be delivered at 11 / 22 kV/33kV level substation of MSEDCL.

Page 13: Competitive Bidding Bid Specification No

Page 13 of 123

SECTION - I:

INSTRUCTIONS TO BIDDERS

Page 14: Competitive Bidding Bid Specification No

Page 14 of 123

1.0 INVITATION TO BID

Bids are invited by Maharashtra State Power Generation Co. Ltd., 'Prakashgad' 3 floor, Bandra (East), Mumbai 400051 through this Request for Proposal ("RFP" or "Bid proposal") Number CE/SPGD-P/ PH-IV/ 750MW /Green-shoe / AG/ PV- 47 Competitive Bidding for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option.

1.1 BACKGROUND

Govt. of Maharashtra has announced "Renewable Energy Policy -2015". Under this policy 7500 MW capacity Solar Power Projects will be developed in Maharashtra, out of which 2500 MW capacity solar power projects will be developed by Mahagenco in next five years.

Also the Government of Maharashtra vide GR dated 17.03.2018 has appointed MAHAGENCO as a implementing agency for “Chief Minister Solar Agriculture Feeder Scheme” accordingly, Mahagenco has planned to install 750MWAC with Green shoe option of additional 250 MW grid interactive PV solar power plants at various places in Maharashtra including 25 years operation and maintenance of the same on PPP basis.

a. Land

The bidder shall identify 100% land required for the project within the periphery of 3 KM from the substation where the power will be evacuated at the time of submission of bid in Format 6.1. Howevere the bidder shall be allowed to change the location of the project within the same Taluka only once till the time of achievement of Financial Closure i.e. Withine 7 month from the date of signing of PPA .In no circumstances shall the Tariff offered by the bidders in its financial bid be changed due to change in location.

b. Power Transmission and Evacuation

SPD will construct requisite infrastructure for transmission of power from each Solar Project to the nearest substation (within 3 KM) including the ABT meters and required Transmission Bay at both the ends (power plant switch yard & substation). All approvals permits and clearances required for setting up of the project (including connectivity) and those required from State Government and local bodies shall be in the scope of the bidder

c. Power Off-take

Power/energy generated from the Units will be purchased by Mahagenco, in accordance with the provisions of Power Purchase Agreement.

1.2 Total Capacity Offered:

a) Total Capacity: Selection of Grid-connected Solar PV Projects for total capacity of 750MW will be carried out through e-bidding.

b) Capacity Allocation Under Green-shoe Option The modality for allocation of additional 250MW capacity under Green-shoe Option shall be as under:-

i. An additional 250MW capacity through Green-shoe option may be

Page 15: Competitive Bidding Bid Specification No

Page 15 of 123

offered to the Participating Bidders, who are willing to execute PPAs with MSPGCL at the lowest tariff (L1 rate) discovered under Competitive Bidding Process (followed by e-reverse auction) to the extent of their respective quoted capacity.

ii. The bidders willing to execute PPA with MSPGCL at the L1 rate shall have to give their confirmation within a period of 10 days from the price bid opening / conclusion of reverse auction.

iii. The balance unallocated capacity shall be allotted to the remaining unsuccessful Bidders in their order of ranking in e-reverse auction followed by their ranking in the initial price bids.

1.3 Capacity of the Project:

A Bidder may submit Bids for developing the Project(s) under solar PV technology (Solar PV ground mount Project) as per the criteria below:

i. The individual project capacity to be developed shall be the maximum AG load connected to the substation as per enclosed list of the substation in ANNEXURE-20., However, minimum project capacity should not be less than 2MW.

ii. There shall not be any maximum limit for cumulative project c a p a c i t y bidder can quote for entire 750MW.

1.4 Project Locations: a. The bidder should select the project location in the 3KM periphery from the

substation of enclosed ANNEXURE-20. b. The Successful bidders shall develop ground mounted solar PV power

projects. c. The Successful bidder shall have to ensure the connectivity permission from the

MSEDCL.

2. BRIEF DESCRIPTION OF BIDDING PROCESS: (Only Through E- Tendering Mode)

Bidder shall bear all costs for preparation and submission of his tender. Employer will not be responsible for or pay for any expenses or losses, which might be incurred or suffered by any Bidder in connection with submission of tender. A prospective Bidder requiring any clarifications on the Tender documents may request online to Chief Engineer (SPGD-P), Email id: [email protected]

On the date and time specified in the tender notice, following procedure will be adopted for opening of the Tender. Bidder is also requested to follow the online E-tendering procedure and contact details for the vendors MAHAGENCO.

Page 16: Competitive Bidding Bid Specification No

Page 16 of 123

3. VENDOR REGISTRATION

FEE, TENDER FEE AND CONTENTS OF BIDDING DOCUMENTS:

3.1 Each bidder shall register itself at the website address https://sets.mahagenco.in on online payment of the vendor registration fees Rs. 5000/- + Service tax as applicable before the last date for registration mentioned in the notification of invitation of bids ("NIT"). Vendor registration fee is non-refundable.

The Bidder should note that they should obtain the valid digital signature in the company name as per the requirement mentioned on https://sets.mahagenco.in in the FAQ section.

3.2 Bidder is required to pay online non-refundable Tender fee of Rs. 1000/- + GST as applicable on or before the last date of payment of tender fees. Overseas bidders shall submit vendor registration fee and tender fee through international debit/credit card.

3.3 The services required, bidding procedures and contract terms are prescribed in the Bid Specification. The bid specification includes the following sections and Annexure which shall collectively with the invitation for bids, and any amendments and modifications to the bid specifications notified by the Mahagenco be referred to as the "Bid Specification"

CE/SPGD-P/ PH-IV/ 750MW /Green-shoe / AG/ PV-47

Instructions to bidder Section - I

Technical specification Section - II

General Terms & Conditions Section - III

Special Terms & Conditions Section - IV

Annexure Annexure 1 to 20

3.4 The bidder shall carefully examine the Bid Specification and fully inform and satisfy itself as to all the conditions and matters which may in any way affect to work or cost thereof. Failure to furnish all information required by the Bid Specification or to submit a bid not substantially responsive to the Bid Specification in every respect will be at bidder's risk and may result in the rejection of the bid. A bidder if, find any discrepancies or omissions in the Bid Specifications or have any queries with respect to any provision of the Bid Specifications, he shall at once notify to the Mahagenco at below mentioned address:

Chief Engineer (Solar Projects) Maharashtra State Power Generation Co. Ltd., Prakashgad, 3rd floor, Plot No. G-9,Bandra (East), Mumbai - 400051

Phone: : 022-26474211/2131 Extn. 2315/2448/3534 Fax: 022- 26476518, Mobile No. 08879770699, 8408889754 email: [email protected]

Page 17: Competitive Bidding Bid Specification No

Page 17 of 123

4. CLARIFICATION OF BID SPECIFICATION:

Any prospective bidder (subject to having paid the vendor registration and tender fees) who requires any clarification in respect of the Bid Specification may notify the Mahagenco in writing or by fax enclosing therewith copy of successful online payment transaction against tender fee at the Mahagenco's contact details given above 1 (one) day prior to the dead line for the pre-bid meeting. The clarifications received after pre-bid meeting shall not be entertained. The Mahagenco's response (including an explanation of the query but without identifying the source of enquiry) shall be published by way of revision of the Bid Specification on website https://sets.mahagenco.in. The bidders in their own interest may inform the Mahagenco in written about the payment of tender fee by them and their detailed correspondence address with name of contact person, telephone/ fax nos., e-mail address etc. so that such clarifications can be sent to them by fax/e-mail as may be possible. However, Mahagenco's responsibility is restricted to only publishing such clarifications on above mentioned website.

5. REVISION OF BID SPECIFICATION:

At any time prior to the deadline for submission of bids, the Mahagenco may, for any reason, whether at its own initiative revise the Bid Specification. Every time the Bid Specification is revised, the revisions/amendments/revised Bid Specifications shall be published on website https://sets.mahagenco.in (the revision No. of the Bid Specification shall be accordingly enhanced). Such revisions shall be binding on all the prospective bidders irrespective of whether they have paid the tender fees prior to the revision or not.

In order to give prospective bidders reasonable time to take the revisions into account for preparing their Bids, the Mahagenco may, at its discretion, extend the deadline for the submission of bids. The Mahagencos decision about the extension of deadline of submission shall be final and binding on the bidders and no correspondence shall be entertained in this regard.

6. PREPARATION OF BID:

6.1 Preparation of Bid

a. The bid prepared by the bidder, as well as all correspondence and documents relating to the bid exchanged by the bidder with the Mahagenco shall be written in English. Supporting documents and printed literature furnished by the bidder may be in any other language, provided they are accompanied by the accurate translation in English duly certified by an official translator engaged by a court in the jurisdiction of the bidder and notarized. For the purposes of interpretation and evaluation of the bid, the translation in English shall govern and be binding on the bidder.

b. Bidder shall take into account any corrigendum published on the tender document before submitting their bids.

c. Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

6.2 Bidder, in advance, shall get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.

6.3 To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents

Page 18: Competitive Bidding Bid Specification No

Page 18 of 123

(e.g. PAN card copy, annual Reports, auditor certificates etc.) has been provided to the bidders. Bidders can use "the Space" or "Other Important Documents'' area available to them to upload such documents. Each document to be uploaded shall be in 1MB maximum.

Documents comprising the Bid:

Following documents shall constitute the documents comprising the Bid.

a) The Bid, the price Bid and the Physical Support Documents; b) Latest revision of Bid Specification published by the Purchaser & responses to the pre-

bid queries. c) Undertakings and Documentary evidence in accordance with Qualifying Requirement

set out in Clause 11 of section-I & the relevant Annexure- establishing that the bidder is eligible to Bid.

d) Bid security (EMD) furnished in accordance with Clause 8.0 Section –I e) The documents submitted under the Annexures of RFP.

6.4 Bid Form and Bid Schedules:

The bidder shall complete the Bid Form and the appropriate price schedule furnished in the Bid Specification. Bids shall be fully in accordance with the requirements of this document and the Technical Specifications attached thereto. Copies of appropriate specimen Annexures/ forms furnished with the Bid Specification shall be used for quoting bid prices

6.5 Only a bidder, who has paid the vendor registration and tender fees as stipulated in Clause 3.0 above, will be eligible to participate in the bidding. Bids received from those bidders, who have not made payment of vendor registration and tender fees, will not be accepted. If the bidder is a consortium, the consortium may tender its Bid if the online payment is made against vendor registration and tender fees by the lead member.

6.6 Multiple Bids by the same person (individually or as a part of a consortium) are not allowed for the same item. Any person that controls (directly or indirectly) a bidder or a member of the bidding consortium, any other persons which are controlled (directly or indirectly) by the aforementioned person, or any person that is controlled (directly or indirectly) by such bidder or member of bidding consortium, shall not bid on its own or as a member of a consortium for the same item for which the bidder or the bidding consortium has submitted a bid.

6.7 For the purposes of this clause the term 'person' means any individual, company, corporation, partnership (whether limited or unlimited), proprietorship, trust or other body (whether incorporated or not), Hindu undivided family, union or association and in case of a trust shall include the trustee or the trustees for the time being. For the purposes of this clause the term 'control' as applied to any person, means the possession, directly or indirectly, of the power to direct or cause the direction of the management or policies of that person whether through ownership of voting securities, by contract, or otherwise.

Page 19: Competitive Bidding Bid Specification No

Page 19 of 123

7. PRICE BID /BID PARAMETER

a) Mahagenco has fixed the Ceiling Tariff Rs. 3.25 per unit the bidders shall have to quote tariff rate less than or equal to the ceiling Tariff in their Financial proposal. Financial bids of Techno commercially qualified bidders will be opened on-line in as per e-tendering procedure. Bids of each bidder will be evaluated on the basis of the tariff quoted by the bidder.

b) Price bid shall be submitted on line only. Physical submission of price bid will not be accepted and such bids will be liable for rejection.

c) Price Bids with tariff quoted above the Ceiling Tariff shall be disqualified and shall not

be allowed to participate in reverse bidding auction.

8. BID SECURITY (EMD)

8.1 Each Bidder shall be required to submit Bid Security/ Earnest Money Deposit (EMD) of Rs. 8,00,000/- (Rs. Eight Lakh only) /MW in the form of bank guarantee as per Annexure 11, issued by any branch of Bank mentioned in list attached. In the case of a Consortium, the Lead Member shall furnish the Bid Security as stipulated in the RFP, on behalf of the Consortium Members as per the Consortium Agreement. The Bid Security shall be valid for a period of 180 days (6 months) from the date of submission of the Bid (online) in addition to the validity the claim period for Bank Guarantee should be six(06) month beyond the validity period. It is to be noted that the Bid Security to be provided must be issued from the list of Banks on non-judicial stamp paper of worth Rs. 500/- as per the formatted provided in the Annexure -17 payable at Mumbai only. The Bid Security must be payable in currency of India.

8.2 Scanned copy of the Bid security (As annexure 11 shall be uploaded/submitted on-line on the website http://sets.mahagenco.in.

8.3 No interest will be paid on bid security irrespective of mode of submission.

8.4 Existing permanent bank guarantee if any submitted by any bidder with the Mahagenco shall not be considered for exemption from the payment of bid security (EMD) against this bidding or Security - cum -Performance Guarantee to be provided as per the terms of this RFP.

8.5 Any bid not accompanied by Bid security (EMD) or having submitted shorter amount than specified under Clause 8.0 above or the bank guarantee taken from the bank which is not listed in the Annexure No.18, such bids shall be liable to disqualified.

8.6 The Bid submitted by a bidder shall be treated invalid and the Bid security shall be forfeited:

a) If the bidder withdraws/ modify his bid within the bid validity specified in the Bid Specification.

OR

b) The successful bidder fails to submit performance guarantee and/ or to execute contract agreement within the prescribed period in accordance with the instructions to the bidder.

OR

c) If the Bidder does not accept the designed CUF of 19% for evaluation of the bid

OR

d) If the bidder being the successful bidder fails to furnish the acceptance of Letter of Award, within the specified time limit.

OR

Page 20: Competitive Bidding Bid Specification No

Page 20 of 123

e) If the bidder gives any wrong / false information /documents in the bid for making the bid qualified (eligible).

OR

f) If the successful bidder fails to sign the PPA within the period of days from the date of issue of LoA.

OR

g) In case, MAHAGENCO offers to execute the PPA with the selected bidder and if the selected bidder does not submit the requisite document.

OR

h) If after date of issue of LOA ,it is found that the documents furnished by the bidder during RFP are misleading or misrepresented in any way and that relevant facts have been suppressed.

OR

i) If the bidder fails to furnish required Performance Bank Guarantee.

j) The EMD of the successful bidder shall be returned after

a. Acceptance of LOA by the bidder and

b. The submission of bank guarantee towards contract performance security by the bidder and on acceptance of the same by the MAHAGENCO.

k) Unsuccessful bidder's EMD will be discharged/returned as promptly as possible.

8.7 In the exceptional circumstances, prior to expiry of the original validity period of the bank guarantee furnished as Bid Security, MAHAGENCO may request the Bidders to extend the period of validity for an additional period. In such case the bidders shall provide the extended bid securities no later than ten (10) days prior to the expiry of the Bid Security. MAHAGENCO reserves the right to reject the Bid submitted by any Bidder who fails to extend the validity of the Bid Security in line with the provisions of this clause.

8.8 EMD of the successful bidder will be released when the bidder has signed the Contract Agreement pursuant to Instruction to Bidders and has furnished the required Contract Performance Guarantee pursuant.

8.9 VALIDITY OF BIDS:

Offers/bids shall be valid for a period of at least 180 days from the date of opening of techno- commercial Bid. Bids with shorter validity shall be liable for rejection at the discretion of the Mahagenco.

Extension of validity of proposal:

If it becomes necessary, MAHAGENCO may request the parties, in writing, to extend validity of proposals. The parties shall have the right to refuse such extension without forfeiting their proposal security. In case a party extends the validity then it shall also extend the validity of its Proposal Security for corresponding period.

9. SIGNING OF BIDS:

Page 21: Competitive Bidding Bid Specification No

Page 21 of 123

9.1 Bid shall be submitted along with the tender documents and duly filled in with all sections /Annexure/Appendixes/ schedules etc. the online offer shall be signed with valid digital signature of the bidder/ lead member as per this clause. Physical supporting documents shall be signed by the authorized person of the bidder/ lead member as per Format of Authorization.

9.2 The foreign bidders shall indicate in his bid , the name of Indian firm, if any, who will be acting as his representative in India for the purpose of liaison of contract and receiving of payments and will have to submit the form of authorization for Indian representative as per the Format of Authorization. Such authorized Indian firm will have to submit the form of Authorized Indian representative as per Annexure - 6 duly singed by a person authorized by the bidder. Appointment of such Indian representative shall be subject to acceptance by the Mahagenco.

10. SUBMISSION OF BIDS:

10.1 Each bidder shall carefully examine the Bid Specification and shall independently fully inform and satisfy itself as to all the conditions and matters which may, in any way affect the work specified in the Bid Specifications or costs thereof. Failure to furnish all information required by the Bid Specifications or to submit a Bid not substantially responsive to the Bid Specification in every respect will be at the bidder's risk and may result in the rejection of the Bid.

10.2 Each Indian as well as overseas bidder shall obtain Digital Signature Certificate (meant for e-tendering) from the list of Licensed Certifying Authorities approved by the controller of Certifying Authorities provided on the website https://sets.mahagenco.in. The bidder in whose name the Digital Signature Certificate / Registration is obtained can only fill up the tender online as the same is not transferable.

10.3 Each bidder shall register itself at the website address https://sets.mahagenco.in on payment of the vendor registration fees as per Clause 3.0 of Section –I to the Mahagenco before the last date for registration mentioned in the notification of invitation of bids ("NIT").

10.4 Each bidder shall arrange to pay the vendor registration and tender fee as per Clause 3.0 to the Mahagenco by the last date for payment of tender fee indicated in NIT.

10.5 Each bidder shall use the user ID and password, to login to the system and view the Bid Specification. Each bidder is required to go through (on-line) the Bid Specifications thoroughly before bidding.

10.6 Bidders shall then fill the details required for the Bid and price Bid within the timelines indicated in NIT for submission of the Bid. Subsequent to making the Bid, the bidder shall provide the Mahagenco with physical copies of the required documents that have been uploaded in scanned form in the form named as "Physical Support Documents" in accordance with NIT.

10.7 It is mandatory for the bidder to submit the Bids through e-tendering platform and the bidders are required to provide the "Physical Support Documents" duly signed and sealed, within the timelines specified.

10.8 The bidder shall send the "Physical Support Documents" in an envelope superscripted to the address given in Clause 3.4:-"Physical Support Documents"

SPECIFICATION No: CE/SPGD-P/ PH-IV/ 750MW /Green-shoe / AG/ PV-47

Name of the bidder

10.9 Each Bidder shall submit their price Bid within the time-period indicated in NIT on the e-tendering platform.

Page 22: Competitive Bidding Bid Specification No

Page 22 of 123

10.10 Any discrepancy between the data/ details/ documents of the Bids submitted by the bidder in the on-line Bid and the Physical Support Documents shall not be allowed and any such discrepancy shall make the Bid submitted by the bidder liable to be rejected. No further communication in the matter shall be entertained by the Mahagenco.

10.11 It shall be noted that the price Bid can be made only through the e-tendering platform. No physical price Bids shall be submitted. In case a bidder submits physical price Bids, such Bids shall be summarily rejected.

10.12 It shall be noted that prices shall be filled with two decimal points only. If the prices are filled with more than two decimal points, only first two decimal digits shall be considered.

10.13 Bidders are requested to fill up/submit the online Bid data in the formats / space provided in the Bid Specification itself. The bidders shall take a print of the filled-up Bid (for the bidder's record) before the submit key is pressed on-line. It may not be possible to take a print thereafter.

10.14 Bids are to be submitted online and physical support documents shall be submitted in sealed condition only. As such, physical support documents sent by fax/telegram/ e-mail etc. or submitted in open condition shall not be accepted

10.15 Timely submission of offer: It is advisable to submit the digitally signed offer sufficiently in advance of due date & time so as avoid last minute trafficking at server. Offer received after the due date and time of submission shall not be accepted. In case, the due date of opening of tender happens to be holiday, the offer shall be opened on the next working day at the same time.

10.16 Pre Tender Queries

The Bidder is requested to submit any question only online on Email id: [email protected], ------------------- at 15.00 Hr. Pre-bid meeting will be conducted.

10.17 Assistance to Bidders

a) Any queries relating to the tender document and the terms and conditions contained therein shall be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

b) Conditional Tender will be rejected outright considering it as non-responsive offer and Tender will be liable to be rejected outright if it is found that;

"The Bidder proposes any alternation in the assignment specified in the tender or in time allowed for completing the assignments or indicate any other unacceptable condition".

c) After the public opening of Tenders information relating to the examination, clarification, evaluation and comparisons of Tenders and recommendations concerning the award of contract shall not be disclosed to Bidders or any other(s). Any efforts by the Bidder to influence the Employer, in the process of examination, clarification, evaluation and comparison of tenders and decisions concerning award of contract may result in the rejection of the Bidder's tender.

d) To assist in the examination, evaluation and comparison of tenders, the employer may ask Bidders, individually for clarifications of their tenders. The request for clarification and the response shall be in writing or by Where there is discrepancy between amounts in figures and words, the amount in words will govern.

e) Prior to the expiration of the prescribed period of tender validity or such extended period the Employer will notify the successful Bidder, by cable or telex, fax confirming in writing by

Page 23: Competitive Bidding Bid Specification No

Page 23 of 123

registered letter that his tender has been accepted. The notification of award will constitute the formation of the contract upon the furnishing by the successful Bidder of a performance security.

f) All costs, charges and expenses including stamp duty in connection with contract as well as preparations and completion of agreement shall be borne by the Bidders.

11. QUALIFICATION REQUIREMENTS

The Q.R. is divided in two parts viz. General Eligibility Criteria & Technical Eligibility Criteria with general terms.

Short-listing of Bidders will be based on meeting the following criteria;

A. General Eligibility Criteria

i. Companies incorporated in India under the Companies Act 1956 or Companies Act,2013 as applicable.

ii. Bidding Consortium with one of the Companies as Lead member. Consortium shortlisted based on this RFP has to necessarily form a Project Company and get it registered under the Companies Act, 2013, before signing of PPA, keeping the original shareholding of the Bidding Consortium unchanged. In case applications for multiple Projects have been made by a Consortium, separate Project Companies can be formed for each Project.

iii. A foreign company can also participate on standalone basis or as a member of consortium at the RFP stage. In case of foreign company participating on standalone basis and its selection as successful bidder, it has to form an Indian Company registered under the Companies Act, 2013 as its fully owned subsidiary Company (i.e. 100% subsidiary) before signing of PPA.

iv. Limited Liability Companies (LLC) shall be eligible. Further, if such Limited L i a b i l i t y Companies are selected as successful B idd er s , they w i l l ha ve to r e g is t e r as a Company under the Indian Companies Act, 1956 or Companies Act, 2013, as applicable, before signing of PPA, keeping the original shareholding of LLC unchanged. In such cases, it will also be mandatory on the part of such Limited Labiality Companies to either demonstrate or infuse the capital in form of his own equity in line with the requirement stipulated in Clause 11 (B) given below. In case LLC fails to incorporate as an Indian company before signing of PPA or unable to demonstrate/ infusion of capital in form of his own equity in to the Company registered in India or not able to sign PPA with Mahagenco, EMD of such Bidders shall be forfeited. Note: Limited Liability Companies (LLC) shall be eligible only for those LLCs which are formed by companies.

v. Limited Liability Partnership (LLPs) are not eligible for participation. vi. A bidder which has been selected as successful Bidder based on this RFP can also

execute the Project through a Special Purpose Vehicle (SPV) i.e. a Project company especially incorporated as a fully owned subsidiary Company (100% subsidiary) of the successful bidder for setting up of the Project which has to be registered under the Indian Companies Act, 2013, before signing of PPA.

vii. The successful bidder, if being a single company, shall ensure that its shareholding in the SPV/project company executing the PPA shall not fall below 51% (fifty-one per cent) at any time prior to 1 (one) year from the COD (as defined in Clause 15), except

Page 24: Competitive Bidding Bid Specification No

Page 24 of 123

with the prior approval of the MAHAGENCO. In the event the successful bidder is a consortium, then the combined shareholding of the consortium members in the SPV/project company executing the PPA, shall not fall below 51% at any time prior to 1 (one) year from the COD, except with the prior approval of the MAHAGENCO. However, in case the successful bidder shall be itself executing the PPA, then it shall ensure that its promoters shall not cede control till 1 (one) year from the COD, except with the prior approval of the MAHAGENCO. In this case it shall also be essential that the successful bidder shall provide the information about its promoters and their shareholding to the MAHAGENCO before signing of the PPA with MAHAGENCO.

viii. Any change in the shareholding after the expiry of 1 (one) year from the COD can be undertaken under intimation to MAHAGENCO.

B. Financial Requirements for Selected Project:

1. Net Worth:

i. The Net-Worth of the Bidder for the financial year ended on 31.03.2017 shall not be less than INR 0.85 Crores per MW (of the capacity quoted).

iii. Bidders shall have to furnish a Certificate from Chartered Accountants, certifying the Networth per MW of quoted capacity as on 31st March, 2017. For avoidance of doubt, “net worth” as per Section 2 (57) of the Companies Act 2013 means the aggregate value of the paid-up share capital and all reserves created out of the profits and securities premium account, after deducting the aggregate value of the accumulated losses, deferred expenditure and miscellaneous expenditure not written off, as per the audited balance sheet, but does not include reserves created out of revaluation of assets, write- back of depreciation and amalgamation.

iii. Pursuant to evaluation of Net Worth Criteria as part of technical bid, if it is found

by MSPGCL that the Bidder is eligible for lesser quantum than the quantum for which bid has been submitted, then the Bidder shall be qualified for such lesser quantum, provided that such quantum is not less than minimum bid capacity i.e. as specified in Clause 3.2.2.

2. Liquidity:

In order to ascertain that the Bidder has sufficient means to manage the fund requirements for the Project, the Bidder shall be required to demonstrate at least one of the following parameters:

i. A minimum annual turnover of Rs. 25 lakhs/MW of the quoted capacity during the previous financial year 2016-17. It is hereby clarified that “Other Income” as indicated in the annual accounts of the Bidder shall not be considered for arriving at the annual turnover.

Page 25: Competitive Bidding Bid Specification No

Page 25 of 123

ii. Internal resource generation capability, in the form of Profit Before Depreciation Interest and Taxes (PBDIT) for a minimum amount of Rs. 10Lakhs/MW of the quoted capacity, as on the last date of previous financial year, 2016-17.

iii. In-principle sanction letter from the lending institutions/banks of the Bidder, committing a Line of Credit for a minimum amount of Rs. 12.5 Lakhs/MW of the quoted capacity, towards meeting the working capital requirement of the project quoted under this RfS. Such letter can also be obtained by the Affiliate(s) of the Bidder.

iv. The Bidder may seek qualification on the basis of financial capability of its Affiliate(s) for the purpose of meeting the qualification requirements as per Clause 3.6.1 & 3.6.2 above. In case of the Bidder being a Bidding Consortium, any Member may seek qualification on the basis of financial capability of its Affiliate(s). In such cases, the Bidder shall be required to submit Board Resolutions from the respective Affiliate(s), undertaking to contribute the required equity funding and performance bank guarantees in case the Bidder(s) fail to do so in accordance with the RfS. In case of non-availability of the Board Resolution as required above, a letter from the CEO/Managing Director of the respective Affiliate(s), undertaking the above, shall be required to be submitted and the requisite Board Resolution from the Affiliate(s) shall be required to be submitted prior to signing of PPA.

3. The bidder shall have to submit documentary evidence for the above along with Certified copies of annual audited accounts of the last financial year i.e., 2015-16 or 2016-17 as may be applicable OR in case the Bidder is a newly formed Company, then the certificate issued by a Chartered Accountant with certified copies of Balance sheet, Profit & Loss account, Schedules and cash flow statement supported with bank statement are required to be submitted at respective stages.

12. CONNECTIVITY WITH THE GRID

SPD will provide the evacuation arrangement from the solar power plant to the nearest substation. O&M of this evacuation system for 25 years will be responsibility of the SPD. A) The project should be designed for delivery of energy at 33/11 KV level substation of MSEDCL. B) The responsibility of getting the grid connectivity with MSEDCL shall entirely be of the successful

bidder. The successful bidder shall submit documentary evidence for securing connectivity with grid from MSEDCL within 7 month from the date of signing of PPA.

C) The transmission of power up to the of interconnection and energy accounting infrastructure shall be the

responsibility of the successful bidder at his own cost. The maintenance of the transmission/distribution system up to the interconnection point shall be responsibility of the bidder.

D) The arrangement of connectivity can be made by the successful bidder through a dedicated line or sharing

of a line. The dedicated line may be constructed by the successful bidder or through any of agency. The entire cost of transmission including cost of construction of line ,maintenance, losses etc. from the project up to the delivery point will be borne by the successful bidder The arrangement of connectivity can be made through sharing of a line ,however sharing of line shall be at the discretion of the bidder provided

Page 26: Competitive Bidding Bid Specification No

Page 26 of 123

there is a legally binding arrangement between the bidder and the other parties sharing the same line for a period not less than 25 years and the bidder shall indemnify MSEDCL for any loss arising out of failure of such shared line.

E) The successful bidder shall not be entitled to deemed generation in case of any delay in grant of

connectivity.

F) The successful bidder shall comply MERC regulations on forecasting, scheduling and deviation settlement ,as applicable and are responsible for all liabilities related to connectivity.

13. SELECTION OF THE TECHNOLOGY

The Projects to be selected for capacity of 750MWAC, provide for deployment of Solar PV Technology. However, the projects would be technology agnostic within the technology approved by the MNRE i.e. Crystalline silicon or thin film or CPV, with or without trackers can be installed. Only commercially established and operational technologies can be used, to minimize the technology risk and to achieve the timely commissioning of the Projects.

14. TRACK RECORD

The bidder shall have good track record and shall not have been blacklisted/banned for participation in tenders issued by any entity, Government / Semi-Government organization in any country as on date of submission of bid. The bidder shall submit an Affidavit to that effect. The bid will be rejected if such affidavit is not furnished or the contract may be terminated if any information found incorrect at any later stage.

15. FINANCIAL CLOSURE OR PROJECT FINANCING ARRANGEMENTS

SPD should take all necessary actions in order to achieve financial closure of the project. Mahagenco will not provide any VGF or financial assistance or loan for the project. SPD to ensure that the financial closure will be carried out within 7 (Seven) months from the date of signing of PPA. Accordingly the successful bidder shall furnish the following documents within 7 months from the date of signing of PPA.

a) Submit power evacuation/connectivity agreement of successful bidder with MSEDCL.

b) Evidence of clear possession of required land along with the following documentary evidences.

i. Ownership right or lease hold right or right to use from state nodal agency for entire duration of the project in the name of successful bidder and possession of 100% of the area required for the project. The land used for the project on lease hold basis or right to use basis will be accepted in case of both government land and private land. Where ,leasing of private land is involved , the lease should allow transfer of land to the procurer, in case of default of the solar power Generator.

ii. Sworn affidavit from the authorized person of the successful bidder listing the details of the land and certifying total land required for the project under clear possession of the successful bidder.

iii. Developer and or Transfer permission issued by state Nodal agency /MEDA.

iv. Copy of key plan drawing showing survey number, plot no. ,point of installation of solar project with capacity.

If the project developer fails to tie-up financing arrangement for the project within 7 months as prescribed above or if the project developer fails to report such tie-up then the MAHAGENCO shall forfeit the

Page 27: Competitive Bidding Bid Specification No

Page 27 of 123

performance bank Guarantee (PBG) unless the delay is on account of delay caused due to a force Majeure. An extension for the attainment of the financial closure can however be considered by the MAHAGENCO, on the sole request of the solar power Generator,upon submission of a fresh Performance Bank Guarantee (PBG) with same conditions,value and validity as stated in section-3-1

16. RIGHT TO ACCEPT/ REJECT

MAHAGENCO reserves the right to accept any bid or reject any or all bids without assigning any reasons thereof.

17. BID EVALUATION CRITERIA AND SELECTION PROCEDURE OF THE BIDDER

The bids of all bidders be evaluated in Three stages as under

i. Evaluation of Technical bids (Step-1) At this stage, bids of each bidder will be evaluated on the basis of terms & conditions of RFP viz. bid security (EMD), the correctness & validity of required undertaking/agreements/Board resolutions/ annexure/ certificates/financial documents/ vendor credentials documents etc. submitted by bidder under prescribed format according to the RFP. Bidder whose bid found complete in all respect and in line with RFP terms & conditions will be considered qualified bidder.

ii. Financial Bid Evaluation (Step-2)

In this step evaluations shall be done based on the “Tariff” quoted by the bidders in the Electronic Form of Financial Bid. After this step, the shortlisted bidders shall be invited for the Reverse Auction.

i) Second Envelope (containing Tariff) of only those bidders shall be opened whose technical bids are found to be qualified.

ii) The bidders including its Parent, Affiliate or Ultimate Parent or any Group Company will have to submit bid (single application) quoting tariff per kWh for the project. Tariff can be quoted up to two places of decimal only. If it is quoted with more than two digits after decimal, it shall be ignored after first two decimal places. (For e.g. if the quoted tariff is ₹3.337, then it shall be considered as ₹3.33).

iii) In this step, evaluation will be carried out based on tariff quoted by the Bidders.

iv) On completion of Techno-commercial bid evaluation, if it is found that the total aggregate capacity of the Solar Power Projects short-listed is lower than or equal to 500 MW, then the procedure as elaborated in Section 4.3.2 shall be followed.

Note: On completion of Techno-commercial bid evaluation, if it is found that only one bidder is eligible, opening of the financial bid of the bidder will be at the discretion of MSPGCL.

v) If the first-round tariff quoted is same for two or more bidders, then all the bidders with same tariff shall be considered of equal rank/ standing in the order.

vi) All bidders with same tariff shall be eligible for reverse auction round (provided their rank is equal to or less than “n” as mentioned in Section 4.3.2).

Page 28: Competitive Bidding Bid Specification No

Page 28 of 123

vii) Ranking of bidders after Financial Bid Evaluation: In case of financial bids received from all bidders are in the form of tariff, ranking of bidders shall be done accordingly. For example:

Bidder Submitted Financial bid Ranking

B8 Rs. 2.30 (Tariff in Rs./ kWh) L1

B5 Rs. 2.70 (Tariff in Rs./ kWh) L2 B1 Rs. 2.80 (Tariff in Rs./ kWh) L3 B4 Rs. 2.80 (Tariff in Rs./ kWh) L3 B2 Rs. 3.00 (Tariff in Rs./ kWh) L4 B3 Rs. 3.30 (Tariff in Rs./ kWh) L5 B7 Rs. 3.50 (Tariff in Rs./ kWh) L6 B6 Rs. 3.60 (Tariff in Rs./ kWh) L7 B10 Rs. 3.90 (Tariff in Rs./ kWh) L8 B9 Rs. 4.00 (Tariff in Rs./ kWh) L9

B11 Rs. 4.00 (Tariff in Rs./ kWh) L9

iii. Reverse Auction (Step-3)

Following procedure will be followed for the reverse bidding/ auction

The Eligible Bidders shall participate in the Reverse Auction Process, in accordance with reverse auction process, for determination of the Selected Bidder(s).

i. Intimation of Date and Time of Reverse Auction

MAHAGENCO shall, at least 4 (four) calendar days prior to the date of conducting the Reverse Auction Process, inform all the Eligible Bidders through e-mail regarding the date and time of the Reverse Auction Process and notifying them of being eligible to participate in the Reverse Auction Process.

Once the e-Reverse Auction window of the E-bidding portal is configured, Eligible Bidders can log on to the E-bidding Portal and view salient aspects of the Reverse Auction window on the E-bidding portal (e.g. Best Quote, minimum bid decrement value). Further, each Eligible Bidder would be able to see number of Units for which that Eligible Bidder is qualified.

MAHAGENCO will also send a separate e-mail to all the Eligible Bidders notifying the start time of the Reverse Auction Process, along with the number of Units for which such Eligible Bidder is qualified. Eligible Bidders will be able to login into the E-bidding Portal 15 (fifteen) minutes before the scheduled commencement time of the Reverse Auction Process.

ii. REVERSE AUCTION / BIDDING PROCEDURE

Process

a) In reverse bidding(auction) process, the bidder has to quote lower tariff rate in the decrement of Rs.0.01/-(one paisa) & value will be rounded / truncated up

Page 29: Competitive Bidding Bid Specification No

Page 29 of 123

to 2 decimal digits. The reverse bidding (auction) will be started from the lowest price quoted by the bidder.

b) After opening of price bids and depending upon the comparative statements, bidders will be eligible for participating in reverse bidding process. In reverse bidding (auction) process, the bidder has to quote on the base value declared by Mahagenco in the decrement of step of Rs. 0.01/- (One paisa) and value will be rounded/ truncated up to 2 decimal digits. The modalities of Reverse Bidding will be followed.

Detailed Procedure of Reverse Bidding is enclosed as Annexure No.19

The reverse auction shall be conducted on https://sets.mahagenco.in. Reverse Auction shall be carried out as specified in “Bid Information Sheet” of this RfP.

Total eligible bidders for reverse auction shall be decided as mentioned below: Assuming T = Total number of techno-commercially qualified bidders, and ST= Capacity of the total number of techno-commercially qualified bidders

SK = Cumulative capacity till the ‘k’th serial number bidder (not the ‘k’th rank bidder) after ranking is done in ascending order from L1 onwards

SM = Total capacity of techno-commercially qualified bidders after ranking is done in ascending order from L1 onwards) such that (SM-1 < SE MW and SM ≥ SE

SE = Eligible Capacity for Award

SE =(Eligible

capacity for award)

(i) In case ST <500 MW; SE = 0.8 X ST,

(ii) In case ST ≥ 500 MW; SE = 0.8 X ST, subject to maximum eligible capacity being 500 MW.

n = {

T, if T=m or m+1

Where m =Total number of techno- commercially qualified bidders (after ranking is done in ascending order from L1 onwards) such that (Sm-1 < SE MW and Sm ≥ SE) and 1≤m≤T

m+(T-m)/2, if Sm≥ SE and

m+(T-m+1)/2, if Sm ≥ SE and

Total eligible bidders for e-Reverse Auction = Bidders from Sr. No. 1 to Sr. No. n. For e.g. (Shortlisting of bidders for reverse auction): Total bid capacity of techno-commercially shortlisted bidders = ST=770 MW Eligible capacity for award = SE = 500 MW SM = 550 MW

Therefore, n = [7 + (11-7)/2] = 9 as per the above formula.

Page 30: Competitive Bidding Bid Specification No

Page 30 of 123

Sl.

No.

Techno commercially

qualified Bidder

Rank

Capacity

(MW)

T

M

SE

N

Shortlisted

Bidders

1

B8

L1

55

11

7

500

MW

9*

B8

2

B5

L2

45

B5

3

B1

L3

125

B1

4

B4

L3

75

B4

5

B2

L4

80

B2

6

B3

L5

95

B3

7

B7

L6

75

B7

8

B6

L7

60

B6

9

B10

L8

50

B10

10

B9

L9

55

11

B11

L10

55

* Though, n = 7 + (11-7)/2 = 9 as per the above formula. Shortlisted bidders for Reverse Auction will be able to login into https://sets.mahagenco.in for reverse auction 15 minutes before the start time of reverse auction.

i) During 15 minutes prior to start of reverse auction process, the respective tariff along with the total project capacity of the bidder shall be displayed on its window.

ii) The minimum decrement value for tariff shall be ₹ 0.01 per kWh. The bidder can mention its revised tariff which has to be at least 01 (one) paisa less than its current tariff.

iii) Bidders can only quote any value lower than their previous quoted tariff taking into

consideration of the minimum decrement value mentioned in previous Section. However, at any stage, increase in tariff will not be permissible. Bidders can improve their ranking by quoting the tariff lower than their last quoted tariff.

iv) During Reverse Auction, the bidder shall not have the option of changing the total project capacity while quoting tariff during reverse auction.

v) In the bidder’s bidding window, the following information can be viewed by the bidder:

1. Its tariff as their initial start price and there after last quoted tariff along with project capacity for which the bidder is qualified;

2. The list of all the bidders with their following details: Pseudo Identity, last quoted tariff and project capacity

Page 31: Competitive Bidding Bid Specification No

Page 31 of 123

vi) The initial auction period will be of 60 minutes (Sixty minutes) with a provision of auto

extension by ten minutes from the scheduled / extended closing time if any fresh bid is received in last Ten minutes of auction period or extended auction period. If no valid bid is received during last ten minutes of auction period or extended auction period, then the reverse auction process will get closed.

iv. Selection of Successful Bidders

a) The bidders shall be selected in the ascending order with lowest quoted tariff (being L1) till the capacity is exhausted. Some of the possible scenarios including, but not limited to, are shown below:

Scenario – 1

Scenario – 2

Scenario – 3

Scenario – 4

Rs. 2.30 / kWh

Rs. 2.30 / kWh

Rs. 2.30 / kWh

Rs. 2.25 / kWh

Rs. 2.50 / kWh

Rs. 2.60 / kWh

Rs. 2.70 / kWh

Rs. 2.30 / kWh

Rs. 2.65 / kWh

Rs. 2.70 / kWh

Rs. 2.80 / kWh

Rs. 2.60 / kWh

Rs. 2.70 / kWh

Rs. 2.80 / kWh

Rs. 2.80 / kWh

Rs. 2.70 / kWh

Rs. 2.80 / kWh

Rs. 2.80 / kWh

Rs. 2.90 / kWh

Rs. 2.80 / kWh

Rs. 3.00 / kWh

Rs. 3.00 / kWh

Rs. 3.00 / kWh

Rs. 2.80 / kWh

Rs. 3.00 / kWh

Rs. 3.20 / kWh

Rs. 3.05 / kWh

Rs. 3.30 / kWh

b) The lowest quoting bidder will be allotted its qualified project capacity and then, next higher bidder will be allotted its qualified project capacity and so on, till the total capacity is exhausted.

c) In case of the last selected bidder, if the balance project capacity is less than the

total project capacity mentioned by the bidder, then the balance capacity shall be awarded to the bidder till the total capacity is exhausted subject to a minimum allocation of 2MW. The allocation of additional 250MW capacity through Green-shoe option shall be as per Clause 3.2 of RFS (Note: It will be mandatory for the last selected Bidder to accept the last Project capacity offered by MSPGCL, which may be less than the capacity quoted by him). However, the bidder who has submitted the bid for Project with more than one locations, may intimate MSPGCL about its revised location details within two working days after e-Reverse Auction event and the same shall be considered by MSPGCL to allot the projects before issuance of LoA.

d) In case of tie, among two or more bidders (i.e. their last quoted tariff being the same) they will be considered in the chronological order of their last bid with preference to that bidder who has quoted his last bid earlier than others.

e) In the above case (as mentioned in previous Section), if the time of quote also

Page 32: Competitive Bidding Bid Specification No

Page 32 of 123

becomes exactly same among the bidders at a tie, then the ranking among these bidders shall be done as follow:

Step – 1: Lowest rank will be given to the bidder who has quoted the lowest in Financial Bid (Electronic Form) and so on. If there is also a tie among any of these bidders, then the following step (Step 2) will be followed.

Step – 2: Ranking will be done based on draw of lots.

f) At the end of selection process, Letter of Award (LOA) will be issued to all the Successful Bidders. In case of Consortium being selected as Successful Bidder, the LOA shall be issued to the Lead Member of the Consortium.

In all cases, MSPGCL’s decision regarding selection of bidder through Reverse Auction or otherwise based on tariff or annulment of tender process shall be final and binding on all participating bidders.

Also, MSPGCL shall reserve the right to short close the capacity lower than 1000MW (750MW + 250MW under Green-shoe option) at its discretion, if the prices are abruptly high.

4.4.3 In case of the last selected bidder, if the balance project capacity is less than the total project capacity mentioned by the bidder, then the balance capacity shall be awarded to the bidder till the total capacity is exhausted subject to a minimum allocation of 25 MW. The allocation of additional 500 MW capacity through Greenshoe option shall be as per Clause 3.2 of RFS (Note: It will be mandatory for the last selected Bidder to accept the last Project capacity offered by MSPGCL, which may be less than the capacity quoted by him). However, the bidder who has submitted the bid for Project with more than one locations, may intimate MSPGCL about its revised location details within two working days after e-Reverse Auction event and the same shall be considered by MSPGCL to allot the projects before issuance of LoA.

4.4.4 In case of tie, among two or more bidders (i.e. their last quoted tariff being the same) they will be considered in the chronological order of their last bid with preference to that bidder who has quoted his last bid earlier than others.

4.4.5 In the above case (as mentioned in previous Section), if the time of quote also becomes exactly same among the bidders at a tie, then the ranking among these bidders shall be done as follow:

Step – 1: Lowest rank will be given to the bidder who has quoted the lowest in Financial Bid (Electronic Form) and so on. If there is also a tie among any of these bidders, then the following step (Step 2) will be followed.

Step – 2: Ranking will be done based on draw of lots.

4.4.6 At the end of selection process, Letter of Award (LOA) will be issued to all the Successful Bidders. In case of Consortium being selected as Successful Bidder, the LOA shall be issued to the Lead Member of the Consortium.

In all cases, MSPGL’s decision regarding selection of bidder through Reverse Auction or otherwise based on tariff or annulment of tender process shall be final and binding on all participating bidders.

Also, MSPGCL shall reserve the right to short close the capacity lower than

Page 33: Competitive Bidding Bid Specification No

Page 33 of 123

1000 MW (500 MW + 500 MW under Greenshoe option) at its discretion, if the prices are abruptly high.

Page 34: Competitive Bidding Bid Specification No

Page 34 of 123

SECTION II:

TECHNICAL SPECIFICATION FOR COMPETITIVE BIDDING FOR SELECTION OF SOLAR POWER DEVELOPER FOR DEVELOPMENT OF 750MWAC CUMULATIVE CAPACITY GRID INTERACTIVE SOLAR PV POWER PLANT TO CATER THE AG FEEDER LOAD OF VARIOUS SUBSTATIONS IN MAHARASHTRA WITH ADDITIONAL CAPACITY OF 250MWAC UNDER GREEN-SHOE OPTION.

1. GENERAL SCOPE OF WORK

1.1 Objective

Page 35: Competitive Bidding Bid Specification No

Page 35 of 123

The main objective of this project to design, engineering, manufacture, supply, erection, testing and commissioning of 750MWAC cumulative capacity grid interactive solar PV power plants at various places to cater the AG feeder load of various substations at various places in Maharashtra under ‘Chief Minister Solar AG Feeder Scheme’.

1.2 Mahagenco Scope of work:

Mahagenco will sign the PPA for 25 years with the SPD at the tariff rate discovered through the reverse bidding and PSA with MSEDCL.

1.4 SPD Scope or work:

1. Financial Closure of the project.

2. Signing of PPA with MSPGCL.

3. The bidder shall identify 100% land required for the project within the periphery of 3 KM from the substation where the power is evacuated at the time of submission of bid in Format 6.1.

4. Operation and Maintenance of Plant for 25 years.

5. Construction of the semi grouting type approach road to the site and semi grouting type Periphery Road along with Drainage system.

6. Construction of fencing to the land plot.

7. Construction of Bore wells at the site.

8. Arrangement of topographical, Geological, soil test & water test report.

9. Design, engineering, manufacture, supply, erection, testing and commissioning of alloted capacity grid interactive solar PV power plant at various places to cater the AG feeder load of various substations at various places in Maharashtra on PPP basis.

10. SPD will construct & erect complete evacuation line along with & ABT meters from the switchyard of solar power project to the nearest MSEDCL/MSETCL substation. Energy meter (ABT) will be located at MSEDCL Substation.

12. Construction of bays and installation of all necessary associated equipment and protection and metering system at interconnection point at MSEDCL/MSETCL substation.

13. SPD will carry the O&M of the evacuation line and associated equipment, viz. Breakers, Isolators, Bays, CT, PT, ABT meter, Protection & metering etc. for 25 years

14. All approvals permits and clearances required for setting up of the project (including connectivity) and those required from State Government and local bodies shall be in the scope of the bidder .

1.5 MEDA Scope of Work:

SPD will register the Solar Project with MEDA. However, MEDA will register the project as per the provisions under ‘Chief Minister Solar AG feeder scheme’

2. TECHNICAL SPECIFICATION

All components of the PV plant shall be in accordance with technical specifications given in relevant IS/IEC Standards. The design and commissioning also shall be as per latest IEC/IS standards. The following are some of the technical measures required to ensure quality of the major components used in grid connected solar power Projects.

Page 36: Competitive Bidding Bid Specification No

Page 36 of 123

2.1 PV Module Qualification

The PV modules used in the grid connected solar power Projects must qualify to the latest edition of any of the following IEC PV module qualification test or equivalent BIS standards.

Crystalline Silicon Solar Cell Modules IEC 61215

Thin Film Modules IEC 61646

Concentrator PV modules IEC 62108

In addition, PV modules must qualify to IEC 61730 for safety qualification testing @1000 V DC or higher. For the PV modules to be used in a highly corrosive atmosphere throughout their lifetime, they must qualify to IEC 61701.

2.2 Power Conditioners/ Inverters

The Power Conditioners/Inverters of the SPV power plants must conform to the latest edition of IEC/

equivalent BIS Standards as specified below:

Efficiency Measurements IEC 61683 Environmental Testing IEC 60068-2/ IEC 62093 Electromagnetic Compatibility (EMC) IEC 61000-6-2, IEC 61000-6-4 Electrical Safety IEC 62103/ 62109-1&2

Protection against Islanding of Grid

IEEE1547/IEC 62116/ UL1741 or equivalent

EN/BIS Standards

LVRT Compliance

As per the latest CERC Guidelines/ Order/

Regulations

Grid Connectivity

Relevant CERC Regulations (including LVRT

compliance) and Grid Code as amended and revised from time to time.

Rated capacity Nominal/Rated output power of the inverter (if

different power ratings are mentioned at different temperatures, then power rating at 500 C shall be considered) in kW will be considered as inverter rated capacity.

2.3 Cables and connectors:

All cables and connectors for used for installation of solar field must be of solar grade which can withstand harsh environment conditions for 25 years and voltages as per latest IEC standards. (Note: IEC Standard for DC cables for PV systems is under development. It is recommended that in the interim, the Cables of 600-1800 Volts DC for outdoor installations should comply with the EN50618/ TUV 2pfg 1169/08/07 or equivalent IS for service life expectancy of 25 years).

2.4 Other Sub-systems/Components

Other subsystems/components used in the SPV power plants (Cables, Connectors, Junction Boxes, Surge Protection Devices, etc.) must also conform to the relevant international/national Standards for Electrical Safety besides that for Quality required for ensuring Expected Service Life and Weather Resistance.

2.5 Authorized Test Centers

The PV modules / Power Conditioners deployed in the power plants must have valid test certificates for their qualification as per above specified IEC/ BIS Standards by one of the NABL Accredited Test Centers

Page 37: Competitive Bidding Bid Specification No

Page 37 of 123

in India. In case of module types/ equipment for which such Test facilities may not exist in India at present, test certificates from reputed ILAC Member body accredited Labs abroad will be acceptable.

2.6 Warranty

i. PV modules used in grid connected solar power plants must be warranted for peak output

wattage, which should not be less than 90% at the end of 10 years and 80% at the end of 25

years.

ii. The modules shall be warranted for at least 10 years for failures due to material defects and

workmanship.

iii. The mechanical structures, electrical works and overall workmanship of the grid solar power

plants must be warranted for a minimum of 5 years.

iv. The Inverters/PCUs installed in the solar power plant must have a warranty for 5 years.

2.7 Identification and Traceability

Each PV module used in any solar power Project must use a RF identification tag. The following information must be mentioned in the RFID used on each module (This can be inside or outside the laminate, but must be able to withstand harsh environmental conditions):

i. Name of the manufacturer of PV Module

ii. Name of the Manufacturer of Solar cells

iii. Month and year of the manufacture (separately for solar cells and module)

iv. Country of origin (separately for solar cells and module)

v. I-V curve for the module at Standard Test Condition (1000 W/m2, AM 1.5, 250C)

vi. Wattage, Im, Vm and FF for the module

vii. Unique Serial No. and Model No. of the module

viii. Date and year of obtaining IEC PV module qualification certificate

ix. Name of the test lab issuing IEC certificate

x. Other relevant information on traceability of solar cells and module as per ISO 9000

Site owners would be required to maintain accessibility to the list of Module IDs along with the above parametric data for each module.

2.8 Performance Monitoring

As part of the performance monitoring, the following shall be carried out:

a. The SPD shall maintain the list of Module IDs along with performance characteristic data for each module. This data shall be submitted to Mahagenco.

b. The SPDs must install necessary equipment to continuously measure solar radiation on module plane, ambient temperature, wind speed and other weather parameters and simultaneously measure the generation of DC power as well as AC power generated from the plant. They will be required to submit this data to Mahagenco on line and/or through a report on regular basis every month for the entire duration of PPA.

c. The SPDs shall provide access to Mahagenco or their authorized representatives for installing any additional monitoring equipment to facilitate on-line transfer of data.

d. All data shall be made available as mentioned above for the entire duration of the PPA.

Page 38: Competitive Bidding Bid Specification No

Page 38 of 123

e. Fibre Optic Ethernet Ring network (Managed type Ethernet switches in each Control Room) should be provided between MCR & Inverter Control Rooms.

f. Web-based monitoring should be available, which should not be machine dependent. The web- based monitoring should provide the same screens as available in the plant. Also it should be possible to download reports from a remote web-client in PDF or Excel format.

g. The SPD shall follow the forecasting and scheduling process as per the regulations in this regard by the CERC/MERC as per the Indian Electricity Grid Code (IEGC) and requirement of SLDC by establishing the required SCADA system & communication facility from project to SLDC. SPD shall be responsible for the O&M of SCADA & communication system thereof for entire contract period at its own cost.

Bidder shall ensure that the facility at all times

a) Have SCADA installation/ any other continuous communication facility for transferring the data of Solar Energy generated from the Facility‟s switchyard / MSEDCL Substation to the State Grid‟s Sub-Station / Control room;

b) Have installed Special Energy Meter (SEM) with telecommunication facility with availability based tariff (ABT) feature as per relevant CEA specifications / regulations as may be applicable.

c) Moreover, it shall be mandatory to provide real time visibility of electricity generation

to MSLDC at Airoli, Navi Mumbai, Maharashtra or MSEDCL through RTU-DC, V-SAT or any other standard protocol decided by MSEDCL.

2.9 Safe Disposal of Solar PV Modules:

The SPD will ensure that all Solar PV modules from their plant after their ‘end of life’ (when they become defective/ non-operational/ non-repairable) are disposed in accordance with the “e-waste (Management and Handling) Rules, 2011” notified by the Government and as revised and amended from time to time.

Page 39: Competitive Bidding Bid Specification No

Page 39 of 123

SECTION III:

GENERAL TERMS & CONDITIONS

Page 40: Competitive Bidding Bid Specification No

Page 40 of 123

1. PERFORMANCE SECURITY

Bidders selected by Mahagenco based on this RFP shall submit Performance Security in the form of Bank Guarantee for a value @ Rs 20 Lakh / MW for each awarded project within 21 days of issuance of LoA or 2 days prior to signing of PPA of that individual Solar power Project. It may be noted that successful Bidders shall submit the Performance Guarantee on the non-judicial stamp paper of worth Rs.500/- as per the format prescribed in the Annexure - 15 for a value @ Rs. 20 Lakh/MW with a validity period of 24 months which includes 12 months of operation of plant beyond accepted scheduled or re-scheduled commissioning date, whichever is later in addition to this the Bank Guarantee should have 06 (six month) claim period beyond the validity date. On receipt and after successful verification of the total Performance Bank Guarantees for allotted capacity projects in the acceptable form, the BG submitted towards EMD shall be returned by Mahagenco to the successful Bidder. The Performance Security in the form of Bank Guarantee would be encashed proportionally @ Rs.20 Lakh/MW for the project not commissioned within accepted schedule period or re-scheduled period.

2. STATUTORY RESPONSIBILITY

The SPD shall comply with all applicable laws or ordinances, codes, approved standards, rules, and regulations and shall procure all necessary Municipal, Panchayat and Government permits, licenses at its own cost. Also, fees, royalties, charges etc. shall be borne by the SPD at his own cost.

The SPD shall leave the MAHAGENCO and the CE (SPGD-P) harmless as a result of any infractions thereof. If required, the SPD shall renew the above permits & licenses in case such situation warrants.

3. INSOLVENCY AND BREACH OF CONTRACT

The MAHAGENCO may at any time by notice in writing summarily terminate the Contract without

compensation to the SPD in any of the following events:

a. If the SPD being an individual or if a firm, any partner thereof shall at any time, be adjudged insolvent or shall have a receiving order or order from administration of his estate made against him or shall take any proceeding for composition under any Insolvency Act for the time being in force or make any conveyance or assignment with his creditors or suspend payment or if the firm be dissolved under Partnership Act, or

b. If the SPD being a Company is wound up voluntarily or by the order of a court or a Receiver, Liquidator or manager on behalf of the Debenture holder is appointed or circumstances have arisen which entitle the Court or debenture holder to appoint a Receiver, Liquidator or Manager, or

c. If the SPD commits any breach of the contract not herein specifically provided for, provided always that such determination shall not prejudice any right of action or remedy which shall have accrued or shall accrue thereafter to the MAHAGENCO and provided also that the SPD shall be liable to pay to the MAHAGENCO. The SPD shall under no circumstances be entitled to pay again or repurchase, Or

d. If the SPD found utilizing the land leased to him for any other purpose/commercial activities that are not associated with solar power project.

4. TIME OF COMPLETION & DELAY

Page 41: Competitive Bidding Bid Specification No

Page 41 of 123

The project shall be commissioned within 13 months from the date of execution of the PPA of the date of handing over the site of solar project (for e.g. if the site is handed over on is 07.10.2017, then scheduled commissioning date shall be 07.01.2019) in this regard, a duly constituted committee will physically inspect and certify successful commissioning of the project.

Sr. No. Stage Reference

From D

1 Date of Execution of the PPA Zero Date (D)

2 Financial closure D+210

3 Achievement of Commercial Operation Date with entire contracted capacity.

D+395

In case of failure to achieve these milestones, MAHAGENCO shall have rights to encash the Performance Bank Guarantee and in the event that the SPD is not able to commission the project beyond 3 months of Schedule Date of COD then Mahagenco can also cancel the PPA.

5. TERMINATION FOR DEFAULT

i. The MAHAGENCO may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the SPD, terminate the contract in whole or part:

ii. SPD fails to achieve financial closure in stipulated time OR fails to infuse the require equity amount as stipulated as per the financial requirement clause under Section-I, Qualifying Requirement clause no.11, B, OR at any stage if it is found that the documents furnished by us are false / misleading or misrepresented in any way, then the LoA issued shall be terminated and the entire EMD and Performance Security shall be forfeited.

iii. If the SPD fails to deliver or execute any or all of its contractual obligations as stipulated in the RFP & Contract Agreement within the time period(s) under the contract or any extension thereof granted by the MAHAGENCO pursuant to the clause for Delay in Execution or Failure to Supply or/If the SPD fails to perform any other obligations(s) under the contract.

iv. In the event the MAHAGENCO terminates the contract in whole or part the PBG submitted by the SPD will forfeited.

6. BREACH OF THE CONTRACT

In case of non-performance in any form or change of the covenant and conditions of the Contract by the SPD, MAHAGENCO shall have the power to cancel the order or a portion thereof and if so purchase or authorize purchase of the plant/equipment not so delivered or order plant/equipment of similar description (opinion of the MAHAGENCO shall be final) at the risk and cost of the SPD.

7. FORCE MAJEURE

i. In the event of either party being rendered unable by Force Majeure to perform any obligation required to be performed by them under this agreement, relative obligation of the party affected by such Force Majeure shall be treated as suspended during which the Force Majeure clause last.

ii. The term "Force Majeure" shall have herein mean riots (other than among the SPD's employee), Civil commotion, War (whether declared or not), invasion, act of foreign enemies hostilities, civil war, rebellion, revolution, insurrection, military coup, damage from aircraft, nuclear fission,

Page 42: Competitive Bidding Bid Specification No

Page 42 of 123

embargoes, quarantines, acts of god such as earthquake (above 7.0 magnitude on Richter scales), lightning, unprecedented floods, fires not caused by SPDs negligence and other causes which the SPD has no control and accepted as such by the CE(SPGD-P) whose decision shall be final and binding. Normal rainy season and monsoons are not Force Majeure.

iii. Upon occurrence of such causes and upon its termination, the party alleging that it has been rendered unable as aforesaid thereby shall notify the other party in writing by registered notice within 24 (twenty-four) hours of the alleged beginning and ending thereof giving full particulars and satisfactory evidence in support of its claim.

iv. Time for performance of the relative obligation suspended by the force majeure shall stand extended by the period for which such clause lasts.

v. If works are suspended by Force Majeure conditions lasting for more than two months, the MAHAGENCO shall have the option of canceling this contract in whole or part thereof, at its discretion.

vi. The SPD shall not claim any compensation for 'Force Majeure conditions' and shall take appropriate steps to insure men and materials utilized by him under the contract well in advance

8. PROGRESS REPORT OF WORK

The SPD shall submit monthly progress report on execution of works conforming to bar chart, network like PERT. In case of any slippage(s) or delay in execution of work reasons for such delay along with details of hindrances will be submitted by the SPD along with modified Bar Chart mentioning the action plan being taken to keep the due date of completion of project unchanged. If required, SPD shall use additional manpower to keep the due date of completion of project unchanged.

9. STATUTORY ACTS, RULES AND STANDARDS

The work shall be executed in conformity with the relevant standard of Bureau of Indian Standards (or equivalent International Standard), Indian Electricity Rules, 1956 (as amended up to date), Indian Electricity Act, BARC/DAE rules, Explosive Act 1948, Petroleum Act 1934, National Building Code and relevant Rules in vogue at the time of execution including operation & maintenance period. All the fees/cost regarding renewals of all required statutory certificates shall be borne by SPD during contract period Also, all the taxes, royalties, fees applicable as per government rules shall be borne by SPD.

10. SAFETY MEASURES

The SPD shall have to provide necessary and adequate safety measures including personal protective equipment and precautions to avoid any accident, which may cause damage to any equipment/material or injury to workmen. MAHAGENCO shall not be responsible for any such accidents.

11. HAZARDOUS MATERIAL

Any hazardous material used during construction or used as part of the plant has to be taken back by the supplier for recycling or dumping purpose after its operating / working life, so that it may not affect the environment or any living being. SPD shall comply with MPCB regulation.

12. STOPPAGE OF WORK

Page 43: Competitive Bidding Bid Specification No

Page 43 of 123

MAHAGENCO shall not be responsible and not liable to pay any compensation due to stoppage of work as a reaction from local public due to any undue action on the part of the SPD causing annoyance to local people.

13. GOVERNING LANGUAGE

The contract shall be written in English Language. All correspondence and documents pertaining to the contract, which are exchanged by the MAHAGENCO& SPD, shall be written in English.

14. ARBITRATION

a) Except where otherwise provided, if at any time, any question, dispute or difference, whatever shall arise between the SPD and the MAHAGENCO upon or in relation to or in connection with this contract either of the parties may give to the other notice in writing of the existence of such a question, on rejection of the matter, the dispute or difference shall be referred to the sole arbitrator jointly appointed by MAHAGENCO and the SPD at the time of dispute after ascertaining the terms of reference mutually.

b) The Arbitrator will preferably be a member of Arbitration Council and arbitration proceedings will take place as per provisions of Arbitration and Conciliation Act, 1996 or any statutory modifications or re-enactment thereof, and the rules made there under and for the time being in force shall apply.

c) The SPD will ensure that the work under this contract shall continue during arbitration proceedings and dispute and no payments due from or payment by the MAHAGENCO shall be withheld on account of such proceedings except to the extent which may be in dispute.

15. COURT OF COMPETENT JURISDICTION

The Bombay High Court will only have jurisdiction in this case.

16. LAW & PROCEDURE

a) The law which is to apply to the contract and under which the contract is to be construed shall be Indian Law

b) The Law governing the procedure and administration of any arbitration instituted under the Clause for Arbitration shall be the Indian Law.

17. CONSTRUCTION OF CONTRACT

The contract shall in all respect be construed and operated, as a contract as defined in the Indian Contracts Act, 1872, and all the payments there under shall be made in Indian Rupees unless otherwise specified.

18. NOTICES

a) For all purpose of the contract, including arbitration there under, the address of the SPD mentioned in the tender shall be the address to which all communications addressed to the SPD shall be sent, unless the SPD has notified a change by a separate letter containing no other communication and sent by registered post with acknowledgement due to the Project Manager. The SPD shall be solely responsible for the consequence of an omission to notify change of address in the manner aforesaid.

b) Any communication or notice on behalf of the MAHAGENCO in relation to the contract agreement may be issued to the SPD by Project Manager and all such communication and notice may be served

Page 44: Competitive Bidding Bid Specification No

Page 44 of 123

on the SPD either by registered post or under certificate of posting or by ordinary post or by hand delivery at the option of the officer.

c) Instructions or notices to the SPD and notices from the SPD to the MAHAGENCO recorded in a minute signed by the authorized representatives of both MAHAGENCO& SPD. Such notice or instruction shall be valid notice of instruction for the purpose of contract.

19. Ambiguities resolution:

In case any term or condition in this RFP is found ambiguous & un clear or the RFP is silent on some terms/conditions which required to incorporated in post tender period such terms or condition shall be applicable as per the prevailing MNRE/SECI guidelines with mutual consents.

Page 45: Competitive Bidding Bid Specification No

Page 45 of 123

SECTION- IV:

SPECIAL TERMS AND CONDITIONS:

Page 46: Competitive Bidding Bid Specification No

Page 46 of 123

1. GENERATION BY SPD, SHORTFALL/EXCESS IN GENERATION POWER

a) Criteria for generation :-The power producer will declare the CUF of their project at the time of PPA and will be allowed to revise the same once within first year of COD. The Declared CUF shall in no case be less than 19% & more than 22% over a year. They shall maintain generation so as to achieve CUF in the range of +10% of their declared value during PPA duration. The lower limit will ,however, be relaxed by MAHAGENCO to the extent of grid non-availability for evacuation which is beyond the control of the Developer.

b) In case the project generates and supplies energy less than the energy corresponding to the contracted CUF, the SPD will be liable to pay to the Mahagenco, penalty for the shortfall in availability below contracted CUF level.

c) The amount of such penalty shall be 25% (twenty-five per cent) of the cost of this shortfall in energy terms, calculated at PPA tariff. However this penalty shall not be applicable in event of force majeure identified under PPA with successful bidder affecting supply of solar power by seller/power producer.

d) In case the availability is more than the maximum CUF specified, the SPD will be free to sell it to any other entity provided first right of refusal will vest with the Mahagenco. In case the Mahagenco purchases the excess generation, the same may be done at 75% (seventy-five per cent) of the PPA tariff.

e) Repowering: The Solar Power Generators will be free to re-power their plants from time to time during the PPA duration. However, the Procurer will be obliged to buy power only within the range of CUF (or CEQ, as relevant), specified in the PPA. Any excess generation will be dealt as specified in above clause (d).

2. Synchronizing and commissioning

a) Synchronizing and commissioning of individual project

i. The SPD shall give MAHAGENCO at least thirty (30) days advanced preliminary written notice and at least fifteen (15) days advanced final written notice, of the date on which it intends to synchronize the individual Solar Power Plant to the Grid System. For eg. SPD shall give Mahagenco at least thirty (30) days advanced preliminary written notice that it intends to synchronize 6.00 MW Solar Power Plant at Kathpal, Taluka = Sangola to the Grid System.

ii. Subject to clause no. 2 of Section -IV the individual Solar Power project may be synchronized by the SPD to the Grid System when it meets all the connection conditions prescribed in applicable Grid Code then in effect and otherwise meets all other Indian legal requirements for synchronization to the Grid System.

iii. All the necessary permissions from Electrical Inspector, MEDA, MSETCL, MSEDCL, SLDC etc., as may be required, shall be taken up by the SPD for the purpose of interconnection of the individual solar power plant with the grid. Grid connectivity related permits and approvals required to connect the plant with the proposed substation will be taken by SPD.

iv. The synchronization equipment shall be installed by the SPD at the respective Solar Power Plant at its own cost. The SPD shall synchronize the Solar Power Plant with the Grid System only after the approval of synchronization scheme is granted by MAHAGENCO/ the head of the concerned sub-station/Grid System and checking/verification is made by MAHAGENCO/ the concerned authorities of the Grid System.

v. The SPD shall immediately after synchronization/tripping of generator, inform MAHAGENCO/ the sub-station of the Grid System to which the individual Solar Power Plant is electrically connected in accordance with applicable Grid Code.

Page 47: Competitive Bidding Bid Specification No

Page 47 of 123

b) Trial Run

Trial operation shall commence immediately after the synchronization of the individual Solar Power Project with the grid before commissioning. During the trial operation and testing, the Solar Power Plant shall perform trouble free operation cumulative minimum 72 hours during which functionality of all plant components shall be demonstrated and the system shall be in Generating mode.

c) Pre-Commissioning Tests

The following tests and activities shall be completed by the SPD before the declaration of COD of the solar power plant:

i. Relay testing

ii. Transformer testing

iii. Line charging

iv. Transformer charging

v. Electrical safety & earthing

vi Trial Run

There shall be no obligation for Mahagenco to take delivery of solar energy prior to commercial operation date, except that mahagenco shall take all energy produced during testing of the facility, without payment of any charges

d) Commissioning

On successful completion of trial run and pre-commissioning tests of individual project, the Solar Power Plant shall be commissioned in accordance with the provisions of this Contract, applicable rules and regulations, grid code and recommendations of MSETCL/MSEDCL.

3. Commercial Operation Date of the Solar Power Plant

(i) Once the commissioning of the individual Solar Power Project is finished satisfactorily in accordance with the agreed schedule, MAHAGENCO and the SPD will draw up the Commercial Operation Date of the that particular Solar Power Plant, whose date will determine, amongst other issues, the beginning of the Guarantee Period for defects.

(ii) The only circumstances or causes for delay of the Commercial Operation Date of the Solar Power Plant are those specified in this Contract, and only in the case that they are not attributed to the SPD. Under no circumstances will the exercise by MAHAGENCO of any of the rights established in the Contract give rise to an extension of the period for the Commercial Operation of the Solar Power Plant, unless this possibility is considered in this Contract. Similarly, failure to comply by the SPD of any of the periods set out in the Execution Plan will not in itself give the SPD the right to request an extension of the term set for the Commercial Operation of the Solar Power Plant.

(iii) Any reference to the Commercial Operation in this Contract will refer to the Commercial Operation of the Solar Power Plant unless it is indicated to the contrary.

4. Conditions regarding Commercial Operation

Page 48: Competitive Bidding Bid Specification No

Page 48 of 123

(i) The Commercial Operation of the particular Solar Power Project out of total cumulative capacity of 750MW will occur after to be in line with above clause 2. c) & d) above and entire capacity it is connected to the corresponding electricity grid and working properly.

(ii) Before the individual Solar Power Project is connected to the grid, the SPD shall inform, at least thirty (30) Days before the anticipated date in writing to MAHAGENCO, that the certain amount of contracted capacity Solar Power Plant based on the capacity is ready for the Commercial Operation, as long as the following conditions are fulfilled:

a) The SPD has finished the construction, supply, erection, installation & interconnections of the all equipments for that individual solar plant viz. MMS, PV Modules, Inverters, all electrical installations along with transformers of Solar Power Plant in accordance with this Contract, and it is free of defects;

b) All the permits, licenses and authorizations for running and maintaining the individual Solar Power Plant are in order according to the regulations in force.

6. POWER PURCHASE AGREEMENT (PPA)

Mahagenco shall enter into Power purchase agreement (PPA) with Bidders selected based on this RfP. A copy of standard Power Purchase Agreement to be executed between Mahagenco and the selected SPD will be made available on http://sets.mahagenco.in. The PPA shall be signed within 01 month from the date of issue of Letter of Award (LoA) (for e.g. If the LOA is dated 07-10-2017, then the last date of signing of PPA shall be 07-11-2017). PPA will be executed between Mahagenco and selected bidder for each Project separately with the L1 bidder tariff rate discovered through reveres bidding process. The PPAs shall be valid for a period of 25 years as per provisions of PPA.

Before signing of PPA with the selected Bidders, Mahagenco will verify the documents furnished by the Bidders at the time of submission of response to RFP including the shareholding of the Project Company along with a copy of complete documentary evidence supported with the original documents. Bidders will be required to furnish the documentary evidence for meeting the RFP Qualification Requirement and financial requirements mentioned at Clause 11 A and Clause 11 B respectively. Mahagenco at this stage may also ask the Bidders to furnish the audited balance sheet of the previous month-end along with complete Bank Statement starting from day 1 of submission of response to RFP till date along with a copy of the documents submitted.

At the time of signing of PPA. If at this stage it is found that the documents furnished by the Bidders are false / misleading or misrepresented in any way, then the LoA issued shall be terminated and the entire EMD and Performance Security shall be forfeited.

7. Change in law:

a) In the event a Change in Law results in any adverse financial loss/ gain to the Solar Power Generator then, in order to ensure that the Solar Power Generator is placed in the same financial position as it would have been had it not been for the occurrence of the Change in Law, the Solar Power Generator/ Procurer shall be entitled to compensation by the other party, as the case may be, subject to the condition that the quantum and mechanism of compensation payment shall be determined and shall be effective from such date as may be decided by the Appropriate Commission.

b) In these Guidelines, the term Change in Law shall refer to the occurrence of any of the following events after the last date of the bid submission, including

Page 49: Competitive Bidding Bid Specification No

Page 49 of 123

(i) the enactment of any new law; or

(ii) an amendment, modification or repeal of an existing law; or

(iii) the requirement to obtain a new consent, permit or license; or

(iv) any modification to the prevailing conditions prescribed for obtaining an consent, permit or license, not owing to any default of the Solar Power Generator;

(v) any change in the rates of any Taxes which have a direct effect on the Project. However, Change in Law shall not include any change in taxes on corporate income or any change in any withholding tax on income or dividends.

Page 50: Competitive Bidding Bid Specification No

Page 50 of 123

SECTION – V:

ANNEXURES

SECTION V: ANNEXURES FOR BID SUBMISSION

The following formats are required to be submitted as part of the Bid. These formats are designed to demonstrate the SPD's compliance with the Qualification Requirements set forth in Clause 12 of Section I and other Bid submission requirements specified in the RFP.

Page 51: Competitive Bidding Bid Specification No

Page 51 of 123

Annexure - 1 Formats for Eligibility of Offer

(Non-Financial Bid) (The format shall be on the Letter Head of the Bidding Company/ Lead Member of the Bidding Consortium)

No ........................

To,

The Chief Engineer (SPGD-P.),

Maharashtra State Power Generation Company Ltd.,

"Prakashgad", 3rd Floor, Bandra (East)

Mumbai - 400 051

Sub: Offer in response to Notice Inviting Tender No. dated for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option

Dear Sir,

We, the undersigned [insert name of the 'Bidder'] having read, examined and understood in detail the RFP and Contract for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option.

We hereby submit our Bid comprising of Financial Bid and Non-Financial Bid. We confirm that neither we nor any of our Parent Company/ Affiliate/ Ultimate Parent Company has submitted Bid other than this Bid directly or indirectly in response to the aforesaid RFP.We are submitting application for the development of following solar power projects.

Sr.No

Location of project (Village ,Taluka ,Districts) Sub-station Details Proposed Capacity in MW

1

2

3

Total Capacity

We give our unconditional acceptance to the RFP, dated XXXXXX and Contract attached thereto, issued by MAHAGENCO, as amended. In token of our acceptance to the Contract, the same have been initialed by us and

Page 52: Competitive Bidding Bid Specification No

Page 52 of 123

enclosed to the Bid. We shall ensure that SPD shall execute such Contract as per the provisions of the RFP and provisions of such Contract shall be binding on us.

(Please insert, in Case of Consortium): We are having consortium agreement with

M/s __________________________ (legal name and country of incorporation to be given) who will be jointly and severally bound with us and be responsible to you for successful performance of the contract. Towards this we have submitted a deed of joint undertaking. Further, we have also enclosed a copy of the association agreement (between the Bidder & the consortium associate).

Bid Security

We have enclosed a Bid Security of Rs. _______________ (Insert Amount), in the form of bank guarantee

no. ____________ (Insert number of the bank guarantee) dated ___________ [Insert date of bank

guarantee] from ______________________ (Insert name of bank providing Bid Security) and valid up

to _________ . The offered quantum of power by us is MW (Insert total capacity offered)

We have submitted our Price Bid strictly on line only, without any deviations, conditions and without mentioning any assumptions or notes for the Price Bid in the said format.

Acceptance

We hereby unconditionally and irrevocably agree and accept that the decision made by MAHAGENCO in respect of any matter regarding or arising out of the RFP shall be binding on us. We hereby expressly waive any and all claims in respect of Bid process. We confirm that there are no litigations or disputes against us, which materially affect our ability to fulfill our obligations with regard to execution of Contract.

CODES AND STANDARDS:

We confirm that all the materials/equipment supplied by us under this bid shall be according to the various codes, standards, acts, laws, rules, etc. as specified in your bid specification and documents.

APPRAISAL OF SITE CONDITION:

We confirm that our representative has visited the project site and we are fully familiar with site conditions.

Familiarity with Relevant Indian Laws & Regulations

We confirm that we have studied the provisions of the relevant Indian laws and regulations as required to enable us to submit this Bid and execute the Contract, in the event of our selection as Successful Bidder. We further undertake and agree that all such factors as mentioned in RFP have been fully examined and considered while submitting the Bid.

Contact Person

Page 53: Competitive Bidding Bid Specification No

Page 53 of 123

Details of the contact person are furnished as under:

Name: Designation: Company : Address : Phone Nos. :

Fax Nos. : E-mail address:

We are enclosing herewith the Bid Security& Non-Financial Bid (Envelope I) and Financial Bid (Envelope II) containing duly signed formats, each one duly closed separately, in one (1) original + two (2) copies (duly attested) as desired by you in the RFP for your consideration.

It is confirmed that our Bid is consistent with all the requirements of submission as stated in the RFP and subsequent communications from MAHAGENCO.

The information submitted in our Bid is complete, strictly as per the requirements stipulated in the RFP and is correct to the best of our knowledge and understanding. We would be solely responsible for any errors or omissions in our Bid.

We confirm that all the terms and conditions of our Bid are valid for acceptance for a period of one hundred and twenty (180) days from the Bid Deadline.

We confirm that no order / ruling has been passed by an Appropriate Commission or a competent court against us or any of our Affiliates in the preceding one (1) year from the Bid Deadline for breach of any contract related to design and/or engineering and/or manufacture and/or supply and/or erection and/or testing and/or commissioning and/or operation & maintenance having duration of contract in excess of one (1) year and that the Bid Security submitted by us or any of our Affiliates has not been forfeited, either partly or wholly, in any bid process related to Contract involving design and/or engineering and/or manufacture and/or supply and/or erection and/or testing and/or commissioning and/or operation & maintenance in the preceding one (1) year from the Bid Deadline to any company/utility in India as per the provisions of clause “Qualifying Requirement.”

We also declare that our company/all members of the consortium has/have not been included in the list of sanctions of the Indian Government nor in any other list of sanctions and affirm that our company/all members of the consortium will immediately inform MAHAGENCO if this situation occur at a later stage.

Thanking you,

We remain,

Yours faithfully,

Page 54: Competitive Bidding Bid Specification No

Page 54 of 123

Name, Designation and Signature of Authorized Person in whose name Power of Attorney / Board Resolution as per is issued.

Date

Place

Seal of Company

Page 55: Competitive Bidding Bid Specification No

Page 55 of 123

Annexure - 2 Format for Power of Attorney

(Non-Financial Bid)

POWER OF ATTORNEY

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution. Foreign companies submitting Bids are required to follow the applicable law in their country)

Power of Attorney to be provided by the Bidding Company/ Lead Member in favor of its representative as evidence of authorized signatory's authority.

Know all men by these presents, We ............................................................................. (name and address of

the registered office of the Bidding Company or Lead Member of the Bidding Consortium, as applicable) do hereby constitute, appoint and authorize

Mr./Ms .............................................................................. (name and residential address) who is

presently employed with us and holding the position of ........................................................... as our true and

lawful attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to submission of our Bid for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option

Maharashtra in the country of India in response to the RFP dated XXXXXX issued by Maharashtra State Power Generation Company Limited ("MAHAGENCO" or "MSPGCL"), including signing and submission of the Bid and all other documents related to the Bid, including but not limited to undertakings, letters, certificates, acceptances, clarifications, guarantees or any other document which MAHAGENCO may require us to submit. The aforesaid Attorney is further authorized for making representations to MAHAGENCO, and providing information / responses to MAHAGENCO, representing us in all matters before MAHAGENCO, and generally dealing with MAHAGENCO in all matters in connection with our Bid till the completion of the Bidding Process as per the terms of the RFP.

We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall be binding on us and shall always be deemed to have been done by us.

All the terms used herein but not defined shall have the meaning ascribed to such terms under the RFP.

Signed by the within named

........................................... [Insert the name of the executant company]

Page 56: Competitive Bidding Bid Specification No

Page 56 of 123

through the hand of

Mr .................................................................

duly authorized by the Board to issue such Power of Attorney

Dated this ....................................... day of ..............

Signature of Attorney

(Name, designation and address of the Attorney)

Attested

(Signature of the executant)

(Name, designation and address of the executant)

Signature and stamp of Notary of the place of execution

Common seal of ........................... has been affixed in my/our presence pursuant to Board of Director's

Resolution dated .........

WITNESS

1 .....................................................................................

(Signature)

Name ........................................................

Designation ...........................................

2.

Page 57: Competitive Bidding Bid Specification No

Page 57 of 123

(Signature)

Name ........................................................

Designation ...........................................

Notes:

The mode of execution of the power of attorney shall be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and the same shall be under common seal of the executant affixed in accordance with the applicable procedure. Further, the person whose signatures are to be provided on the power of attorney shall be duly authorized by the executant(s) in this regard.

The person authorized under this Power of Attorney shall be a person holding the post of Manager or above designation in the company.

In case of the Bidding Company/Lead Member being a foreign company, the same shall be signed by a person of equivalent position.

In the event, power of attorney has been executed outside India, the same needs to be duly notarized by a notary public of the jurisdiction where it is executed.

Also, wherever required, the executant(s) shall submit for verification the extract of the charter documents and documents such as a Board resolution / power of attorney, in favor of the person executing this power of attorney for delegation of power hereunder on behalf of the executant(s).

Page 58: Competitive Bidding Bid Specification No

Page 58 of 123

Annexure – 3

Format for Consortium Agreement

(Non-Financial Bid) (To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution, duly signed on each page. Foreign entities submitting Bid are required to follow the applicable law in their country)

FORM OF CONSORTIUM AGREEMENT BETWEEN

M/S.........................................,

M/S..................................... AND M/S...................................

FOR (……………………………)

AS PER CLAUSE No.12.3 of the RfP

THIS Consortium Agreement (hereinafter referred to as “Agreement”) executed on this....................... day of ..................Two thousand.................. between M/s......................................................................... a company incorporated under the laws of ...................................... and having its Registered Office at ................................ (hereinafter called the "Party 1”, which expression shall include its successors, executors and permitted assigns), M/s ...................................................... a company incorporated under the laws of ...................................... and having its Registered Office at ................................ (hereinafter called the "Party 2”, which expression shall include its successors, executors and permitted assigns) and M/s....................................................... a Company incorporated under the laws of ......................................................... and having its Registered Office at ............................................................ (hereinafter called the "Party 3", which expression shall include its successors, executors and permitted assigns) (The Bidding Consortium shall list the name, address of its registered office and other details of all the Consortium Members) for the purpose of submitting the Bid in response to the RFP and in the event of selection as Successful Bidder to comply with the requirements as specified in the RFP and ensure execution of the RFP Documents as may be required to be entered into with Maharashtra State Power Generation Company Limited (MAHAGENCO).

Party 1, Party 2, and Party 3 are hereinafter collectively referred to as the “Parties” and individually as a “Party”.

WHEREAS Maharashtra State Power Generation Company Limited “MAHAGENCO” desires to enter into a Contract for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option.

WHEREAS, Maharashtra State Power Generation Company Limited “MAHAGENCO” had invited Bids, vide RFP dated issued to……………. [Insert the name of purchaser of RFP]

AND WHEREAS Clause Qualifying Requirement of the RFP stipulates that the Bidders qualifying on the strength of a Bidding Consortium shall submit a legally enforceable Consortium Agreement in a format specified in the RFP, whereby the Consortium Members undertake to be liable for their respective equity investment commitment for the formation of a Project Company and undertake to submit the Contract Performance Guarantee as required as per the provisions of the RFP, as specified herein.

Page 59: Competitive Bidding Bid Specification No

Page 59 of 123

NOW THEREFORE, THIS INDENTURE WITNESSTH AS UNDER:

In consideration of the above premises and agreement all the parties in this Consortium do hereby mutually agree as follows:

In consideration of the selection of the Consortium as the Successful Bidder by MAHAGENCO, we the Members of the Consortium and Parties to the Consortium Agreement do hereby unequivocally agree that M/s........................................................... (Insert name of the Lead Member), shall act as the Lead Member as defined in the RFP for self and agent for and on behalf of ………. (the names of all the other Members of the Consortium to be filled in here).

The Lead Member is hereby authorized by the Members of Consortium and Parties to the Consortium Agreement to bind the Consortium and receive instructions for and on behalf of all Members.

The Lead Member shall be liable and responsible for ensuring the individual and collective commitment of each of the Members of the Consortium in discharging all their respective equity obligations. Each Consortium Member further undertakes to be individually liable for the performance of its part of the obligations without in any way limiting the scope of collective liability envisaged in this Agreement.

(Insert as applicable) The Consortium shall be responsible to incorporate a Project Company as a legal entity as per the provisions of the RFP, within fifteen (15) days of issue of LOA provided such a Project Company has not been incorporated by the Bidder prior to the submission of the Bid.

OR

The Consortium has incorporated a Project Company by the name ………..(Insert name of the Project Company) to undertake the responsibilities and obligations for supply of power as per the provisions of the RFP Documents.

The percentage of equity holding of each Member of the Consortium in the Project Company shall be/is as follows:

Name Percentage of equity holding in the Project Company

Party 1 ….

…. ….

Party n ….

Total 100%

[Note: The percentage equity holding for any Consortium Member cannot be zero in the above table. Lead Member’s percentage equity holding cannot be less than 51% from the Effective Date up to a period of two (2) years after Scheduled COD or Revised Scheduled COD, as the case may be and the Technical Member’s percentage equity holding cannot be less than 26% from the Effective Date up to a period of three (3) years after Scheduled COD or Revised Scheduled COD, as the case may be.]

In case of any breach of any of the equity investment commitment as specified in clause (Insolvency & Breach of Contract) of section III above by any of the Consortium Members for the formation of the Project Company, the Lead Member shall be liable to meet the equity obligation.

Except as specified in the Agreement, it is agreed that sharing of responsibilities as aforesaid and equity investment obligations thereto shall not in any way be a limitation of responsibility of the Lead Member under these presents.

Page 60: Competitive Bidding Bid Specification No

Page 60 of 123

It is further specifically agreed that the financial liability for equity contribution of Lead Member shall, not be limited in any way so as to restrict or limit its liabilities. The Lead Member shall be liable irrespective of their scope of work or financial commitments.

This Consortium Agreement shall be construed and interpreted in accordance with the Laws of India and courts at Mumbai (Maharashtra) alone shall have the exclusive jurisdiction in all matters relating thereto and arising there under.

It is hereby agreed that the Lead Member shall furnish the Bid Security, as stipulated in the RFP, on behalf of the Consortium.

It is hereby agreed that in case of selection of Bidding Consortium as the Successful Bidder, the Parties to this Consortium Agreement do hereby agree that they shall furnish the Contract Performance Guarantee on behalf of the SPD in favour of MAHAGENCO, as stipulated in the RFP and Contract. The Lead Member shall be responsible for ensuring the submission of the CPG on behalf of all the Consortium Members.

It is further expressly agreed that the Consortium Agreement shall be irrevocable and, for the Successful Bidder, shall remain valid over the term of the Contract, unless expressly agreed to the contrary by MAHAGENCO.

The Lead Member is authorized and shall be fully responsible for the accuracy and veracity of the representations and information submitted by the Consortium Members respectively from time to time in response to the RFP for the purposes of the Bid.

It is expressly understood and agreed between the Members that the responsibilities and obligations of each of the Members shall be as delineated as annexed hereto as Annexure-I forming integral part of this Agreement. It is further agreed by the Members that the above sharing of responsibilities and obligations shall not in any way be a limitation of joint and several responsibilities and liabilities of the Members, with regards to all matters relating to the supply of power envisaged in the RFP Documents.

It is clearly agreed that the Lead Member shall ensure performance under the agreements and if one or more Consortium Members fail to perform its /their respective obligations under the agreement(s), the same shall be deemed to be a default by all the Consortium Members.

It is hereby expressly agreed between the Parties to this Consortium Agreement that neither Party shall assign or delegate its rights, duties or obligations under this Agreement except with prior written consent of MAHAGENCO.

This Consortium Agreement

has been duly executed and delivered on behalf of each Party hereto and constitutes the legal, valid, binding and enforceable obligation of each such Party,

sets forth the entire understanding of the Parties hereto with respect to the subject matter hereof;

may not be amended or modified except in writing signed by each of the Parties and with prior written consent of MAHAGENCO:

IN WITNESS WHEREOF, the Parties to the Consortium Agreement have, through their authorized representatives, executed these presents and affixed common seals of their respective companies on the Day, Month and Year first mentioned above.

Common Seal of ................ For and on behalf of

has been affixed in my/our Consortium Member (party 2)

presence pursuant to the M/s………………………….

Board of Director’s resolution

Page 61: Competitive Bidding Bid Specification No

Page 61 of 123

dated ......................

……………………………….. ………………………………………

(Signature) (Signature of authorized

representative)

Name: …………………........... Name: ………………………..

Designation:………………….. Designation: ……………………..

Place: …………………….

Date: …………………………

Witness :

1. …………………………………….

(Signature)

Name ……………………………….

Designation...........…………………..

2. …………………………………….

(Signature)

Name ……………………………….

Designation...........…………………..

Common Seal of ................ For and on behalf of

has been affixed in my/our Consortium Member (Party 3)

presence pursuant to the M/s………………………….

Board of Director’s

resolution dated ......................

………………………………. …………………………………….

(Signature) (Signature of authorized

representative)

Name: Name:

Designation: Designation:

Page 62: Competitive Bidding Bid Specification No

Page 62 of 123

Place:

Date:

WITNESS 1

1. …………………………………….

(Signature)

Name ……………………………….

Designation...........…………………..

2. …………………………………….

(Signature)

Name ……………………………….

Designation...........…………………..

Attested:

…………………………….

(Signature)

(Notary Public)

Place: ………………………….

Date: …………………………….

Note: Each Consortium Member has to provide Power of Attorney for authorization to authorized signatory and certified true copy of the Board Resolution for issue of Power of Attorney clearly specifying the name of attorney as well as the executant, affixation of common seal and names of persons attesting the common seal.

Page 63: Competitive Bidding Bid Specification No

Page 63 of 123

Annexure – 4

Format for Letter of Consent from Consortium Members

(Non-Financial Bid) (On the letter head of each Member of the Consortium including Lead Member)

Date: _____________________

From: _____________________

_____________________

____________________

Tel.#:

Fax#:

E-mail address #:

To,

The Chief Engineer (SPGD- P),

Maharashtra State Power Generation Company Ltd.,

“Prakashgad”, 3rd Floor, Bandra (East)

Mumbai - 400 051

Sub: Offer in response to Notice Inviting Tender No.___________ dated __________ for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option

We, the undersigned Member of ……… (Insert name of the Bidding Consortium) have read, examined and understood the RFP and Contract for the selection of Bidder(s) as prospective SPD for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option.

We hereby confirm our concurrence with the RFP including in particular the Consortium Agreement and the Bid submitted by ……. (Insert name of the Lead Member) in response to the RFP. We confirm that the Bid has been reviewed and each element of the Bid is agreed to including but not limited to the investment commitment in the Project Company.

The details of contact person are furnished as under:

Name : ……………………………

Designation : ……………………………..

Page 64: Competitive Bidding Bid Specification No

Page 64 of 123

Name of the Company : ………………………………..

Address : ……………………………………

Phone Nos. : ………………………………

Fax Nos. : ………………………………….

E-mail address : …………………………………..

Dated the ……. day of ……. of 20…

Thanking you,

Yours faithfully,

………………………………..

(Signature, Name, Designation of Authorized Signatory of Consortium Member and Company's Seal)

Business Address:

Name and address of authorized signatory.

Note:

Each Consortium Member has to provide Power of Attorney for authorization to authorized signatory and certified true copy of the Board Resolution for issue of Power of Attorney clearly specifying the name of attorney as well as the executant, affixation of common seal and names of persons attesting the common seal.

The letter of consent provided by Consortium Member(s) will be additionally signed by authorized signatory of the Lead Member.

Page 65: Competitive Bidding Bid Specification No

Page 65 of 123

Annexure – 5

Format for Bidder’s Composition and Ownership Structure

(Non-Financial Bid) Description of Bidder

Name of the Bidding Company / Joint Venture Company

Name of the Lead Consortium Member

In case of Bidding Consortium

Sl..No. Name of the Member Company

Role in the Bidding Consortium

1

2

3

Type of Technology to be used in the bidding: ………………………………

Capacity Offered: ………………………….

(Please provide the following information for Bidder. If the Bidder is a Consortium, please provide this information for each Member including Lead Member)

Corporate Details:

Please provide the following information for the Bidder.

Company’s Name, Address, Nationality and Director’s details:

Name: __________________________________

Registered/Principal Address: _____________________

__________________________________

__________________________________

Website Address: _________________________________

Corporate Identification Number, if any: __________________

Country of Origin: __________________________________

Address for Correspondence: ……………………………

……………………………

……………………………

Page 66: Competitive Bidding Bid Specification No

Page 66 of 123

Year of Incorporation: _____________________

Company's Business Activities:

Name of the authorized representative:

Telephone Number: _________________________________

Email Address: _________________________________

Telefax Number: _________________________________

Status as a Bidder:

Bidding Company

Lead Member of the Bidding Consortium

Member of the Bidding Consortium

Note: (tick the applicable serial number)

Company's Local Address in India (if incorporated outside India):

__________________________________

__________________________________

__________________________________

Please provide the following documents:

Copy of the Memorandum and Articles of Association and certificate of incorporation or other equivalent organizational document (as applicable in the case of a foreign company), including their amendments, certified by the company secretary of the Bidding Company / each Member of the Consortium (as Attachment)

Authority letter in favour of Maharashtra State Power Generation Company Limited from the Bidding Company/each Member of the Consortium (as specified in Format ) authorizing Authorized Representative to seek reference from their respective bankers, lenders, financing institutions and any other person as given below in the Format for Authorization of the RFP.

(Insert this point in case of Bidder being a Bidding Company) Whether the Bidder wishes to form a Project Company for execution of the contract …………… (Yes/No)

(Insert this point in case of Bidder being a Bidding Company) Whether the Bidder has already formed a Project Company:……………………(Yes/No)

If Yes, the details of the Project Company as follows:

Name of the Project Company …………………..

Name of the Equity Holder ……………………

Type and No. of Shares owned ……………………

% of equity holding …………………….

Extent of voting control(%) ……………………..

Date of incorporation ……………………

Details of Ownership Structure:

Page 67: Competitive Bidding Bid Specification No

Page 67 of 123

Details of persons owning 10% or more of the total paid up equity of the Bidding Company / each Member of the Consortium.

Name of the Bidding Company/ Member of the Consortium …………….

Status of equity as on ………………………

Name of Equity Holder Type and Number of shares owned

% of Equity Holding Extent of Voting Control (%)

1.

2.

3.

Notes:

Status of equity holding shall be provided not earlier than 30 (thirty) days prior to Bid Deadline.

The above table is to be filled in separately for each Consortium Member if applicable.

Documents submitted in support of establishing the relationship with the Parent Company / Affiliate with the Bidding Company or with the Member of the Bidding Consortium (including Lead Member) in terms of the provisions of Qualifying Requirements of this RFP:

1. ………………………

2. ……………………….

3. ………………………..

4. …………………………

For and on behalf of Bidding Company/ Member of the Consortium

M/s………………………………………………….

……………………………………………

(Signature of authorized representative)

Name:…………………………….

Designation:…………………………….

Stamp:…………………………….

Date:…………………….

Place: ……………………………….

Note:

Page 68: Competitive Bidding Bid Specification No

Page 68 of 123

Each Consortium Member has to provide Power of Attorney as per format given for authorization to authorized signatory and certified true copy of the Board Resolution for issue of Power of Attorney clearly specifying the name of attorney as well as the executant, affixation of common seal and names of persons attesting the common seal.

The letter of consent provided by Consortium Member(s) will be additionally signed by authorized signatory of the Lead Member.

Page 69: Competitive Bidding Bid Specification No

Page 69 of 123

Annexure – 6

FORMAT FOR AUTHORISATION

(On Non – judicial stamp paper duly attested by Notary Public)

(In case of Bidding Consortium to be given separately by each Member)

The undersigned hereby authorize(s) and request(s) all our Bankers, a list of which is attached herewith as Annexure 2 hereto, including its subsidiaries and branches, any person, firm, corporation or authority to furnish pertinent information deemed necessary and requested by Maharashtra State Power Generation Company Limited to verify the authenticity of the documents / information submitted by us for meeting the Qualification Requirements in respect of our Bid for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option

For and on behalf of M/s……………. (Insert Name of Bidding Company or Member of the Consortium)

………………………………………..

Signature and Name of the authorized representative of the Company

Company rubber stamp/seal

…………………………………

(Signature of Notary Public)

(Name and Address of the Attorney)

Place:…………

Date:………….

(This Annexure- is integral part of this format)

Note:

Each Consortium Member has to provide Power of Attorney for authorization to authorized signatory and certified true copy of the Board Resolution for issue of Power of Attorney clearly specifying the name of attorney as well as the executant, affixation of common seal and names of persons attesting the common seal.

The letter of consent provided by Consortium Member(s) will be additionally signed by authorized signatory of the Lead Member.

Page 70: Competitive Bidding Bid Specification No

Page 70 of 123

Annexure – 7

FORMAT FOR QUALIFICATION REQUIREMENT

(Non-Financial Bid)

(This format shall be on the Letter Head of the Bidding Company/ Lead Member of the Bidding Consortium)

To,

The Chief Engineer(SPGD-P),

Maharashtra State Power Generation Company Ltd.,

“Prakashgad”, 3rd Floor, Bandra (East)

Mumbai - 400 051

Dear Sir,

Sub: Bid for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option

We hereby submit following details/documents in support of meeting the Qualification Requirements of this RFP. The details are summarized in the format attached:

We the undersigned Bidder, having read and examined in details the Technical Specification for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option. Technical Specification for Array Yard, Power Control Unit, Switchyard for Control Room and Main Control Room, Comprehensive Operation and Maintenance, Quality Assurance, Quality Control Inspection and Testing and General Condition and are hereby submitting our offer to execute the contract as per specification as set forth in your RFP Documents. In this connection, we enclose a technical report (As per Annexure attached to this format) for your kind perusal.

Yours faithfully

(Signature and stamp (on each page) of Managing Director /Chief Executive Officer /Manager [refer Notes 1and 2 below] of Bidding Company/ Member of Consortium)

Name:

Date:

Place:

Please also affix common seal of Bidding Company/ Member in a Bidding Consortium

Common Seal of ................has been affixed in my/our presence pursuant to the Board of Director’s

Page 71: Competitive Bidding Bid Specification No

Page 71 of 123

resolution dated ......................

………………………………………….

(Signature)

Name:

Designation:

WITNESS:

1. ……………………………………………….

(Signature)

Name ………………………………….

Designation...........…………………..

Date:

2. ……………………………………………….

(Signature)

Name ………………………………….

Designation...........…………………..

Date:

Notes:

Managing Director/ Chief Executive Officer, being a full time director on the Board of the Bidding Company/ Member in case of a Consortium.

In case of Manager, the Company shall confirm through a copy of Board Resolution attested by Company Secretary that the concerned person is appointed as Manager as appointed under Section 269 of the Companies Act, for the purpose in question. The Company Secretary shall also certify that the Company does not have a Managing Director or Chief Executive Officer. In case of the Bidding Company/Member being a foreign company, the same shall be signed by a person of equivalent position.

Page 72: Competitive Bidding Bid Specification No

Page 72 of 123

Annexure – 8

FORMAT OF UNDERTAKING

(Non-Financial Bid) Bidder’s undertaking

[On the Letter Head of the Bidding Company/Lead Member of Bidding Consortium]

To,

The Chief Engineer (SPGD-P),

Maharashtra State Power Generation Company Ltd.,

“Prakashgad”, 3rd Floor, Bandra (East)

Mumbai - 400 051

Dear Sir,

Sub: Bidders’ Undertakings for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option.

“We have carefully read and examined in detail the RFP, including in particular, regarding submission of an undertaking, as per the prescribed Format.

We give our unconditional acceptance to the RFP and Contract issued by MAHAGENCO as a part of the RFP, and as amended. We shall ensure that the SPD shall execute such RFP Documents as per the provisions of the RFP.

We have submitted our Financial Bid(s) strictly online only, without any deviations, conditions and without mentioning any assumptions or notes for the Financial Bid in the said format.

We have submitted the Bid on the terms and conditions contained in the RFP.

Our Bid (including Financial Bid) is valid up to the period required under this RFP.

Our Bid (including Financial Bid) has been duly signed by authorized signatory and closed in the manner and to the extent indicated in the RFP and the Power of Attorney/ Board Resolution in requisite format as per RFP has been enclosed in original with this undertaking.

(Insert in case of incorporation of Project Company by the Bidding Company/Bidding Consortium) We undertake that if we are selected as the Successful Bidder we shall transfer all Consents, Clearances and Permits in the name of the Project Company within the period specified in the Contract, if such Consents, Clearances and Permits have been obtained in the name of a company other than the Project Company prior to the submission of our Bid.

(Insert in case of incorporation of Project Company by the Bidding Company/Bidding Consortium) We have also noted the amount of the equity investment required to be made in the Project Company by “us” (in case of Bidding Company)/ “each Member of Consortium” (in case of Bidding Consortium) to

Page 73: Competitive Bidding Bid Specification No

Page 73 of 123

be incorporated to undertake the obligations under the Contract for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option.

(Insert in case of incorporation of Project Company by Bidding Consortium, repeat this para for each member of consortium) In view of the above, we hereby undertake to you and confirm that in the event of failure of ………………….( Insert name of Member of the Consortium) to invest in full or in part, in the equity share capital of the Project Company as specified in the Bid, we shall invest the said amount not invested by ……………………. (Insert name of Member of the Consortium).]”).

(Insert in case of incorporation of Project Company by the Bidding Company/Bidding Consortium) In view of the above, we hereby undertake to you and confirm that we will invest in the equity share capital of the Project Company as specified in the Bid.

(Insert in case of incorporation of Project Company by Bidding Consortium) In view of the above, we hereby undertake to you and confirm that we will invest in the equity share capital of the Project Company as specified in the Bid and Consortium Agreement.

We have assumed that if we are selected as the Successful Bidder, the provisions of the Consortium Agreement submitted along with the Bid, to the extent and only in relation to equity lock in and our liability thereof shall get modified to give effect to the provisions of the RFP and Contract. (Applicable only in case of a Bidding Consortium)

We confirm that our Bid meets the following conditions:

The Scheduled COD is not later than the date specified in the RFP, subject to the provisions of the Contract.

Financial Bid(s) is/are in the prescribed Format, and is submitted duly signed by the authorized signatory

Financial Bid(s) is/are unconditional

We confirm that we comply with all the technical specifications and terms and conditions included in the RFP and RFP Documents.

We have neither made any statement nor provided any information in this Bid, which to the best of our knowledge is materially inaccurate or misleading. Further, all the confirmations, declarations and representations made in our Bid are true and accurate. In case this is found to be incorrect after our selection as Successful Bidder, we agree that the same would be treated as a Solar Power Company’s event of default under Contract, and consequent provisions of Contract shall apply.

We have also noted the amount of the Contract Performance Guarantee required to be submitted as per the RFP by the us for selection of solar power developer for development of 750MWAC cumulative

Page 74: Competitive Bidding Bid Specification No

Page 74 of 123

capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option in the event of it being selected as the Successful Bidder”.

We have attached hereto certified true copy of the Board Resolution whereby the Board of Directors of our Company has approved issue of this Undertaking by the Company.

All the terms used herein but not defined, shall have the meaning as ascribed to the said terms under the RFP.

In view of the above, we hereby undertake to you and confirm that we will submit the Contract Performance Guarantee in full at any stage, as specified in the RFP.

(Note: Insert the following para in case of the Bidding Company/ Lead Member of Consortium is same as Financially Evaluated Entity/Technically Evaluated Entity)

We confirm that we are using our own technical and/or financial (Select technical for technically evaluated entity/ financial for financially evaluated entity/ or both) capability for meeting the Qualification Requirements as specified in Clause 11.0 of the RFP…………………………………..

Signature and name of authorized signatory in whose name Power of Attorney/ Board Resolution as per Q.R. is issued.

Original Power of Attorney/ Board Resolution as per RFP is enclosed.

Rubber stamp of the Bidder to be affixed.

Page 75: Competitive Bidding Bid Specification No

Page 75 of 123

Annexure – 9

UNDERTAKING FROM THE FINANCIALLY EVALUATED ENTITY AND/ OR ENTITY OR ITS PARENT COMPANY/ ULTIMATE PARENT COMPANY (ON THE LETTER HEAD OF THE FINANCIALLY EVALUATED ENTITY OR ITS PARENT

COMPANY/ ULTIMATE PARENT COMPANY)

Name:

Full Address:

Telephone No.:

E-mail address:

Fax / No.:

To,

The Chief Engineer (SPGD-P),

Maharashtra State Power Generation Company Ltd.,

“Prakashgad”, 3rd Floor, Bandra (East)

Mumbai - 400 051

Dear Sir,

We refer to the Request for Proposal dated XXXXXX issued by you for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option.

“We have carefully read and examined in detail the RFP, including in particular, Q.R. of the RFP, regarding submission of an undertaking, as per the prescribed Format.

We have attached hereto certified true copy of the Board Resolution whereby the Board of Directors of our Company has approved issue of this Undertaking by the Company.

All the terms used herein but not defined, shall have the meaning as ascribed to the said terms under the RFP.

(Note: Insert the following para in case of the Bidding Company/ Lead Member of Consortium is not same as Financially Evaluated Entity/Technically Evaluated Entity)

We have also noted the amount of the Contract Performance Guarantee required to be submitted as per

Page 76: Competitive Bidding Bid Specification No

Page 76 of 123

Clause of the RFP by the ……………………………….. (Insert the name of the Bidding Company) for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option”.

In view of the above, we hereby undertake to you and confirm that in the event of failure of ……………………. (Insert name of the Bidding Company) to submit the Contract Performance Guarantee in full or in part at any stage, as specified in the RFP, we shall submit the Contract Performance Guarantee for the amount not submitted by ……………………. (Insert name of the Bidding Company]”.))

We confirm that M/s. ………. (Insert name of Bidding Company) has been authorized by us to use our technical/financial (Select technical for technically evaluated entity/ financial for financially evaluated entity) capability for meeting the Qualification Requirements as specified in the RFP referred to above.

[Note: Insert the following para in case of a Bidding Consortium OR a Bidding Company opting to invest through a Project Company]

We have also noted the amount of the equity investment required to be made in the Project Company by the ………………………………... (Insert the name of the Bidding Company/Consortium Member) to be incorporated to undertake the obligations under the Contract for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option.

In view of the above, we hereby undertake to you and confirm that in the event of failure of ……………………. (Insert name of the Bidding Company/Member of the Consortium) to invest in full or in part, in the equity share capital of the Project Company as specified in the Bid, we shall invest the said amount not invested by ……………………. (Insert name of the Bidding Company/Member of the Consortium).]”).

……………………………………..

Signature and name of authorized signatory in whose name Power of Attorney/ Board Resolution is issued

Rubber stamp of the Bidder to be affixed.

WITNESS

1. ……………………………………………….

(Signature)

Name …………………………………. Designation...........…………………..

Page 77: Competitive Bidding Bid Specification No

Page 77 of 123

2. ……………………………………………….

(Signature)

Name …………………………………. Designation...........…………………..

Note:

Each entity (Parent/Affiliate/Consortium Member) has to provide Power of Attorney for authorization to authorized signatory and certified true copy of the Board Resolution for issue of Power of Attorney clearly specifying the name of attorney as well as the executant, affixation of common seal and names of persons attesting the common seal.

The letter of consent provided by Consortium Member(s) will be additionally signed by authorized signatory of the Lead Member.

Page 78: Competitive Bidding Bid Specification No

Page 78 of 123

Annexure – 10

FORMAT FOR BOARD RESOLUTION

(Non-Financial Bid)

Not required as Incorporation Certificate of Companies will be attached

(Format for the Board resolution to be passed by each Financially Evaluated Entity and Technically Evaluated Entity/ its Parent Company /Ultimate Parent Company)

The Board, after discussion, at the duly convened Meeting on ………… (Insert date), with the consent of all the Directors present and in compliance of the provisions of the Companies Act, 1956, passed the following Resolution:

RESOLVED THAT pursuant to the provisions of the Companies Act, 1956 and compliance thereof and as permitted under the Memorandum and Articles of Association of the company, approval of the Board be and is hereby accorded for issuing an Undertaking to MAHAGENCO, in the format specified in the RFP, draft of which is attached hereto and initialled by the Chairman whereby the company undertakes to provide the ________ percent (___ %) [Insert 100% in case of Bidding Company and percent of equity investment in the Project Company in case of Member of Consortium] of the Contract Performance Guarantee, as per the terms and conditions of the RFP, representing the total amount of Contract Performance Guarantee required to be provided by the ________ (Insert the name of the Bidding Company / Consortium Member), in case of failure of the ________ (Insert the name of the Bidding Company / Consortium Member) to provide such Contract Performance Guarantee.

[Note: Insert the following para in case of a Bidding Company opting to invest through a Project Company or a Consortium]

FURTHER RESOLVED THAT pursuant to the provisions of the Companies Act, 1956 and compliance thereof and as permitted under the Memorandum and Articles of Association of the company, approval of the Board be and is hereby accorded for issuing an undertaking to MAHAGENCO whereby the company undertakes to invest equity in the Project Company to the extent of _____ percent (__ %), as per the terms and conditions of the RFP, representing the amount of equity required to be provided by _______ (Insert the name of the Bidding Company / Consortium Member), in case of failure of ________ (Insert the name of the Bidding Company / Consortium Member) to invest such equity.

FURTHER RESOLVED THAT Mr. /Ms. ___________, be and is hereby authorized to take all the steps required to be taken by the Company for submission of Bid, including in particular, signing the Bid, making changes thereto and submitting amended Bid, all the documents related to the Bid, certified copy of this Board resolution or letter or undertakings etc., required to be submitted to MAHAGENCO as part of the Bid or such other documents as may be necessary in this regard.

[Note: In the event the Bidder is a Bidding Consortium, the following Board resolution no. 4 also needs to be passed by the Lead Member and Technical Member of the Bidding Consortium]

FURTHER RESOLVED THAT approval of the Board be and is hereby accorded to contribute such additional amount over and above the percentage limit (specified for the Lead Member in the Consortium Agreement) to the extent becoming necessary towards the total equity share in the Project Company, obligatory on the part of the Consortium pursuant to the terms and conditions contained in the Consortium Agreement dated ________ executed by the Consortium as per the provisions of the RFP.

[Note: The following resolution no. 5 is to be provided by the Bidding Company /Lead Member and

Page 79: Competitive Bidding Bid Specification No

Page 79 of 123

Technical Member of the Consortium only]

FURTHER RESOLVED THAT Mr. /Ms. ___________, be and is hereby authorized to take all the steps required to be taken by the Company for submission of Bid, including in particular, signing the Bid, making changes thereto and submitting amended Bid, all the documents related to the Bid, certified copy of this Board resolution or letter or undertakings etc., required to be submitted to MAHAGENCO as part of the Bid or such other documents as may be necessary in this regard.

Certified True Copy

Signature and stamp of Company Secretary / Managing Director of Financially Evaluated Entity/ Technically Evaluated Entity/ its Parent Company /Ultimate Parent Company

Notes:

This certified true copy shall be submitted on the letterhead of the Company, signed by the Company Secretary / Managing Director of the Financially Evaluated Entity/ its Parent Company /Ultimate Parent Company.

The contents of the format may be suitably re-worded indicating the identity of the entity passing the resolution.

In case of the Board resolution being provided by a company incorporated in India, the Board resolution needs to be notarized by a notified notary. In the event the Board resolution is from a company incorporated outside India, the same needs to be duly notarized in its jurisdiction.

The paragraphs related to issue of Power of Attorney clearly mentioning the name of Attorney and Executant shall also be inserted as applicable by the Bidder. Also, the paragraphs related to affixation of Common Seal of the company along with the attestation of the same by the desired persons as per the Memorandum and Articles of Association of the company for the purpose of this bid clearly mentioning the name of these desired persons shall also be inserted as applicable by the Bidder.

This format may be modified only to the limited extent required to comply with the local regulations and laws applicable to a foreign entity submitting this resolution. For example, reference to Companies Act 1956 may be suitably modified to refer to the law applicable to the entity submitting the resolution. However, in such case, the foreign entity shall submit an unqualified opinion issued by the legal counsel of such foreign entity, stating that the Board resolutions are in compliance with the applicable laws of the respective jurisdictions of the issuing company and the authorizations granted therein are true and valid.

Page 80: Competitive Bidding Bid Specification No

Page 80 of 123

Annexure – 11

BID SECURITY AGAINST BID

FORMAT OF THE UNCONDITIONAL AND IRREVOCABLE BANK GUARANTEE FOR BID SECURITY

(To be on non-judicial stamp paper of value Rs 500/- (Rs. Five Hundred only) as per Stamp Act relevant to place of execution. Foreign entities submitting Bids are required to follow the applicable law in their country.)

In consideration of the (Insert name of the Bidder) submitting the Bid inter alia for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option in response to the RFP dated XXXXXX issued by Maharashtra State Power Generation Company Limited(hereinafter referred to as MAHAGENCO) and such

MAHAGENCO agreeing to consider the Bid of [Insert the name of the Bidder] as per the terms

of the RFP, the (Insert name and address of the bank issuing the Bid Security, and

address of the head office) (here in after referred to as “Guarantor Bank”) hereby agrees unequivocally, irrevocably and unconditionally to pay to MAHAGENCO at Mumbai (Maharashtra)forthwith on demand in writing from MAHAGENCO or any representative authorized by it in this behalf an amount not exceeding Rupees (Rs ) only [Insert amount not less than Rs three crores],

on behalf of M/s. .[Insert name of the Bidder].

This guarantee shall be valid and binding on the Guarantor Bank up to and including XXXXX (Date of validity of Bid Security in accordance with Clause of this RFP) and shall not be terminable by notice or any change in the constitution of the Guarantor Bank or by any other reasons whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alternations made, given, or agreed with or without our knowledge or consent, by or between concerned parties.

Our liability under this Guarantee is restricted to Rupees . (Rs ) only.

Our Guarantee shall remain in force until XXXXX or its authorized representative shall be entitled to invoke this Guarantee until XXXXX.

The Guarantor Bank hereby expressly agrees that it shall not require any proof in addition to the written demand from MAHAGENCO or its authorized representative, made in any format, raised at the above mentioned address of the Guarantor Bank, in order to make the said payment to MAHAGENCO or its authorized representative.

The Guarantor Bank shall make payment hereunder on first demand without restriction or conditions and notwithstanding any objection, disputes, or disparities raised by the Bidder or any other person. The Guarantor Bank shall not require MAHAGENCO or its authorized representative to justify the invocation of this BANK GUARANTEE, nor shall the Guarantor Bank have any recourse against MAHAGENCO or its authorized representative in respect of any payment made hereunder.

This BANK GUARANTEE shall be interpreted in accordance with the laws of India and the courts at Mumbai (Maharashtra) shall have exclusive jurisdiction. This BANK GUARANTEE is payable in

Page 81: Competitive Bidding Bid Specification No

Page 81 of 123

currency of India and payable at Mumbai.

The Guarantor Bank represents that this BANK GUARANTEE has been established in such form and

with such content that it is fully enforceable in accordance with its terms as against the Guarantor Bank in the manner provided herein .

This BANK GUARANTEE shall not be affected in any manner by reason of merger, amalgamation, restructuring, liquidation, winding up, dissolution or any other change in the constitution of the Guarantor Bank.

This BANK GUARANTEE shall be a primary obligation of the Guarantor Bank and accordingly, MAHAGENCO or its authorized representative shall not be obliged before enforcing this BANK GUARANTEE to take any action in any court or arbitral proceedings against the Bidder, to make any claim against or any demand on the Bidder or to give any notice to the Bidder to enforce any security held by MAHAGENCO or its authorized representative or to exercise, levy or enforce any distress, diligence or other process against the Bidder.

The Guarantor Bank acknowledges that this BANK GUARANTEE is not personal to MAHAGENCO and may be assigned, in whole or in part, (whether absolutely or by way of security) by MAHAGENCO to any entity to whom it is entitled to assign its rights and obligations under the RFP Documents if required under pre-intimation to the Bank Concern.

The Guarantor Bank hereby agrees and acknowledges that MAHAGENCO shall have a right to invoke this Bank Guarantee either in part or in full, as it may deem fit.

Notwithstanding anything contained hereinabove, our liability under this Guarantee is restricted to Rs (Rs only) and it shall remain in force until XXXXX, with an additional claim period of thirty (30) days thereafter. We are liable to pay the guaranteed amount or any part thereof under this BANK GUARANTEE only if MAHAGENCO or its authorized representative serves upon us a written claim or demand.

In witness whereof the Bank, through its authorized officer, has set its hand and stamp on this . day of at

Witness:

Signature

Signature

Name and address. Name:

1 ....................................................... Designation with Bank Stamp

Signature

Name and address

Attorney as per power of attorney No. ...........................

For:

................................................................. [Insert Name of the Bank]

Banker’s Stamp and Full Address:

Dated this .......................... day of ................... 20.....

Page 82: Competitive Bidding Bid Specification No

Page 82 of 123

Note: The Stamp Paper shall be in the name of the Executing Bank.

Dated this day of 20.....

Note: The Stamp Paper shall be in the name of the Executing Bank.

Annexure – 12

Page 83: Competitive Bidding Bid Specification No

Page 83 of 123

(Non-Financial Bid) FORMAT FOR DISCLOSURE

(ON THE LETTER HEAD OF BIDDING COMPANY / EACH MEMBER IN A BIDDING CONSORTIUM)

Disclosure

To:

The Chief Engineer (SPGD-P.),

Maharashtra State Power Generation Company Ltd.,

“Prakashgad”, 3rd Floor, Bandra (East)

Mumbai - 400 051

Sub: Bidders’ Disclosure for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option in response to the RFP dated XXXXXXX

We hereby declare that the following companies with which we have direct or indirect relationship are also separately participating in this Bidding Process as per following details

Sl. No. Name of the Company Relationship

Further we confirm that we don’t have any Conflict of Interest with any other Bidder participating in this bid process.

……………………….

Signature of Authorized Signatory

Notes:

In case there is no such company please fill in the column “Name of the Company” as Nil and under column of Relationship as “Not Applicable”.

Each entity has to provide Power of Attorney for authorization to authorized signatory and certified true copy of the Board Resolution for issue of Power of Attorney clearly specifying the name of attorney as well as the executant, affixation of common seal and names of persons attesting the common seal.

The letter of consent provided by Consortium Member(s) will be additionally signed by authorized signatory of the Lead Member.

Page 84: Competitive Bidding Bid Specification No

Page 84 of 123

Annexure – 13

FORMAT FOR CERTIFICATION OF RELATIONSHIP

(Non-Financial Bid) (Relationship of Parent Company or Affiliate with the Bidding Company or with the Member of the Bidding Consortium, including the Lead Member.)

To,

The Dy. Chief Engineer (SPGD-P ),

Maharashtra State Power Generation Company Ltd.,

“Prakashgad”, 3rd Floor, Bandra (East)

Mumbai - 400 051

Dear Sir,

Sub: Bid for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option in response to the RFP

We hereby certify that M/s…………….., M/s……………. ,M/s ………… are the Affiliate(s) / Parent Company of the Bidding Company/Member of the Bidding Consortium as per the definition of Affiliate/Parent Company as provided in this RFP and based on details of equity holding as on seven (7) days prior to the Bid Deadline.

The details of equity holding of the Bidding Company/Member of the Consortium in the Affiliate/Parent Company or vice versa as on seven (7) days prior to the Bid Deadline are given as below:

Name of Bidding Company / Member of Bidding Consortium

Name of the Affiliate of the Bidding Company / Member of the Bidding Consortium*

Name of the Parent Company of the Bidding Company / Member of Bidding Consortium

Name of the company having common control on the Affiliate and the Bidding Company / Member of Bidding Consortium

* Bidding Company / Member of Bidding Consortium to hold at least twenty six percent (26%) in such Affiliate as on seven (7) days prior to Bid Deadline

Page 85: Competitive Bidding Bid Specification No

Page 85 of 123

…………….

(Insert Name and Signature of Statutory Auditor of the Bidder or practicing Company Secretary)

Page 86: Competitive Bidding Bid Specification No

Page 86 of 123

Annexure – 14

FORMAT OF CHECKLIST FOR SUBMISSION OF BID

(Non-Financial Bid)

Submission of Bid requirements Response

(Yes/No)

Covering Letter as per Format

Original Power of Attorney as per Format

Consortium Agreement as per Format (if Bid is submitted by a Bidding Consortium)

Letter of consent from Consortium Members as per Format (if Bid is submitted by a Bidding Consortium)

Bidder’s composition and ownership structure as per Format

Details of meeting Qualification Requirement. as per Format

Documentary evidence for meeting the Qualification Requirement as per Format

Bidder’s Undertaking as per Format

Undertaking from the Financially Evaluated Entity or its Parent Company/ Ultimate Parent Company as per Format

Applicable Board Resolutions as per Format

Bid Security as per Format

Disclosure as per Format

Certificate of relationship of Parent Company or Affiliate with the Bidding Company or

Page 87: Competitive Bidding Bid Specification No

Page 87 of 123

with the Member of the Bidding Consortium, including the Lead Member as per Format;

Checklist of submission of Bid as per this Format

Last 3 financial years’ unconsolidated/consolidated audited annual accounts of the Bidder/ each Member (or Financially Evaluated Entity, if different from the Bidder/ each Member) duly certified by the Statutory Auditor.

Authority letter in favour of Maharashtra State Power Generation Company Limited “MAHAGENCO” from the Bidder MAHAGENCO to seek reference from their respective bankers & others.

Submission of Technical documents and certificates as given in the table below

Initialling of all pages of Bid by authorized signatory.

Copy of this RFP and RFP Documents duly initiated by authorized signatory.

Signature of authorized signatory in whose name Power of Attorney as per RFP is issued:

Name and designation of authorized signatory: ………………..

Place: ………………..

Date: …………………

Page 88: Competitive Bidding Bid Specification No

Page 88 of 123

Annexure – 15

PROFORMA FOR CONTRACT PERFORMANCE SECURITY

(To be submitted by Bidder on a Non-Judicial Stamp Paper of value Rs. 500/-)

Bank Guarantee No .................... & Date .......... . Issue date:

(For Rs .................... ) Expiry date:

Claim period:

Name & Address of the Bank.

To,

Maharashtra State Power Generation Co. Ltd., „Prakashgad‟, 3rd floor, Bandra (East), MUMBAI -400 051

Whereas M/s. ......................................... (Hereinafter called the SPDs) have entered into a contract

with the Maharashtra State Power Generation Co. Ltd. (hereinafter called the MAHAGENCO), vide Letter of Award No. ............................................................ Dated ....... of the MAHAGENCO, for the supply

and installation of equipment for the order value of Rs. ......................... or equivalent foreign currency.

1 And whereas under the terms of the said Letter of Award, the SPD is to furnish MAHAGENCO

with a Bank Guarantee for an amount of ........ of the value of contract due performance of the

Contract and fulfilment of the terms thereof, we ........................................ (Name of the Bank)

....................... (Hereinafter referred to as the Bank) do hereby undertake to pay to the

MAHAGENCO an amount not exceeding Rs ..........................against any loss or damage caused to

or suffered or would be caused to or suffered by the MAHAGENCO by reason of any breach by the said SPD (s) of any of the terms or conditions contained in the said contract.

2 We .... .... (Name of the Bank) .......... do hereby undertake to pay the amounts due and payable

under this Guarantee without any demur, merely on a demand from the MAHAGENCO stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the MAHAGENCO by reason of any breach by the same SPD(s) of any of the terms or conditions contained in the said contract or by reason of the SPD's failure to perform the said contract. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this g u a r a n t ee s h a l l b e r es t r i c t e d t o a n a m o u nt n o t e x c eed i n g R s o n l y.

3 We ....................................................................................................................... ( N a m e o f t h e

Bank)

Page 89: Competitive Bidding Bid Specification No

Page 89 of 123

............................................................................................................................. further agree that

the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said We have submitted our Price Bid strictly on line only, without any deviations, conditions and without mentioning any assumptions or notes for the Price Bid in the said format.

4 We ................................... .(Name of the Bank) ........................... further agree with the MAHAGENCO

that the MAHAGENCO shall have the fullest liberty, without our consent and without affecting in any manner our obligations hereunder, to vary any of the terms and conditions of the said contract or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the MAHAGENCO against the said contractor(s) and to forebear or enforce any of the terms and conditions relating to the said contract and we shall not be relived from our liability by reasons of any such variation or extension being granted to the said contractor(s) or for any forbearance ,act or omission on the part of the MAHAGENCO or any indulgence by the MAHAGENCO to the said contractor(s) or by any such matter of thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.

Not withstanding any thing contained above -

i) Our liabilities under this guarantee shall not exceed Rs ..................

ii) This Bank Guarantee valid up to ................... Further, claim period upto six month

We are liable to pay the guaranteed amount or any part thereof under this bank guarantee only and only if you (MAHAGENCO) serve upon us a written claim or demand on or before ..................

In witness whereof We ___________________________ Bank Limited have executed this on this the

________________ day of __________________

Signature:

For

Witness

Page 90: Competitive Bidding Bid Specification No

Page 90 of 123

Annexure -16

UNDERTAKING OF FINANCIAL REQUIREMENT

(Non-Financial Bid) Bidder’s Undertaking

[On the Letter Head of the Bidding Company/Lead Member of Bidding Consortium]

To,

The Chief Engineer (SPGD-P),

Maharashtra State Power Generation Company Ltd.,

“Prakashgad”, 3rd Floor, Bandra (East)

Mumbai - 400 051

Dear Sir,

Sub: Bidders’ Undertaking for financial requirement for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option in response to the RFP.

“We have carefully read and examined in detail the RFP, including in particular, regarding submission of an undertaking, as per the prescribed Format.

We give our unconditional acceptance to the RFP and Contract issued by MAHAGENCO as a part of the RFP, and as amended. We shall ensure that the SPD shall execute such RFP Documents as per the provisions of the RFP.

We confirm that we are using our own technical and/or financial (Select technical for technically evaluated entity/ financial for financially evaluated entity/ or both) capability for meeting the Qualification Requirements as specified in Clause 11.0 of the RFP.

(Insert in case of incorporation of Project Company by the Bidding Company/Bidding Consortium) We have also noted the amount of the equity investment required to be made in the Project Company by “us” (in case of Bidding Company)/ “each Member of Consortium” (in case of Bidding Consortium) to be incorporated to undertake the obligations under the Contract for selection of solar power developer for development of 750MWAC cumulative capacity grid interactive solar PV power plant to cater the AG feeder load of various substations in Maharashtra with additional capacity of 250MWAC under Green-shoe option.

(Insert in case of incorporation of Project Company by the Bidding Company/Bidding Consortium)

Page 91: Competitive Bidding Bid Specification No

Page 91 of 123

We undertake that if we are selected as the Successful Bidder we shall infuse an Equity amount of at least Rs. 60Lacs/MW for each project in the following manner:

ii) @ 50% at the time of Financial Closure and

iii) the balance prior to declaration of COD for the project.

We undertake that Documentary evidence for the above shall be provided to Mahagenco along with Certified copies of annual audited accounts of the last financial year as may be applicable OR in case the Bidder is a newly formed Company, then the certificate issued by a Chartered Accountant with certified copies of Balance sheet, Profit & Loss account, Schedules and cash flow statement supported with bank statement are required shall be submitted at respective stages.

(Insert in case of incorporation of Project Company by the Bidding Company/Bidding Consortium) We have also noted that if we fails to achieve financial closure in stipulated time OR fails to infuse the required equity amount at the time of financial closure & prior to declaration of COD for the project OR at any stage it is found that the documents furnished by us are false / misleading or misrepresented in any way, then the LoA issued shall be terminated and the entire EMD and Performance Security shall be forfeited.

……………………………………..

Signature and name of authorized signatory in whose name Power of Attorney/ Board Resolution as per Q.R. is issued

Original Power of Attorney/ Board Resolution as per RFP is enclosed.

Rubber stamp of the Bidder to be affixed.

Page 92: Competitive Bidding Bid Specification No

Page 92 of 123

Annexure -17

LIST OF BANKERS

For and on behalf of M/s……………. (Insert Name of Bidding Company or Member of the Consortium)

………………………………………..

Signature and Name of the authorized representative of the Company

Company rubber stamp/seal

…………………………………

(Signature of Notary Public)

(Name and Address of the Attorney)

Place:…………

Date:………….

(This Annexure is integral part of format for authorization)

Note:

Each Consortium Member has to provide Power of Attorney for authorization to authorized signatory and certified true copy of the Board Resolution for issue of Power of Attorney clearly specifying the name of attorney as well as the executant, affixation of common seal and names of persons attesting the common seal.

The letter of consent provided by Consortium Member(s) will be additionally signed by authorized signatory of the Lead Member.

Page 93: Competitive Bidding Bid Specification No

Page 93 of 123

List of Banks 1. SCHEDULED COMMERCIAL BANKS 2.OTHER PUBLIC SECTOR BANKS

SBI AND ASSOCIATES IDBI Bank Ltd.

1. State Bank of India 3.FOREIGN BANKS

2. State Bank of Bikaner & Jaipur 1. Bank of America NA

3. State Bank of Hyderabad 2. Bank of Tokyo Mitsubishi UFJ Ltd.

4. State Bank of Indore 3. BNP Paribas

5. State Bank of Mysore 4. Calyon Bank 6. State Bank of Patiala 5. Citi Bank N.A.

7. State Bank of Travancore 6. Deutsche Bank A.G

NATIONALISED BANKS 7. The HongKong and Shanghai

Banking Corpn.Ltd. 1. Allahaba dBank 8. Standard Chartered Bank

2. Andhra Bank 9. Societe Generale

3. Bank of India 10. Barclays Bank 4. Bank of Maharashtra 11. Royal Bank of Scotland

5. Canara Bank 12. Bank of Nova Scotia

6. Central Bank ofIndia 13. Development Bank of Singapore

(DBS,BankLtd.)

7. Corporation Bank 14. Crédit Agricole Corporate and

Investment Bank

8. DenaBank 4. SCHEDULED PRIVATEBANKS

9.IndianBank 1. Federal Bank Ltd.

10.Indian Overseas Bank 2.INGVysyaBankLtd.

11. Oriental Bank of Commerce 3. Axis Bank Ltd.

12. Punjab National Bank 4.ICICIBankLtd.

13. Punjab &Sind Bank 5. HDFC Bank Ltd.

14. Syndicate Bank 6. Yes Bank Ltd.

15. Union Bank of India 7. Kotak Mahindra Bank

16. United Bank of India 8.IndusInd Bank Ltd.

17. UCO Bank 9. KarurVysya Bank

18. Vijaya Bank

19. Bank of Baroda

Page 94: Competitive Bidding Bid Specification No

Page 94 of 123

Annexure -18

FORMAT FOR FINANCIAL PROPOSAL

To be submitted online on SETS Portal

To,

The Chief Engineer (SPGD-P),

Maharashtra State Power Generation Company Ltd.,

“Prakashgad”, 3rd Floor, Bandra (East)

Mumbai - 400 051

Dear Sir,

With reference to your RFP dated [_________], we, having read and examined in detail the Bid Documents and understood their contents, hereby submit our Financial Proposal. The Financial Proposal is unconditional and unqualified and valid for 120 (one hundred and twenty) days from the Proposal Due Date.

Tariff

Cumulative capacity quoted Tariff per KwH

Page 95: Competitive Bidding Bid Specification No

Page 95 of 123

Annexure -19

REVERSE AUCTION / BIDDING PROCEDURE

1. For the Reverse Auction / Bidding, technically and commercially acceptable bidders only shall be eligible to participate.

2. Bidders shall ensure online submission of their ‘Bid Price’ within the reverse auction period.

3. MAHAGENCO will provide all necessary training and assistance before commencement of reverse auction. MAHAGENCO in case so required, shall arrange to demonstrate/ train the bidder or bidder’s nominated person(s), without any cost to bidders. MAHAGENCO shall also explain the bidders, all the rules related to the Reverse Auction/ Business Rules Document to be adopted along with Reverse Auction manual.

4. Business rules for Reverse Auction / Bidding like event date, time, bid decrement, Extension etc. shall be as per the business rules, enumerated in the biding Documents, for compliance. The date will be communicated later.

5. Bidders have to accept ‘Terms & Condition’ and the ‘Business rules of Reverse Auction’ before start of Reverse auction / bidding. Without this, the bidder will not be Eligible to submit bid in the Reverse auction / bidding

6. Bidder may take help of the excel sheet and keep it ready for keying in their Bid Price during the

Reverse auction / bidding.

7. Reverse auction / bidding will be conducted on scheduled date & time, which shall be intimated

to the eligible bidders in advance.

8. After conclusion of the Reverse auction / bidding event, the lowest bidder has to e-mail from its registered e-mail id, the itemized breakup of the final prices quoted during the online Reverse auction / bidding duly signed by the authorized person, in the prescribed Price Schedule format including that of line items, if required, within two (2) hours of Auction end time without fail.

9. Bidders should acquaint themselves of the ‘Business Rules of Reverse Auction’, which will be

enclosed separately in the bidding documents.

10. If the Bidder or any of his representatives are found to be involved in Price manipulation/ cartel

formation of any kind, directly o or indirectly by communicating with other bidders, action shall

be initiated by MAHAGENCO.

11. The Bidder shall not divulge either his Bids or any other exclusive details of MAHAGENCO to

any other party.

12. Period of validity of Prices received through Reverse Auction shall be same as that of the period

of validity of bids offered.

Page 96: Competitive Bidding Bid Specification No

Page 96 of 123

Bidders should also note that:

a. Bidders may note that, although extension time is ‘X’ minutes, there is a time lag between the actual placing the bid on the local computer of the bidder and the refreshing of the data on to the server for the visibility to the Owner. Considering the processing time for data exchange and the possible network congestion, bidders must avoid the last minute hosting of the Price Bid.

b. Participating bidder will agree to non-disclosure of trade information regarding the purchase, identity of MAHAGENCO, bid process, bid technology, bid documentation and bid details.

c. Bidder is advised to understand Proxy Bidding process as a protection against technical failure.

d. It is brought to the attention of the bidders that the bid event will lead to the final price only

e. Technical and other non-commercial queries (not impacting price) can only be routed to the, MAHAGENCO contact personnel indicated in the bidding documents.

13. Order finalization and post order activities such as BG submission towards SD & Coal Cost Deposit, signing of contract, transportation etc would be transacted directly between successful bidder and MAHAGENCO.

14. Order shall be placed outside the e-portal & further processing of the contract shall also be outside the system.

15. In case of any problem faced by the bidder during Reverse Auction and for all Bidding process related queries, bidders are advised to contact the persons indicated for “Contact Us” link provided on the log-on page of, MAHAGENCO e-tender portal.

16. Bidders are advised to go through the User Manual which will be provided to those qualified for Reverse Auction. Visit the auction page and login successfully well in advance to identify /rectify the problems to avoid last minute hitches.

17. MAHAGENCO will not be responsible for any PC configuration/Java related issues, software/hardware related issues, telephone line glitches and breakdown / slow speed in internet connection of PC at Bidder’s end.

18. Bidders may note that it may not be possible to extend any help, during Reverse Auction, over phone or in person in relation to rectification of PC / Internet / Java related issues and Bidder may lose the chance of participation in the auction.

For access to the Auction site, the following URL is to be used: https://sets.mahagenco.in

Login ID and Password: Use your personal Login ID and Password to participate in the online event.

To participate in the Auctioning event, you shall need a security key which shall be sent to you over mail to the email address mentioned during vendor registration. You may also find this key in the inbox folder inside the login.

Page 97: Competitive Bidding Bid Specification No

Page 97 of 123

You will need to enter this event key for joining the auction event. On the left hand side pane of the login window, expand the ‘Event’ folder. Under that, click on ‘Auction Opening’. You will now see the auction event on the right hand side. Select the auction event and click on ‘Join’ button. You will then be asked to enter the security key. Maximize the window using the maximize

button. Then enter the security key and click on ‘Submit’ button You shall then join the auctioning event. The start price for the selected item will be displayed. This means you have to submit a price

which is less than that appearing against the item. To enter a quote, click on the bid button. Then enter the price in the box. Then click on OK button next to the bid to submit the quote. Once you submit the quote, the quoted price shall be displayed next to the item. After you click on ‘OK’, your quote will be submitted and cannot be deleted. For submitting first quote for an item, you shall be allowed to enter a price which is lower than

the start price given in the ‘Details’ tab. Thereafter, the quoted value shall be displayed in the ‘Quoted price’ column. You can view quotes submitted by other bidders for each item. You may choose to outbid them

by submitting a price lower than the price quoted by other bidders. At any instant, we can see the time remaining for each item in the auction. The timer

continuously indicates the time remaining for each item within which you can submit your quote for those items

You can submit your quotes till there is time remaining for that item. Once the time is up, the status changes to ‘CLOSED’. Thereafter, you cannot submit your quotes.

You can then click on ‘Close’ button and close the window. No queries shall be entertained while Reverse Auction is in progress

BUSINESS RULES OF REVERSE AUCTION:

1. Schedule for Reverse Auction: The Reverse Auction (RA) Schedule will be intimated to the bidders who are technically and commercially qualified and are eligible for Reverse Auction /Bidding after opening of Price Bid as per terms and conditions of the tender.

2. Auction extension time : If a valid bid is placed within 5 minutes of End Time of the RA, then Reverse Auction duration shall get automatically extended for another 5 minutes from the existing end time. It may be noted that the auto-extension will take place only if a valid bid comes in those last 5 minutes. If a bid does not get accepted as the lowest bid, the auto extension will not take place even if that bid might have come in the last 5 minutes. The above process will continue till no bid is received in last 5 minutes which shall mark the completion of Reverse Auction. However, bidders are advised not to wait till the last moment to enter their bid to avoid complications related to internet connectivity, their network problems, system crash down, power failure etc.

3. Bid price: The Bidder has to quote the price excluding all taxes and duties in Indian Rupees. The auction will be conducted on Indian Rupees (INR) only.

Page 98: Competitive Bidding Bid Specification No

Page 98 of 123

4. Post auction procedure: Mahagenco will proceed with the Lowest Bid received or estimated rate in the Reverse Auction / Bidding for further processing and award considerations.

5. Procedure of Reverse Auctioning/ Bidding

(i) All bidders are to submit their Price Bid including Price Schedule along with submission of Techno- Commercial bid as per schedule mentioned in Price Bid.

(ii) Online Reverse Auction: The ‘Opening Price’ i.e. start price for RA will be as decided by Mahagenco in Rupees.

(iii) Bid Decrement shall be step of Rs.0.01/kWh value will be rounded / truncated up to 2 decimal digits of L1 bid price.

(iv) Bidders, by offering a price equal to or lower than the “Next Valid Bid, can become “L1” Bidder and this continues as an iterative process.

(v) After completion of the online Reverse Auction, the Closing Price (CP) shall be available for further processing.

(vi) If no bid is received in the auction system/ website within the specified time duration of the online RA, then Mahagenco will scrap the online Reverse Auction process and proceed with the Bid Price received through e-tendering for further processing.

(vii) Only those bidders who have submitted the “Price Bid alongwith Price Schedule’ within the scheduled time and who are considered technically and commercially responsive, shall be eligible to participate in RA process.

(viii) Online Reverse Auction shall be conducted by Mahagenco on pre-specified date and time, while the bidders shall be quoting from their own offices/ place of their choice.

(ix) Internet connectivity shall have to be ensured by bidders themselves. During the RA, if a bidder is not able to bid and requests for extension of time by e-mail/fax, then time extension of additional 15 minutes may be given by Mahagenco provided such requests come at least 5 minutes before auction end time and no bid is received by Mahagenco till that time. However, in order to ward-off such contingent situation, bidders are requested to make all the necessary arrangements /alternatives whatever required so that they are able to circumvent such situation and still be able to participate in the Reverse Auction successfully. Failure of power or loss of connectivity at the premises of bidders during the Reverse Auction cannot be the cause for not participating in the Reverse Auction. Mahagenco shall not be responsible for such eventualities.

(x) Proxy bids:Proxy bidding feature is a pro-bidder feature to safeguard the bidder’s interest of any internet failure or to avoid last minute rush. The proxy bidding feature allows bidders to place an automated bid in the system directly in an auction and bid without having to enter a new amount each time a competing bidder submits a new offer. The bid amount that a bidder enters is the minimum bid price in INR that the bidder is willing to offer. Here the software

Page 99: Competitive Bidding Bid Specification No

Page 99 of 123

bids on behalf of the bidder who has quoted the lowest “Minimum Bid Price”, the price which is one decrement less than the next bidder’s bid price. This obviates the need for the bidder participating in the bidding process until the minimum bid amount is decrement ally reached by other bidders. When any bidder quotes a price lower than the existing lowest bid amount, the bidder (who had earlier submitted the lowest bid) has an option to once again start participating in the bidding process by quoting a price equal or lower than the next valid bid price. However, it may please be noted that if the current bid matches the minimum bid of the lowest bidder submitted earlier, the bid submitted by the lowest bidder will be recognized as the L1 at that instant. During the course of bidding, the bidder cannot delete or increase such amount but can always reduce the same depending upon the amount quoted by other bidders. Proxy bids are fed into the system directly by the respective bidders. As such this information is privy only to the respective bidder (s).

(xi) Bidders are advised to get fully trained and clear all their doubts such as refreshing of Screen, quantity being auctioned, tender value being auctioned, auction rules etc. Separate Date for demonstration will be conveyed separately.

(xii) The price break-up for loading and transportation charges in terms of percentage uploaded at the time of submission of online Price bid on SeTs will be considered final and same will be considered applicable to the rates quoted at the time of Reverse Bidding / Auction. Bidder shall not be allowed or permitted to increase the item rate of any item earlier quoted in the Price Schedule submitted along with Price Bid.

(xiii) Bidders shall be assigned a Unique User Name & Password by MSPGCL. Bidders are advised to change the Password after the receipt of initial. Password from MSPGCL to ensure confidentiality. All bids made from the Login ID given to the bidders will be deemed to have been made by the bidder’s / bidders’ company.

(xiv) Bidders shall be able to view the following on their screen along with the necessary fields during Online Reverse Auction:

a. Start Price

b. Decrement value

c. Masked bidder (Bidders name & code will not be displayed)

d. Current bid of the bidder (Unit Rate)

e. Minimum Bid placed by the bidder (Unit Rate)

f. Best Bid in the Auction (Current L1 Price)

(xv) Upon receipt of the system report after completion of the Online Reverse Auction, L1 will be considered for further processing. MSPGCL’s decision on award of contract shall be final and binding on all the Bidders.

(xvi) MSPGCL reserves the right to cancel/reschedule/extend the Reverse Auction process / tender at any time, before ordering, without assigning any reason.

(xvii) MSPGCL shall not have any liability to bidders for any interruption or delay in access to the

Page 100: Competitive Bidding Bid Specification No

Page 100 of 123

site irrespective of the cause. In such cases, the decision of MSPGCL shall be binding on the bidders.

(xviii) Other terms and conditions shall be as per bidder’s techno-commercial offers and as per MSPGCL’s bidding documents and other correspondences, if any, till date.

(xix) Bidders are required to submit their acceptance to the stipulated terms and conditions before participating in the Reverse Auction.

Page 101: Competitive Bidding Bid Specification No

Page 101 of 123

Annexure – 20

Tentative List of Substations

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

1 AKOLA ZONE

AKOLA CIRCLE

AKOLA RURAL DIVISION

AKOLA (R) SUB-DN

33 KV WANI RAMBHAPUR

11 KV KANSHIVANI,AG 4338.736 4.34

2 AKOLA ZONE

AKOLA CIRCLE

AKOLA RURAL DIVISION

AKOLA (R) SUB-DN 33 kV VIZORA 11 kv katkeda ag 3436.076 3.44

3 AKOLA ZONE

AKOLA CIRCLE

AKOLA RURAL DIVISION

BALAPUR SUB-DN

33 KV BALAPUR S/S 11 KV PARAS 1935.124 1.94

4 AKOLA ZONE

AKOLA CIRCLE

AKOLA RURAL DIVISION

BARSHI TAKLI SUB-DN

33 KV BARSHI TAKLI S/S

11 KV KANHERI AG 2341.694 2.34

5 AKOLA ZONE

AKOLA CIRCLE

AKOLA RURAL DIVISION

BARSHI TAKLI SUB-DN 33 KV DHABA 11 KV DHABA AG 1791.892 1.79

6 AKOLA ZONE

AKOLA CIRCLE

AKOLA RURAL DIVISION

MURTIZAPUR SUB-DN

33/11 KV Sonori S/S

11 KV KURANKHED AG FEEDER 1865 1.87

7 AKOLA ZONE

AKOLA CIRCLE

AKOLA RURAL DIVISION

MURTIZAPUR SUB-DN 33KV S/S MANA

11 KV KURUM AG FEEDER 1855.302 1.86

8 AKOLA ZONE

AKOLA CIRCLE

AKOT DIVISION

AKOT SUB DN 132 KV AKOT S/S

11 KV POPATKHED 1946.314 1.95

9 AKOLA ZONE

AKOLA CIRCLE

AKOT DIVISION

AKOT SUB DN

33KV LAKHAMAPUR 11 KV MOHADA 1943.33 1.94

10 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION

BULDANA SUB-DN

33/11 KV D'SHEWALI

11KV DONGAR SHEOLI AG 2020.168 2.02

11 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION

BULDANA SUB-DN

33/11 KV D'SHEWALI

11KV KINHOLA AG 2333.488 2.33

12 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION

BULDANA SUB-DN

33/11 KV D'SHEWALI

11KV SHELSUR AG 2136.544 2.14

13 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION

BULDANA SUB-DN Bhadola Bhadola Ag 2217.112 2.22

14 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION CHIKHLI

33/11 KV CHANDHAI (BHOKER)

11 KV BHOKER AG 2055.976 2.06

15 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION CHIKHLI

33/11 KV CHIKHLI

11 KV RAIPUR AG 2026.136 2.03

16 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION CHIKHLI

33/11 KV CHIKHLI

11 KV SHELSOOR AG 2508.798 2.51

17 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION CHIKHLI

33/11 KV AMDAPUR

11 KV AMDAPUR AG 2994.444 2.99

18 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION CHIKHLI

33/11 KV AMDAPUR 11 KV UNDRI AG 3417.426 3.42

19 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION CHIKHLI

33/11 KV MERA KH

11 KV ANTRI KH. AG 2770.644 2.77

20 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION

D'RAJA SUB-DN 33 KV D MAHI

11 KV TAKARKHED 1917.22 1.92

21 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION

D'RAJA SUB-DN 33 KV D MAHI

11 KV DIGRAS AG 2361.836 2.36

22 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION

D'RAJA SUB-DN 33 KV D MAHI 11 KV DMAHI 2044.786 2.04

23 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION

D'RAJA SUB-DN 33 KV Giroli 11 KV GIROLI AG 2429.722 2.43

24 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION

D'RAJA SUB-DN 33 KV Giroli 11 KV SRAJA AG 3092.17 3.09

25 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION

D'RAJA SUB-DN 33 KV Giroli 11 kv JUMDA AG 2600.556 2.60

Page 102: Competitive Bidding Bid Specification No

Page 102 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

26 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION DHAD S/DN. 33KV S/S DHAD 11KV KARDI 2188.018 2.19

27 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION DHAD S/DN.

33KV S/S RAYPUR 11KV RAIPUR 1823.97 1.82

28 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION

SHINDKHED S/DN.

132KV S/S DUSARBID 11KV RAHERI AG 2079.848 2.08

29 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION

SHINDKHED S/DN.

33 /11 KV MALKAPUR PANGRA

11 KV WAGHALA AG 2546.098 2.55

30 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION

SHINDKHED S/DN. 33KV S. RAJA S/S

11KV BAMKHED AG 2059.706 2.06

31 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION

SHINDKHED S/DN. 33KV S. RAJA S/S

11KV SAWKHED AG 3028.76 3.03

32 AKOLA ZONE

BULDHANA CIRCLE

BULDHANA DIVISION

SHINDKHED S/DN.

33KV SAKHARKHERDA

11KV SAKHARKHERDA AG 2686.346 2.69

33 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

KHAMGAON(R) S/DN

33 KV PIMPALGAON RAJA

11 KV BHALEGAON FEEDER 3644.21 3.64

34 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

KHAMGAON(R) S/DN

33 KV PIMPALGAON RAJA

11 KV TANDULWADI FEEDER 2475.228 2.48

35 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

KHAMGAON(R) S/DN

33 KV PIMPALGAON RAJA

WASADI AG FEEDER 2866.878 2.87

36 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

KHAMGAON(R) S/DN

33 kv Sajanpuri s/s

11 kv Shirasgaon Deshmukh Ag 1868.73 1.87

37 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

KHAMGAON(R) S/DN

33/11 KV MATARGAON

11 KV JALAMB FEEDER 2572.208 2.57

38 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

KHAMGAON(R) S/DN

33/11 KV MATARGAON

11 KV MATARGAON AG 1926.918 1.93

39 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

KHAMGAON(R) S/DN 33/11KV ATALI

11 KV BORI ADGAON 3286.13 3.29

40 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

KHAMGAON(R) S/DN

33/11KV HIWARKHED SS

11KV GERU MATARGAON AG 1779.21 1.78

41 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

LONAR S/DN. 33 KV LONAR

11KV Shara AG Feeder 3194.372 3.19

42 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

LONAR S/DN.

33 KV PIMPRI KHANDARE

11 KV ANJANI FEEDER 2278.284 2.28

43 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

LONAR S/DN.

33 KV PIMPRI KHANDARE

11 KV MALKAPUR PANGRA FEEDER 1732.212 1.73

44 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

LONAR S/DN.

33/11 KV SULTANPUR SS

11 KV Chincholi AG FEEDER 1927.664 1.93

45 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

LONAR S/DN.

33/11 KV SULTANPUR SS

11 KV WENI FEEDER 2058.214 2.06

46 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

LONAR S/DN. 33/11KV HIRDAV

11 kv Wadhav AG Feeder 1734.45 1.73

47 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV MEHEKAR

132/33/11 KV MEHKAR

11 KV BHALEGAON AG 2406.596 2.41

48 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV MEHEKAR

33/11 KV DEULGAON MALI

11 KV NAGZARI AG 2074.626 2.07

Page 103: Competitive Bidding Bid Specification No

Page 103 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

49 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV MEHEKAR

33/11 KV DONGAON

11 KV PANGARKHED AG 2555.05 2.56

50 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV MEHEKAR

33/11 KV JANEFAL

11 KV DEULGAON SAKARSHA AG 2836.292 2.84

51 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV MEHEKAR

33/11 KV JANEFAL

11 KV HIWARA KD. AG 3991.846 3.99

52 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV MEHEKAR

33/11 KV JANEFAL

11 KV NAIGAON DATTAPUR AG 3019.808 3.02

53 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV MEHEKAR

33/11 KV LONIGAWALI

11 KV ANDHURD AG 3003.396 3.00

54 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV MEHEKAR

33/11 KV LONIGAWALI

11 KV BHIWAPUR AG 2347.662 2.35

55 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV MEHEKAR 33/11KV ATALI

11 KV LAKHANWADA 2258.142 2.26

56 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV MEHEKAR

33KV HIVARA ASHRAM

11 KV LAWALA AG 2643.078 2.64

57 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV MEHEKAR

33KV HIVARA ASHRAM

11KV Deulgaon Mali AG 2760.946 2.76

58 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

SANGRAMPUR S/DN.

33/11 KV PATURDA S/STN 11 KV KODRI AG 2223.826 2.22

59 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

SANGRAMPUR S/DN.

33/11 KV WARWAT BAKAL S/STN

11kv kAKANWADA AG 2256.65 2.26

60 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

SANGRAMPUR S/DN.

33/11 KV WARWAT BAKAL S/STN 11kv wankhed ag 2033.596 2.03

61 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

SHEGAON S/DN.

33/11 KV SHEGAON R & M S/Stn

11 KV ALASNA AG 2125.354 2.13

62 AKOLA ZONE

BULDHANA CIRCLE

KHAMGAON CONSTRUCTION DIV

SHEGAON S/DN.

33/11 KV SHEGAON ANAND-SAGAR S

11KV Nagzari AG FEEDER 3094.408 3.09

63 AKOLA ZONE

BULDHANA CIRCLE

MALKAPUR DIVISION

JALGAON JALMOD SDIV

33 KV ASLGAON S/S

11 KV DHANORA AG 1746.386 1.75

64 AKOLA ZONE

BULDHANA CIRCLE

MALKAPUR DIVISION

JALGAON JALMOD SDIV

33 KV JALGAON JAMOD S/S

11 KV UMAPUR AG FEEDER 2132.068 2.13

65 AKOLA ZONE

BULDHANA CIRCLE

MALKAPUR DIVISION

MALKAPUR S/DN.

132 KV MALKAPUR S/S

11 KV DEODHABA AG 2754.232 2.75

66 AKOLA ZONE

BULDHANA CIRCLE

MALKAPUR DIVISION

MALKAPUR S/DN.

132 KV MALKAPUR S/S 11KV ZODGA AG 2039.564 2.04

67 AKOLA ZONE

BULDHANA CIRCLE

MALKAPUR DIVISION

MALKAPUR S/DN.

33 KV DASARKHED S/S

11 KV NERVAL AG 2023.898 2.02

68 AKOLA ZONE

BULDHANA CIRCLE

MALKAPUR DIVISION

MALKAPUR S/DN.

33 KV DASARKHED S/S

11 KV RAMTHAM AG 2009.724 2.01

69 AKOLA ZONE

BULDHANA CIRCLE

MALKAPUR DIVISION

MOTALA S. DN.

33 KV SUB STATION MOTALA

11 KV NALGANAGA AG FEEDER 2127.592 2.13

70 AKOLA ZONE

BULDHANA CIRCLE

MALKAPUR DIVISION

MOTALA S. DN.

33 KV SUBSTATION SAWARGAON

11 KV S.BAZAR AG FEEDER 1988.836 1.99

71 AKOLA ZONE

BULDHANA CIRCLE

MALKAPUR DIVISION

NANDURA S/DN.

33 kv Chandur s/s

11 kv Chandur Ag 1736.688 1.74

Page 104: Competitive Bidding Bid Specification No

Page 104 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

72 AKOLA ZONE

BULDHANA CIRCLE

MALKAPUR DIVISION

NANDURA S/DN.

33 kv Mahalungi s/s 11 kv Tarwadi Ag 1833.668 1.83

73 AKOLA ZONE

BULDHANA CIRCLE

MALKAPUR DIVISION

NANDURA S/DN.

33 kv Nimgaon s/s

11 kv Nimgaon Ag 2148.48 2.15

74 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION KARANJA

33 KV DHANORA SUB STATION

11 KV DHANORA AG FEEDER 1914.236 1.91

75 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION KARANJA

33 KV KARMARGAON SUB STATION

11 KV KHERDA BHULODA FEEDER 1733.704 1.73

76 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION KARANJA

33 KV UMBARDA BAZAR SUB STAT

11 KV UMBARDA AG FEEDER 3089.186 3.09

77 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION

MALEGAON S DN.

132 KV MALEGAON SUB-STATION chandas AG 2958.636 2.96

78 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION

MALEGAON S DN. 33 KV AMANI amani ag 2466.276 2.47

79 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION

MALEGAON S DN. 33 KV MEDSHI

11 KV RIDHORA AG FEEDER 2549.828 2.55

80 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION

MALEGAON S DN. SHIRPUR dudhala ag 2437.928 2.44

81 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION

MANGRULPEER

33 KV MAGALURPIR SUB STATION manora 3365.206 3.37

82 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION

MANGRULPEER

33/11 KV SHIVANI ROAD SUB STAT

Poghat -ag feeder 1827.7 1.83

83 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION

RISOD S/DN. 33 KV KENWAD

11 KV JAIYKHEDA AG 1968.694 1.97

84 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION

RISOD S/DN.

33 KV MANGULZANAK

11 kv mangulzanak 2221.588 2.22

85 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION

RISOD S/DN. 33 KV RITHAD

11 KV AASEGAON AGP FEEDER 2593.842 2.59

86 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION

RISOD S/DN. 33 KV RITHAD

11 KV SAWARGAON AGP FEEDER 3299.558 3.30

87 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION

RISOD S/DN. 33 KV RITHAD

11 KV SIRSALA AGP FEEDER 2910.146 2.91

88 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION WASHIM

33 KV MIDC WASHIM SUB-STATION

11 KV KALAMBA AG FEEDER 2977.286 2.98

89 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION WASHIM

33 KV CIVIL LINE SUBSTATION

11 KV CHIKHALI AG 3484.566 3.48

90 AKOLA ZONE

WASHIM CIRCLE

WASHIM DIVISION WASHIM

KALAMBA SUBSTATION KAJALAMBA 2146.242 2.15

218.25

1 AMARAVATI ZONE

AMARAVATI CIRCLE

ACHALPUR DIVISION

ACHALPUR CAMP S/DN. 33 KV KHARPI 11 KV Salepur Ag 2520.734 2.52

2 AMARAVATI ZONE

AMARAVATI CIRCLE

ACHALPUR DIVISION

ACHALPUR CAMP S/DN. 33 kv shirajgaon 11 KV Pala AG 1799.352 1.80

3 AMARAVATI ZONE

AMARAVATI CIRCLE

ACHALPUR DIVISION

ACHALPUR CAMP S/DN.

33/11 KV SARFAPUR SUBSTATION

11 KV DEURWAD AG FEEDER 1743.402 1.74

4 AMARAVATI ZONE

AMARAVATI CIRCLE

ACHALPUR DIVISION

ACHALPUR CAMP S/DN.

33/11 KV SARFAPUR SUBSTATION

11KV RATANPUR AG FEEDER 1758.322 1.76

5 AMARAVATI ZONE

AMARAVATI CIRCLE

ACHALPUR DIVISION

ACHALPUR CITY SUB-DN

132 KV ACHALPUR 11 KV Chamak 3262.258 3.26

6 AMARAVATI ZONE

AMARAVATI CIRCLE

ACHALPUR DIVISION

ACHALPUR CITY SUB-DN 33KV ASEGAON

11 KV Asegaon Ag 2538.638 2.54

Page 105: Competitive Bidding Bid Specification No

Page 105 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

7 AMARAVATI ZONE

AMARAVATI CIRCLE

ACHALPUR DIVISION

ACHALPUR CITY SUB-DN 33KV RASEGAON 11 KV Rasegaon 1929.156 1.93

8 AMARAVATI ZONE

AMARAVATI CIRCLE

ACHALPUR DIVISION

ANJANGAON SUB-DN

132 KV ANJANGAON

11 KV NIMBHARI [AG] 1752.354 1.75

9 AMARAVATI ZONE

AMARAVATI CIRCLE

ACHALPUR DIVISION

ANJANGAON SUB-DN

33 KV BHANDARAJ

11 KV NIMKHED [AG] 1763.544 1.76

10 AMARAVATI ZONE

AMARAVATI CIRCLE

ACHALPUR DIVISION

ANJANGAON SUB-DN

33 KV BHANDARAJ

11 KV SATEGAON [AG] 2064.182 2.06

11 AMARAVATI ZONE

AMARAVATI CIRCLE

ACHALPUR DIVISION

DARYAPUR SUB-DN 33 KV ASADPUR

11 KV Khallar AG FEEDER 2129.084 2.13

12 AMARAVATI ZONE

AMARAVATI CIRCLE

AMARAVATI CONSTRUCTION DN

AMRAVATI (R) SUB-DN

33 KV NANDGAONPETH S/S.

11 KV BORGAON AG 3119.026 3.12

13 AMARAVATI ZONE

AMARAVATI CIRCLE

AMARAVATI CONSTRUCTION DN

AMRAVATI (R) SUB-DN

33 KV NANDGAONPETH S/S.

11 KV KATHORA AG FEEDER 1885.142 1.89

14 AMARAVATI ZONE

AMARAVATI CIRCLE

AMARAVATI CONSTRUCTION DN

AMRAVATI (R) SUB-DN

33 KV SHIRALA SUB - STATION

DEVARA DEVARI AG 3146.628 3.15

15 AMARAVATI ZONE

AMARAVATI CIRCLE

AMARAVATI CONSTRUCTION DN

AMRAVATI (R) SUB-DN 33KV S/S MAHULI

11 KV YAWALI AG FEEDER 4799.018 4.80

16 AMARAVATI ZONE

AMARAVATI CIRCLE

AMARAVATI CONSTRUCTION DN

BADNERA SUB-DN.

33 KV ANJANGAON BARI S/S 11 KV Nirsana AG 2446.134 2.45

17 AMARAVATI ZONE

AMARAVATI CIRCLE

AMARAVATI CONSTRUCTION DN

BADNERA SUB-DN.

33 KV LONI S/STN

11 KV FULAMALA AG 2423.008 2.42

18 AMARAVATI ZONE

AMARAVATI CIRCLE

AMARAVATI CONSTRUCTION DN

CHANDUR RLY SUB-DN. 33 KV MALKHED

11 KV KAWATHA AG FEEDER 2396.152 2.40

19 AMARAVATI ZONE

AMARAVATI CIRCLE

AMARAVATI CONSTRUCTION DN

CHANDUR RLY SUB-DN.

33KV GHUIKHED SUBSTATION

11 KV RAJURA(AG) FEEDER 2461.054 2.46

20 AMARAVATI ZONE

AMARAVATI CIRCLE

AMARAVATI CONSTRUCTION DN

DHAMANGAON SUB-DN.

33 KV MANGRUL SUB STN

11 KV KHANAPUR AG 2440.912 2.44

21 AMARAVATI ZONE

AMARAVATI CIRCLE

AMARAVATI CONSTRUCTION DN

NANDGAON KH SUB-DN

33/11 s/s MANGRUL CHAWHALA Veni Ganeshpur 1729.228 1.73

22 AMARAVATI ZONE

AMARAVATI CIRCLE

AMARAVATI CONSTRUCTION DN

TIWASA SUB-DN.

33 KV KURHA SUB-STATION

11 KV KAUDNYAPUR AG 2743.042 2.74

23 AMARAVATI ZONE

AMARAVATI CIRCLE

AMARAVATI CONSTRUCTION DN

TIWASA SUB-DN.

33 KV MOZARI SUB-STATION

MALEGAON DHOTRA 1705.356 1.71

24 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

CHANDUR BAZAR

132KV CHANDUR BZR

11KV GHATLADKI -132KV- 2608.016 2.61

25 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

CHANDUR BAZAR

132KV CHANDUR BZR

TALWEL AG SEPERATION 2495.37 2.50

26 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

MORSHI I S/DN 132KV MORSHI

11 KV NASITPUR AG 2345.424 2.35

27 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

MORSHI I S/DN 132KV MORSHI

11KV MORSHI RURAL 3348.794 3.35

28 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

MORSHI I S/DN 33KV ASTEGAON 11KV Ambada AG 2548.336 2.55

29 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

MORSHI I S/DN 33KV ASTEGAON

11KV Khanapur AG 1897.824 1.90

30 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

MORSHI I S/DN 33KV ASTEGAON

11KV TARODA (KHED) AG 1790.4 1.79

31 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

MORSHI I S/DN

33KV HIWARKHED

11KV DAPORI AG 2372.28 2.37

Page 106: Competitive Bidding Bid Specification No

Page 106 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

32 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

MORSHI I S/DN

33KV HIWARKHED

11KV HIWARKHED AG 2545.352 2.55

33 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

MORSHI II S/DN. 33KV LEHEGAON

11KV DHAMANGAON AG 2511.782 2.51

34 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

MORSHI II S/DN. 33KV LEHEGAON

11KV NERPINGALAI AG 2299.918 2.30

35 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

MORSHI II S/DN. 33KV LEHEGAON

11KV SAWARKHED AG 2536.4 2.54

36 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

MORSHI II S/DN. 33KV LEHEGAON

11KV SHIRKHED AG 1869.476 1.87

37 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

SHENDURGANAGHAT S/DN 132KV WARUD 11KV PUSALA AG 3182.436 3.18

38 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

SHENDURGANAGHAT S/DN 132KV WARUD

11KV TIOSAGHAT AG 2704.996 2.70

39 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

SHENDURGANAGHAT S/DN

33 TEMBHURKHEDA

11 KV TEMBHURKHEDA AG 2072.388 2.07

40 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

SHENDURGANAGHAT S/DN 33KV SHE'GHAT

11KV SATNOOR AG 2173.844 2.17

41 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION WARUD (I) 132KV WARUD 11 KV MILL AG 2920.59 2.92

42 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION WARUD (I)

33KV CHANDAS WATHODA Dhaga Ag 2584.89 2.58

43 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION WARUD (I)

33KV CHANDAS WATHODA Shekapur Ag 1717.292 1.72

44 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION WARUD (I)

33KV RAJURA BZR 11KV PAWANI AG 1991.82 1.99

45 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

WARUD II S/DN 33 KV LONI 11 KV SAWANGA 2856.434 2.86

46 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

WARUD II S/DN 33 KV LONI 11 KV SHINGORI 4027.654 4.03

47 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

WARUD II S/DN

BENODA SUBSTATION

11 KV BARGAON Ag 2913.13 2.91

48 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

WARUD II S/DN

BENODA SUBSTATION

11 KV ISSAMBRI Ag 1820.986 1.82

49 AMARAVATI ZONE

AMARAVATI CIRCLE

MURSHI DIVSION

WARUD II S/DN

BENODA SUBSTATION PALSONA AG 1721.022 1.72

50 AMARAVATI ZONE

YAVATMAL CIRCLE

PANDHARKAWADA DN.

GHANTAJI S/DN. 33 KV KUMBHARI

11 KV Pandhurna Ag 1806.066 1.81

51 AMARAVATI ZONE

YAVATMAL CIRCLE

PANDHARKAWADA DN.

GHANTAJI S/DN. 33 KV MOHADA 11 KV Runza Ag 2344.678 2.34

52 AMARAVATI ZONE

YAVATMAL CIRCLE

PANDHARKAWADA DN.

GHANTAJI S/DN.

33 KV NEW GHATANJI

11 KV Sakhara Ag (Ght) 2790.786 2.79

53 AMARAVATI ZONE

YAVATMAL CIRCLE

PANDHARKAWADA DN.

GHANTAJI S/DN. 33 KV PARAWA 11 KV Jamb Ag 1935.124 1.94

54 AMARAVATI ZONE

YAVATMAL CIRCLE

PANDHARKAWADA DN.

GHANTAJI S/DN. 33 KV PARAWA 11 KV Parawa Ag 2755.724 2.76

55 AMARAVATI ZONE

YAVATMAL CIRCLE

PANDHARKAWADA DN. WANI S DIV 33 KV RAJUR 11 KV Rajur Ag 2217.858 2.22

56 AMARAVATI ZONE

YAVATMAL CIRCLE

PANDHARKAWADA DN.

ZARI-JAMANI S/DN. 33 KV GHONSA

11 KV Susari P Ag 1721.022 1.72

57 AMARAVATI ZONE

YAVATMAL CIRCLE

PUSAD DIVSION

DHARWAH S/DN.

33KV DARWHA S/S

11 KV PWW AG fdr 2117.148 2.12

58 AMARAVATI ZONE

YAVATMAL CIRCLE

PUSAD DIVSION

DHARWAH S/DN.

33KV DARWHA S/S

11kv Saikheda AG FDR 2331.996 2.33

59 AMARAVATI ZONE

YAVATMAL CIRCLE

PUSAD DIVSION

DHARWAH S/DN. 33KV MANKINHI 11KV MANKINHI 2285.744 2.29

60 AMARAVATI ZONE

YAVATMAL CIRCLE

PUSAD DIVSION

MAHAGAON S/DN. 33 KV GUNJ

11 KV Kali (GUNJ) 1811.288 1.81

Page 107: Competitive Bidding Bid Specification No

Page 107 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

61 AMARAVATI ZONE

YAVATMAL CIRCLE

PUSAD DIVSION

MAHAGAON S/DN. 33 KV GUNJ 11 kv Dhanoda 1926.918 1.93

62 AMARAVATI ZONE

YAVATMAL CIRCLE

YAVATMAL DIVSION NER S/DN. 33KV LADKHED 11kv Ladkhed 3296.574 3.30

63 AMARAVATI ZONE

YAVATMAL CIRCLE

YAVATMAL DIVSION

YAVATMAL (R) SUB-DN. 33KV JODMOHA

11kv TALEGAON AG 2564.748 2.56

64 AMARAVATI ZONE

YAVATMAL CIRCLE

YAVATMAL DIVSION

YAVATMAL (R) SUB-DN. 33KV KOLAMBI 11KV Akola AG 2950.43 2.95

153.27

1

AURANGABAD ZONE

AURANGABAD CIRCLE

AURANGABAD RURAL I DIVN.

PAITHAN (R) S/D 33 KV S/S BIDKIN NILAJGAON Ag 2104.466 2.10

2

AURANGABAD ZONE

AURANGABAD CIRCLE

AURANGABAD RURAL I DIVN.

PAITHAN (R) S/D

LOHAGAON 33KV

11 KV DHAKEPHAL FEEDER 1715.8 1.72

3

AURANGABAD ZONE

AURANGABAD CIRCLE

AURANGABAD RURAL I DIVN.

PAITHAN (R) S/D PAITHAN 132 KV BALANAGAR 2310.362 2.31

4

AURANGABAD ZONE

AURANGABAD CIRCLE

AURANGABAD RURAL I DIVN.

PAITHAN (R) S/D PAITHAN 132 KV KAUTGAON 2954.16 2.95

5

AURANGABAD ZONE

AURANGABAD CIRCLE

AURANGABAD RURAL I DIVN.

PAITHAN (R) S/D PAITHAN 132 KV RAHATGAON 1853.064 1.85

6

AURANGABAD ZONE

AURANGABAD CIRCLE

AURANGABAD RURAL I DIVN.

PAITHAN (R) S/D

PAITHAN SUB STN 11kV Telwadi 2308.124 2.31

7

AURANGABAD ZONE

AURANGABAD CIRCLE

AURANGABAD RURAL I DIVN.

PAITHAN (R) S/D

VIHAMANDAVA 33 KV Navgaon AG 2017.93 2.02

8

AURANGABAD ZONE

AURANGABAD CIRCLE

AURANGABAD RURAL II DIVN.

KHULATABAD (R) S/D 33/11KV ELLORA

11 KV KHULTABAD II 1715.054 1.72

9

AURANGABAD ZONE

AURANGABAD CIRCLE

KANNAD DIVISION

KANNAD (R) S/DN 33kv wadner s/s

11 KV WADNER AG 2340.948 2.34

10

AURANGABAD ZONE

AURANGABAD CIRCLE

KANNAD DIVISION PISHOR SDN

33 KV NACHANWEL

11 KV NACHANWEL 1831.43 1.83

11

AURANGABAD ZONE

AURANGABAD CIRCLE

KANNAD DIVISION PISHOR SDN 33 KV Pishor S/S

11 KV NADARPUR AG 4138.062 4.14

12

AURANGABAD ZONE

AURANGABAD CIRCLE

KANNAD DIVISION PISHOR SDN 33 KV Pishor S/S

11kv KOLAMBI AG WITH SDT 2115.656 2.12

13

AURANGABAD ZONE

JALNA CIRCLE

JALNA DIVISION II

AMBAD (R) S/DN CHINCHKHED CHINCHKHED AG 1850.08 1.85

14

AURANGABAD ZONE

JALNA CIRCLE

JALNA DIVISION II

AMBAD (R) S/DN WADIGODRI SHAHAPUR AG 2255.158 2.26

15

AURANGABAD ZONE

JALNA CIRCLE

JALNA DIVISION II

GHANSAWANGI S/DN.

KUMBHAR PIMPALGAON

11KV MURTI-AG FDR 2455.086 2.46

Page 108: Competitive Bidding Bid Specification No

Page 108 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

16

AURANGABAD ZONE

JALNA CIRCLE

JALNA DIVISION II

GHANSAWANGI S/DN. TIRTHPURI

11KV KANDARI AG 2306.632 2.31

36.27

1 BARAMATI ZONE

BARAMATI CIRCLE

BARAMATI DIVISION

BARAMATI (R)

132/22KV Baramati SS 22 KV SAWAL AG 2649.046 2.65

2 BARAMATI ZONE

BARAMATI CIRCLE

BARAMATI DIVISION

BARAMATI (U)

132/22KV Baramati SS

22 KV ANJANGAON AG 5149.638 5.15

3 BARAMATI ZONE

BARAMATI CIRCLE

BARAMATI DIVISION INDAPUR

132/33/11 KV S/STN.INDAPUR kandalga on 2951.176 2.95

4 BARAMATI ZONE

BARAMATI CIRCLE

BARAMATI DIVISION INDAPUR

33/11 KV BIJEWADI Bijewadi 1719.53 1.72

5 BARAMATI ZONE

BARAMATI CIRCLE

BARAMATI DIVISION INDAPUR

33/11KV BAWADA Ganeshwadi 2561.018 2.56

6 BARAMATI ZONE

BARAMATI CIRCLE

BARAMATI DIVISION INDAPUR

33/11KV BHATNIMGAON Babhulgaon 1906.03 1.91

7 BARAMATI ZONE

BARAMATI CIRCLE

BARAMATI DIVISION INDAPUR

33/11KV BHATNIMGAON

Bhatnimgaon GFSS 2092.53 2.09

8 BARAMATI ZONE

BARAMATI CIRCLE

BARAMATI DIVISION INDAPUR

Switching Station Indapur Kalthan Ag 2168.622 2.17

9 BARAMATI ZONE

BARAMATI CIRCLE

BARAMATI DIVISION

WALCHANDNAGAR SUB-DN

33/22 KV BHIGWAN S/STN.

22 KV KUMBHARGAON AG 1747.132 1.75

10 BARAMATI ZONE

BARAMATI CIRCLE

BARAMATI DIVISION

WALCHANDNAGAR SUB-DN

33/22 KV BHIGWAN S/STN.

22KV BHIGWAN AG 3616.608 3.62

11 BARAMATI ZONE

BARAMATI CIRCLE

BARAMATI DIVISION

WALCHANDNAGAR SUB-DN

33/22 KV BHIGWAN S/STN.

22KV KHANOTA BHIGWAN 2985.492 2.99

12 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION DOUND 132KV DAUND 22 KV KEDGAON 5275.712 5.28

13 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION DOUND 132KV DAUND

22 KV KURKUMBH 2415.548 2.42

14 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION DOUND

33 /11 KV DEULGAON

11 KV Pedgaon AG 2048.516 2.05

15 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION DOUND

Aalegaon Substation

22 Kv Boribel Feeder AG 4254.438 4.25

16 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION

KEDGAON S/DN.

33/11 KV RAHU S/STN

11 KV RAHU AG FEEDER 1788.908 1.79

17 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION

KEDGAON S/DN.

YAwat Sub-station

22 Kv Rahu Feeder 9516.722 9.52

18 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION

KEDGAON S/DN.

YAwat Sub-station

22 Kv Supa Feeder 1735.196 1.74

19 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION

KEDGAON S/DN.

YAwat Sub-station

22 Kv Yawat Feeder 8144.082 8.14

20 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION

KEDGAON S/DN.

YAwat Sub-station

22 kv Bhuleshwar feeder 5114.576 5.11

21 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION

SHIKRAPUR S/DN.

132/33/22 KV SANASWADI S/STN TALEGAON 6350.698 6.35

22 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION

SHIKRAPUR S/DN.

220 KV RANJANGAON IBP Shikrapur 4461.08 4.46

23 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION

SHIKRAPUR S/DN.

220 KV RANJANGAON Mahaganpati 4917.632 4.92

24 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION

SHIKRAPUR S/DN.

220 KV RANJANGAON Varude Ganegaon 3125.74 3.13

25 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION

SHIKRAPUR S/DN.

33/22 kV PIMPALE JAGTAP Sub St 22 KV Shikrapur 1753.1 1.75

26 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION SHIRUR

132/33/22 KV SHIRUR KARDA 2856.434 2.86

Page 109: Competitive Bidding Bid Specification No

Page 109 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

27 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION SHIRUR

132/33/22 KV SHIRUR MALLIKARJUN 4301.436 4.30

28 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION SHIRUR

132KV/33KV/22KV KURALI KURULI 2743.788 2.74

29 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION SHIRUR

132KV/33KV/22KV KURALI NAGARGAON 2945.954 2.95

30 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION SHIRUR

132KV/33KV/22KV KURALI URJA 3612.132 3.61

31 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION SHIRUR

132KV/33KV/22KV KURALI WADGAON 2922.828 2.92

32 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION SHIRUR

33/11 Ganegaon Dumala

11 SANGAMESHWAR AG 2057.468 2.06

33 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION SHIRUR

33/11 kv Shirasgaon Kata

11 kv Shirasgaon Kata 1880.666 1.88

34 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION SHIRUR

33/22/11 KV NHAVARA

22 KV Alegaon AG feeder 3145.882 3.15

35 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION SHIRUR

33/22/11 KV NHAVARA Nimbone 3231.672 3.23

36 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION SHIRUR

33KV/22KV MALTHAN 22 kv Amdabad 2199.954 2.20

37 BARAMATI ZONE

BARAMATI CIRCLE

DOUND DIVISION SHIRUR

33KV/22KV MALTHAN Kavathe 2087.308 2.09

38 BARAMATI ZONE

BARAMATI CIRCLE

SASWAD DIVISION BHOR 132 KV BHATGAR

22 KV HIRDOSHI AG 1737.434 1.74

39 BARAMATI ZONE

BARAMATI CIRCLE

SASWAD DIVISION BHOR 132 KV BHATGAR 22 KV VELHA AG 7092.222 7.09

40 BARAMATI ZONE

BARAMATI CIRCLE

SASWAD DIVISION NIRA

33/22 KV NIRA SUBSTATION

22KV NIRA (U) AG 1886.634 1.89

41 BARAMATI ZONE

BARAMATI CIRCLE

SASWAD DIVISION NIRA

33KV/22KV JEJURI SUBSTATION

22 KV KOLVIHIRE AG 3393.554 3.39

42 BARAMATI ZONE

BARAMATI CIRCLE

SASWAD DIVISION NIRA

33KV/22KV JEJURI SUBSTATION 22KV WALHA AG 4006.766 4.01

43 BARAMATI ZONE

BARAMATI CIRCLE

SASWAD DIVISION SASWAD 33 KV SASWAD

22 KV SASWAD AG 4482.714 4.48

44 BARAMATI ZONE

BARAMATI CIRCLE

SASWAD DIVISION SASWAD 33 KV SASWAD 22 KV DIWA AG 2277.538 2.28

45 BARAMATI ZONE

BARAMATI CIRCLE

SASWAD DIVISION SASWAD 33 KV SASWAD

22 KV KHALAD AG 5897.13 5.90

46 BARAMATI ZONE

BARAMATI CIRCLE

SASWAD DIVISION SASWAD 33 KV SASWAD

22 KV PURANDAR AG 3277.924 3.28

47 BARAMATI ZONE

BARAMATI CIRCLE

SASWAD DIVISION SASWAD 33 KV SASWAD

22 KV SHIVARI AG 3462.186 3.46

48 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

KARAD -I S/DN 33/11 KV KALE KODOLI AG 2425.246 2.43

49 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

KARAD -I S/DN 33/11 KV WING 11 KV Wing AG 2496.862 2.50

50 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

KARAD -I S/DN KOLEWADI TALMAVALE AG 3924.706 3.92

51 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

KARAD URBAN

33/11 KV Oglewadi SS PARLE AG 3110.82 3.11

52 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

KARAD URBAN

33/11 KV Oglewadi SS Surli Ag 3877.708 3.88

53 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

KARAD-II S/DN. 110 KV Rethare RETHARE AG 2680.378 2.68

54 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

KARAD-II S/DN. 110 KV Rethare SHENOLI AG 2099.99 2.10

55 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

KARAD-II S/DN.

11KV Tembhu Switching Station KARVE Ag 1916.474 1.92

56 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

KARAD-II S/DN. MUNDHE Supane AG 2559.526 2.56

Page 110: Competitive Bidding Bid Specification No

Page 110 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

57 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

KARAD-II S/DN. TALBID 11 KV Talbid Ag 2030.612 2.03

58 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

KARAD-II S/DN. TALBID VAHAGAON AG 2911.638 2.91

59 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

MALHAR PETH S/DN MALHARPETH MUNDHA 2150.718 2.15

60 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

PATAN S/DN. PATAN LIS 2604.286 2.60

61 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

UMBRAJ S/DN. 33/11 Pal

11kv VADGAON AG 2350.646 2.35

62 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

UMBRAJ S/DN. 33/11 Pal

11kv SHIRGAON AG 2773.628 2.77

63 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

UMBRAJ S/DN. 33/11 kv urul Mazgaon Ag 2135.798 2.14

64 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

UMBRAJ S/DN. MASUR Helgaon Ag 2602.048 2.60

65 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

UMBRAJ S/DN. MASUR KONEGAON 2287.236 2.29

66 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

UMBRAJ S/DN. MASUR kharade ag 2205.922 2.21

67 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

UMBRAJ S/DN. Shahapur Riswad Ag 3489.788 3.49

68 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

UMBRAJ S/DN. Shahapur Shahapur Ag 1732.212 1.73

69 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

UMBRAJ S/DN. TARALE BAMBAWADE AG 2031.358 2.03

70 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

UMBRAJ S/DN. TARALE TARALE -AG- 2017.93 2.02

71 BARAMATI ZONE

SATARA CIRCLE

KARAD DIVISION

UMBRAJ S/DN. UMBRAJ VARADE 1938.108 1.94

72 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION

KHANDALA S/DN.

33/22 KV MHAVASHI 22 KV AHIRE AG 2592.35 2.59

73 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION

KHANDALA S/DN. SHIRWAL 22KV BHADE AG 3761.332 3.76

74 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION

KHANDALA S/DN. SHIRWAL KHANDALA 5997.84 6.00

75 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION LONAND

22 KV MIDC SWITCHING STATION

22 KV ANDHURI AG 5669.6 5.67

76 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION LONAND

220/132 KV LONAND

22 KV TAMBAVE AG 4972.09 4.97

77 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION LONAND

220/132 KV LONAND

22KV TARADGAON AG

10211.248 10.21

78 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN 132 KV PHALTAN 22KV Barad ag 4734.116 4.73

79 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN 33/22 KV Rajale JANAI AG 1779.21 1.78

80 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN 33/22 KV Rajale SATE PHATTA AG 1994.058 1.99

81 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN 33/22 KV Saskal

22 KV Dudhebavi AG 2095.514 2.10

82 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN 33/22 KV Saskal 22 KV Wadale AG 2878.068 2.88

83 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN 33/22 KV Saskal 22 Kv Giravi Ag 2549.828 2.55

84 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN 33/22 KV Saskal

22 Kv Vinchurni Ag 1907.522 1.91

85 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN 33/22 kv BARAD

22 KV Nimblak AG 2231.286 2.23

86 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN 33/22 kv BARAD 22KV Barad ag 2332.742 2.33

87 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN 33/22 kv BARAD ANDHRUD AG 3339.842 3.34

88 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN 33/22 kv BARAD MUNJAWADI AG 4076.144 4.08

Page 111: Competitive Bidding Bid Specification No

Page 111 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

89 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN BEDAKEWASTI 22 KV Sarade AG 1773.988 1.77

90 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN BEDAKEWASTI ASU AG 2546.844 2.55

91 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN BEDAKEWASTI GOKHALI AG 2135.798 2.14

92 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN SURAWADI

NIMBHORE AG FEEDER 3273.448 3.27

93 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN SURAWADI

SAKHARWADI AG 2491.64 2.49

94 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN SURAWADI

WATHAR -NIMBLAK- AG 3046.664 3.05

95 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION PHALTAN WAKHARI Wathar- N Ag 2279.03 2.28

96 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION

PHALTAN (U)

33/22 KV SOMANTHALI

22 KV KAMBALESHWAR 3132.454 3.13

97 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION

PHALTAN (U)

33/22 KV SOMANTHALI 22 KV SANGAVI 3156.326 3.16

98 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION

PHALTAN (U)

33/22 KV SOMANTHALI

22 KV SASTEWADI 3730 3.73

99 BARAMATI ZONE

SATARA CIRCLE

PHALTAN DIVISION

PHALTAN (U)

33/22 KV SOMANTHALI

22 KV SOMANTHALI AG 2306.632 2.31

100 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION KOREGAON

110 KV SATARA-ROAD KOREGAON 2773.628 2.77

101 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION KOREGAON

33/11KV WADACHIWADI S/STN

11 KV CHIMANGAON AG 2082.832 2.08

102 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION KOREGAON

33/11KV WADACHIWADI S/STN

11KV Shendurjane AG 2792.278 2.79

103 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION KOREGAON KORAGAON

EKAMBE -SANGVI- AG 2282.76 2.28

104 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION KOREGAON KORAGAON KATHAPUR AG 3191.388 3.19

105 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION

RAHIMATPUR S/DN. RAHIMATPUR

11KV Dhamner Ag 1850.826 1.85

106 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION

RAHIMATPUR S/DN. RAHIMATPUR PIMPARI 3006.38 3.01

107 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION

RAHIMATPUR S/DN. RAHIMATPUR SAP 3160.056 3.16

108 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION

RAHIMATPUR S/DN. RAHIMATPUR SASURVE 3870.994 3.87

109 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION SATARA ANGAPUR

11 KV ANGAPUR AG 2219.35 2.22

110 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION SATARA BHATMARALI 11 kv PADALI AG 2443.896 2.44

111 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION SATARA NIGADI

11 KV DEGAON AG 3001.158 3.00

112 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION SATARA PARALI PARALI AG 2531.924 2.53

113 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION SATARA SHENDRE

11 KV SHENDRE-VECHALE AG 3157.072 3.16

114 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION SATARA VENEGAON KOPARDE 2125.354 2.13

115 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION SATARA VENEGAON NANDGAON 2294.696 2.29

116 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION SATARA WADHE

22 KV RAMNAGAR AG 2517.004 2.52

117 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION WATHAR

110 KV SATARA-ROAD

22KV BHUINJ i.e. 22KV DEUR AG 8403.69 8.40

118 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION WATHAR

110 KV SATARA-ROAD

WATHAR i.e. 22KV KINHAI AG. 7049.7 7.05

Page 112: Competitive Bidding Bid Specification No

Page 112 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

119 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION WATHAR PIMPODA

22 KV Nandwal AG Feeder 2528.194 2.53

120 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION WATHAR PIMPODA

22 KV WATHAR AG 2725.884 2.73

121 BARAMATI ZONE

SATARA CIRCLE

SATARA DIVISION WATHAR PIMPODA PIMPODE Ag 2398.39 2.40

122 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION AUNDH

33/11 KV Gopuj SubStation

11 KV Karkhana AG 1892.602 1.89

123 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION AUNDH

33/11 KV Gopuj SubStation 11 KV Yeliv AG 2853.45 2.85

124 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION AUNDH

33/22 KV Pusesavali

22 KV Pusesavali AG 2087.308 2.09

125 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION AUNDH

33/22 KV Pusesavali 22 KV R Kurle AG 2680.378 2.68

126 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION AUNDH

33/22 KV Pusesavali

22 KV Vadgaon AG 4009.004 4.01

127 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION AUNDH

33/22/11 KV Bhosare BHOSARE AG 2149.972 2.15

128 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION AUNDH

33/22/11 KV Bhosare KHATAV AG 5425.658 5.43

129 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION DAHIWADI

132/33/22 KV DAHIWADI

22 KV BIDAL AG (DAHIWADI) 5733.01 5.73

130 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION DAHIWADI

132/33/22 KV DAHIWADI

22 KV DEVAPUR AG 3841.154 3.84

131 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION DAHIWADI

132/33/22 KV DAHIWADI

22 KV SHINGANAPUR AG (DAHIWADI 3932.912 3.93

132 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION DAHIWADI

33/11 KV MHASWAD

11 KV DEVAPUR AG 2111.926 2.11

133 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION DAHIWADI

33/11 KV MHASWAD

11 KV DHULDEV AG 2477.466 2.48

134 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION DAHIWADI

33/11 KV SHENAWADI

11 KV SHENAWADI AG 2110.434 2.11

135 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION DAHIWADI

33/11 KV SHENAWADI

11 KV VAR-MALAWADI AG 1710.578 1.71

136 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION DAHIWADI 33/11 KV VADJAL 11 KV DIWAD AG 1721.022 1.72

137 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION DAHIWADI 33/11 KV VADJAL

11 KV KUKUDWAD AG 1889.618 1.89

138 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION DAHIWADI

33/22 KV ANDHALI

22 KV PARKANDI AG 4385.734 4.39

139 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION DAHIWADI

33/22 KV ANDHALI

22 KV TONDALE AG 1818.748 1.82

140 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION DAHIWADI

33/22 KV SHINGANAPUR 22 KV MARDI AG 3398.776 3.40

141 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION DAHIWADI

33/22 KV SHINGANAPUR

22 KV SHINGANAPUR AG (SHINGNA 2775.12 2.78

142 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION

KHATAV S/DN.

33/22 KV Shindewadi ( Katgun ) 22 KV DARUJ AG 2415.548 2.42

143 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION

KHATAV S/DN.

33/22 KV Shindewadi ( Katgun ) 22 KV Nidhal AG 2217.858 2.22

144 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION

KHATAV S/DN. BUDH

11 KV LALGUN AG 1788.908 1.79

145 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION

KHATAV S/DN. BUDH 11 kv Mol Ag 2408.088 2.41

146 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION

KHATAV S/DN. BUDH

22 KV KATEWADI AG 2338.71 2.34

147 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION VADUJ 110 KV MAYANI

KATARKHATAV AG 2051.5 2.05

148 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION VADUJ 110 KV MAYANI PUSESAVALI AG 2237.254 2.24

Page 113: Competitive Bidding Bid Specification No

Page 113 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

149 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION VADUJ

33/22 KV VIKHALE GHARUDI AG 1929.902 1.93

150 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION VADUJ

33/22 KV VIKHALE KANERWADI AG 3122.01 3.12

151 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION VADUJ KATARKHATAV

11 KV BANPURI AG 2652.776 2.65

152 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION VADUJ KATARKHATAV

22 KV Bombale AG 4996.708 5.00

153 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION VADUJ NIMSOD

11 KV Goregaon (N) AG 1834.414 1.83

154 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION VADUJ NIMSOD MHASURNE AG 2757.962 2.76

155 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION VADUJ NIMSOD NIMSOD AG 2156.686 2.16

156 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION VADUJ VADUJ

11KV KUMTHE AG 3645.702 3.65

157 BARAMATI ZONE

SATARA CIRCLE

VADUJ DIVISION VADUJ VADUJ VADUJ AG 2274.554 2.27

158 BARAMATI ZONE

SATARA CIRCLE WAI DIVISION MEDHA SONGAON

ANEWADI AGRICULTURE 2540.876 2.54

159 BARAMATI ZONE

SATARA CIRCLE WAI DIVISION MEDHA SONGAON

KUDAL AGRICULTURE 2954.16 2.95

160 BARAMATI ZONE

SATARA CIRCLE WAI DIVISION WAI

132/33/22 KV WAI S/STN

22 KV BAVDHAN AG 6837.836 6.84

161 BARAMATI ZONE

SATARA CIRCLE WAI DIVISION WAI

132/33/22 KV WAI S/STN 22 KV KENJAL AG 6752.046 6.75

162 BARAMATI ZONE

SATARA CIRCLE WAI DIVISION WAI

33/22 KV JAMB S/STN

22 KV KHADAKI AG 3040.696 3.04

163 BARAMATI ZONE

SATARA CIRCLE WAI DIVISION WAI

33/22 KV JAMB S/STN BHUINJ AG 3695.684 3.70

164 BARAMATI ZONE

SATARA CIRCLE WAI DIVISION WAI

33/22 KV JAMB S/STN JAMB AG 2241.73 2.24

165 BARAMATI ZONE

SATARA CIRCLE WAI DIVISION WAI

33/22 KV VELE S/STN NEW KENJAL AG 2358.852 2.36

166 BARAMATI ZONE

SATARA CIRCLE WAI DIVISION WAI

33/22 KV VELE S/STN SURUR AG 2454.34 2.45

167 BARAMATI ZONE

SATARA CIRCLE WAI DIVISION WAI

33/22/11 KV WAI MIDC S/STN

11 KV MANDHARDEV AG 1726.244 1.73

168 BARAMATI ZONE

SATARA CIRCLE WAI DIVISION WAI

33/22/11 KV WAI MIDC S/STN

22 KV PASARNI AG 4908.68 4.91

169 BARAMATI ZONE

SOLAPUR CIRCLE

AKLUJ O AND M DIVISION

AKLUJ I SUB-DN.

220/132/33/11 KV MALINAGAR SANGAM 1712.816 1.71

170 BARAMATI ZONE

SOLAPUR CIRCLE

AKLUJ O AND M DIVISION

AKLUJ I SUB-DN.

33/11 KV LAWANG S/STN 11 KV WAGHOLI 1773.242 1.77

171 BARAMATI ZONE

SOLAPUR CIRCLE

AKLUJ O AND M DIVISION

MALSHIRAS S/DN.

33/11kv MALSHIRAS S/Stn 11KV Medad AG 2140.274 2.14

172 BARAMATI ZONE

SOLAPUR CIRCLE

AKLUJ O AND M DIVISION

MALSHIRAS S/DN.

33KV KACHREWADI S/STN

DESHMUKH PATTA 1940.346 1.94

173 BARAMATI ZONE

SOLAPUR CIRCLE

AKLUJ O AND M DIVISION NATEPUTE

33/11 KV DHARMPURI 11KV KOTHALE 1740.418 1.74

174 BARAMATI ZONE

SOLAPUR CIRCLE

AKLUJ O AND M DIVISION NATEPUTE

33/11 KV NATEPUTE SUB-STATION

11KV LONAND AG 2525.21 2.53

175 BARAMATI ZONE

SOLAPUR CIRCLE

AKLUJ O AND M DIVISION NATEPUTE

33/11KV FONDSHIRAS S/STN

11KV TAMSHIDWADI 1793.384 1.79

176 BARAMATI ZONE

SOLAPUR CIRCLE

BARSI DIVISION

BARSHI (R) S/DN.

33/11 KV PANGARI S/S BARSHI FEEDER 2061.944 2.06

177 BARAMATI ZONE

SOLAPUR CIRCLE

BARSI DIVISION

BARSHI (R) S/DN.

33/11 KV UPALE (D)

JAMGAON FEEDER 2208.16 2.21

Page 114: Competitive Bidding Bid Specification No

Page 114 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

178 BARAMATI ZONE

SOLAPUR CIRCLE

BARSI DIVISION

JEUR SUB-DIVISION

33/11 KV SUBSTATION CHIKHALTHA

11 KV KUGAON AG 1813.526 1.81

179 BARAMATI ZONE

SOLAPUR CIRCLE

BARSI DIVISION

JEUR SUB-DIVISION

33/11 KV SUBSTATION JEUR (SO J

11 KV DAHIGAON-SHETFAL AG 2097.752 2.10

180 BARAMATI ZONE

SOLAPUR CIRCLE

BARSI DIVISION

JEUR SUB-DIVISION

33/11 KV SUBSTATION WANGI NO-1

11 KV NAGANATH AG 3164.532 3.16

181 BARAMATI ZONE

SOLAPUR CIRCLE

BARSI DIVISION

KURDUWADI S/DN.

MAHISGAON S/STN

MAHISGAON AG SEPERATED 1944.822 1.94

182 BARAMATI ZONE

SOLAPUR CIRCLE

BARSI DIVISION

TERMBHURNI S/DN.

33/11KV PIMPLNEAR SUBSTATION NIMGAON (T) 4385.734 4.39

183 BARAMATI ZONE

SOLAPUR CIRCLE

BARSI DIVISION

TERMBHURNI S/DN.

33/11KV PIMPLNEAR SUBSTATION SAPATANE 3841.154 3.84

184 BARAMATI ZONE

SOLAPUR CIRCLE

BARSI DIVISION

TERMBHURNI S/DN. ADHEGAON TAKALI FEEDER 1865.746 1.87

185 BARAMATI ZONE

SOLAPUR CIRCLE

BARSI DIVISION

TERMBHURNI S/DN. BEMBALE Ghoti AG 5788.214 5.79

186 BARAMATI ZONE

SOLAPUR CIRCLE

BARSI DIVISION

TERMBHURNI S/DN. TEMBHURNI MALEGAO AG 1938.854 1.94

187 BARAMATI ZONE

SOLAPUR CIRCLE

BARSI DIVISION

TERMBHURNI S/DN. TEMBHURNI UJANI 3664.352 3.66

188 BARAMATI ZONE

SOLAPUR CIRCLE

PANDHARPUR DIVISION

MANGALVEDHA

33/11 KV ANDHALGAON SUBSTATION

11KV ANDHALGAON FEEDER 2455.832 2.46

189 BARAMATI ZONE

SOLAPUR CIRCLE

PANDHARPUR DIVISION

MANGALVEDHA

33/11KV Bramhapuri S/S

11 Kv Machnur new 2781.834 2.78

190 BARAMATI ZONE

SOLAPUR CIRCLE

PANDHARPUR DIVISION

MANGALVEDHA

33/11KV MARAPUR 11KV GHARNIKI 2061.198 2.06

191 BARAMATI ZONE

SOLAPUR CIRCLE

PANDHARPUR DIVISION

MANGALVEDHA

33/11KV MARAPUR 11KV MARAPUR 2862.402 2.86

192 BARAMATI ZONE

SOLAPUR CIRCLE

PANDHARPUR DIVISION

MANGALVEDHA

33KV BATHAN S/S

11KV UCHETHAN FEEDER 2681.124 2.68

193 BARAMATI ZONE

SOLAPUR CIRCLE

PANDHARPUR DIVISION

PANDHARPUR R-I S/DN

110/11 KV PANDHARPUR

11 KV CHANDRABHAG 2176.828 2.18

194 BARAMATI ZONE

SOLAPUR CIRCLE

PANDHARPUR DIVISION

PANDHARPUR R-I S/DN

110/11 KV PANDHARPUR 11 KV TUNGAT 1706.102 1.71

195 BARAMATI ZONE

SOLAPUR CIRCLE

PANDHARPUR DIVISION

PANDHARPUR R-I S/DN

110/11 KV PANDHARPUR 11KV GADEGAON 2340.202 2.34

196 BARAMATI ZONE

SOLAPUR CIRCLE

PANDHARPUR DIVISION

PANDHARPUR R-II S/DN

33/11 KV KARKAMB 11 KV SANGAVI 2543.86 2.54

197 BARAMATI ZONE

SOLAPUR CIRCLE

PANDHARPUR DIVISION

PANDHARPUR R-II S/DN

33/11 KV KARKAMB 11 KV UMBARE 3806.838 3.81

198 BARAMATI ZONE

SOLAPUR CIRCLE

PANDHARPUR DIVISION

PANDHARPUR R-II S/DN 33/11 KV UMBRE

11 KV KANHAPURI 1741.91 1.74

199 BARAMATI ZONE

SOLAPUR CIRCLE

PANDHARPUR DIVISION SANGOLA

33/11 KV MAHUD S/STN.

11 KV Itaki feeder 2170.114 2.17

200 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

AKKALKOT S/DN.

132KV/33/11KV AKKALKOT S/S

11 KV WATER WORKS AG 2045.532 2.05

201 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

AKKALKOT S/DN.

33/ 11 KV HANNUR S/S

11 KV BOREGAON AG 1823.97 1.82

202 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

AKKALKOT S/DN.

33/ 11 KV HANNUR S/S

11 KV CHUNGI AG 1835.16 1.84

203 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

AKKALKOT S/DN.

33/11 KV MAINDARGI S/STN

11 KV BOROTI AG 1797.114 1.80

204 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

AKKALKOT S/DN.

33/11 KV TADWAL SUBSTATION

11 KV KHANAPUR AG 1758.322 1.76

Page 115: Competitive Bidding Bid Specification No

Page 115 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

205 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

AKKALKOT S/DN.

33/11 KV TADWAL SUBSTATION

11 KV MANGRUL AG 2092.53 2.09

206 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

AKKALKOT S/DN.

33/11 KV TADWAL SUBSTATION

11 KV MHAISALGI AG 2434.198 2.43

207 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

AKKALKOT S/DN.

33/11 KV TADWAL SUBSTATION

11 KV TADWAL AG 1985.852 1.99

208 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

MOHOL S/DN.

110/33/11 KV PULUJ 11 KV KAMATI 1850.826 1.85

209 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

MOHOL S/DN.

33/11 KV BEGAMPUR

11 KV ARDHANARI AG 2290.966 2.29

210 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

MOHOL S/DN.

33/11 KV BEGAMPUR

11 KV BEGAMPUR AG 4109.714 4.11

211 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

MOHOL S/DN. 33/11 KV KAMTI

11 KV SHINGOLI AG 1809.05 1.81

212 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

MOHOL S/DN. 33/11 KV KAMTI

11 KV WATWATE AG 3203.324 3.20

213 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

MOHOL S/DN. 33/11 KV KURUL

11 KV OLD KURUL AG 1926.918 1.93

214 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

MOHOL S/DN. 33/11 KV MOHOL 11 KV ANAGAR. 2114.164 2.11

215 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

MOHOL S/DN. 33/11 KV MOHOL 11 KV WADWAL 2106.704 2.11

216 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

SOLAPUR R-I S/DN.

132/33/11 KV DEGAON

11KV DEGAON-AG- 3527.088 3.53

217 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

SOLAPUR R-I S/DN.

132/33/11 KV DEGAON

11KV NEHRU NAGAR Ag. 1957.504 1.96

218 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

SOLAPUR R-I S/DN.

33/11 KV DONGAON

11 KV DONGAON AG 2497.608 2.50

219 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

SOLAPUR R-I S/DN.

33/11 KV DONGAON

11 KV KAWATHE AG 1850.826 1.85

220 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

SOLAPUR R-I S/DN.

33/11 KV DONGAON 11 KV NANDUR 2502.084 2.50

221 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

SOLAPUR R-I S/DN.

33/11 KV MIDC C. KATI - 1 11KV AG FEEDER 2678.886 2.68

222 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

SOLAPUR R-I S/DN.

33/11 KV WADALA

11 KV KALMAN Ag. 2925.812 2.93

223 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

SOLAPUR R-I S/DN.

33/11 KV WADALA

11 KV PADASALI Ag. 1735.942 1.74

224 BARAMATI ZONE

SOLAPUR CIRCLE

SOLAPUR RURAL DIVISION

SOLAPUR R-I S/DN.

33/11 KV WADALA

11KV ShelgaonAG 2215.62 2.22

657.85

Page 116: Competitive Bidding Bid Specification No

Page 116 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

1

CHANDRAPUR ZONE

CHANDRAPUR CIRCLE

BALLARSHAH DIVISION

RAJURA S/DN.

33 KV VIHIRGAON SUBSTATION CHANAKA AG 2096.26 2.10

2

CHANDRAPUR ZONE

GADCHIROLI CIRCLE

BRAMHAPURI DIVISION

BRAMHAPURI S/DN.

33 KV B' PURI (KHED) SUBSTATIO

11 Kv Pimpalgaon AG 1747.878 1.75

3.84

1 GONDIA ZONE

BHANDARA CIRCLE

BHANDARA DIVSION

BHANDARA S/DN.

220 KV BHANDARA S/S

11 KV Sunflag Feeder 1957.504 1.96

2 GONDIA ZONE

BHANDARA CIRCLE

BHANDARA DIVSION

BHANDARA S/DN. 33KV KARDHA

11 KV Salebardi (AGP) 1851.572 1.85

3 GONDIA ZONE

BHANDARA CIRCLE

BHANDARA DIVSION

MOHADI S/DN. 33 KV Kardi Kardi AG 2276.046 2.28

4 GONDIA ZONE

BHANDARA CIRCLE

BHANDARA DIVSION

PAONI S/DN.

33/11 kv ASGAON S/ST

11 KV KONDHA AG FEEDER 2169.368 2.17

5 GONDIA ZONE

BHANDARA CIRCLE

BHANDARA DIVSION

PAONI S/DN.

33/11 kv ASGAON S/ST

11 KV MANGLI FEEDER 2312.6 2.31

6 GONDIA ZONE

BHANDARA CIRCLE

BHANDARA DIVSION

TUMSAR S/DN

132 KV MADGI S/S 11kV BETALA Ag 1718.784 1.72

7 GONDIA ZONE

BHANDARA CIRCLE

BHANDARA DIVSION

TUMSAR S/DN 33 KV TUMSAR 11kv Sihora AGP 1805.32 1.81

8 GONDIA ZONE

BHANDARA CIRCLE

SAKOLI O&M DIVISION

LAKHANDUR S/DN.

33 KV VIRLEE SUB STATION

11 KV GOURALA AG FEEDER 1826.954 1.83

9 GONDIA ZONE

BHANDARA CIRCLE

SAKOLI O&M DIVISION

LAKHANDUR S/DN.

33 KV VIRLEE SUB STATION

11 KV VIRLEE AG FEEDER 1952.282 1.95

17.87

1 JALGAON ZONE

DHULE CIRCLE

DHULE RURAL DIVISION SAKRI S/DN

33/11 KV JAITANE

11 KV DUSANE AG 1762.798 1.76

2 JALGAON ZONE

DHULE CIRCLE

DHULE URBAN DIVISION NARDANA

33/11 KV SUB NARDANA

11KV CHANDGAD AG 2120.878 2.12

3 JALGAON ZONE

DHULE CIRCLE

DHULE URBAN DIVISION NARDANA

33/11 KV SUB SUKWAD

11 KV TAWKHEDA AG 2256.65 2.26

4 JALGAON ZONE

DHULE CIRCLE

DONDAICHA DIVISION

SHINDKHEDA

33/11 CHIMTHANE CHIMTHANE 2118.64 2.12

5 JALGAON ZONE

DHULE CIRCLE

DONDAICHA DIVISION

SHINDKHEDA

33/11 KV BAMHANE BAMHANE 2197.716 2.20

6 JALGAON ZONE

DHULE CIRCLE

DONDAICHA DIVISION

SHINDKHEDA

33/11 KV SHINDKHEDA AKKADASE 2549.082 2.55

7 JALGAON ZONE

DHULE CIRCLE

DONDAICHA DIVISION

SHINDKHEDA

33/11 KV SHINDKHEDA CHIMTHANE 1724.752 1.72

8 JALGAON ZONE

DHULE CIRCLE

DONDAICHA DIVISION

SHINDKHEDA

33/11KV LANGHANE SUB STATION

11KV KALGAON AG 1712.07 1.71

9 JALGAON ZONE

JALGAON CIRCLE

BHUSAWAL UCR DIVISION

BHUSAWAL (E&M)

33/11 KV CHORWAD 11 KV Kurha Ag 1758.322 1.76

10 JALGAON ZONE

JALGAON CIRCLE

BHUSAWAL UCR DIVISION

BHUSAWAL (E&M)

33/11 KV CHORWAD

11 KV Sunasgaon Ag 3542.754 3.54

11 JALGAON ZONE

JALGAON CIRCLE

BHUSAWAL UCR DIVISION

BHUSAWAL (E&M)

33/11 KV VELHALE 11 KV Shindi Ag 1936.616 1.94

12 JALGAON ZONE

JALGAON CIRCLE

BHUSAWAL UCR DIVISION

BHUSAWAL (E&M)

33/11 KV VELHALE

11 KV Velhale - AG - 2919.844 2.92

13 JALGAON ZONE

JALGAON CIRCLE

BHUSAWAL UCR DIVISION JAMNER

33/11 KV JAMNER

11 KV Kekatnimbhora 2829.578 2.83

14 JALGAON ZONE

JALGAON CIRCLE

BHUSAWAL UCR DIVISION JAMNER

33/11 KV JAMNER 11 KV Shahapur 1964.218 1.96

15 JALGAON ZONE

JALGAON CIRCLE

BHUSAWAL UCR DIVISION PAHUR 132 KV PAHUR

11 KV Gondegaon 3376.396 3.38

Page 117: Competitive Bidding Bid Specification No

Page 117 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

16 JALGAON ZONE

JALGAON CIRCLE

DHARANGAON DIVISION AMALNER-II

33/11 KV KALAMSARE

11 KV Bohare-Pure AG- 1735.942 1.74

17 JALGAON ZONE

JALGAON CIRCLE

DHARANGAON DIVISION AMALNER-II

33/11KV GANDHALI SUBSTATION

11KV AMALGAON PURE AG 2578.922 2.58

18 JALGAON ZONE

JALGAON CIRCLE

DHARANGAON DIVISION

CHOPDA-II S/DN 132 KV CHOPDA 11 KV Akulkheda 1985.852 1.99

19 JALGAON ZONE

JALGAON CIRCLE

DHARANGAON DIVISION

CHOPDA-II S/DN 33/11 KV HATED

11 KV Ganpur Agr 1790.4 1.79

20 JALGAON ZONE

JALGAON CIRCLE

DHARANGAON DIVISION

CHOPDA-II S/DN 33/11 KV LASUR 11 KV Lasur Agr 2014.946 2.01

21 JALGAON ZONE

JALGAON CIRCLE

DHARANGAON DIVISION

ERANDOL S/DIVN.

33/11KV UTRAN SUBSTATION

11 KV BAMHNE AGR 1762.798 1.76

22 JALGAON ZONE

JALGAON CIRCLE

JALGAON URBAN DIVISION JALGAON-R

33/11 KV VIDGAON

11 KV Kanalda AG 1700.134 1.70

23 JALGAON ZONE

JALGAON CIRCLE

MUKTAINAGAR DIVISION BODWAD

33/11 KV ENGAON

11 KV Engaon -Pure Ag.- 2410.326 2.41

24 JALGAON ZONE

JALGAON CIRCLE

MUKTAINAGAR DIVISION

VARANGAON S/DN

132 KV VARANGAON 11 KV Hatnoor 2570.716 2.57

25 JALGAON ZONE

JALGAON CIRCLE

PACHORA DIVISION PACHORA-I

33/11 KV KURHAD

11 KV KURHAD AG 2747.518 2.75

26 JALGAON ZONE

JALGAON CIRCLE

PACHORA DIVISION PACHORA-I

33/11 KV PIMPALGAON HARESHWAR

11 KV PIMPALGAON AG 2105.958 2.11

27 JALGAON ZONE

JALGAON CIRCLE

PACHORA DIVISION PACHORA-I

33/11 KV PIMPALGAON HARESHWAR

11 KV VARSADE AG 1897.824 1.90

28 JALGAON ZONE

JALGAON CIRCLE

PACHORA DIVISION PACHORA-II

132/11 KV PACHORA SUBSTATION

11 KV SAMNER AG FEEDER 2293.204 2.29

29 JALGAON ZONE

JALGAON CIRCLE

PACHORA DIVISION PAROLA

33 KV TAMASWADI

11 KV KARMAD AG FEEDER 1759.814 1.76

30 JALGAON ZONE

JALGAON CIRCLE

PACHORA DIVISION PAROLA

33 KV TAMASWADI

11 KV MUNDANE Ag FDR 2017.93 2.02

31 JALGAON ZONE

JALGAON CIRCLE

SAVADA DIVISION

RAVER S/DIVISION. 33/11 KV NIMBOL 11 KV SANGAVA 2003.01 2.00

32 JALGAON ZONE

JALGAON CIRCLE

SAVADA DIVISION

SAVADA SUB DIVISION. 132 KV SAVADA 11 kv LIS 1932.886 1.93

33 JALGAON ZONE

JALGAON CIRCLE

SAVADA DIVISION YAWAL I 132 KV YAWAL

11 KV DONGARADE AGR 2258.142 2.26

34 JALGAON ZONE

JALGAON CIRCLE

SAVADA DIVISION

YAWAL II SUBDN. 132 KV YAWAL

11 KV NIMGAON AG 2418.532 2.42

35 JALGAON ZONE

JALGAON CIRCLE

SAVADA DIVISION

YAWAL II SUBDN. 132 KV YAWAL 11 KV SAKLI AG 2091.784 2.09

36 JALGAON ZONE

JALGAON CIRCLE

SAVADA DIVISION

YAWAL II SUBDN. 132 KV YAWAL 11 KV VADRI AG 1835.16 1.84

37 JALGAON ZONE

NANDURBAR CIRCLE

NANDURBAR (O&M) DIVISION

NANDURBAR-R2 KHONDAMALI KOPARLI 2646.062 2.65

38 JALGAON ZONE

NANDURBAR CIRCLE

SHAHADA DIVISION SHAHADA-I 132KV SHAHADA 11KV ANARAD 2286.49 2.29

83.61

1 KOLHAPUR ZONE

KOLHAPUR CIRCLE

GADHINGLAJ DIVISION CHANDGAD 33/11 KOWAD

11 KV KUDNOOR AG 2024.644 2.02

2 KOLHAPUR ZONE

KOLHAPUR CIRCLE

GADHINGLAJ DIVISION CHANDGAD 33/11 KOWAD 11 KV Kagani Ag 4522.998 4.52

3 KOLHAPUR ZONE

KOLHAPUR CIRCLE

GADHINGLAJ DIVISION CHANDGAD 33/11 KV ADKUR 11 KV BONJURDI 1897.824 1.90

Page 118: Competitive Bidding Bid Specification No

Page 118 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

4 KOLHAPUR ZONE

KOLHAPUR CIRCLE

GADHINGLAJ DIVISION CHANDGAD

33/11 KV HALKARNI

11 KV Shivanage Ag 3292.098 3.29

5 KOLHAPUR ZONE

KOLHAPUR CIRCLE

GADHINGLAJ DIVISION

GADHINGLAJ

33/11 KV GADHINGLAJ 11 KV Nool Ag 1995.55 2.00

6 KOLHAPUR ZONE

KOLHAPUR CIRCLE

GADHINGLAJ DIVISION

GADHINGLAJ

33/11 KV GADHINGLAJ 11 KV Uttur Ag 4679.658 4.68

7 KOLHAPUR ZONE

KOLHAPUR CIRCLE

GADHINGLAJ DIVISION

GADHINGLAJ

33/11 KV KAULAGE

11 Kv Karambali Ag 3693.446 3.69

8 KOLHAPUR ZONE

KOLHAPUR CIRCLE

GADHINGLAJ DIVISION

GADHINGLAJ

33/11KV Bhadgaon s/stn 11 KV JARALI AG 3062.33 3.06

9 KOLHAPUR ZONE

KOLHAPUR CIRCLE

GADHINGLAJ DIVISION NESARI

33/11 KV HALKARNI

11 KV Halkarni Ag 2731.852 2.73

10 KOLHAPUR ZONE

KOLHAPUR CIRCLE

GADHINGLAJ DIVISION NESARI

33/11 KV HALKARNI 11 KV Hiduggi Ag 3862.042 3.86

11 KOLHAPUR ZONE

KOLHAPUR CIRCLE

GADHINGLAJ DIVISION NESARI

33/11 KV HALKARNI

11 KV nagnoor Ag 1799.352 1.80

12 KOLHAPUR ZONE

KOLHAPUR CIRCLE

GADHINGLAJ DIVISION NESARI 33/11 KV NESARI

11 KV Talewadi Ag 3350.286 3.35

13 KOLHAPUR ZONE

KOLHAPUR CIRCLE

JAYASINGPUR DIVISION

HATKANANGALE

33/11 KV CHOKAK S/STN 11Kv Halondi Ag 2436.436 2.44

14 KOLHAPUR ZONE

KOLHAPUR CIRCLE

JAYASINGPUR DIVISION

HATKANANGALE

33/11 KV KUMBHOJ S/STN (HTK)

11 KV Hingangaon Ag 1706.102 1.71

15 KOLHAPUR ZONE

KOLHAPUR CIRCLE

JAYASINGPUR DIVISION JAYSINGPUR 33/11 KV Kothali 11KV LIS 2243.968 2.24

16 KOLHAPUR ZONE

KOLHAPUR CIRCLE

JAYASINGPUR DIVISION VADGAON 33/11KV SHIYE 11KV TOP II AG 2413.31 2.41

17 KOLHAPUR ZONE

KOLHAPUR CIRCLE

KOLHAPUR RURAL II DIV. HUPARI

33/11 KV S/ST PATTANKODOLI

11 kV SANGWADE AG 2434.944 2.43

18 KOLHAPUR ZONE

KOLHAPUR CIRCLE

KOLHAPUR RURAL II DIV. KAGAL

33/11KV SIDHNERLI 11KV Shendur Ag 3652.416 3.65

19 KOLHAPUR ZONE

KOLHAPUR CIRCLE

KOLHAPUR RURAL II DIV. MURGUD

33/11 KV SONAGE S/S

11 KV HAMIDWADA AG FEEDER 3944.848 3.94

20 KOLHAPUR ZONE

KOLHAPUR CIRCLE

KOLHAPUR RURAL II DIV. MURGUD

33/11 Kv KAPASHI

11 KV LINGNOOR AG 2697.536 2.70

21 KOLHAPUR ZONE

KOLHAPUR CIRCLE

KOLHAPUR RURAL II DIV.

RADHANAGARI

33/11 KV SOLANKUR S/S

11 KV SOLANKUR AG 3636.75 3.64

22 KOLHAPUR ZONE

KOLHAPUR CIRCLE

KOLHAPUR RURAL II DIV.

RADHANAGARI

33/11 KV TARALE SUB STSTION

11KV TARALE AG (TARLE) 3605.418 3.61

23 KOLHAPUR ZONE

KOLHAPUR CIRCLE

KOLHAPUR RURAL II DIV.

RADHANAGARI

33/11KV WALWA S/S

11 KV ARJUNWADA AG 4619.232 4.62

24 KOLHAPUR ZONE

KOLHAPUR CIRCLE

KOLHAPUR RURAL II DIV.

RADHANAGARI

33/11KV WALWA S/S

11KV SHELEWADI AG 4417.812 4.42

25 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION ASTHA

33/11 KV WALWA S/S

11 KV Padawalwadi Ag 2768.406 2.77

26 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION ASTHA 33/11KV ASHTA 11 Kv Ashta Ag 2135.052 2.14

27 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION ASTHA

33/11KV Falkewadi

11KV SHIGAON RIVER AG 2154.448 2.15

28 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION

ISLAMPUR (I) 110 KV Rethare

11 KV KHUBI AG FEEDER 2142.512 2.14

29 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION

ISLAMPUR (I)

110/33/11 KV BORGAON

11 KV BORGON AG FEEDER 3123.502 3.12

30 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION

ISLAMPUR (I)

110/33/11 KV BORGAON

11 KV KHED AG FEEDER 2392.422 2.39

31 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION

ISLAMPUR (I)

110/33/11 KV BORGAON

11 KV WALWA FEEDER 2410.326 2.41

32 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION

ISLAMPUR (I)

33/11 KV YEDENIPANI STN

11 KV KAMERI AG FEEDER 3082.472 3.08

33 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION

ISLAMPUR (II)

33/11 KV KASEGAON

11 KV Tambave Ag 2748.264 2.75

34 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION

ISLAMPUR (II) 33/11 KV KURLAP

11 KV Aitwade Kh Ag 1887.38 1.89

Page 119: Competitive Bidding Bid Specification No

Page 119 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

35 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION

ISLAMPUR (II) 33/11 KV KURLAP 11 KV WASHI AG 2875.83 2.88

36 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION

ISLAMPUR (II) 33/11 KV KURLAP 11 KV YELUR AG 1848.588 1.85

37 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION

ISLAMPUR (II)

33/11 KV Karanjawade S/S

11 KV Devarde AG 2490.894 2.49

38 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION

ISLAMPUR (II)

33/11 KV YEDENIPANI STN 11 KV ITKARE AG 2408.834 2.41

39 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION

ISLAMPUR (II)

33/11KV ISLAMPUR 11 KV Peth Ag 3145.882 3.15

40 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION SHIRALA

33/11 KV SHIRALA 11 KV BIUR AG 3196.61 3.20

41 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION SHIRALA

33/11 MIDC SHIRALA

11 KV KARMALA AG 2249.936 2.25

42 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION SHIRALA

33/11 MIDC SHIRALA

11 KV PADALIWADI AG 2346.17 2.35

43 KOLHAPUR ZONE

SANGLI CIRCLE

ISLAMPUR DIVISION SHIRALA

33/11KV CHIKHALI SUB STATION 11 KV KANDE AG 1791.892 1.79

44 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION JATH

110/33/11 KV JAT

11 KV MALLAL AG 2322.298 2.32

45 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION JATH

110/33/11 KV JAT

11 KV Rampur AG 2680.378 2.68

46 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION JATH

33/11 KV BILLUR S/STN 11 KV Billur AG 1982.122 1.98

47 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION JATH

33/11 KV DAFALAPUR

11 KV ANKALE DORLI AG 1875.444 1.88

48 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION JATH

33/11 KV Dhawadwadi 11 KV Hivare AG 1820.24 1.82

49 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION JATH

33/11 KV PACHAPUR

11 KV Rawalgundwadi AG 1944.076 1.94

50 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION JATH

33/11 KV SHEGAON

11 KV SHEGAON AG 3228.688 3.23

51 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION JATH

33/11 KV SHEGAON

11 KV SHINGANHALI AG 1780.702 1.78

52 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION JATH

33/11 KV UMRANI 11 KV Umrani AG 1792.638 1.79

53 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION JATH

33/11 KV WALEKHINDI

11KV WALEKHINDI AG 2226.81 2.23

54 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION JATH 33/11KV JIRGYAL

11 KV JIRGYAL AG 1841.128 1.84

55 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

K.MAHANKAL

33/11 KV Haroli(Deshing)

11 KV BANEWADI AG 1886.634 1.89

56 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

K.MAHANKAL

33/11 KV RANJANI 11KV Kokle Ag 2548.336 2.55

57 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

K.MAHANKAL 33/11 kv kAROLI 11 KV Kuktoli Ag 2402.12 2.40

58 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

K.MAHANKAL 33/11KV Borgaon 11KV Borgaon Ag 3888.898 3.89

59 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

K.MAHANKAL

33/11KV DHALGAON 11KV Chorochi 2051.5 2.05

60 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

K.MAHANKAL

33/11KV DHALGAON 11Kv Dudhebhavi 2762.438 2.76

61 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

K.MAHANKAL

33/11KV K.MAHANKAL

11 KV HINGANGAON AG 2744.534 2.74

62 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

K.MAHANKAL

33/11KV K.MAHANKAL 11KV KUCHI AG 2517.75 2.52

63 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

K.MAHANKAL

33/11KV K.MAHANKAL

11KV Langerpeth Ag 2889.258 2.89

64 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

K.MAHANKAL

33/11KV K.MAHANKAL 11KV Ranjani Ag 2337.218 2.34

Page 120: Competitive Bidding Bid Specification No

Page 120 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

65 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

K.MAHANKAL

33/11KV K.MAHANKAL

11KV S.Factory Ag 1775.48 1.78

66 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

K.MAHANKAL

33/11KV KUNDLAPUR

11KV Shelkewadi Ag 2949.684 2.95

67 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

MIRAJ RURAL-II S/DN.

33/11 KV BELANKI 11 KV Khatav 1916.474 1.92

68 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

MIRAJ RURAL-II S/DN.

33/11 KV LINGNOOR

11 KV Lingnoor Ag 2402.12 2.40

69 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

MIRAJ RURAL-II S/DN.

33/11 KV MALLEWADI 11 kv Erandoli 2946.7 2.95

70 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

MIRAJ RURAL-II S/DN. 33/11 kv Bedag 11 KV Bedag 1911.998 1.91

71 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

MIRAJ RURAL-II S/DN. 33/11 kv Bedag 11 KV rade ag 2483.434 2.48

72 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

SANKH S/DN.

110/33/11 KV SANKH 11 KV SANKH AG 1823.224 1.82

73 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

SANKH S/DN.

33/11 KV DARIKONUR

11 KV DARIBADCHI AG 2214.874 2.21

74 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

SANKH S/DN. 33/11 KV SONYAL 11 KV UTAGI AG 2081.34 2.08

75 KOLHAPUR ZONE

SANGLI CIRCLE

KAVATHEMAHANKAL DIVISION

SANKH S/DN. 33/11 KV UMADI

11 KV SONALGI AG 1771.004 1.77

76 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

MIRAJ RURAL

33/11 KV MHAISHAL

11 KV MHAISHAL AG 2201.446 2.20

77 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

MIRAJ RURAL 33/11 KV SONI

11KV Bhose AG Spare 2684.854 2.68

78 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

MIRAJ RURAL

33/11 KV Savali Kanadwadi 11 KV Savali Ag 1883.65 1.88

79 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

SAVLAJ S/DN.

33/11 KV ANJANI (NAGEWADI)

11 kv Vadgaon Ag 1830.684 1.83

80 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

SAVLAJ S/DN. 33/11 KV Koulage

11 KV Khujgaon AG 3031.744 3.03

81 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

SAVLAJ S/DN.

33/11 KV MANERAJURI

11 KV Manerajuri Ag 2483.434 2.48

82 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

SAVLAJ S/DN.

33/11 KV Savlaj Substation

11 KV Dongarsoni AG 2661.728 2.66

83 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

SAVLAJ S/DN.

33/11 KV WAIFALE

11 KV Biranwadi Ag 2022.406 2.02

84 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

SAVLAJ S/DN.

33/11 KV WAIFALE 11 KV Waifale Ag 2954.906 2.95

85 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

TASGAON (I)

110/33/11 KV TASGAON

11 KV MATKUNKI AG 3259.274 3.26

86 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

TASGAON (I)

33/11 KV BORGAON

11 KV SHIRGAON AG 2101.482 2.10

87 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

TASGAON (I)

33/11 KV BORGAON

11kv VISAPUR AG 2381.978 2.38

88 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

TASGAON (I)

33/11 KV HATNUR

11 KV HATNUR AG 3401.76 3.40

89 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

TASGAON (I)

33/11 KV KUMTHE 11 KV Kumthe Ag 3001.158 3.00

90 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

TASGAON (I)

33/11 KV KUMTHE 11 KV Nagaon Ag 1918.712 1.92

91 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

TASGAON (I) 33/11 KV Koulage

11KV ARAWADE AG 2712.456 2.71

92 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

TASGAON (II)

110/33/11 KV TASGAON

11 KV ARWADE AG 2464.038 2.46

93 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

TASGAON (II)

110/33/11 KV TASGAON

11 KV DHAVLI AG 2757.962 2.76

94 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

TASGAON (II)

110/33/11 KV TASGAON

11 KV NIMANI AG 1755.338 1.76

Page 121: Competitive Bidding Bid Specification No

Page 121 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

95 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

TASGAON (II)

33/11 KV ANKALHKOP

11 KV BHILAWADI AG 3409.22 3.41

96 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

TASGAON (II)

33/11 KV ANKALHKOP

11 KV NAGTHANE AG 3641.972 3.64

97 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

TASGAON (II)

33/11 KV Bhilwadi ( Malwadi )

11 KV MALWADI AG 1968.694 1.97

98 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

TASGAON (II)

33/11 KV TURACHI

11 KV NIMANI AG 2261.126 2.26

99 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

VISHRAMBAG

33/11 KV BUDHGAON

11 KV Kaleran ( Kavalpur ) AG 2621.444 2.62

100 KOLHAPUR ZONE

SANGLI CIRCLE

SANGLI RURAL DIVISION

VISHRAMBAG

33/11 KV KUMTHE

11 KV Kavalapur Ag 2243.222 2.24

101 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

ATPADI S/DN.

33/11 KV KARGANI 11 KV Banpuri AG 2774.374 2.77

102 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

ATPADI S/DN.

33/11 KV KARGANI 11 KV Hivtad AG 2394.66 2.39

103 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

ATPADI S/DN.

33/11 KV Pujarwadi 11 KV Kauthuly 2340.202 2.34

104 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

ATPADI S/DN.

33/11 KV Pujarwadi

11 KV Nimbawade 3480.836 3.48

105 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

ATPADI S/DN.

33/11 KV SUB-STATION, ATPADI 11 KV Atpadi AG 2049.262 2.05

106 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

ATPADI S/DN.

33/11 KV SUB-STATION, ATPADI

11 KV Madgule AG 5360.756 5.36

107 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

ATPADI S/DN.

33/11 KV SUBSTATION, KHARSUNDI

11 KV Nelkaranji AG 3209.292 3.21

108 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

ATPADI S/DN.

33/11 KV SUBSTATION, KHARSUNDI 11 KV Walvan AG 1850.826 1.85

109 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

ATPADI S/DN.

33/11 KV SUBSTATION, KHARSUNDI 11 KV Zare AG 2778.104 2.78

110 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION KHANAPUR

33/11 KV Hiware Substation

11 KV HIVARE AG 2850.466 2.85

111 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION KHANAPUR

33/11 KV KHANAPUR

11 KV Balawadi Ag 2995.936 3.00

112 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

KIRLOSKARWADI S/DN.

110/33/11 KV KUNDAL S/ST

11 KV DEORASHTRE 1766.528 1.77

113 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

KIRLOSKARWADI S/DN.

110/33/11 KV KUNDAL S/ST 11 KV TAKARI 2319.314 2.32

114 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

KIRLOSKARWADI S/DN.

33/11 KV K'WADI S/S

11 KV SAWANTPUR 2230.54 2.23

115 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

KIRLOSKARWADI S/DN.

33/11 KV M WADGAON

11KV MOHITE VADGAON 2888.512 2.89

116 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

KIRLOSKARWADI S/DN.

33/11 KV SANDAGEWADI 11 KV Andhali Ag 2825.848 2.83

117 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

KIRLOSKARWADI S/DN.

33/11 KV SANDAGEWADI

11KV BAMBAWADE AG 1828.446 1.83

118 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION VITA I S/DN.

33/11 KV KADEPUR

11 KV CHIKHALI AG 1983.614 1.98

119 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION VITA I S/DN.

33/11 KV KADEPUR 11 KV Wangi 3219.736 3.22

120 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION VITA I S/DN.

33/11 KV WANGI SUB-STATION

11 KV YERALA AG 2401.374 2.40

121 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION VITA I S/DN.

BELAWADE S/STN 11 KV Raigaon 2837.038 2.84

122 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION VITA I S/DN.

BELAWADE S/STN 11 KV Tondoli 2828.832 2.83

123 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

VITA II S/DN.

33/11 KV ALSAND S/S

11 KV Umar Kanchan 2005.994 2.01

Page 122: Competitive Bidding Bid Specification No

Page 122 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

124 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

VITA II S/DN.

33/11 KV KARVE MIDC

11 KV PARE FEEDER 3617.354 3.62

125 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

VITA II S/DN.

33/11 KV NAGEWADI S/S

11 kv Yetgaon AG FEEDER 1972.424 1.97

126 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

VITA II S/DN.

33/11 KV STN LENGRE

11 KV VEJEGAON AG 3459.948 3.46

127 KOLHAPUR ZONE

SANGLI CIRCLE VITA DIVISION

VITA II S/DN.

33/11 KV STN LENGRE

11 KV Lengare Ag 2314.838 2.31

331.96

1

LATUR ZONE, LATUR

LATUR CIRCLE

LATUR DIVISION

MURURD (R) S/DN 33/11 KV MURUD

11 KV KARKATTA-AG-FEEDER 1906.776 1.91

1.91

1 NAGPUR ZONE

NAGPUR (R) CIRCLE

NAGPUR I DIVISION

KUHI (R) S/DN. 33 KV KUHI

11 KV BHOJAPUR AG 1932.14 1.93

1.93

1 NANDED ZONE

HINGOLI CIRCLE

HINGOLI DIVSION

HINGOLI (R) S/DN

33 KV YASHWANT NAGAR HINGOLI

11 KV LOHGAON AG 1840.382 1.84

2 NANDED ZONE

HINGOLI CIRCLE

HINGOLI DIVSION

HINGOLI (R) S/DN 33KV NARSI(N) 11KV GHOTA AG 1744.148 1.74

3 NANDED ZONE

HINGOLI CIRCLE

HINGOLI DIVSION

HINGOLI (R) S/DN 33KV NARSI(N) 11KV PAHENI AG 1809.05 1.81

4 NANDED ZONE

HINGOLI CIRCLE

HINGOLI DIVSION

KALAMNURI (R) S/DN

33/11 KV GAUL BAZAR

11 KV SHIVANI AG 2427.484 2.43

5 NANDED ZONE

HINGOLI CIRCLE

HINGOLI DIVSION

KALAMNURI (R) S/DN

33/11 KV SUKLI VEER

11 KV DANDEGAON AG 1721.022 1.72

6 NANDED ZONE

HINGOLI CIRCLE

HINGOLI DIVSION

SENGAON SUB-DIVISION

33 KV PANKANHERGAON

11 KV JAYPUR AG 1829.938 1.83

11.37

1 NASIK ZONE

A' NAGAR CIRCLE

AHMEDNAGAR RURAL DIVISION SHEVGAON

33/11KV BALAMTAKELI

11 KV BODHEGAON 1780.702 1.78

2 NASIK ZONE

A' NAGAR CIRCLE

KARJAT (R) DIVISION

BELWANDI S/DN.

33/11KV BELWANDI 11KV LONI I 1792.638 1.79

3 NASIK ZONE

A' NAGAR CIRCLE

KARJAT (R) DIVISION

BELWANDI S/DN.

33/11KV CHIMBHALE 11KV BORI 1714.308 1.71

4 NASIK ZONE

A' NAGAR CIRCLE

KARJAT (R) DIVISION

BELWANDI S/DN.

33/11KV TANDALI D

11 KV BHANGAON 1760.56 1.76

5 NASIK ZONE

A' NAGAR CIRCLE

KARJAT (R) DIVISION

BELWANDI S/DN.

33/11KV VISAPUR 11 KV NIMBHAVI 1783.686 1.78

6 NASIK ZONE

A' NAGAR CIRCLE

KARJAT (R) DIVISION SHRIGONDA

132KV SHRIGONDA 11KV SHEDGAON 1877.682 1.88

7 NASIK ZONE

A' NAGAR CIRCLE

KARJAT (R) DIVISION SHRIGONDA

33/11 KV ANGARE 11 KV ANGARE 1883.65 1.88

8 NASIK ZONE

A' NAGAR CIRCLE

KARJAT (R) DIVISION SHRIGONDA

33/11 KV ANGARE 11 KV KAUTHA 2167.13 2.17

9 NASIK ZONE

A' NAGAR CIRCLE

KARJAT (R) DIVISION SHRIGONDA 33/11KV KASHTI 11KV KAUTHA 1771.75 1.77

Page 123: Competitive Bidding Bid Specification No

Page 123 of 123

Maharashtra State Power Generation Company Ltd.

Date: 23.03.2017

SR. No. Zone Circle Division Subdivisio

n Substation Feeder

Load In Hp AG

Load in KW

Load in MW

10 NASIK ZONE

A' NAGAR CIRCLE

SANGEMNER DIVISION RAJUR 33/11 KV RAJUR

11 KV VITHA FEEDER 1914.236 1.91

11 NASIK ZONE

NASIK (U) CIRCLE

CHANDWAD DIVISION

PIMPALGAON

33/11 KV BOPEGAON 11 KV RAJAPUR 2697.536 2.70

12 NASIK ZONE

NASIK (U) CIRCLE

CHANDWAD DIVISION

PIMPALGAON

33/11 KV PIMPALGAON

11 KV RANMALA AG 2294.696 2.29

13 NASIK ZONE

NASIK (U) CIRCLE

CHANDWAD DIVISION

PIMPALGAON

33/11 KV PIMPALGAON 11 KV WANI 1858.286 1.86

14 NASIK ZONE

NASIK (U) CIRCLE

NASIK RURAL DIVISION

DINDORI (R) SUBDN LAKHAMAPUR

11KV LAKHAMAPUR AG 2026.136 2.03

27.32

1 PUNE ZONE

PUNE (R) CIRCLE

MANCHAR O&M DIVISION MANCHAR

33/11KV KATHAPUR 11KV KATHAPUR 2011.216 2.01

2 PUNE ZONE

PUNE (R) CIRCLE

MANCHAR O&M DIVISION MANCHAR

33/11KV KATHAPUR

11KV LAKHANGAON 2369.296 2.37

4.38

Total MW 1549.85