Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
‐ 1 ‐
Indian Renewable Energy Development Agency Limited (A Mini Ratna Category‐I PSU) ISO 9001:2015, 27001:2013 Certified
REQUEST FOR PROPOSAL (RFP)
Invitation of Proposals for Empanelment of “Lender Independent
Engineers (LIE)” for monitoring of IREDA funded RE Projects (Revised)
(ONLY THROUGH E‐BIDDING MODE)
INVITATION TO BID
Reference Number: RfP‐IREDA/ REN/ Emp/LIE/2019
Dated: 15 May 2019
Indian Renewable Energy Development Agency Limited
(A Government of India Enterprise)
Core – 4A, East Court, 1st Floor,
India Habitat Centre, Lodhi Road
New Delhi – 110 003
Tel: +91 (011) 24682206‐19
Fax: +91 (011) 2682202
Email: [email protected]; [email protected]
Website: www.ireda.in
‐ 2 ‐
Disclaimer
The information contained in this Request for Proposal (RFP) document or information provided subsequently to Bidder or applicants whether verbally or in documentary form by or on behalf of Indian Renewable Energy Development Agency Limited (IREDA), is provided to the Bidder on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided.
This RFP document is not an agreement. It is not an offer or invitation by IREDA to any parties. The purpose of this RFP document is to provide Bidder with information to assist the formulation of their proposals. This RFP document does not claim to contain all the information each Bidder may require. Each Bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP document and where necessary obtain independent advice. IREDA makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP document. IREDA may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP document.
‐ 3 ‐
Abbreviations and Acronyms The following abbreviations and acronyms defined in this RFP are as under
COD – Commercial Operations Date
CPPP – Central Public Procurement Portal
DPR – Detailed Project report
E&M – Engineering & Manufacturing
EPC – Engineering, Procurement & Construction
ESI – Employee’ State Insurance
FY – Financial Year
GST – Goods & Services Tax
INR – Indian National Rupee
IREDA – Indian Renewable Energy Development Agency Limited
KW – Kilowatt
LIE – Lender’s Independent Engineer
MSME – Micro, Small & Medium Enterprises
MW – Megawatt
NDD – Non‐Disclosure Declaration
NSIC – National Small Industries Corporation
O&M – Operation & Maintenance
PERT – Program Evaluation & Maintenance Technique
PF – Provident Fund
PPA – Power Purchase Agreement
PPF – Public Provident Fund
PPS – Power Potential Studies
PQE – Post Qualification Experience
RFP – Request for Proposal
TRA – Trust & Retention Account
WPI – Wholesale Price index
‐ 4 ‐
Contents SECTION: I: NOTICE FOR INVITING BIDS .................................................................................................................................. 1
SECTION: II: Scope of Work ...................................................................................................................................................... 3
SECTION: III: Eligibility Criteria ................................................................................................................................................. 4
SECTION: IV: INSTRUCTION TO BIDDERS ............................................................................................................................... 10
4.1. The Bidding Document........................................................................................................................................ 10
4.2. Preparation of Bid ............................................................................................................................................... 10
SECTION: V: SUBMISSION OF BID .......................................................................................................................................... 12
5.1. Technical Bid ....................................................................................................................................................... 12
5.2. Price Bid ............................................................................................................................................................... 13
5.3. Schedule of Price Bid ........................................................................................................................................... 13
5.4. Rejection of Bid ................................................................................................................................................... 13
5.5. Extension of Deadline for submission of Bid ..................................................................................................... 14
5.6. Modifications and Withdrawal of Bids ............................................................................................................... 14
5.7. Right to Reject, Accept/Cancel the bid............................................................................................................... 14
5.8. RFP Abandonment .............................................................................................................................................. 14
5.9. Contacting IREDA ................................................................................................................................................ 14
SECTION: VI: BID EVALUATION .............................................................................................................................................. 15
6.1. Preliminary Examination of Bids ........................................................................................................................ 15
6.2. Technical Evaluation of Bids ............................................................................................................................... 15
6.3. Commercial Evaluation of Bids ........................................................................................................................... 16
SECTION: VII: TERMS AND CONDITIONS ............................................................................................................................... 17
7.1. Definitions (Relevant as per Bid Document) ...................................................................................................... 17
7.2. Bidder’s Liability .................................................................................................................................................. 19
7.3. Liquidated Damages ............................................................................................................................................ 19
7.4. Fraudulent and Corrupt Practice ........................................................................................................................ 19
7.5. Force Majeure ..................................................................................................................................................... 19
7.6. De‐Empanelment due to discrepancies ............................................................................................................. 19
7.7. De‐Empanelment due to other reasons ............................................................................................................. 20
7.8. Resolution of Disputes ........................................................................................................................................ 20
7.9. Governing Law .................................................................................................................................................... 20
7.10. Applicable Law .................................................................................................................................................... 20
7.11. Addresses for Notices ......................................................................................................................................... 20
Annexure ‐ A: Part‐A: Bid Submission Letter ......................................................................................................................... 21
Annexure‐A: PART‐B: Qualifying Requirements ................................................................................................................... 23
Annexure‐A: Part‐ C: Letter of Confirmations / Undertakings ............................................................................................. 25
Annexure ‐B: Broad Scope of Work ....................................................................................................................................... 28
Annexure‐C: Broad Terms & Conditions of IREDA ................................................................................................................ 32
‐ 5 ‐
Annexure–D:: Bidder e‐Procurement Manual ...................................................................................................................... 36
Form‐1: Qualifying Criteria for Bidding Entity ....................................................................................................................... 38
Form‐2: Technology Specific Qualifying Criteria# .................................................................................................................. 39
Form‐3: Format for Resume ................................................................................................................................................... 41
Form‐4: PRICE BID FORM ....................................................................................................................................................... 42
Form‐5: Pre‐bid Alliance Letter .............................................................................................................................................. 44
Form‐6: Integrity Pact between IREDA and Bidder……………..……………………………………………………………………….…………………46
Page 1 of 45
SECTION: I NOTICE FOR INVITING BIDS (ONLY THROUGH E‐BIDDING MODE)
For Empanelment of Lender Independent Engineers for monitoring of IREDA funded RE Projects
1. Indian Renewable Energy Development Agency Limited (IREDA), a Mini Ratna (Category – I) Government of India Enterprise under the administrative control of Ministry of New and Renewable Energy (MNRE), invites online bids for Empanelment of Lender Independent Engineers (LIE) for monitoring of IREDA funded Renewable Energy Projects
2. The empanelment for LIE is intended to be done separately for the following Renewable Energy technologies:
a. Wind b. Ground Mounted Solar c. Large scale Solar Roof Top d. Small scale solar Roof‐top/off‐grid/ Biogas/ others etc. e. Hydro f. Biomass Power /Bagasse Co‐gen/Waste to Energy
Additionally, for each technology, the empanelment will be further categorised based on size (Small, Medium and Large) of the projects as given below.
The bidder can apply for any combination of technology and category, subject to the Bidder meeting the minimum eligibility criteria for that technology as described in this document.
3. Bid documents may be downloaded from IREDA website, www.ireda.in (for reference only). For application purposes, the bid needs to be downloaded as well the response needs to be submitted through CPPP site https://eprocure.gov.in/eprocure/app as per the schedule given below:
S.No Description Detailed Information
1. Purpose Empanelment of Lender’s Engineers for monitoring of IREDA funded Renewable Energy Projects
2. Bid Reference Number RfP‐IREDA/ REN/ Emp/LIE/2019
3. Date of release of Revised Bid Document (Document can be downloaded from IREDA website and CPPP web site)
15‐05‐2019
4. Last date and time for Bid Submission 31‐05‐2019 at 1530 Hrs.
5. Technical Bid Opening Date 03‐06‐2019
6. Declaration of Technically qualified bidders for Lenders Independent Engineer
24‐06‐2019
Sl. no.
Technology Category specific capacity
Small Medium Large
1. Wind Upto 10 MW Above 10 MW & Upto 50 MW Above 50 MW
2. Ground Mounted Solar Upto 10 MW Above 10 MW & Upto 50 MW Above 50 MW
3. Large scale Roof Top Upto 10 MW Above 10 MW & Upto 50 MW Above 50 MW
4. Small scale Solar Roof‐top/ off‐grid/ Biogas/ others etc.
Loan Upto INR 5 Cr
Loan Above INR 5 Cr & upto INR 10 Cr
Loan Above INR 10 Cr
5. Hydro Upto 5 MW Above 5 MW & upto 25 MW Above 25 MW
6. Biomass Power /Bagasse co‐gen /Waste to Energy
Upto 10 MW Above 10 MW & Upto 30 MW Above 30 MW
Page 2 of 45
7. Date & time of opening of Financial bids 25‐06‐2019 at 15.30 Hrs.
8. Declaration of L1 rates 01‐07‐2019
9. Acceptance of L1 rates by other bidders 10‐07‐2019
10. Finalisation of list for empanelment of Lenders Independent Engineer
15‐07‐2019
11. Name and Address for communication Indian Renewable Energy Development Agency Limited, Core – 4A, East Court, 1st Floor, India Habitat Centre, Lodhi Road, New Delhi – 110 003 Tel: +91 (011) 24682206‐19; Fax: +91 (011) 2682202 Email: [email protected]; [email protected]
12. Non –refundable Bid Processing Fee Rs. 50,000/‐ plus applicable taxes (presently being levied @18%).
4. Bids submission shall be only online through CPPP website: https://eprocure.gov.in/eprocure/app. Bidders
are advised to follow the instructions provided in the ‘Instructions to the Bidders for the e‐submission of the bids online through the Central Public Procurement Portal for e‐Procurement at https://eprocure.gov.in/eprocure/app’.
5. Any bidder having close relations with each other, who have business relationship, shall not submit more than one bid. Under no circumstance, will father and his son(s) or other close relations, who have business relationships with one another, be allowed to submit the bids for the same empanelment as separate competitors. A breach of this condition will render the bids of both parties liable to rejection.
6. Bidder, who has downloaded the bid from the IREDA website or from Central Public Procurement Portal (CPPP) website, shall not tamper/modify the bid form including, the price bid template, in any manner. In case if the same is found to be tampered/modified in any manner, bid will be completely rejected and bid processing fee would be forfeited and bidder is liable to be banned from doing any business with IREDA.
7. Interested bidders are advised to visit IREDA website and CPPP website from time to time, at least 3 days prior to closing date of submission of bid for any corrigendum/addendum/amendment.
8. The Bid Processing Fee, in the form of DD drawn in favour of Indian Renewable Energy Development Agency Ltd, must be delivered to the Chairman & Managing Director, Indian Renewable Energy Development Agency Limited, Core – 4A, East Court, 1st Floor, India Habitat Centre, Lodi Road, New Delhi– 110 003 on or before bid submission date/time as mentioned in the schedule above.
9. Bids, for whom Bid Processing Fee has been received by IREDA, will only be opened as per date/time mentioned in the schedule above. After online opening of Technical‐Bid, the confirmation of their submission as well as variation in Financial Bid opening date, if any, will be intimated later.
10. The Bid(s) shall be deemed to have been submitted after careful study and examination of this RFP document. The Bid(s) should be precise, complete and in the prescribed format as per the requirement of this RFP document. Failure to furnish all requisite information or submission of non‐responsive bid w.r.t to this RFP, will be at the Bidders’ risk and may result in rejection of the bid. The Bidder is requested to carefully examine the RFP document, and if there appears to be any ambiguity, contradictions, inconsistency, gap and/or discrepancy, Bidder should seek necessary clarifications by e‐mail as mentioned in the schedule above.
Page 3 of 45
SECTION: II Scope of Work
The broad scope of work for Lender’s Engineers for monitoring of IREDA funded Renewable Energy Projects,
at various stages of Project Execution/ Operation of each technology is given at Annexure‐B.
The scope of work is indicative only and IREDA reserves the right to add/change the scope for the service,
if IREDA finds it necessary, during the empanelment period.
Page 4 of 45
SECTION: III Eligibility Criteria
Bidders, who propose to bid for empanelment as LIE with IREDA, will need to meet the below mentioned criterion for each category, on their own merit.
I. Pre‐requisite
The Bidder should possess the requisite experience, resources and capabilities in providing the services necessary to meet the requirements, as described in the Bid document. The Bid must be complete in all respects and should cover the entire scope of work as stipulated in the document. Bidders not meeting the Eligibility Criteria will not be considered for further evaluation.
II. Pre‐bid alliance
1. Eligible bidders may bid on independent basis, if they meet all criteria at A‐1, A2 (S, M, L) & A‐3 (a to f)on their own.
2. Consortium of one Lead Partner and one or more specific Technology Support Partners is allowed. Theconsortium arrangement has to be formalized at pre‐bid stage. Post‐ empanelment, sub‐contracting ofthe assigned work will not be allowed in any case and will be liable for cancellation of empanelment. Forthe formation of JV, no individual consultant/expert is allowed.
3. One Lead Partner shall have only one Technology Support Partner for one technology. However, one leadpartner will be allowed to have the same technology partner for different technologies.
4. One Technology Support Partner will not bid in alliance with more than one Lead Partner, with the soleexception of Central/ State/Public Sector /Government Bodies/agencies, subject to their qualifying thetechnology specific criteria.
5. In the event of alliance‐bid, the Minimum Eligibility Criteria {Table A1 & A2(S, M, L)} shall be exclusivelyapplicable to the Lead Partner only. In such cases, technology specific criteria will be exclusively appliedto the specific Technology Support Partner as per respective Tables {Table: A3 (a), A3 (b), A3(c), A3 (d),A3 (e), A3 (f)}, as applicable. The Minimum eligibility criterion as listed in A1 & A2 are to be met by thelead partner in totality. Similarly, Minimum eligibility criterion as listed in A3 are to be met by theTechnology support partner in totality.
6. In case of alliance‐bid, letter in Form‐5, jointly signed by the Lead Partner and the Technology SupportPartner, shall be submitted along with the bid. If the alliance is with more than one technology support partner for different technologies, separate Form‐5 shall be submitted for each alliance.
7. The Pre‐bid alliance once submitted shall be permanent, until the tenure of empanelment. In the eventof withdrawal of a Technology Support Partner for any reason, the particular alliance shall be consideredas void and empanelment shall be automatically cancelled, unless accepted by IREDA otherwise.
III. Eligibility Criteria
Bidders, who propose to bid on single basis (i.e. without pre‐bid alliance with any technology support partner) shall be required to meet both criteria at A‐1 & A2(S, M, L), depending upon specific size category and A3 (a/b/c/d/e/f, depending upon specific technology category applied for), on their own merit.
Scanned copies of supporting documents mentioned below, duly signed by the authorised person, shall be submitted/uploaded.
Page 5 of 45
A1: General Qualifying Criteria
Table: A1 (General)
General Qualifying Criteria for Bidder (refer Form‐1)Criteria Document to be submitted
1. Profitable(Net Profit) duringthe last FY 2017‐18
Copy of Audited Annual Accounts. (Income statements)
2. The Firm/Companyoperational after Legalincorporation in India forminimum of 3 years as on31/03/2018
Certificate of incorporation/ Commencement of Business and also audited balance sheets from 01.04.2015 to 31.03.2018. If the operations of company are not continuous in said period, then copies of work orders issued on or before 01.04.2015 & also attach a copy of first year operations of audited balance sheet
3. GST Registration GST Number to be provided
A2. Category Specific Qualifying Criteria
Table: A2‐S (Small Category)
Category Specific Qualifying Criteria for Bidder – Small Category (refer Form‐1)
Criteria Document to be submitted
1. Average annual financial turnover forpast 3 financial years i.e. FY 2015‐16,2016‐17, 2017‐18, is not less than Rs. 25Lakhs
Copy of Audited Annual Accounts. (Income statements and balance sheets)
2. Minimum Annual net worth in the past3 financial year i.e. FY 2015‐16, 2016‐17, 2017‐18, not less than Rs. 10 lakhs
‐same as above‐
3. At least 3 Full Time Employees fromtechnical field (with at least bachelor’sdegree in engineering/technology)with minimum 2 years’ experience inrenewable energy domain, on its rolls
Details need to be submitted as mentioned in Form 1 along with a copy of recent Group PF / PPF /ESI statement being filed by the bidder with government, as supporting document. In case of non‐availability/non‐applicability, the applicant shall submit statutory Auditor certificate indicating Employee No., Name, Technical qualification, Total experience and number of projects handled etc.
4. Experience of consulting / constructionmonitoring / acted as Lender’sEngineer, in Renewable EnergyProjects– completed** at least 5*assignments as LIE/ EPC/ProjectConsultant for capacity size > 1 MW, inpast 5 years.
(a) Copy of Work Award Letters received and (b) Completion report/ certificate for each assignment, as applicable (or) Statutory Auditor certificate clearly stating the Project award number, name of the project, confirmation of project completion, receipt of payments etc., and the commissioning certificate issued by Competent Authority.
*Single Work Order with multiple projects (without common boundaries) at different geographical locations can be treated as separate assignments
for the purpose of eligibility criteria.
**The assignments under progress but the corresponding projects have been completed & commissioned can be considered as completed projects
Table: A2‐M (Medium Category)
Category Specific Qualifying Criteria for Bidder – Medium Category (refer Form‐1)Criteria Document to be submitted
1.
Average annual financial turnover forpast 3 financial years i.e. FY 2015‐16, 2016‐17, 2017‐18, is not less than Rs. 1 Crore
Copy of Audited Annual Accounts. (Income statements and balance sheets)
2. Minimum Annual net worth in the past 3 financial year i.e. FY 2015‐16, 2016‐17, 2017‐18, not less than Rs. 50 lakhs
‐same as above‐
Page 6 of 45
3.
At least 5 Full Time Employees from technical field (with at least bachelor’s degree in engineering/ technology) with minimum 2 years’ experience in renewable energy domain, on its rolls
Details need to be submitted as mentioned in Form 1 along with a copy of recent Group PF / PPF /ESI statement being filed by the bidder with government, as supporting document. In case of non‐availability/non‐applicability, the applicant shall submit statutory Auditor certificate indicating Employee No., Name, Technical qualification, Total experience and number of projects handled etc.
4.
Experience of consulting / construction monitoring / acted as Lender’s Engineer, in Renewable Energy Projects – completed** At least 5* assignmentsas LIE/ EPC/Project Consultant for capacity size > 5 MW, in past 5 years.
(a) Copy of Work Award Letters received and (b) Completion report/ certificate for each assignment, as applicable (or) Statutory Auditor certificate clearly stating the Project award number, name of the project, confirmation of project completion, receipt of payments etc., and the commissioning certificate issued by Competent Authority.
*Single Work Order with multiple projects (without common boundaries) at different geographical locations can be treated as separate assignments
for the purpose of eligibility criteria.
**The assignments under progress but the corresponding projects have been completed & commissioned can be considered as completed projects
Table: A2‐L (Large Category)
Category Specific Qualifying Criteria for Bidder – Large Category (refer Form‐1)Criteria Document to be submitted
1.
Average annual financial turnoverfor past 3 financial years i.e. FY 2015‐16, 2016‐17, 2017‐18, is not less than Rs. 2 Crore
Copy of Audited Annual Accounts. (income statements and balance sheets)
2.
Minimum Annual net worth in thepast 3 financial year i.e. FY 2015‐16, 2016‐17, 2017‐18, not less than Rs. 1 Crore
‐same as above‐
3.
At least 7 Full Time Employees from technical field (with at least bachelor’s degree in engineering/technology) with minimum 2 years’ experience in renewable energy domain, on its rolls
Details need to be submitted as mentioned in Form 1 along with a copy of recent Group PF / PPF /ESI statement being filed by the bidder with government, as supporting document. In case of non‐availability/non‐applicability, the applicant shall submit statutory Auditor certificate indicating Employee No., Name, Technical qualification, Total experience and number of projects handled etc.
4.
Experience of consulting / construction monitoring / acted as Lender’s Engineer, in Renewable Energy Projects– completed** at least 5* assignments as LIE/ EPC/Project Consultant for capacity size > 20 MW, in past 5 years.
(a) Copy of Work Award Letters received and (b) Completion report/ certificate for each assignment, as applicable (or) Statutory Auditor certificate clearly stating the Project award number, name of the project, confirmation of project completion, receipt of payments etc., and the commissioning certificate issued by Competent Authority.
*Single Work Order with multiple projects (without common boundaries) at different geographical locations can be treated as separate assignments
for the purpose of eligibility criteria.
**The assignments under progress but the corresponding projects have been completed & commissioned can be considered as completed projects
A3: Technology Specific Qualifying Criteria
Table: A3‐a
Technology Specific Qualifying Criteria for Bidder ‐ Wind Energy Projects (refer Form‐2)
Criteria Document to be submitted
1.
Completed** at least 2* assignments, as LIE/EPC/Owner’s Engineer/Project Consultant for Wind Energy projects with installed capacity > 5 MW each, in the past 5 financial years
a) Copy of Work Award Letters received andb) Completion report/ certificate for eachassignment, as applicable (or) Statutory Auditor certificate clearly stating the Project
Page 7 of 45
award number, name of the project, confirmation of project completion, receipt of payments etc., and the commissioning certificate issued by Competent Authority.
2.
Has employed at least one Senior Wind Energy Technology Expert on full time basis, with minimum BE/B. Tech qualification and 5 years post‐qualification experience in wind energy domain, inclusive of at least 3 Wind Projects as consultant/ construction monitoring /Lender’s Engineer.
Attach resume as per Form ‐3
3.
Has employed at least one Junior Wind Technology Expert on full time basis, with minimum BE / B. Tech qualification and 3 years post‐qualification experience in wind energy domain, inclusive of at least 2 Wind Project as consultant/ construction monitoring / Lender’s Engineer
Attach resume as per Form ‐3
*Single Work Order with multiple projects (without common boundaries) at different geographical locations can be treated as separate assignments
for the purpose of eligibility criteria.
**The assignments under progress but the corresponding projects have been completed & commissioned can be considered as completed projects
Table: A3‐b
Technology Specific Qualifying Criteria for Bidder ‐ Ground Mounted Solar Projects (refer Form‐2)
Criteria Document to be submitted
1. Completed** at least 2* assignments, LIE/EPC/Owner’s Engineer/Project Consultant for Solar projectsof an installed capacity > 5 MW each in the past 5financial years.
a) Copy of Work Award Letters received andb) Completion report/ certificate for eachassignment, as applicable (or) Statutory Auditor certificate clearly stating the Project award number, name of the project, confirmation of project completion, receipt of payments etc., and the commissioning certificate issued by Competent Authority.
2. Has employed, at least one Senior Solar TechnologyExpert on full time basis, with minimum BE / B. Techqualification and 5 years post‐qualification experiencein solar energy domain, inclusive of at least 3 SolarProjects as consultant/ construction monitoring /Lender’s Engineer.
Attach resume as per Form ‐3
3. At least one Junior Solar Technology Expert withminimum BE / B. Tech qualification and 3 years post‐qualification experience in solar energy domain,inclusive of at least 2 Solar Project as consultant/construction monitoring /Lender’s Engineer.
Attach resume as per Form ‐3
*Single Work Order with multiple projects (without common boundaries) at different geographical locations can be treated as separate assignments
for the purpose of eligibility criteria.
**The assignments under progress but the corresponding projects have been completed & commissioned can be considered as completed projects
Table: A3‐c
Technology Specific Qualifying Criteria for Bidder – Large scale Solar rooftop Projects
(refer Form‐2)
Criteria Document to be submitted
1. Completed** at least 2* assignments as LIE/EPC/Owner’s Engineer/Project Consultant for Solar rooftopprojects of an aggregate installed capacity > 1 MWeach, with minimum single location project size of > 50
a) Copy of Work Award Letters received andb) Completion report/ certificate for eachassignment, as applicable (or) Statutory Auditor certificate clearly stating the Project
Page 8 of 45
kW in the past 5 financial years. award number, name of the project, confirmation of project completion, receipt of payments etc., and the commissioning certificate issued by Competent Authority.
2. Has employed, at least one Senior Solar rooftopTechnology Expert on full time basis, with minimum BE/ B. Tech qualification and 3 years post‐qualificationexperience in solar rooftop domain, inclusive of at least2 Solar Projects as consultant/ construction monitoring/Lender’s Engineer.
Attach resume as per Form ‐3
3. At least one Junior Solar Technology Expert withminimum BE / B. Tech qualification and 2 years post‐qualification experience in solar rooftop domain,inclusive of at least 1 Solar Project as consultant/construction monitoring / acted as Lender’s Engineer.
Attach resume as per Form ‐3
*Single Work Order with multiple projects (without common boundaries) at different geographical locations can be treated as separate assignments
for the purpose of eligibility criteria.
**The assignments under progress but the corresponding projects have been completed & commissioned can be considered as completed projects
Table: A3‐ d
Technology Specific Qualifying Criteria ‐ Small scale solar rooftop/Off‐grid/ Biogas/ others projects (refer Form‐2)
Criteria Document to be submitted
1. Completed** at least 2* assignments as LIE/EPC/Owner’s Engineer/Project Consultant for off grid/ otherprojects as mentioned above of an aggregate installedcapacity > 50 KW each(or equivalent fuel/energyproduction), with minimum single location project sizeof > 20 kW(or equivalent fuel/energy production), inthe past 5 financial years.
a)Copy of Work Award Letters received andb) Completion report/ certificate for eachassignment, as applicable (or) Statutory Auditor certificate clearly stating the Project award number, name of the project, confirmation of project completion, receipt of payments etc., and the commissioning certificate issued by Competent Authority.
2. Has employed, at least one Senior Technology Experton full time basis, with minimum BE / B. Techqualification and 5 years post‐qualification experiencein the above respective technology domain, inclusiveof at least 3 Solar rooftop/ off grid Projects asconsultant/ construction monitoring / Lender’sEngineer
Attach resume as per Form ‐3
3. At least one Junior Technology Expert (as pertechnology applied for) with minimum BE / B. Techqualification and 3 years post‐qualification experiencein off grid domain, inclusive of at least 2 Solar rooftop/off grid Project as consultant/ construction monitoring/ Lender’s Engineer.
Attach resume as per Form ‐3
*Single Work Order with multiple projects (without common boundaries) at different geographical locations can be treated as separate assignments
for the purpose of eligibility criteria.
**The assignments under progress but the corresponding projects have been completed & commissioned can be considered as completed projects
Table: A3‐e Technology Specific Qualifying Criteria ‐ Hydro Projects (refer Form‐2)
Criteria Document to be submitted
1. Completed at least 2* assignments as LIE/EPC/Owner’sEngineer/Project Consultant for Hydro projects ofinstalled capacity > 5 MW each, in the past 5 financialyears.
(a) Copy of Work Award Letters received and(b) Completion report/ certificate for each assignment, as applicable (or) Statutory Auditor certificate clearly stating the Project
Page 9 of 45
award number, name of the project, confirmation of project completion, receipt of payments etc., and the commissioning certificate issued by Competent Authority.
2. Has employed, at least one Senior Hydro TechnologyExpert with minimum BE / B. Tech qualification and 15years post‐qualification experience in Hydro energydomain, inclusive of at least 3 hydro Projects asconsultant/ construction monitoring / Lender’sEngineer.
Attach resume as per Form ‐3
3. At least one Junior Hydro Technology Expert withminimum BE / B. Tech qualification and 10 years post‐ qualification experience in Hydro energy domain,inclusive of at least 2 hydro Project as consultant/construction monitoring /Lender’s Engineer.
Attach resume as per Form ‐3
*Single Work Order with multiple projects (without common boundaries) at different geographical locations can be treated as separate assignments
for the purpose of eligibility criteria.
**The assignments under progress but the corresponding projects have been completed & commissioned can be considered as completed projects
Table: A3‐f
*Single Work Order with multiple projects (without common boundaries) at different geographical locations can be treated as separate assignments
for the purpose of eligibility criteria.
**The assignments under progress but the corresponding projects have been completed & commissioned can be considered as completed projects
Documentary proof for the above shall be submitted as scanned documents, as indicated in the tables
above and to be uploaded/ attached on the website
Technology Specific Qualifying Criteria – Biomass Power/Bagasse Co‐Gen/ Waste to Energy Projects (refer Form ‐2 )
Criteria Document to be submitted
1. Completed at least 2* assignments as LIE/EPC/Owner’s Engineer/Project Consultant for powerprojects (based on technology applied for) of installedcapacity > 5 MW in the past 5 financial years.
(a) Copy of Work Award Letters received and(b) Completion report/ certificate for each assignment, as applicable (or) Statutory Auditor certificate clearly stating the Project award number, name of the project, confirmation of project completion, receipt of payments etc., and the commissioning certificate issued by Competent Authority.
2. Has employed, at least one Senior Technology Expert (Biomass Power/Bagasse Co‐Gen/ Waste to Energy ) onfull time basis, with minimum BE / B. Tech qualificationand 5 years post‐qualification experience in thedomain, inclusive of at least 3 BiomassPower/Cogeneration /Waste to Energy orcombination of above Projects, as consultant/construction monitoring / Lender’s Engineer
Attach resume as per Form ‐3
3. At least one Junior Technology Expert ( BiomassPower/Bagasse Co‐Gen/ Waste to Energy) withminimum BE /B. Tech qualification and 3 years post‐qualification experience in the domain, inclusive of atleast 2 Biomass Power/Cogeneration /Waste toEnergy or combination of above Projects, asconsultant/ construction monitoring /Lender’sEngineer.
Attach resume as per Form ‐3
Page 10 of 45
SECTION: IV INSTRUCTION TO BIDDERS
4.1. The Bidding Document
i. Request for Proposal (RFP)
a) RFP shall mean Request for Proposal.b) Bid, Tender and RFP are interchangeably used and mean the same.c) The Bidder is expected to examine all instructions, Forms, Terms & Conditions and technical specifications
in the Bidding Document. Submission of a Bid not responsive to the Bidding Document in every respectwill be at the Bidder’s risk and may result in the rejection of its Bid without any further reference to theBidder.
d) IREDA reserves the right to take any decision with regard to RFP process for addressing any situation,which is not explicitly covered in the RFP document.
e) The Bidder must disclose any actual or potential conflict of interest with IREDA.
ii. Contents of Bidding Document
The bid shall be submitted only in online mode. Contents of the bidding document is detailed in the section, Submission of Bid.
iii. Clarifications of Bidding Documents
A pre‐bid meeting was conducted on April 16, 2019 for all the prospective bidders. The responses to the clarification sought on the Bidding Documents have been provided through posting on the IREDA website. Subsequent modifications to the Bidding Documents, as deemed necessary as a result of such queries, have been incorporated in this document.
iv. Zero Deviation
This is a ZERO Deviation Bidding Document. Bidder has to ensure compliance of all provisions of the Bidding Document and submit their bid accordingly. Bids with any deviation to the bid conditions shall be liable for rejection. Corrigenda/Addenda, if any, shall also be available on IREDA website & CPPP.
v. Amendment of Bidding Documents
a) At any time prior to the deadline for submission of bids, IREDA may for any reason, whether at its owninitiative or in response to a clarification requested by a Bidder, amend the Bidding Documents.
b) Amendments will be provided in the form of Addenda/corrigenda to the Bidding Documents, whichwill be posted on IREDA’s website and CPPP. Addenda will be binding on Bidders. It will be assumedthat the amendments contained in such Addenda/corrigenda have been taken into account by theBidder in its Bid.
c) In order to afford Bidders reasonable time in which to take the amendment into account in preparingtheir bids, IREDA may, at its discretion, extend the deadline for the submission of bids, in which case,the extended deadline will be posted in IREDA’s website and CPPP.
d) From the date of issue, the Addenda to the bid document shall be deemed to form an integral part ofthe RFP.
4.2. Preparation of Bid
i. Bid PricePrices must be quoted in Indian Rupees only and should include all costs (i.e., inclusive of cost of service,lodging, boarding, Travelling & other miscellaneous charges). The Price Schedule in the prescribed excelformat shall indicate the total amount with tax as well as without tax separately. If bidders want to
Page 11 of 45
empanel for more than one technologies and for more than one category within a technology, then they need to submit separate quotes for each in the same Form‐4. E.g. if the bidder want to empanel in all three categories(Small, Medium, Large) under Grid connected Solar technology and only Small and Medium category under Wind Technology, then they will need to provide five separate quotes; at appropriate rows within the same Form‐4 prescribed. For evaluation purpose, total amount with tax will be considered for each technology & for each category.
ii. Bid Processing Fee
The Bidder shall submit a non‐refundable bid‐processing fee of Rs. 50,000/‐, along with applicable taxes(presently being levied@18%), if applying for empanelment.
The bid‐processing fee shall be submitted in the form of a Demand Draft from a scheduled bank in India,in favour of “Indian Renewable Energy Development Agency Limited”, payable at New Delhi.
Bidders registered with District Industries Centres (DICs)/Khadi & Village Industries Commission(KVIC)/Khadi & Village Industries Board (KVIB)/Coir Board/NSIC/Directorate of Handicrafts and Handloomor any other body specified by Ministry of Micro, Small & Medium Enterprises (MoMSME) are exemptedfrom submission of bid‐processing fee on submission of valid certification from NSIC for the bidedservices. However, to seek exemption the bidders, including start –up companies, have to submit a copyof valid Certificate clearly mentioning that they are registered with any of the above‐mentionedauthorities or as per SME guidelines.
iii. Period of Validity of BidsBids shall remain valid for a period of 180 days from the date of Financial Bid opening. IREDA holds theright to reject a bid valid for a period shorter than 180 days as non‐responsive, without anycorrespondence.
iv. Empanelment PeriodThe empanelment period initially shall be normally for three years.
v. Format of BidThe bid shall be submitted online as detailed in the section, Submission of Bid given at Section: V.
vi. Bid CurrencyAll prices shall be expressed in Indian Rupees only.
vii. Bid LanguageThe Bid and response(s) shall be in English Language only.
viii. Signing BidThe Bid shall be signed by a person or persons duly authorized to sign on behalf of the Bidder. The personor persons signing the bid shall initial all pages of the bid, except for printed instruction manuals andspecification sheets.
The Bid shall contain no interlineations, erasures, or overwriting.
Page 12 of 45
SECTION: V SUBMISSION OF BID
The applicant will need to submit their application/bid online through CPP portal, only. The offers submitted
by any other mode will not be considered. No correspondence will be entertained in this matter.
The bid shall be submitted online in two parts, viz., Technical Bid and Price Bid.
Bid Forms together with documentary proof are to be submitted only online and no documents except DD shall
be sent, physically. All the pages of bid being submitted must be signed and sequentially numbered by the
bidder irrespective of nature of content of the documents before uploading.
5.1. Technical Bid
Technical Bid should be prepared considering Objective, Scope, bidders technical experience, experience of team proposed & Deliverables as well as other information given in this document. Bidders are advised to satisfy themselves before submitting the bid and obtain all necessary information, which they feel, is necessary.
i. The bidders are requested to submit their competitive offer as per stipulated Forms along with duly signedAnnexure B {Broad Scope of Work}, Annexure C ( Broad Terms & Conditions of IREDA) and Annexure D(Bidder e‐Procurement Manual), as a token of acceptance of all the three Annexures B, C & D.
ii. In respect of start‐up companies, as per notified Govt. of India guidelines, Prior Turn over and PriorExperience eligibility criteria be relaxed subject to meeting of quality and technical specifications.Accordingly, the eligibility criteria mentioned at Sl. No 1 & 2 of table A1 and Sl. No. 1,2 &4 of table A2 areonly relaxed, provided the Applicant submits, a copy of valid certificate issued by competent authority,about the status of the company as start‐up company
iii. A Demand Draft of applicable fee plus taxes (presently being levied@18%), towards non‐refundable Bidprocessing fee, in favour of "Indian Renewable Energy Development Agency Ltd." payable at New Delhi,has to be submitted along with the bid submission letter (no other enclosure). MSME registered with NSICare exempt from submission of bid‐processing fee on production of requisite proof in the form of validcertification from NSIC for the similar required services and with due validity (signed and scanned copyof documentary proof to be furnished).
iv. The sealed envelope, clearly mentioning the “Bid reference number –RFP for Empanelment of LIE” on thetop of envelope, containing the Non‐refundable Bid Processing Fee, as applicable ‐ plus taxes (presentlybeing levied@18%), (Banker’s Cheque /DD only) shall only be submitted, on or before the date & time ofBid submission, in physical form at the following address:
The Chairman & Managing Director, Indian Renewable Energy Development Agency Limited India Habitat Centre, East Court, Core‐4A, 1st Floor, Lodi Road, New Delhi ‐ 11 00 03
Signed and Scanned copy of following documents are to be furnished by the bidder, consolidated in a single
PDF file, which shall form the Technical Bid.
a) Bid Submission letter (Annexure A‐ Part A, B, C)b) Broad Scope of Work (Annexure B)c) Broad Terms & Conditions of IREDA (Annexure C)d) Bidder e‐Procurement Manual (Annexure D)e) Qualifying criteria for all bidding entity (Form 1)f) Technology Specific Qualifying Criteria (Form 2)g) Format for Resume – For technology Experts (Form 3)
Page 13 of 45
h) Price Bid Form (Form 4 – as attached )i) Pre Bid Alliance Letter (Form 5)j) Integrity Pact between IREDA and Bidder (Form‐6)
5.2. Price Bid The Price bid (Form‐4) for “Lender’s Engineers for monitoring of IREDA funded Renewable Energy Projects” has to be filled for all eligible categories under each technologies applied for and then be uploaded the same Form‐4 online along with bid submission.
Financial/Price Bid will need to provide quotes on quarterly all‐inclusive basis (i.e., inclusive of cost of service, lodging boarding, Travelling & other miscellaneous charges, for 1 quarter) has to be submitted as per Form‐4 (as applicable for relevant service/technology) in their e‐application. The Price (for 1 quarter) Schedules in Form‐4 shall indicate the total amount (per quarter) with tax as well as without tax, separately.
Bid shall be submitted with the confirmation of submission of Bid Processing fee as prescribed in the RFP. Price
Bid shall include all the expenses (cost of service, lodging boarding, Travelling & other miscellaneous charges,
mentioning cost in Indian Rupees and indicate the quote with and without taxes, separately.
The Price Bid (1 quarter) should give all relevant price information and should not contradict the Technical Bid
in any manner. The prices quoted in the price bid should be without any conditions.
5.3. Schedule of Price Bid
The Form‐4 mentioned Financial Proposal/Commercial Bid format is provided along with this bid document
at https://eprocure.gov.in/eprocure/app. Bidders are advised to use this bid format‐4 as it is, quote their
offers/rates (per quarter) in the permitted column of the Price Bid Form‐4, and upload the same in the
commercial bid.
The Price Schedule in the prescribed excel format shall indicate the total amount with tax as well as without
tax, separately. If bidders want to empanel for more than one technologies and for more than one category
within a technology, then they need to submit separate quotes, within the same format, for each. The Price
(1 quarter) shall indicate the total amount with tax as well as without tax, separately. Bidder shall not
tamper/modify downloaded price bid template in any manner. In case if the same is found to be
tampered/modified in any manner, bid will be completely rejected and bidder is liable to be banned from
doing business with IREDA.
5.4. Rejection of Bid
Bidders, who propose to submit bid shall ensure that the conditions are complied with, in totality and if any of the following event of non‐compliance ensues, the bid will be rejected and no further evaluation of bid will be done:
a) The Document/Annexures/Formats does not bear signature of authorized person.
b) It is received through modes, other than e‐submission on designated portal.
c) It is received after expiry of the due date and time stipulated for Bid submission.
d) Incomplete/incorrect Bids, including non – submission or non‐furnishing of requisite documents /Conditional Bids / Bids not conforming to the terms and conditions stipulated in this RFP document, areliable for rejection by IREDA.
e) If the Average Annual financial turnover during the last 3 financial years is less than amount as advisedaccording to category
f) If the Minimum Annual net worth in the past 3 financial year is less than amount as advised according tocategory (as applicable)
Page 14 of 45
g) If the company/firm has not been profitable (Net Profit) during the past FY 2017‐18
h) If the project company/holding company is declared a wilful defaulter with any bank/FI, as per RBI Norms.
i) If the company/firm fails to submit the GST registration certificate along with bid
j) If the company/firm does not submit the applicable bid processing fee plus taxes (presently beinglevied@18%)
k) If the company/firm has not completed 3 years’ operation in India as on 31/03/2018
l) If the company/firm is employing less than required Full Time Employees from technical field, on its rollsaccording to category (as applicable)
m) If the company/firm has not been able to execute the minimum, no. of projects/assignments/size ofprojects (as indicated in the eligibility criteria’s) in the last 5 financial years related to the fields as per theservice applied for.
n) If the company/firm is not deploying at least one Senior Expert (of each technology applied for) on fulltime basis, with minimum required education and experience as mentioned.
o) If the company is not deploying at least one Junior Expert (of each technology applied for) on full timewith minimum required education and experience as mentioned.
5.5. Extension of Deadline for submission of Bid
IREDA, at its discretion, may extend this deadline for submission of bids by amending the Bidding Documents, which will be intimated through IREDA website, and CPPP, in which case all rights and obligations of IREDA and Bidders will thereafter be subject to the deadline as extended.
5.6. Modifications and Withdrawal of Bids
Bids once submitted, will be treated as final and no further correspondence will be entertained in this regard. No Bid will be modified after the deadline for submission of bids.
5.7. Right to Reject, Accept/Cancel the bid
IREDA reserves the right to accept or reject, in full or in part, any or all the offers without assigning any reason whatsoever. IREDA does not bind itself to accept the lowest or any bid and reserves the right to reject all or any bid or cancel the Bid, any time during the bid process, without assigning any reason whatsoever. IREDA also has the right to re‐issue the Bid without the bidders having the right to object to such re‐issue.
5.8. RFP Abandonment
IREDA at its discretion may abandon this RFP process any time before Notification of empanelment.
5.9. Contacting IREDA
From the time of bid opening to the time of empanelment, if any Bidder wishes to contact IREDA for seeking any clarification in any matter related to the bid, it should do so in writing by seeking such clarification/s from an authorized person. Any attempt to contact IREDA with a view to canvas for a bid or put any pressure on any official of the IREDA may entail disqualification of the concerned Bidder or his Bid.
Page 15 of 45
SECTION: VI BID EVALUATION
While Bids of all companies will be opened, but those companies/firms, who do not submit the applicable bid processing fee plus taxes (presently being levied@18%), will not be considered for evaluation
6.1. Preliminary Examination of Bids
1. The evaluation process would consider whether the bidder has requisite prior experience and expertiseto address IREDA’s requirements and objectives. IREDA will examine the bids to determine whether theyare complete, whether required information has been provided as pointed out in the Bid document,whether the documents have been properly signed, and whether bids are generally in order.
2. Eligibility and compliance to all the forms and documents would be the next level of evaluation. Onlythose Bids that comply to the Eligibility Criteria will be taken up for further technical evaluation.
3. To assist in the examination, evaluation and comparison of bids, IREDA may, at its discretion, ask any orall the Bidders for clarification and response shall be in writing and no change in the price or substanceof the Bid shall be sought, offered or permitted.
4. Written replies submitted in response to the clarifications sought by IREDA, if any, will be reviewed.5. IREDA may interact with the Customer references submitted by Bidder, if required.6. If a Bid is not substantially responsive, it will be rejected by IREDA and may not subsequently be made
responsive by the Bidder by correction of the nonconformity. IREDA’s determination of bidresponsiveness will be based on the content of the bid itself.
6.2. Technical Evaluation of Bids
The bidders will be evaluated on the technical capabilities of the bidders as per the documents submitted
by them. The broad criterion will include, but not limited to:
Previous experience of Bidder
Previous experience of the technology partner
Similar projects completed by bidders in past five years
If the bidder submits a credential without documentary proof or improper documentary proof (i.e. unsigned certificates etc.), the same will be rejected and the bid will be evaluated without considering such credentials.
A bidder will need to fulfil the minimum eligibility in the technical evaluation, in order to qualify for the evaluation of commercial/price bids. The bids of such bidder, who are not able to qualify technically, will not be processed further.
The bids will be evaluated on the following criterion under each technology and under each category of empanelment
1. Average Annual financial turnover of the company/firm for past 3 financial years2. Minimum Annual net worth of the company/firm for past 3 financial years3. Net profit during last 3 financial years4. Number of years of operation of the company/firm since incorporation as on 31/03/20185. Number of Full Time Employees from technical field, on its rolls6. Number of RE projects in years of experience of consulting / construction monitoring / acted as Lenders
Engineer, in Renewable Power Generation Projects/Power Sector in past 5 years7. Number of Assignments completed as LIE/EPC/Project Consultant for the technology applied for, in the
past 5 years from bid opening8. Number projects under taken by Senior Technology Expert (of each technology applied for) on full time
basis, with minimum qualification post – qualification experience,9. Number projects under taken by one Junior Technology Expert (of each technology applied for) with
Page 16 of 45
minimum qualification and post‐qualification experience
Any applicant of the empanelment will need to meet minimum qualifying requirements in technical evaluation for further processing of their application
6.3. Commercial Evaluation of Bids
Commercial bids of only those Bidders, who qualify in the technical evaluation, will be opened andevaluated.
The bidder will need to quote consolidated fees for per quarter (3 months) for services/work includingBoarding, Lodging, Travelling and other miscellaneous expenses etc. The Price shall indicate the totalamount with tax as well as without tax, separately. If bidders want to empanel for more than onetechnologies and for more than one category within a technology, then they need to submit separatequotes, at appropriate places with in the same form (Form‐4) given, for each.
Arithmetic errors in the Bids submitted shall be treated as follows:
o Where there is a discrepancy between the amounts in figures and in words, the amount in words shallgovern; and
o Where there is a discrepancy between the unit rate and the line item total resulting from multiplying theunit rate by the quantity, the unit rate will govern unless, in the opinion of IREDA, there is obviously agross error such as a misplacement of a decimal point, in which case the line item total will govern.
o Where there is a discrepancy between the amount mentioned in the bid and the line item total presentin the Commercial Bid, the amount obtained on totalling the line items in the Commercial Bid will govern.
The Financial Bids of all the Technically Qualified Bidders will be opened and the Rates of all the qualifiedbidders shall be disclosed after opening of financial bids. After finalization of L‐1 bidder for each technologyunder each category, all the other qualified bidders for the same technology under each category, shall beasked to match their rates with rates quoted by L‐1 bidder in that category in each technology.
The empanelment of qualified bidders, for Lender Independent Engineer, is inter alia subject to thecondition that they match the rates quoted by the L‐1 bidder in that particular technology under eachcategory (Small, Medium, Large). Accordingly, the bidder will need to submit the declaration (included aspart Bid Submission letter), that they undertake to match the rates of the L‐1 bidder in the technologyand/or category in which they qualify. In the event, the notified L‐1 rate is not acceptable to them; theyshall inform IREDA within 7 working days of such notification.
All successful bidders, who will be empanelled at L1 rates, will get equal chance by rotation, in the awardof assignments from IREDA, in that particular renewable energy technology and/or category.
Page 17 of 45
SECTION: VII TERMS AND CONDITIONS
7.1. Definitions (Relevant as per Bid Document)
a) Notification of Empanelment
After selection of the Successful Bidder and after obtaining internal approvals and prior to expiration of the period of Bid validity, IREDA will send Notification of Empanelment to the selected Bidder.
b) Taxes and Duties
All taxes deductible at source, if any, at the time of release of payments, shall be deducted at source as per then prevailing rates while making any payment.
The benefits realized by the Bidder due to lower rates of taxes, duties, charges and levies shall be passed on by the selected Bidder to IREDA.
c) Payment Terms
The payment will be made as per the payment schedule mentioned in broad terms and conditions of IREDA given at Annexure ‐C and it will be generally on quarterly basis, subject to satisfactory completion of work/submission & acceptance of final report/review by IREDA.
d) Quarterly Fees (Price Bid)
Quarterly Fees, for the services of LIE, shall remain fixed during the empanelment period. There shall be no increase in fee for any reason whatsoever. Therefore, no request for any escalation of the cost / price shall be entertained. IREDA may increase the duration of empanelment, if required, at mutual consent.
e) Confidentiality
The empanelled Bidder and alliance partner, if any, shall treat the details of the documents shared with them during course of empanelment as secret and confidential. IREDA may ask the Successful Bidder, if required, to submit a separate Non‐Disclosure Declaration (NDD).
f) Intellectual Property Rights
All rights, title and interest of IREDA in and to the trade names, trademark, service marks, logos, products, copyrights and other intellectual property rights shall remain the exclusive property of IREDA and Bidder shall not be entitled to use the same without the express prior written consent of IREDA. Nothing in empanelment/works executed under it including any discoveries, improvements or inventions made upon with/by the use of the Bidder or its respectively employed resources pursuant to completion of empanelment shall neither vest nor shall be construed so that to vest any proprietary rights to the Bidder. Notwithstanding, anything contained in terms of empanelment, this clause shall survive indefinitely, even after conclusion/termination of this empanelment.
g) No Damage of IREDA Property
Bidder shall ensure that there is no loss or damage to the property of IREDA while executing the services. In case, it is found that there is any such loss/damage due to direct negligence/non‐ performance of duty by any personnel, the amount of loss/damage so fixed by IREDA shall be recovered from the Bidder.
h) Indemnity
The Bidder shall indemnify, protect and save IREDA and hold IREDA harmless from and against all claims, losses, costs, damages, expenses, action suits and other proceedings, (including reasonable attorney fees), relating to or resulting directly or indirectly from
Page 18 of 45
An act of omission or commission of the Bidder, its employees, its agents, or employees of its alliancepartners in the performance of the services provided under this empanelment,
Breach of any of the terms of this Empanelment or breach of any representation or warranty or falsestatement or false representation or inaccurate statement or assurance or covenant by the Bidder,
Bonafide use of the deliverables and or services provided by the Bidder,
Misappropriation of any third party trade secrets or infringement of any patent, trademarks, copyrightsetc. or such other statutory infringements in respect of all components provided to fulfil the scope ofthis project,
Claims made by the employees, alliance partner, alliance partner’s employees, who are deployed by theBidder, under this empanelment,
Breach of confidentiality obligations of the Bidder,
Gross negligence or gross misconduct solely attributable to the Bidder or by any agency, or any of theiremployees by the bidder for the purpose of any or all of the obligations under this Empanelment.
The Bidder shall further indemnify IREDA against any loss or damage arising out of loss of data, claims of infringement of third‐party copyright, patents, or other intellectual property, and third‐party claims on IREDA for malfunctioning of the equipment or software or deliverables at all points of time, provided however, IREDA notifies the Bidder in writing immediately on being aware of such claim, and the Bidder has sole control of defense and all related settlement negotiations.
Bidder shall be responsible for any loss of data, loss of life, etc., due to acts of Bidder’s representatives, and not just arising out of gross negligence or misconduct, etc., as such liabilities pose significant risk.
The Bidder shall indemnify IREDA (including its employees, directors or representatives) from and against claims, losses, and liabilities arising from:
i. Non‐compliance of the Bidder with Laws / Governmental Requirements.ii. Intellectual Property infringement or misappropriation.iii. Negligence and misconduct of the Bidder, its employees, alliance partner and agents.iv. Breach of any terms of empanelment, Representation or Warranty.v. Act of omission or commission in performance of service.vi. Loss of data.
Indemnity would be limited to court awarded damages and shall exclude indirect, consequential and incidental damages. However, indemnity would cover damages, loss or liabilities, compensation suffered by IREDA arising out of claims made by its customers and/or regulatory authorities.
Bidder shall indemnify, protect and save IREDA against all claims, losses, costs, damages, expenses, action, suits and other proceedings, resulting from misappropriation of any third party trade secrets or infringement of any patent, trademarks, copyrights etc., or such other statutory infringements under any laws including the Copyright Act, 1957 or Information Technology Act 2000 in respect of all the hardware, software and network equipment or other systems supplied by them to IREDA from whatsoever source, provided IREDA notifies the Bidder in writing as soon as practicable when IREDA becomes aware of the claim however,
i. The Bidder has sole control of the defense and all related settlement negotiations
ii. IREDA provides the Bidder with the assistance, information and authority reasonably necessary toperform the above and
iii. IREDA does not make any statements or comments or representations about the claim without the priorwritten consent of the Bidder, except where IREDA is required by any authority/ regulator to make acomment / statement/ representation. Indemnity would be limited to court or arbitration awardeddamages and shall exclude indirect, consequential and incidental damages and compensations.However, indemnity would cover damages, loss or liabilities suffered by IREDA arising out of claims made
Page 19 of 45
by its customers and/or regulatory authorities.
7.2. Bidder’s Liability
a) The selected Bidder will be liable for all the deliverables.b) The Bidder’s aggregate liability in connection with obligations undertaken as part of the Project
regardless of the form or nature of the action, giving rise to such liability, shall be, capped at the valueof such work order.
c) Indemnity would be limited to court awarded damages and shall exclude indirect, consequential andincidental damages. However, indemnity would cover damages, loss or liabilities, compensationsuffered by IREDA arising out of claims made by its customers and/or regulatory authorities.
7.3. Liquidated Damages
Due to negligent act of the Bidder, if IREDA suffers losses, and incurs damages, the quantification of which may be difficult, IREDA may decide a reasonable estimate of the damages, capped at the value of such work order, and the Bidder shall agree to pay such liquidated damages.
7.4. Fraudulent and Corrupt Practice
a) “Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement processor the execution of the project and includes collusive practice among Bidders (prior to or after bidsubmission) designed to establish Bid prices at artificial non‐competitive levels and to deprive the IREDAof the benefits of free and open competition.
b) “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value, pressuring toinfluence the action of a public official in the process of project execution.
c) IREDA will reject a notification of empanelment if it determines that the bidder recommended forempanelment has engaged in corrupt or fraudulent practices in competing for or in executing theproject.
7.5. Force Majeure
a) Notwithstanding the provisions of the RFP, the empanelled bidder or IREDA shall not be liable forpenalty or termination for default if and to the extent that it’s delay in performance or other failure toperform its obligations under the empanelment/works awarded under it, is the result of an event ofForce Majeure. For purposes of this clause, “Force Majeure” means an event beyond the control of thebidder and not involving IREDA or bidder’s fault or negligence and not foreseeable. Such events mayinclude, but not restricted to wars, revolutions, epidemics, natural disasters etc.
b) If force majeure situation arises, the bidder shall promptly notify IREDA in writing of such condition andcause thereof. Unless otherwise directed by IREDA in writing, the Bidder shall continue to perform itsobligations as per the work awarded, as far as possible.
7.6. De‐Empanelment due to discrepancies
IREDA reserves its right to de‐empanel the selected bidder in the event of one or more of the following situations, that are not occasioned due to reasons solely and directly attributable to IREDA alone;
a) Serious discrepancy observed during performance as per the scope of empanelment.b) If the Bidder makes any statement or encloses any form which turns out to be false, incorrect and/or
misleading or information submitted by the Bidder/Bidder turns out to be incorrect and/or conceals orsuppresses material information.
The Bidder would be required to compensate IREDA for any direct loss incurred by IREDA due to the de‐empanelment and any additional expenditure to be incurred by IREDA to appoint any other Bidder.
Page 20 of 45
7.7. De‐Empanelment due to other reasons
a. For Convenience: IREDA by written notice sent to Bidder for de‐empanel him at any time for itsconvenience, giving one month’s prior notice. The notice of de‐empanelment shall specify that thetermination is for convenience the extent to which Bidder’s performance under the empanelment isterminated and the date upon which such termination become effective. All the eligible charges for thework completed till the date of such notice, may be considered for payment/settlement.
b. For Insolvency: IREDA, at any time, may de‐empanel the bidder by giving written notice to Bidder, ifBidder becomes bankrupt or insolvent. In this event, de‐empanelment will be without compensation toBidder, if such termination will not prejudice or affect any right of action or remedy that has accrued orwill accrue thereafter to IREDA.
c. For Non‐Performance: IREDA reserves its right to de‐empanel the bidder in the event of Bidder’s failures
in execution of work awarded.
7.8. Resolution of Disputes
IREDA and the bidder shall make every effort to resolve amicably, by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the empanelment or work thus awarded. If after thirty days from the commencement of such informal negotiations, IREDA and the Bidder are unable to resolve their dispute amicably; either party may require that the dispute be referred for resolution by formal arbitration.
All questions, disputes or differences arising under and out of, or in connection with the empanelment, shall be referred to two Arbitrators: one Arbitrator to be nominated IREDA and the other to be nominated by the Bidder. In the case of the said Arbitrators not agreeing, then the matter will be referred to an umpire to be appointed by the Arbitrators in writing before proceeding with the reference. The award of the Arbitrators, and in the event of their not agreeing, the award of the Umpire appointed by them shall be final and binding on the parties. THE ARBITRATION AND RECONCILIATION ACT 1996 shall apply to the arbitration proceedings and the venue & jurisdiction of the arbitration shall be at New Delhi.
The Venue of arbitration shall be New Delhi. During Arbitration proceedings, neither of the parties will be entitled to interest pendente lite.
7.9. Governing Law
This empanelment, its meaning and interpretation, and the relation between the Parties shall be governed by the applicable laws of India.
7.10. Applicable Law
The obligations between IREDA and successful Bidder shall be interpreted in accordance with the laws of the Union of India and the Bidder shall agree to submit to the courts under whose exclusive jurisdiction the Corporate Office of IREDA falls.
7.11. Addresses for Notices
Following shall be address of IREDA and Bidder’s address for notice purpose:
The Chairman & Managing Director
Indian Renewable Energy Development Agency Limited, Core – 4A, East Court, 1st Floor, India Habitat Centre,
Lodhi Road, New Delhi ‐110003
Bidder’s address for notice purpose: (To be filled by the Bidder)
Page 21 of 45
Annexure ‐ A: Part –A
Bid Submission Letter (Signed and scanned copy of document to be furnished by the bidder)
Chairman & Managing Director Indian Renewable Energy Development Agency Limited India Habitat Centre, East Court, Core‐4A, 1st Floor, Lodhi Road, New Delhi ‐ 11 00 03
Sir, Ref No. RfP‐IREDA/ REN/ Emp/LIE/2019
a) Bidder’s InformationDetails of the Bidder
1. Name of the Bidder (Lead)
2.
Technology & Category Applied (please put Tick mark)
Technology/Category Small Medium Large
1. Wind
2. Ground mounted Solar
3. Large scale Solar Rooftop
4. Small scale Solar Roof Top/ Off‐Grid/Biogas/ Others
5. Hydro
6. Biomass/ Bagasse Cogeneration /Waste To Energy
3. Full Address of the Bidder along withemail, mobile contact number
4. Name of the authorized person,contact details, email id, phone etc.
5. Contact details of organisation’s Head(MD/CEO) like email id, phone etc.
6. Status of the Company (Public Ltd/Pvt. Ltd/LLP/LLC)
7. Details of Incorporation of theCompany/Commencement ofBusiness
Date:
Copy of First year operational audited balance sheet, if the
operations of company are not continuous during FY 2015‐16,
2016‐17 & 2017‐18)
8. Valid GST (Goods & Service tax)registration no.
9. Permanent Account Number (PAN)
10. Name & Designation of the contactperson to whom all references shallbe made regarding this bid
11. Telephone No. (with STD Code),mobile number
12. E‐Mail of the contact person:
13. Fax No. (with STD Code)
14. Website
Page 22 of 45
b) Bidder’s Profile
Bidder’s Organization (Description should be limited to 2500 characters)
[Provide here a brief description of the background and organization of your firm/company including ownership details, date and place of incorporation of the company/firm, objectives of the company/firm etc.
(Signature of duly authorized person on behalf of the bidder)
(Name & Affix official seal of Signatory)
Page 23 of 45
Annexure‐A: PART‐B
Qualifying Requirements (Signed and scanned copy of document to be furnished by the bidder)
Sl. No
Qualifying Criteria (please tick the appropriate response)
Wind Ground
Mount
ed
Solar
Large
scale
Roof
Top
Small
scale
rooftop/
Off‐grid/
Biogas/
others
Hydro Biomass
Power
/Bagasse
co‐gen
/Waste to
Energy
1 Technology applied for Yes/NoYes/NoYes/No Yes/No Yes/No Yes/No
2 In case of alliance, Whether Form‐5, duly signed by both parties, has been submitted
Yes/NoYes/NoYes/No Yes/No Yes/No Yes/No
3 Average Annual financial turnover not less than limits as applicable
Yes / No
4. Minimum Annual net worth for past three years including FY 2017‐18 not less than limits as applicable
Yes / No
5. Profitable (net profit) for past FY 2017‐18 Yes / No
6. Legally incorporated in India for minimum of 3 years as on 31/03/2018)
Yes / No
7. GST registration No. Yes / No
8. Having requisite minimum Full Time Employees from Technical Field (i.e. with B. Tech/B.E qualification) as per the category applied for, with 2 years’ experience, on company rolls
Yes / No
9 Experience as LIE /EPC/Project Consultant in in Renewable Energy Projects (At least 5 completed assignments)
Yes / No
10 Has employed at least one Senior Technology Expert (of each technology applied for) on full time basis, with minimum BE/ B. Tech. qualification and 5 years (15 years in case of hydro and 3 years for Large scale solar rooftop) post‐ qualification experience of at least 3 Projects in Technology expertise
Yes/NoYes/NoYes/No Yes/No Yes/No Yes/No
11 Has employed at least one Junior Technology Expert (of each technology applied for) on full time basis, with minimum BE/B. Tech qualification and 3 years (10 years in case of hydro and 2 years for Large scale solar rooftop) post‐ qualification experience of at least 2 Projects in Technology expertise
‐ Yes/NoYes/NoYes/No Yes/No Yes/No Yes/ No
12 Bidder/Technology Support Partner has ‐ Yes/NoYes/NoYes/No Yes/No Yes/ No Yes/ No
Page 24 of 45
completed at least two assignments in technology applied for having aggregate installed capacity as mentioned in the past 5 financial as LIE /EPC/Project Consultant in Renewable Energy Projects
(Signature of duly authorized person on behalf of the bidder)
(Name & Affix official seal of Signatory)
Page 25 of 45
Annexure‐A: Part – C
Letter of Confirmations / Undertakings (Signed and scanned copy of document to be furnished by the bidder)
The Chairman & Managing Director Indian Renewable Energy Development Agency Limited India Habitat Centre, East Court, Core‐4A, 1st Floor, Lodhi Road, New Delhi ‐ 11 00 03
Sir, Ref No. RfP‐IREDA/ REN/ Emp/LIE/2019
1. We / undersigned offer to apply for empanelment with IREDA Ltd., as a Lender’s Engineer for renewableenergy projects as per details enclosed.
2. We agree to abide by this bid offer for a period up to six months from the date of opening of Price Bid andthe conditions of this offer shall remain effective & binding upon us for acceptance at any time before theexpiry of the said period.
3. We confirm that we have submitted the requisite bid processing fee to IREDA.
4. We understand that IREDA reserves the right to accept /reject any bid, without assigning any explanationor reason and decision of IREDA management shall be final and binding on all the bidders.
5. We understand that the empanelment of qualified bidders is inter alia subject to the condition that theymatch the rates quoted by the L‐1 bidder. We submit and declare that we undertake to match the rates ofthe L‐1 bidder, as notified by IREDA, in the sub categories in which we qualify. In the event, the notified L1rate is not acceptable to us, we shall inform IREDA within 7 working days of such notification.
6. We the bidder, hereby declare and affirm that our company /firm / entity is not banned or blacklisted byGovt. Institutions in India as on the date of submission of this bid.
7. We the bidder, hereby declare and affirm that our company /firm / entity is not declared a wilful defaulterbanks/ financial Institutions in India as on the date of submission of this bid.
8. We have examined the above‐referred RFP document. As per the terms and conditions specified in theRFP document, and in accordance with the schedule of prices indicated in the commercial/price bid (Form‐4) and made part of this offer.
9. We acknowledge having received the addenda / corrigenda to the RFP document, if any.
10. While submitting this bid, we certify that:
a. Prices have been quoted in INR.b. Prices are inclusive of all charges and have been quoted both excluding and including taxes.c. The prices in the bid have not been disclosed and will not be disclosed to any other bidder of this RFP.d. We have neither induced nor attempted to induce any other bidder to submit or not submit a bid for
restricting competition.e. We agree that the rates / quotes, terms and conditions furnished in this RFP are for IREDA.
11. If we are empanelled by IREDA, we undertake to start the assignment under the scope immediately afterreceipt of any work mandate under this empanelment. We have taken note of liquidated damages clause inthe RFP, as well as the clause no. 11 on compensation for delay in Broad terms and conditions of IREDA, andagree to abide by the same. We also note that IREDA reserves the right to cancel our empanelment; and de‐empanelment clause, as per terms and condition, would be applicable. We understand that for delays notattributable to us or on account of uncontrollable circumstances, penalties will not be levied and that the
Page 26 of 45
decision of IREDA will be final and binding on us.
12. We agree that, if IREDA decides that a formal contract is required to be prepared and executed; thisoffer will be binding on us. We also certify that the information/data/particulars furnished in our bid arefactually correct. We also accept that in the event of any information / data / particulars are found to beincorrect, IREDA will have the right to disqualify /blacklist us and charge monetary damages.
13. We undertake to comply with the terms and conditions of the bid document. We understand that IREDAmay reject any or all of the offers without assigning any reason whatsoever.
14. Declaration for Acceptance of Scope of Work‐ We have carefully gone through the Scope of Work
contained in the above‐referred RFP document at Annexure – B. We declare that all the provisions of thisRFP are acceptable to my company (and alliance partner, if applicable). We further certify that we aresigning this letter though an authorized signatory of our company and he is, therefore, competent tomake this declaration.
15. Declaration for Acceptance of Broad Terms and Conditions of IREDA ‐ We have carefully gone through
the Terms & Conditions contained in the above‐ referred RFP document as well those annexed herewith asAnnexure‐C. We declare that all the provisions of these RFP are acceptable to my company (and alliancepartner, if applicable). We further certify that we are signing this letter though an authorized signatoryof our company and he is, therefore, competent to make this declaration.
16. We submit our Bid Document herewith. We understand that
a) You are not bound to accept the lowest or any bid received by you, and you may reject all or any bid.
b) If our Bid for the above empanelment is accepted, unless and until IREDA desires for a formal contract
to be prepared and executed, this bid together with your written acceptance thereof shall constitute a
binding agreement between us.
c) If our bid is accepted, we are to be jointly and severally responsible for the due performance of the
works assigned under the empanelment.
17. We confirm that we have not physically submitted this bid/offer, and the same has been submitted onlyonline on the stipulated e‐tender website. In this regard following enclosures have been uploaded alongwith our bid/offer:
b)
Forms‐ 1 & 2 along with documentary proof, as stipulated & resume of experts as applicable inForm‐3
c)Price Bid (Form‐4)
d)e)f)
Pre‐Bid Alliance Letter (Form ‐5) *Integrity Pact between IREDA and Bidder (Form-6)Broad Scope of Work (Annexure‐B) duly signed in token of acceptance
g)Broad Terms & Condition of IREDA (Annexure‐C) duly signed in token of acceptance Bidder e‐Procurement Manual (Annexure‐D) duly signed in token of acceptance*(in case of an alliance bid)
18. In addition to the above, we confirm that we have filled the combined matrix as per Annexure‐A: Part – B for e‐bid purposes.
19. Details of our bid are as under:
Name of the Organization
Brief company profile(not more than Half page) enclosed
a)
Page 27 of 45
Name of Contact Person Contact Nos. E‐mail ID of the Contact Person
Empanelment applied for Lender’s Independent Engineer
In case of applying for LIE
Technologies applied for
(pl strike out the options not applied for)
Wind Solar Large Scale
Solar rooftop
Small scale solar roof top/offgrid/biogas/Others
Hydro Biomass/ Bagasse CoGen /
Waste to Energy
Conformity to Qualifying Criteria for Bidding Entity (Form‐1)
Yes. / No If Yes, Form‐I enclosed with supporting documents
Conformity to LIE empanelment (Form 2) ‐ Technology Specific QualifyingCriteria
Yes / No If Yes, Form‐2 enclosed with supporting documents
Technology Name of pre‐bid alliance partner , if applicable
• Wind
• Solar
• Large Scale Solar rooftop
Small scale solar roof top/off grid/ biogas/ Others
• Hydro
Biomass/ Bagasse CoGen/Waste to Energy
(Signature of duly authorized person on behalf of the bidder)
(Name & Affix official seal of Signatory)
Page 28 of 45
Annexure ‐ B
Broad Scope of Work (Signed and scanned copy of document to be furnished by the bidder)
Lenders Independent Engineer
Technical Due Diligence (One time)
The Lender’s Independent Engineer will review and provide its comments, in the form of a Due Diligence report,
on the adequacy and reasonableness of the following:
Review of Energy Yield Assessment Study performed by the Developer
Independent Energy Yield Assessment
Site Assessment (Location Suitability & Accessibility, Water Availability, Construction Power, SiteTopography & Terrain, Soil & Proposed Foundation Design, Environment & Social Impact etc.)
Review of Project Cost Estimateso Contract Value (commensurate with the scope of work)o Identify major equipment not covered in the EPC contract and cost impact, if any.o Site Development and Civil Workso Land costo Contingency, preliminary and pre‐operative expenseso Overall project costo Any other cost
Review of Design and Planning of the Project
Review of Project Implementation Capabilities of various Contractors (EPC/Civil/E&M/etc.)
Review of Construction Scheduleo Periodical monitoring/Review of the actual construction activities in the fieldo Evaluation of project schedule and potential for delays, damages or force majeure provisionso Remedial measures proposed for making up the shortfalls
Review of Land Acquisition Statuso The LIE shall review the status of land acquisition, sufficiency of land acquired/to be acquired by the
Borrower/Contractor/Land Aggregator /etc.o Disbursement Certificate ‐ LIE shall confirm that land for the above‐mentioned project, in proportion to
the disbursement requested, is in possession, with unrestricted access, of the Borrower /EPC Contractor/ Developer/aggregator. Borrower to submit documentary evidence to LIE in this connection
Review of Approvals/ Clearances and Permits and LicensesThe LIE shall review the Clearance, Approvals, Permits and Licenses related to the Project already
obtained/to be obtained. LIE will identify remaining statutory/ non‐statutory clearance/ approvals/ permits
required to be obtained for successful implementation and operation of the Project.
Review of Evacuation Arrangemento The Lenders’ Independent Engineer shall assess the adequacy of proposed evacuation arrangement w.r.t.
PPAs executed/ planned for execution.o LIE shall also review the PPA & other documents (including review of clauses of EPC contracts relevant to
the operational phase) relating to the project and provide an opinion on the same.
Power Evacuation Arrangement & Power Sale Arrangement
Review of Contract DocumentsThe LIE shall review and identify any major issues that exist in the following project documents:
Page 29 of 45
o Supply, Erection Agreement including agreement for development, supply, construction and installationand commissioning
o Operation and Maintenance Agreement (as and when executed) ‐ Contractor’s scope of supply;reasonableness of projected O&M costs, both routine and non‐routine; Terms and conditions withregards to performance guarantees, force majeure, potential liabilities arising thereon.
o Shared Services Agreement (if any)
LIE shall review the above contracts with specific emphasis on:
o Terms and conditions (including terms and conditions of performance guarantees like power curve,average availability guarantee, reactive power consumption etc., force majeure, and potential liabilitiesarising thereon)
o Provisions for liquidated damages for delay and non‐performance of guaranteed parameterso Technical provisions associated with Contractor’s and Owner’s responsibilitieso Limits on total liability and individual liability capso Change order procedureso Evaluation of project schedule and potential for delays, damages or force majeure provisions
Project Implementation Phase (on Quarterly Basis)
Construction Monitoringo Monitor Project activities, actual with respect to Schedule to avoid over run of time & cost, by keeping track on
various Project activities as per scopeo Review of Financial Statements & Fund flow status.o Review of Implementation schedule and Time over run and cost overrun details , if anyo Review of delivery schedules of & delivery of plant and equipment from Equipment supplier/contractorso Co‐ordination with IREDA Nominee Director, if appointed.o Review of status on receipt of various statutory approvals/clearances.o Review/Monitoring of the Detailed Construction/Scheme/PERT chart for various construction activities and furnish
periodical reports to IREDAo Review of Drawdown Request of Borrowers vis‐à‐vis Project Progress and Invoicingo Issue drawdown certificates as per prescribed formats of Loan Agreements and submit compliance status for each
condition precedent to first drawdown and subsequent drawdown as per loan agreement.o Verify the status of completion of various activities carried out/to be carried out based on the contracts awarded
to various suppliers/contractorso Review/Monitoring of design and equipment selection for the project and suggest modifications, taking into
consideration of the project appraisal report and field conditionso Summary of all disbursements made since the last monitoring visit and towards the items it was utilizedo Remarks on site performance and efficiency tests and to certify their compliance with the guaranteed parameters
and any comments on the sameo Review of O&M plan, O&M budget and any major overhaul plans
Post Commissioning in form of Project Completion Report, which may include:
Signed Project Completion Certificate, including details on project commissioning, adequacy of installation of allequipment versus project design, compliance with the regulatory stipulations, permits, licenses etc.
Further, upon completion of three months of the project, a report on operational performance of the projectincluding summary of generation data, performance guarantee tests
Review of O&M budget of the project
Review of TRA Account and Insurance for the project
Project Performance monitoring report
Page 30 of 45
Special Note of Applicants for Hydro Power Projects
While the scope of work will remain same for various technologies, the phases will be classified as below for
the Hydro power Projects
Phase‐1: Before Sanction ‐ Technical Due Diligence of DPR – Hydrology, PPS, Accessibility, Project Cost,
Power Evacuation Arrangement & Power Sale Arrangement
Review of Energy Yield Assessment Study performed by the Developer
Independent Energy Yield Assessment considering available resources (Hydrology)
Review of Project Cost EstimatesThe Lender’s Independent Engineer will review and comment on the adequacy and reasonableness of the
following:
o Contract Value (commensurate with the scope of work)o Identify major equipment not covered in the EPC contract and cost impact, if any.o Site Development and Civil Workso Land costo Contingency, preliminary and pre‐operative expenseso Overall project costo Any other cost
Review of preliminary Design and Planning of the Project and suggest modifications, if any.
Review of Power Evacuation Arrangemento The Lenders’ Independent Engineer shall assess the adequacy of proposed evacuation arrangement w.r.t. PPAs
executed/ planned for execution.o LIE shall also review the PPA & other documents (including review of clauses of EPC contracts relevant to the
operational phase) relating to the project and provide an opinion on the same.
Review of Approvals/ Clearances and Permits and LicensesThe LIE shall review the Clearance, Approvals, Permits and Licenses related to the Project alreadyobtained/to be obtained. LIE will identify remaining statutory/ non‐statutory clearance/ approvals/ permitsrequired to be obtained for successful implementation and operation of the Project.
Review of proposed Construction Schedule /PERT charto Evaluation of project schedule and potential for delays, damages or force majeure provisionso Remedial measures proposed for making up the shortfalls
Pahse‐2: Pre‐ Disbursement ‐Review of contracts agreement, Pert Chart & Land Acquisition Status
Review of Project Implementation Capabilities of various Contractors (EPC/Civil/E&M/etc.)
Review of Land Acquisition Statuso The LIE shall review the status of land acquisition, sufficiency of land acquired/to be acquired by the
Borrower/Contractor/Land Aggregator /etc.
Review of Contract DocumentsThe LIE shall review and identify any major issues that exist in the following project documents:
o Supply, Erection Agreement including agreement for development, supply, construction and installation andcommissioning.
o Shared Services Agreement (if any)
LIE shall review the above contracts with specific emphasis on:o Terms and conditions (including terms and conditions of performance guarantees like power curve, average
availability guarantee, reactive power consumption etc., force majeure, and potential liabilities arising thereon)o Provisions for liquidated damages for delay and non‐performance of guaranteed parameterso Technical provisions associated with Contractor’s and Owner’s responsibilitieso Limits on total liability and individual liability caps
Page 31 of 45
o Change order procedureso Evaluation of project schedule and potential for delays, damages or force majeure provisions
Phase 3: Project Implementation
Construction Monitoringo Monitor Project activities, actual with respect to Schedule to avoid over run of time & cost, by keeping track on
various Project activities as per scopeo Review/Monitoring of the Detailed Construction/Scheme/PERT chart for various construction activities and furnish
periodical reports to IREDAo Verify the status of completion of various activities carried out/to be carried out based on the contracts awarded
to various suppliers/contractorso Review/Monitoring of design and equipment selection for the project and suggest modifications, taking into
consideration of the project appraisal report and field conditionso Commissioning Report
Operation and Maintenance Agreement, if any (as and when executed) – Review of O&M arrangements formeeting commitments as per various contracts such as PPA, Contractor’s scope of supply; List of O&M costestimates components and comments on reasonableness of projected O&M costs, both routine and non‐routine; Terms and conditions with regards to performance guarantees, force majeure, potential liabilitiesarising thereon.
Disbursement Certificate ‐ LIE shall confirm the fund utilized and issue certificate for requisite fund basedon the project progress and schedule of fund requirement.
Review the inspection certificate of main/critical equipment’s and suggest for remedial measures, ifrequired
Phase‐4: Operational phase – in case of difficulties faced during the operations, LIE services may be asked
as and when required
(Signature of duly authorized person on behalf of the bidder)
(Name & Affix official seal of Signatory)
Page 32 of 45
Annexure‐ C
Broad Terms & Conditions of IREDA (Signed and scanned copy of document to be furnished by the bidder)
1. Charges/ Fees
The bidders have to quote the price bid per quarter, as per format provided in Form‐4, for different e l i g ib le categories under each technologies. The rates of L1 in each ca tegory o f each technology shall be the basis of ceiling of payment.
The bidders will need to provide their all‐inclusive quote for 1 quarter (i.e. inclusive of cost of service, lodging & boarding, Travelling & other miscellaneous charges), both with and without taxes, on a per project basis in the same Form‐4
Note:
The prices should be quoted for complete scope of work. The taxes and duties will be as per actual over andabove the quoted price.
Rates with ceiling as per L1 in each category, shall remain firm and fixed for a period of 3 years. If anassignment is still pending or the duration of empanelment needs to be increased, there will be no escalation of rates, nor shall it be allowed for any pending project until the completion of the work assigned.
2. Terms of Payment
Payment to LIE will be made on a quarterly basis, subject to satisfactory completion of events/ submission of final report/review. The terms of payment of fees shall be on acceptance of all reports including Site Visit Report (per) to the satisfaction of IREDA
The empanelled consultant will raise the invoice for payment on the submission of Technical Due Diligence report/ Construction Monitoring report/ Project monitoring report
3. Visits
The LIE has to compulsor i ly to undertake at least 1 site visit during each quarter. If required, IREDAmay ask the empanelled LIE to conduct extra site visits, beyond the no. as aforementioned, at mutuallyagreed terms
For the rooftop projects, 1 visit shall mean complete site visit of all sub projects allocated at the time ofissue of request.
The site visit will generally be conducted by the Senior Technical Expert, however if there has to bea change in expert or more no. of personnel are deployed for s ite vis it , it has to be withprior permission of IREDA.
The working team of LIE for the project shall comprise of two professionals comprising of one Seniorand one Junior Technology expert as defined in the bid document. During the assignment of the work,the LIE has to intimate the details of the professional in the team.
Site monitoring report has to be submitted within 15 days after site visit.
Page 33 of 45
4. DeliverablesThe deliverables, after the site visits shall be as below:
1. One‐time Due Diligencea. Site visit Report for each site in pre‐sanction site visit, verifying
i. Statutory approvals/ clearances received as well as expected date of receipt of pendingclearances
ii. Contractual agreements (including EPC and PPA)iii. Status of site preparation, including but not limited to, availability of approach road, suitability
of terrain, transmission network etc. iv. Site adequacy in terms of Land available, energy yieldv. Physical progress at sitevi. Manpower at site
b. Compliance status of Technical and commercial conditionsi. Choice and efficacy of project design including machinery chosenii. Fund flow arrangementsiii. Equity infused by the project developer
2. Construction Monitoring Phase(i) Site Inspection report (ii) Construction progress report vis‐à‐vis material procurement, site work execution & compliances
and commissioning status (iii) Progress as per projection submitted by borrower against actual (iv) Utilization of funds and time and cost/time overrun possibilities. (v) Verification of COD (as per requirements of sanction, net metering/gross metering as applicable). (vi) Verification of list of assets (as per format of IREDA if project is completed and COD achieved
3. Post Commissioning of Project Monitoring(i) Quarterly MIS report & site visit report regarding the operations, performance and revenue
generation by project
5. Validity
The empanelment / rates shall be valid for a period of 3 years from the date of empanelment. IREDAmay extend the same if required, on mutually agreed terms.
Assignment once awarded to an empanelled LIE for a project shall ordinarily be continued for upto1 year from the COD of the respective project, unless otherwise IREDA decides to terminate the samefor reasons to be conveyed in writing.
6. Methodology for Rate Finalization
Rates of all the qualified bidders shall be disclosed after opening of financial bids. After finalization of L‐1 bidder for each category( 3 Nos.) under each technology(6 Nos) as above, all the other qualified bidders for the same category & technology, shall have the right to match their rates with rates quoted by L‐1 bidder in that category. The bidders have to submit a declaration (included as part Bid Submission letter), for aligning with the rates of the L1 bidder. The Bidder shall however have the option to withdraw, their bid in writing within 7 working days of declaration of the L1 rates by IREDA, if they do not wish to match the L1 rates.
All successful bidders, who will be empanelled at L1 rates, will get equal chance by rotation, in the award of assignments from IREDA, in that particular renewable energy technology.
7. Methodology of Award of Work
The work will be awarded on rotational basis, i.e. the party awarded the first work will be approached againwhen the entire cycle is completed. The work will be awarded on priority starting from the bidder obtaininghighest technical marks to the bidder with lowest marks in the particular category during the technical
Page 34 of 45
evaluation of bids.
On award of assignment, LIE shall submit to IREDA, within 10 working days of the date of Letter of Award, the names of the team members constituted for working on the project including the names of Senior and Junior Technology Experts for that particular project.
The bidder shall ensure that the team member shall remain same, as per those mentioned in bidder’s application for empanelment. In case of any subsequent change in Technology Experts, they should meet the criteria specified in the FORMS of relevant technology of this document.
Approval of the change in team members for work assigned under empanelment for LIE shall be required from IREDA before commencing work on the assignment.
The resume of relevant Technology experts in the team should be submitted in the format as per Form‐3.
8. LIE eligible for more than one category
The parties who are eligible for more than one category/ technology m a y submit different rates/ charges as per the form specified in the document, for each category and technology. For the cyclic award of work, they will be considered separately for all eligible categories.
9. Tax/ duties
Statutory variation in taxes, duties and levies during the tenure of the empanelment shall be reimbursed.
IREDA shall be entitled to deduct taxes at source from all the payments, to be made to the agency, in accordance to with the Indian Income Tax Laws and Rules applicable from time to time and deposit it with concerned Govt. Authorities within the prescribed time. The necessary certificate about deduction of tax in accordance with law shall be furnished to the agency.
10. Alliance Bid:
a) Alliance of one Lead Partner and one or more specific Technology Support Partners is allowed.b) The Alliance arrangement has to be formalized pre‐bid. Post‐award sub‐ contracting of the assigned
work shall not be allowed in any case and will be liable for cancellation of empanelment.c) One Lead Partner shall have only one Technology Support Partner for one technology.d) One Technology Support Partner will not bid in alliance with more than one Lead Partner.e) In case of alliance bid, letter in Form‐5 to be jointly signed and submitted by the Lead Partner and all
Technology Support Partners.f) The Pre‐bid alliance once submitted shall be permanent until the tenure of empanelment. In the event
of withdrawal of a Technology Support Partner for any reasons, the empanelment in particular categoryshall be withdrawn.
11. Compensation for delay
In the event of the Agency failing to adhere to the deliverables & timelines, IREDA may without prejudice to any other right or remedy available, may recover liquidated damages for deviation from conditions post empanelment as follows:
a) After the award of work to an empanelled bidder, an amount of 1 % of the total fee may be deductedfor 14 working days of delayed submission of report at each instance and that the overallcompensation for delay against delayed completion of work shall be limited to 10 % of total rate of award.
b) Can repudiate the work awarded or even the empanelment at the risk and cost of the empanelledorganisation.
Liquidated damages, for delay in services can be recovered from the bill of services submitted by the empanelled agency. The levy of liquidated damages will be at the discretion of IREDA
Page 35 of 45
12. Settlement of Disputes and Arbitration
As per section 7.8 of this document
13. Laws & Jurisdiction of Empanelment
The laws applicable to the empanelment shall be the laws in force in India. The courts of New Delhi shall have exclusive jurisdiction in all matters arising under the empanelment.
14. Damages for Non‐Compliance, Remedies for Non‐Performance and Fraudulent Practices
For reasons, which may include unsatisfactory performance of the Services, false reporting during the empanelment period, or the bidder resorting to unacceptable or unlawful and fraudulent practices either during bidding or during execution of the works assigned under empanelment, or for any other reason whatsoever, IREDA at its discretion may de‐empanel/blacklist the agency from participating in any future bidding process for a specified period of time. A fifteen days’ written notice shall be served to the bidder / agency for termination. The balance works shall be executed at the risk and cost of the agency
15. Force Majeure
As per section 7.5 of this document
16. Other terms and conditions
a) Firms not having minimum relevant experience in the respective field / no. of personnel need not to apply.b) Firms not having Goods & Service Tax Registration will be rejected.c) IREDA reserves the right to accept or reject any other request for empanelment also without assigning any
reason. Firms empanelled will be informed suitably.d) The bid submitted without the acceptance of IREDA’s terms & conditions shall be summarily rejected.e) No further discussions/interface will be granted to bidders whose bids have been disqualified.f) IREDA reserves the right to accept or reject any or all bids in part or in total without assigning, any reason
and IREDA’s decision shall be final and binding on all the parties.g) Bids not submitted in the prescribed bid form shall be summarily rejected.h) Bids not submitted with the prescribed processing fee shall be summarily rejectedi) If last date of submission and opening of bid is a holiday, the bids shall be opened on next working day.j) Canvassing in connection with the bids is prohibited and the bid submitted by the applicant who resorts to
canvassing shall be liable for rejection.k) If the performance of the assignment is not found satisfactory, IREDA shall have the right to terminate the
work assigned without any further notice/correspondence. No fees will be paid including the amountwithheld (if any), once the notice issued to the party. In case of unsatisfactory service or discontinuation ofservice by empanelled agency, IREDA will engage alternate empanelled agency at the sole risk and cost ofthe existing agency.
l) The performance of the empanelled agencies will be reviewed by an evaluation committee constituted byCMD, IREDA. Basis its evaluation, the committee will make recommendations of addition/deletion in thelist of empanelled agencies. The addition any new agency to the empanelled list however, will be subjectto any such agency meeting all the aforementioned requirements. The empanelment of such agencies alsowill be normally limited to remaining period of 3 years from initial empanelment of agencies. After thecompletion of the 3 years, IREDA, at its discretion, may extend the period of empanelment at mutuallyagreed terms.
(Signature of duly authorized person on behalf of the bidder)
(Name & Affix official seal of Signatory)
Page 36 of 45
Annexure–D:
Bidder e‐Procurement Manual (Signed and scanned copy of document to be furnished by the bidder)
REGISTRATION can be done on below mentioned Link
https://eprocure.gov.in/eprocure/app?component=%24WebHomeBorder.%24WebRightMenu.%24DirectLi
nk&page=Home&service=direct&session=T
Instructions to the Contractors/Bidders for the e‐submission of the bids
1. Bidder should do Online Enrolment in the eprocure Portal using the option Click Here to Enrol available
in the Home Page. Then the Digital Signature enrolment has to be done with the e‐token, after logging
into the portal. The e‐token may be obtained from one of the authorized Certifying Authorities such as
eMudhraCA/GNFC/IDRBT/MtnlTrustline/SafeScrpt/TCS.
2. Bidder then logs into the portal giving user id / password chosen during enrolment.
3. The e‐token, that is registered, should be used only by the bidder and should not be misused by others.4. DSC (Digital Signature Certificate) once mapped to an account cannot be remapped to any other
account. It can only be inactivated.
5. The Bidders can update well in advance, the documents such as certificates, purchase order details etc.,
under My Documents option and these can be selected as per bid requirements and then attached
along with bid documents during bid submission. This will ensure lesser upload of bid documents.
6. After downloading / getting the bid schedules, the Bidder should go through them carefully and then
submit the documents as per the bid document; otherwise, the bid will be rejected.
7. The BOQ/ Price bid template must not be modified/replaced by the bidder and the same should be
uploaded after filling the relevant columns, else the bidder is liable to be rejected for that bid. Bidders
are allowed to enter the Bidder Name and Values only.
8. If there are any clarifications, this may be obtained online through the eProcurement Portal, or through
the contact details given in the bid document. Bidder should take into account of the corrigendum
published before submitting the bids online.
9. Bidder, in advance, should prepare the bid documents to be submitted as indicated in the bid schedule
and they should be in PDF/XLS/RAR/DWF formats. If there is more than one document, they can be
clubbed together.
10. Bidder should arrange for the EMD/bid processing fee as specified in the bid. The original should be
posted/couriered/given in person to the Bid Inviting Authority, within the bid submission date and time
for the bid.
11. The bidder reads the terms and conditions and accepts the same to proceed further to submit the bids
12. The bidder has to submit the bid document(s) online well in advance before the prescribed time to avoidany delay or problem during the bid submission process.
13. There is no limit on the size of the file uploaded at the server end. However, the upload is decided onthe Memory available at the Client System as well as the Network bandwidth available at the client sideat that point of time. In order to reduce the file size, bidders are suggested to scan the documents in75‐100 DPI so that the clarity is maintained and the size of file is reduced. This will help in quickuploading even at very low bandwidth speeds.
Page 37 of 45
14. It is important to note that, the bidder has to click on the Freeze Bid Button, to ensure that he/shecompletes the Bid Submission Process. Bids that are not frozen are considered as Incomplete/Invalidbids and are not considered for evaluation purposes.
15. In case of Offline payments, the details of the Earnest Money Deposit(EMD) document, if applicable,submitted physically to the Department and the scanned copies furnished at the time of bid submissiononline should be the same otherwise the Bid will be summarily rejected
16. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficultiesfaced during the submission of bids online by the bidders due to local issues.
17. The bidder may submit the bid documents online mode only, through this portal. Offline documents willnot be handled through this system.
18. At the time of freezing the bid, the eProcurement system will give a successful bid updation messageafter uploading all the bid documents submitted and then a bid summary will be shown with the bid no,date & time of submission of the bid with all other relevant details. The documents submitted by thebidders will be digitally signed using the e‐token of the bidder and then submitted.
19. After the bid submission, the bid summary has to be printed and kept as an acknowledgement as atoken of the submission of the bid. The bid summary will act as a proof of bid submission for a bidfloated and will also act as an entry point to participate in the bid opening event.
20. Successful bid submission from the system means, the bids as uploaded by the bidder is received andstored in the system. System does not certify for its correctness.
21. The bidder should see that the bid documents submitted should be free from virus and if the documentscould not be opened, due to virus, during bid opening, the bid is liable to be rejected
22. The time that is displayed from the server clock at the top of the tender Portal, will be valid for all actionsof requesting bid submission, bid opening etc., in the e‐Procurement portal. The Time followed in thisportal is as per Indian Standard Time (IST), which is GMT+5:30. The bidders should adhere to this timeduring bid submission.
23. All the data being entered by the bidders would be encrypted at the client end, and the software usesPKI encryption techniques to ensure the secrecy of the data. The data entered will not be viewable byunauthorized persons during bid submission and not viewable by any one until the time of bid opening.Overall, the submitted bid documents become readable only after the bid opening by the authorizedindividual.
24. During transmission of bid document, the confidentiality of the bids is maintained since the data istransferred over secured Socket Layer (SSL) with 256‐bit encryption technology. Data encryption ofsensitive fields is also done.
25. The bidders are requested to submit the bids through online eProcurement system to the TIA wellbefore the bid submission end date and time (as per Server System Clock).
The details are also available on
https://eprocure.gov.in/eprocure/app?page=HelpForContractors&service=page
***
(Signature of duly authorized person on behalf of the bidder)
(Name & Affix official seal of Signatory)
Page 38 of 45
Form‐1
Qualifying Criteria for Bidding Entity
(Signed and scanned copy of document to be furnished by the bidder)
Name of the (lead) Bidder:
1. Financially solvent with positive net profit during FY 2017‐18 (Rs. In lakhs)
Net Profit for Fiscal 2017‐18
………………..
2. Operational after being Legally incorporated in India for minimum of 3 years as on 31/03/2018) (Attach Certificate of
incorporation and first audited balance sheet, if the operations of company are not continuous during FY 2015‐16, 2016‐17 & 2017‐18)
Details of Incorporation
3. GST registration No. (copy attached)
4. Annual financial turnover not less than limits as applicable (Copy of audited annual accounts attached. Provisional Auditor certified accounts for FY 2018, allowed) (Rs. In Lakhs)
Turnover FY 2015‐16
Turnover FY 2016‐17
Turnover FY 2017‐18
5. Minimum Annual net worth for FY 2015‐16, 2016‐17, 2017‐18 not less than limits as applicable (Rs. In lakhs)
………
6. No. of Full Time Employees from technical field, as applicable, with suitable experience, on the rolls of the bidder. (Copy of recent Group PF / PPF /ESI statement being filed by the bidder with the government)
Please fill the table below for the required details along with Copy of recent Group PF / PPF /ESI statement being filed by the bidder with the government, as per attached document (Not more than:
10 if applying for Small category
16 if applying for Medium Category
18 if applying for Large category)
Sr. No
Name of Employee on rolls
Qualification Total Experience
(in years)
No. of projects handled
PF / PPF /ESI no.
i
(Signature of duly authorized person on behalf of the bidder)
(Name & Affix official seal of Signatory)
Page 39 of 45
Form‐2
Technology Specific Qualifying Criteria# (Signed and scanned copy of document to be furnished by the bidder)
1. Name of the Lead Bidder (if applied without Alliance) / Pre‐bid alliance partner (if bidding in alliance):
Completed minimum 2 nos. of assignments as LIE (of a Bank/FI) /EPC/Owner’s Engineer/ProjectConsultant for technology applied for requisite capacity in the preceding 5 financial years, (pleasemention at max 10 assignments)
Sr. No.
Project Name/ Location Client Name Project installed capacity (MW)
Start Date End Date
1
2
(Please attach the award letters of requisite capacity as per the eligibility criteria and in the name of the bidding entity / alliance partner and copy of work completion certificate from the client/ statutory auditor’s certificate, in the period of past 5 financial years.)
2. Senior Technology Expert* employed on full time:
Technology Experts employed full time
Name of Expert
Post Qualification Experience (No. of Yrs.)
No. of Projects Handled
Remarks /Role
Senior Expert with min qualification of ‐ BE. /B. Tech
*Attach CV of each of the above personnel as per Form ‐ 3.
3. Junior Technology Expert* employed on full time basis:
Name of Expert Post Qualification Experience (No. of Yrs.)
No. of Projects Handled
Remarks / Role
Senior Expert with min qualification of ‐ BE. /B. Tech
*Attach CV of each of the above personnel as per Form ‐ 3
(Signature of duly authorized person on behalf of the bidder)
(Affix official seal of Signatory)
# please refer table below for minimum criteria
Page 40 of 45
Technology Minimum no. of projects
Minimum capacity of the project
Senior technology expert Junior technology expert
Size Aggregate/ individual
Minimum Qualification
Minimum PQE Minimum Qualification
Minimum PQE
Wind 2 5 MW Individual B.E/B. Tech/ B.Sc.(Eng.)
5 years and 3 wind projects
B.E/B. Tech/ B.Sc.(Eng.)
3 years and 2 wind projects
Solar Ground mounted
2 5 MW Individual B.E/B. Tech/ B.Sc.(Eng.)
5 years and 3 Solar projects
B.E/B. Tech/ B.Sc.(Eng.)
3 years and 2 Solar projects
Large scale Solar Rooftop
2 1 MW Aggregate (with indivi‐dual capacity of 50 kW)
B.E/B. Tech/ B.Sc.(Eng.)
3 years and 2 Solar rooftop projects
B.E/B. Tech/ B.Sc.(Eng.)
2 years and 1 Solar rooftop projects
Small scale rooftop /Off‐grid/Biogas/ other Projects
2 50 kW Aggregate (equivalent fuel energy capacity, with individual capacity of min of 20 kW)
B.E/B. Tech/ B.Sc.(Eng.)
5 years and 3 Solar Roof Top /Off‐grid/ Biogas/ other projects
B.E/B. Tech/ B.Sc.(Eng.)
3 years and 2 Solar Roof‐top /Off‐grid/ Biogas / other projects
Hydro Projects 2 5 MW Individual B.E/B. Tech/ B.Sc.(Eng.)
15 years and 3 Hydro projects
B.E/B. Tech/ B.Sc.(Eng.)
10 years and 2 Hydro projects
Biomass/Bagasse Co‐Gen/Waste to energy Projects
2 5 MW Individual B.E/B. Tech/ B.Sc.(Eng.)
5 years and 3 Biomass/Bagasse Co‐Gen /Waste to energy projects
B.E/B. Tech/ B.Sc.(Eng.)
3 years and 2 Biomass/Bagasse Co‐Gen/ Waste to energy projects
Page 41 of 45
Form‐3 Format for Resume
For Technology Experts (both for Senior & Junior) (To be submitted for each experts (1 senior and for 1 Junior) under each 6 technologies, separately)
(Signed and scanned copy of document to be furnished by the bidder)
General
Name
Present Designation
Technology /Expertise Area (Please tick as applicable)
Technology Senior Expert Junior Expert 1) Wind
2) Solar Ground mounted
3) Large scale Solar Rooftop
4) Small scale rooftop/Off‐grid/Biogas/ other Projects
5) Hydro Projects
6) Biomass/Bagasse Co‐Gen/Wasteto energy Projects
Qualification(Min of B. Tech) / Year of Passing
Total Power/RE experience ( years )
Key Assignments completed
Employed with Bidder since (date)
Email ID, Contact Nos.
Technology specific Experience(For example if applying for wind, then experience specific to windprojects only)
Brief outline of major projects / assignments handled in the last 5 years / 3 years (as applicable for Senior or Junior Expert*)
Sl. No. Name of Project / Assignment
Client Date ofCommencement
Date ofCompletion
Position held
Scope inbrief / projectdetails
Technology Expert of: In Existing Firm from till date
1
2
For previous firms from to1
2
Note: List a maximum of TOP 11 Projects/assignments handled for Senior Expert and TOP 6 Projects/ Assignment handled for Junior Expert. *if the same technology expert is being used for more than one technology, the table above shall be filled for eachtechnology respectively, while the other details may remain common.
Signature of Expert
Certification: I, the undersigned, certify that the above is correct to the best of my knowledge and belief.
(Signature of duly authorized person on behalf of the bidder)
(Affix official seal of Signatory)
Page 42 of 45
Form‐4
PRICE BID FORM (ONLY ONLINE MODE. To be submitted in excel format as shared)
The Bidders should submit their price bid* in this form depending on the technologies for which
empanelment is sought. Also if the bidder chooses to apply for more than one category (Small, Medium,
Large), then also separate quote need to be provided.
*For the purpose of evaluation, the quarterly Project monitoring fees as quoted by the bidder will be taken.
For e.g. if bidder wishes for empanelment in 2 categories in one technology and all three category in another
technology, then he will need to submit a total of 5 quotes. Similarly, if the bidder wants to get empanelled
for all 6 technologies, mentioned below and for all three categories, then 18 separate quotes are to be filled.
Bidders have to quote their minimum rates against each item in the table(s) below.
Note:
The rates with tax and without tax, only in column 54 & 53 respectively shall be quoted, the other column maynot be relevant
The rates shall be quoted in INR only
The rates shall be quoted per quarter (i.e. a period of three months)
The rates with tax will be entered in words by the format automatically.
Page 43 of 45
Price Bid declaration (Signed and scanned copy of document to be furnished by the bidder)
Technology‐1 Quote ( in Rupees)
Small Category Medium Category Large Category
Without taxWith tax Without taxWith tax Without tax With tax
1) WIND Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No
2) Solar Ground Mounted Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No
3) Large Scale Solar Rooftop Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No
4) Small scale solar rooftop/Off‐Grid/ Biogas/others
Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No
5) Hydro Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No
6) Biomass/ Bagasse Co‐gen/ Waste to Energy
Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No
We not that the quote is for on quarterly basis and it is submitted only in the excel format provided and includes all the charges for analysis and submission of final report, including lodging & boarding, Travelling and other miscellaneous charges etc. The Price Schedule indicates the total amount with tax as well as without tax, separately.
Separate prices have been submitted for category applied under each technology.
The quoted price has not been mentioned anywhere, except for the excel format as prescribed.
(Signature of duly authorized person on behalf of the bidder)
(Affix official seal of Signatory)
Page 44 of 45
Form‐5
Pre‐bid Alliance Letter (If the alliance is with more than one technology support partner for different technologies, separate Form‐5 shall be signed and scanned copy of document shall be submitted for each alliance)
The Chairman & Managing Director
Indian Renewable Energy Development Agency Limited India Habitat Centre, East Court, Core‐4A, 1st Floor, Lodi Road, New Delhi – 110 003
Sir,
Empanelment of Lenders Engineer for Renewable Energy Projects‐Ref RfP‐IREDA/ REN/ Emp/LIE/2019
Name of Lead Bidder Name of Technology for which alliance is soughtName of Technology Support Partner
1. We / undersigned offer to apply for empanelment with IREDA Ltd. as a Lender’s Engineer in Alliance forrenewable energy projects as per details enclosed.
THIS ALLIANCE is made and entered into this ……………. day of the month of……, between:
[Name of Lead Partner] through its Authorized Signatory [Name of Authorized Person] having theirprincipal place of business at [Address] in India, hereinafter called as the Lead Member or the partyof the FIRST PART; and
[Name of Technology Support Partner] through its Authorized Signatory [Name of Authorized Person]having their principal place of business at [Address] in India, hereinafter called as the TechnologySupport Partner or the party of the SECOND PART;
The parties of the FIRST and the SECOND PART have agreed to join hands in the form of workingalliance to provide the professional engineering services for the captioned bid.
2. The party of the FIRST PART meets the General Eligibility Criteria and the party of the SECOND PARTmeets the technology specific criteria for the following technologies – Wind Projects, Ground mountedSolar Projects, Large scale solar Roof Top, small scale Solar Rooftop/off‐grid/Biogas/others, HydroProjects, Biomass /Bagasse co‐gen/Waste to Energy. (Strike out whichever not applicable) for which thisalliance is being done.
3. The party of the first part confirms that it has not been declared a wilful defaulter by RBI and nor was awilful defaulter.
4. The Technology Support Partner confirms that it has read the provisions of the bid document includingscope of work.
Page 45 of 45
5. We hereby understand and agree that the “Lead Member” shall be solely responsible for the duedischarge of the services with regard to IREDA Ltd and by virtue of being recognised as a pre‐bidalliance partner, the work done and submitted through the Lead Member by the Technology SupportPartner shall be acceptable to IREDA. The Lead Partner shall do all invoicing under the assignments andpayments will be released by IREDA Ltd directly to the Lead Partner. The sharing of proceedsbetween the Lead Member and the Technology Support Partner shall be the bilateral matter of the twoParties. Termination of this arrangement by any of the two Parties shall result in cancellation of theempanelment for the particular technology.
6. We further understand that The Minimum eligibility criterion as listed in A1 & A2 are to be met bythe lead partner in totality. Similarly, Minimum eligibility criterion as listed in A3 are to be met bythe Technology support partner in totality.
7. However, it is affirmed and agreed, that both Parties shall be jointly and severally responsible fortimeliness and the Quality of Services provided and IREDA Ltd shall have the right to move against any ofthe Party in case of deficient service.
8. We understand that IREDA reserves the right to accept /reject any bid, without assigning anyexplanation or reason and decision of IREDA management shall be final and binding on all the bidders.
9. We hereby declare and affirm that our company /firm / entity is not banned or blacklisted by Govt.Institutions in India as on the date of submission of this bid.
IN WITNESS WHEREOF, the Members have entered into this Agreement the day, month and year first
above written.
1. For and on behalf of (Lead Bidder)
Name
Designation
Date
Seal
2. For and on behalf of (Technology Partner)
Name
Designation
Date
Seal
FORM-6