Top Banner
Page 1 of 62 Tender document for appointment of consultant by Rural Electrification Corporation Limited (REC) on behalf of Central Electricity Authority (CEA), Ministry of Power (MoP) for Evaluation of RGGVY works etc in randomly selected about 1000 villages across the Country INFORMATION FOR BIDDERS Rural Electrification Corporation Limited (A Govt. of India Enterprise) Core-4, SCOPE Complex 7-Lodhi Road New Delhi 110 003
62

Tender document for appointment of consultant by Rural ...

Feb 10, 2017

Download

Documents

VuongNgoc
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Tender document for appointment of consultant by Rural ...

Page 1 of 62

Tender document for appointment of

consultant by Rural Electrification

Corporation Limited (REC) on behalf of

Central Electricity Authority (CEA), Ministry

of Power (MoP) for Evaluation of RGGVY

works etc in randomly selected about 1000

villages across the Country

INFORMATION FOR BIDDERS

Rural Electrification Corporation Limited (A Govt. of India Enterprise)

Core-4, SCOPE Complex

7-Lodhi Road

New Delhi – 110 003

Page 2: Tender document for appointment of consultant by Rural ...

Page 2 of 62

Important Notice:

1. Bids are invited on e-tender mode wherein Technical bid shall be submitted in hard

copies and price bid shall be submitted online by due date and time.

2. The cost of bid document is Rs 10,000/=. The cost is to be paid at the time of

procurement of bid document in form of demand draft payable in favor of Rural

Electrification Corporation Limited and payable in New Delhi. The DD may be issued

by any Scheduled Commercial Bank approved by RBI. The bidders who have procured

bid documents from REC by paying Rs 10,000/= each shall only be permitted to quote

for the bid. Bidder shall insert the DD details to fetch the bid details. Original DD shall

be submitted by bidder at the time of submission of technical bid. Scanned copy of DD

to be uploaded by bidder.

3. An incomplete and/or ambiguous and/or conditional and/or late response is liable to be

ignored/ summarily rejected.

4. The bidder must attest with seal the original tender document as an acceptance of the

TENDER terms and conditions and submit the same along with the technical bid. In

case of a non-compliance, the response is liable to be ignored/ summarily rejected.

5. Bidders requesting tender documents through post should include as additional amount

of Rs 1000/= for each tender. Mailing of tender will be wholly at the risk of the bidder

and REC will not be responsible for any postal delays.

6. REC at its discretion, may cancel this tender without assigning any reason(s)

whatsoever.

7. The submission and opening of bids will be trough e-tendering process. Tender

document can be downloaded from the website www.tenderwizard.com/REC or from

e-tender link given in REC Website, viz, http://www.recindia.nic.in.

Note:

a) To participate in the E-Bid submission, it is mandatory for the bidders to have user

ID & password. For this purpose, the bidder has to register itself with REC through

Tender Wizard website given above. Please also note that the bidder has to obtain

digital signature token for applying in the tender. In this connection, vendor may also

obtain the same from Tender wizard.

The steps to be followed for the registration process are given below:

1. Go to website http://www.tenderwizard.com/REC

2. Click the link “Register Me”

3. Enter the detail about the bidder as per format.

4. Click “Create Profile”

5. Bidder will get confirmation with Login-id and Password b) Steps for application for Digital Signature from Tender Wizard are given below:

Page 3: Tender document for appointment of consultant by Rural ...

Page 3 of 62

1. Download the Application Form from the website

http://www.tenderwizard.com/REC. Follow the instructions as provided.

2. In case of assistance please contact the person under “contacts us”.

NOTE: The Bidders are advised to obtain digital signature (Level 3) and register themselves

at www.tenderwizard.com/REC in advance. Please note that RECL in no way held

responsible if the bidder fails to apply due to non-possession of Digital Signature & non

registration.

Page 4: Tender document for appointment of consultant by Rural ...

Page 4 of 62

INVITATION FOR BIDS

Rajiv Gandhi Grameen Vidyutikaran Yojna projects, a national program for electrification

of all villages and rural households, invites bids from the prospective domestic bidders for

taking up Evaluation of RGGVY works etc in randomly selected about 1000 villages across

the country on behalf of Central Electricity Authority (CEA). On completion of the bidding

process, CEA will issue Letter of Intent and Letter of Award in favor f all successful

bidders. CEA will further interact with the successful bidders for day to day operation /

execution of the works including issuance of inspection/study instructions, acceptance and

review of reports, payments to the successful bidders and all other related activities required

to perform for post award execution of works including closer of the contract.

For expeditious completion of the study, the assignment shall be divided in five (5) Regions,

i.e., five separate contracts shall be awarded, one each for a Region. The constitution of

Regions comprising of States for the purpose of RGGVY evaluation shall be as follows:

1. Northern Region (NR): Jammu & Kashmir (J&K), Punjab, Haryana, Rajasthan,

Himachal Pradesh (HP), Uttarakhand and Uttar Pradesh (UP).

2. Western Region: Gujarat, Maharashtra, Madhya Predesh (MP) and Chhattisgarh

3. Southern Region: Andhra Pradesh (AP), Karnataka, Tamilnadu, Kerala, Telangana,

Seemandhra

4. Eastern Region: Bihar, Jharkhand, West Bengal, Orissa,

5. North-Eastern Region (NER): Sikkim, Tripura, Arunachal Pradesh, Assam.

Meghalaya, Nagaland, Mizoram, Manipur)

The bidder can quote in maximum two Regions. REC reserves the rights to cancel this

tender at any point of time without assigning any reason whatsoever.

The study shall be completed in 6 months from date of signing of contract documents.

1.0 Bidders are expected to examine all instructions, forms, terms and specifications in

the Bid documents and fully inform themselves as to all the conditions and matters

which may in any way affect the scope of work or the cost thereof. All the bids shall

be prepared in line with the instructions given in this Invitation for Bids.

2.0 QUALIFYING REQUIREMENTS: The qualifying requirements for the bidders are

given at Annexure-A to the Terms and Conditions (Volume-I). The stated

requirements are a minimum and REC reserves the right to request for any additional

information and also reserves the right to reject the bid of any Bidder, if in the

opinion of REC, the qualification data is incomplete or the Bidder is found not

qualified to satisfactorily perform the Contract.

3.0 CONTENTS OF BIDDING DOCUMENTS: The following shall constitute the

Bidding Documents.

Page 5: Tender document for appointment of consultant by Rural ...

Page 5 of 62

i. Invitation for Bids

ii. Terms and conditions of Contract (Vol-I)

iii. Bid Proposal sheets Including the Deviation Schedules (Vol-IA)

iv. Scope of Work (i.e. Terms of Reference, TOR)

4.0 CLARIFICATIONS ON THE BIDDING DOCUMENTS: If the prospective Bidder

finds discrepancies or omissions, in specifications and documents or is in doubt as to

the true meaning of any part, they shall at once make a request, in writing, for an

interpretation/ clarification, to REC in triplicate. REC, then, will issue

interpretation(s) and clarification(s) as it may think fit in writing. After receipt of

such interpretation(s) and clarification(s), the Bidder may submit their bid but within

the time and date as specified in the Invitation to Bid. All such interpretations and

clarifications shall form a part of the Bidding Document and shall accompany the

Bidder's bid. A prospective Bidder requiring any clarification on Bidding Document

may notify REC in writing. REC will respond in writing to any request for such

clarification of the Bidding Document which it receives not later than seven (7) days

prior to the deadline for submission of bids prescribed by REC. Written copies of

REC's response (including an explanation of the query but without identifying its

source) will be sent to all prospective Bidders who have received the Bidding

Document. Verbal clarification and information given by REC or its employee(s) or

their representative(s) shall not in any way be binding on REC

5.0 AMENDMENT TO BIDDING DOCUMENTS: At any time prior to the deadline

for submission of bids, REC may, for any reason, whether at its own initiative or in

response to a clarification requested by a prospective Bidder, modify the Document

by amendment (s). The amendment will be notified in writing or by Fax or by e-mail

to all prospective Bidders, who have received the Bidding Document at the address

contained in the letter of request from the Bidders for issue of Bidding Document.

REC will bear no responsibility or liability arising out of non-receipt of the same in

time or otherwise. Such amendments, clarifications, etc, shall be binding on the

Bidders and will be given due consideration by the Bidders while they submit their

bids and invariably enclose such documents as a part of the bid. The amendment to

the tender documents shall be updated on the web portal. Bidders are advised to

keep themselves updated with latest revision on the bid documents made

available on the web portal.

6.0 PREPARATION OF BIDS: It will be imperative on each Bidder to fully inform

himself of all local conditions and factors which may have any effect on the

execution of the Contract covered under these documents and specifications. REC

shall not entertain any request for clarifications from the Bidders, regarding such

conditions. It must be understood and agreed that such factors have properly been

investigated and considered while submitting the bids. No claim for financial

adjustment to the Contract awarded under these specifications and documents will be

entertained by REC. Neither any change in the time schedule of the Contract any

Page 6: Tender document for appointment of consultant by Rural ...

Page 6 of 62

financial adjustments arising thereof shall be permitted by REC, which are based on

the lack of such clear information or its effect on the cost of the Works to the Bidder.

The Bidder shall bear all costs and expenses associated with preparation and

submission of its bid including post-bid discussions, technical and other

presentations etc., and REC will in no case be responsible or liable for those costs,

regardless of the conduct or outcome of the bidding process. Failure to furnish all

information required by the Bid document or submission of a Bid not substantially

responsive to the Bid document in every respect will be at the Bidder's risk and may

result in the rejection of the bid.

7.0 SCOPE OF THE PROPOSAL: The scope of the Proposal shall be on the basis of a

single Bidder's responsibility, completely covering all the activities specified under

the accompanying TOR in line with the terms and conditions under the bidding

documents. The bidders are required to present along with the bid their proposed

methodology for execution of the work as per TOR, state-wise resources

planned to do the work and details of expertise & facilities including hardware,

software available with them.

8.0 DEVIATIONS FROM THE BIDDING DOCUMENTS: Unless brought out clearly,

the offer from the bidders shall be deemed to conform strictly to bidding documents.

All deviations (technical & Commercial) from the specifications shall be clearly

brought out in the schedule of deviations. Any discrepancy between the specification

and the bid, unless clearly brought out in the Deviation Schedule along with the cost

compensation for withdrawal of such deviation, will not be considered a valid deviation.

9.0 BID PRICE: Indigenous Bidders shall be eligible to quote for the scope of work in

Indian Rupees as per bid proposal sheets (BPS). The rates shall be offered for carrying

out evaluation of RGGVY works etc in each region separately. The bid shall be

submitted in the prescribed format of the Bid Proposal Sheet (BPS), furnishing the price

quoted region wise. A tentative list of number of villages to be visited for the

evaluation study in different districts of the country is enclosed as per Annexure. The

prices quoted shall be firm & shall not be affected by any change.

9.1 The prices shall be quoted and indicated in the BPS shall include inter-alia, all costs

such as cost of engaging personnel, cost towards tools, Stay, Lodging, Boarding, travels

etc that may be required for successful completion of work as per TOR including cost

of site arrangement, overhead, insurance, whatsoever, as stipulated in the bidding

documents for the total scope of work. No claim on account of any taxes, duties and

levies or any interest therein shall be entertained by REC.

9.2 Taxes & Duties: the quoted bid price shall include all taxes, duties & levies,

excluding service tax and surcharge thereon. Service tax at applicable rates

(prevailing rates from time to time as notified by Govt. of India) shall be paid on

Page 7: Tender document for appointment of consultant by Rural ...

Page 7 of 62

documentary evidence to that effect. Also, the bidders shall have valid service tax

registration and ensure deposit of service tax to the tax authorities.

9.3 Earnest Money Deposit (EMD): EMD in a separate sealed envelope for an amount

equal to 1% of cumulative estimated price of one or two Regions, as the case may be

or INR 1,00,000/- (Indian Rupees One Lakh only), whichever is more in the

form of Demand Draft/pay order from any Scheduled Commercial Bank (SCB)

approved by RBI in favour of REC Limited, payable at New Delhi shall accompany

the Bid for the assignment. The Bank Guarantee shall not be accepted for EMD. Bids

received without EMD shall be rejected. The EMD will be refunded to the successful

Bidder, after signing of the Contract and submission of Contract Performance

Guarantee (CPG). The EMD of all unsuccessful Bidders shall be returned within

thirty (30) days from the date of signing of contract agreement with the successful

bidder.

9.4 Any bid not accompanied with the requisite EMD in a separate sealed cover shall not

be opened and shall be returned to the bidder without being opened.

9.5 The EMD submitted by the bidder shall be returned to the unsuccessful bidders

without any interest, upon placement of award on the successful bidder.

10.0 Validity of Bid: The offer shall be valid for 180 days from last date of submission of

bid.

11.0 PRICES AND PRICE ADJUSTMENT

11.1 Prices for works covered under the scope shall be furnished by the bidder in the

manner specified in the bid proposal sheets, (Volume IA). Bid submitted without

covering all states of the region (as indicated in this document) for which the bid is

being submitted, shall be rejected.

11.2 Prices quoted by the bidder shall be firm during currency of the contract and not

subject to variation on any account, whatsoever.

11.3 Bids submitted with an adjustable price quotation will be treated as non-responsive

and rejected.

12.0 SUBMISSION OF BIDS:

The bidding process shall be carried out through e-tendering process in two stages.

First Stage shall be Evaluation of Technical Bids and Second Stage shall be

Evaluation of Price Bids. Technical Bids shall be submitted Online as well as offline

Page 8: Tender document for appointment of consultant by Rural ...

Page 8 of 62

(hard copies), whereas, Price Bids shall be submitted only online. Price Bids shall be

opened for only those bidders who qualify under first Stage of Technical Bids.

12.1 The. Bidder shall prepare three copies of the bid, clearly marking each bid as

"Original Bid" or "Copy of bid", as appropriate. In the event of any discrepancy

between them, the original shall govern.

12.2 The original and all copies of the bid shall be typed or written in indelible ink and

shall be signed by the Bidder or a person or persons duly authorized to bind the

Bidder to the Contract. The letter of authorization shall be indicated by written

Power-of-Attorney/ Authorization Letter accompanying the bid. All pages of the bid,

including un-amended printed literature, shall be signed by the person or persons

signing the bid along with the seal. The entire bid document shall be signed on all

pages and submitted at the time of bidding.

12.3 The Bidders must submit the qualifying data in three copies, as required in a

separate envelope sealed and enclosed in the envelope submitting Proposals,

super-scribed as under:

"QUALIFYING REQUIREMENTS FOR UNDERTAKING EVALUATION OF

RGGVY WORKS”

12.4 The bid shall contain no interlineations, erasures or overwriting except as necessary

to correct errors made by the Bidder, in which case such corrections shall be initialed

by the person or person signing the bid.

12.5 Submission of rates for evaluation work: The evaluation of bids would be

conducted on the total amount quoted for a particular Region. The bidders however

shall also quote per village as rates for evaluation (excluding service tax and

surcharge). These rates shall be used for progressive payments, quantity variation

and short-closing of the contract.

13.0 SIGNING OF THE BIDS:

13.1 The bid must contain the name, registered office and place of business of the person

or persons submitting the bid and must be signed and sealed by the Bidder with his

usual signature. The names of all persons signing should also be typed or printed below

the signature.

13.2 Bid by a partnership firm must be furnished with full names of all partners and be

signed with the partnership name, followed by the signature(s) and designation(s) of

the authorized partner(s) or other authorized representative(s). Copy of registered

Partnership Deed is to be enclosed.

Page 9: Tender document for appointment of consultant by Rural ...

Page 9 of 62

13.3 Bids by Corporation/Company must be signed with the legal name of the

Corporation/Company by the President, Managing Director or by the Secretary or

other person or persons authorized to bid on behalf of such Corporation/Company in

the matter.

13.4 Satisfactory evidence of authority of the person-signing on behalf of the Bidder shall

be furnished with the bid. Also, copy of power of attorney shall be furnished with the

bid.

13.5 The Bidder's name stated on the Proposal shall be the exact legal name of the firm.

13.6 Bids not conforming to the above requirements of signing may be disqualified.

14.0 SEALING AND MARKING OF BIDS: The Bidders shall seal the original and each

copy of the bid in an inner and an outer envelope, duly marking the

envelopes as "Original" and "Copy".

The inner and outer envelopes shall be:

a. Addressed to REC at the following address:

General Manager (RGGVY/QC)

Rural Electrification Corporation Ltd.,

Core-4, SCOPE Complex,

7, Lodi Road,

New Delhi-110 003

b. Bear the name of the package: "PROPOSAL FOR EVALUATION Of

RGGVY” and the words "DO NOT OPEN BEFORE 25.04.2014"

14.1 The Technical bid shall be submitted in one envelope. The envelope should contain:

1. EMD draft,

2. Bid Proposal Sheet containing:

Technical Qualification as per Requirement,

Financial Qualification as per Requirements,

Schedule of deviation Technical and

Schedule of deviation Commercial

Role and Responsibilities of Bidder, methodology to be adopted by

bidder for execution of works.

14.2 The price bid shall be submitted only online.

14.3 The envelope shall indicate the name, address etc of the bidder. On top of the

envelope, contents of envelope should be mentioned i.e. EMD/Technical & Financial

credential etc to enable REC to identify the name of bidder and the contents of

envelop.

Page 10: Tender document for appointment of consultant by Rural ...

Page 10 of 62

14.4 The bid shall be returned unopened in case it is declared "late" or "rejected". If the

outer envelope is not sealed and marked as required above, REC will assume no

responsibility for the bid's misplacement or premature opening.

15.0 DEADLLNE FOR SUBMISSION OF BIDS & OPENING

15.1 The Bidders have the option of sending the bid by registered post or submitting the

bid in person. Bids submitted by Fax/e-mail will not be accepted. No request from

any Bidder to REC for collection of the Proposals from airlines, cargo agents etc.

shall be entertained by REC.

15.2 Bids must be received by REC at the address specified under para 14.0, not later than

3:00 PM on 25.04.2014. The technical bids shall be opened on the same day in the

presence of the participating bidders present at that time. On evaluation of technical

bids, intimation shall be given to all acceptable bidders to participate in opening of

financial bids. The bidders may be asked to make a presentation regarding the

proposed methodology to be adopted for evaluation of RGGVY at its own expenses.

15.3 REC may, at its discretion, extend this deadline for the submission of bids by

amending the Bidding Documents, in which case all rights and obligations of REC

and Bidders subject to previous deadline will thereafter be subject to the deadline as

extended.

16.0 LATE BIDS

Any bid received after the time & date fixed or extended for submission of bids

prescribed by REC, will be rejected and/or returned unopened to the Bidder.

17.0 MODIFICATION AND WITHDRAWAL OF BIDS

17.1 The Bidder may modify or withdraw its bid after the bid's submission provided that

written notice of the modification or withdrawal is received by REC prior to the

deadline prescribed for submission of bids.

17.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked

and dispatched in accordance with the provisions of Clause 12.0.

17.3 No bid shall be modified subsequent to the deadline for submission of bids.

17.4 No bid may be withdrawn in the interval between the deadline for submission of bids

and the expiration of the period of bid validity specified by the Bidder on the Bid

Form. Withdrawal/modification of a bid during this interval may result in the

forfeiture of bid security/ bid guarantee.

Page 11: Tender document for appointment of consultant by Rural ...

Page 11 of 62

18.0 OPENING OF BIDS

18.1 REC will open bids in the presence of Bidders' representatives (up to 2 persons) who

choose to attend at the date and time for opening of bids. The Bidders'

representatives, who are present, shall sign in a register evidencing their attendance.

18.2 The Bidders' names, total bid prices, modifications, bid withdrawals and the presence

or absence of the requisite EMD and such other details as REC, at its discretion, may

consider appropriate will be announced during bid opening. No electronic recording

devices will be permitted during bid opening.

19.0 CLARIFICATION OF BIDS: To assist in the examination, evaluation and

comparison of bids, REC may, at its discretion, ask the Bidder for a clarification of

its bid. The request for clarification and the response shall be in writing and no

change in the price or substance of the bid shall be sought, offered or permitted.

20.0 PRELIMINARY EXAMINATION

20.1 REC will examine the bids to determine whether they are complete, whether any

computational errors have been made, whether the documents have been properly

signed, and whether the bids are generally in order. If there is a discrepancy

between words and figures, the amount in words will prevail. If the Bidder does

not accept the correction of the errors as above, his Bid will be rejected and the

amount of EMD forfeited. In case of any inconsistency in the prices

furnished in the specified price schedules to be identified in Bid Form for this

purpose, REC reserves the right to consider the highest price for the purpose of

evaluation and for the purpose of award of the Contract use the lowest of the

prices in these schedules.

20.2 A bid determined as not substantially responsive will be rejected by REC and may

not subsequently be made responsive by the Bidder by correction of the nonconformity.

21.0 EVALUATION AND COMPARISION OF BIDS

21.1 The bids shall be evaluated in two Stages. In First Stage, technical bids (consisting of

technical & financial criteria etc. as indicated in the Qualifying Requirements etc.)

shall be evaluated. In second Stage, price bids shall be opened and evaluated for

only those bidders who qualify under Stage-I (Technical evaluation). For

evaluation purpose, the total bid price (excluding Service Tax and Surcharges) will

be considered Region wise. The cost compensations indicated against the deviations

both Technical & Commercial shall be considered during the evaluation in order

to bring the all offers to a uniform level.

Page 12: Tender document for appointment of consultant by Rural ...

Page 12 of 62

21.2 The award to L-1 bidder shall be considered Regionwise on the basis of the most

competitive price offered.

21.3 REC reserves the right to assess the ability and capability of the bidder to perform

the assignment.

22.0 AWARD CRITERIA

22.1 CEA will award the Contract to the successful Bidder whose bid has been

determined to be substantially responsive and has been determined as the lowest

evaluated bid, provided further that the Bidder is determined to be qualified to

perform the Contract satisfactorily. CEA shall be the sole judge in this regard.

22.2 Prior to the expiration of the period of bid validity and extended validity period, if

any, REC will notify the successful Bidder in writing by registered letter/ courier or

by telegram or fax, to be confirmed in writing by registered letter, that his bid has

been accepted. The notification of award will constitute the formation of the

Contract.

23.0 Letter of Award

CEA will notify successful Bidder that his bid has been accepted. CEA will also

send detailed Letter of Award (LOA) enclosing copy of Contract Agreement

document. Within 15 days of receipt of the detailed Letter of Award, the successful

Bidder shall require to send unconditional acceptance of LOA by signing and

stamping each page of LOA as a token of acceptance.

24.0 Transferability of the Invitation for Bids & Bid documents: The Bid documents are

made available by REC in the company's website. The same can be downloaded for

the purpose of preparatory works. However, the bidders are requested to use the

authenticated bid documents for submitting their bids.

25.0 Bidders shall sign and seal all the pages of the bid document along with the Bid

Proposal Sheets and submit the same at the time of submitting bid.

26.0 PRE-BID DISCUSSIONS

Pre bid meeting with the prospective bidders is scheduled on 11th

April 2014 at

11:00 AM at REC Corporate Office, Scope Complex, 7-Lodhi Road, New Delhi-

110003. All the bidders are requested to attend the pre-bid meeting.

----

Page 13: Tender document for appointment of consultant by Rural ...

Page 13 of 62

TERMS & CONDITIONS OF CONTRACT

1.0 GENERAL INFORMATION

1.1 Ministry of Power (Govt. of India) has desired that RGGVY works etc shall be

evaluated by Central Electricity Authority in about 1000 villages (randomly selected)

spread across the country and REC has been asked to support CEA in appointment of

a consultancy agency for carrying out the study under the supervision of CEA.

1.2 The requirements, conditions, stated in this Terms & Conditions of the Contract

(Volume-I), Bid Proposal Sheets including Deviation Schedules (Volume-IA) &

Technical Specifications (Volume-II) shall be applicable and shall be considered as

if bound together and shall hence forth be referred to as Bidding Documents. In

case of any discrepancy between the provisions of this Volume-I and other

Volumes/schedules, the provisions of this volume shall prevail.

2.0 SCOPE OF WORK

2.1 Scope of Work/Terms of Reference is enclosed as Annexure-C

2.2 The consultant at his cost shall arrange, secure and maintain all insurance against all

perils as may be pertinent to the works and obligatory in terms of laws. The

responsibility to maintain adequate insurance coverage at all times during the period

of the contract shall be of the consultant alone. The consultant’s failure in this

regard shall not relieve him of any of his contractual responsibilities and

obligations.

2.3 All costs on account of Insurance liabilities covered under the contract will be on

consultant's account and will be included in Contract Price.

2.4 Anything not specifically stated in various documents forming part of the contract

but which are necessary for completion of the works shall be deemed to have been

included in the scope. All such materials and components shall be arranged and

transported by the consultant at his cost and expenses.

2.5 Sub-Contracting & Associates: The work, either full or in part, shall not be sub-

contracted at any point of time during the currency of the contract. The bidder

shall necessarily be required to meet the Technical/commercial Qualification

requirements. REC will consider the capability of the bidder in evaluating the bids for

Qualifying Requirements. The payments for the works completed will be released to

the consultant as per the payment schedule indicated in the document. The consultant

shall be responsible for completion of the works as per scope of work of the contract

2.6 Any part of sub-contracting or splitting of work shall result into termination of contract.

In such an event the Contract Performance Guarantee (CPG) shall be en-cashed.

Page 14: Tender document for appointment of consultant by Rural ...

Page 14 of 62

3.0 QUALIFYING REQUIREMENTS FOR THE BIDDERS:

The qualifying requirements for bidders are given in Annexure-A to this Terms

and Conditions of Contract.

4.0 CONTRACT PERFORMANCE GUARANTEE (CPG):

In the event of an award, the successful Bidder (Bidder), within fifteen days of

receipt of the Letter of Award from CEA, will be required to arrange submission of

the CPG in the form of a Bank Guarantee (BG) equivalent to 10% (Ten Percent) of

the contract price. The CPG/BG shall be as per Performa (will be given to the

successful bidder) and initially kept valid up-to period not later than 6 months from

the date of scheduled completion of work or extended period of completion of work,

if any.

5.0 RELEASE OF CONTRACT PERFORMANCE GUARANTEES (CPG):

The CPG submitted by the successful bidder shall be returned within 30 days upon

completion of scope of work, submission and acceptance of final evaluation report

and on making a power point presentation on assignment.

6.0 TERMS OF PAYMENT:

The payment for the performance of the contract will be made by CEA as per the

conditions specified hereunder:

6.1 Mobilization Advance (Optional): 10% of contract price shall be paid as an initial

interest bearing adjustable advance in two installments of 5 % each. First installment

of 5% of contract price shall be released on presentation of the following:

a. Unconditional acceptance of the Letter of Award and signing of contract

agreement by the Contractor.

b. Contractor’s detailed invoice.

c. Submission of unconditional & irrevocable Bank Guarantees of 110% amount

of Mobilization Advance in favor of employer. The said Bank Guarantees shall

be initially valid upto end of ninety (90) days after the scheduled month of

recoveries of each installment and shall be extended in case the installment of

mobilization advance has not been returned to the employer.

d. An unconditional & irrevocable Bank Guarantee or Demand Draft for Ten

Percent (10%) of the total Contract price towards Contract Performance

Guarantee (CPG). The said bank guarantee shall be initially valid upto ninety

(90) days after expiry of the Warranty Period and shall be extended from time

Page 15: Tender document for appointment of consultant by Rural ...

Page 15 of 62

to time till ninety (90) days beyond successful completion of warranty period,

as may be required under the Contract.

e. Detailed PERT Network/Bar chart and its approval by the Employer.

The bidder must utilize first advance installment of 5% of contract price component

before requesting for second advance installment. Second installment of 5% shall be

released on presentation of contractor’s invoice and satisfactory utilization certificate

of first advance installment. The interest rate on advance shall be charged as per

applicable SBI PLR on the date of disbursement of advance for entire period of

advance.

6.2 First Installment (50%): On submission of satisfactory draft report (covering all

points of ToR) of a State, 50% of contract amount of that particular State shall be

released. Proportionate 50% Mobilization Advance, if taken, of that State shall be

adjusted with this installment.

6.3 Second Installment (30%): On submission of satisfactory final report (covering all

points of ToR and after incorporating comments on draft reports) of a State, 30% of

contract amount of that particular State shall be released.

6.4 Third (Final) Installment (20%): On submission of satisfactory final reports and its

acceptance by CEA of all States as well as on making of Presentation (ppt), third and

final 20% of contract amount shall be released.

6.5 All inspection claims for progressive payments shall be submitted by the consultant to

CEA.

6.6 Payment to the consultants shall be released within 07 working days after their

receipt. All the payments to the consultants shall be released through electronic

transfer. The successful bidder shall have to open and maintain suitable accounts for

electronic transfer.

6.7 Statutory deductions like Income Tax. Corporate Tax etc. are deducted at source.

Necessary certification shall be issued by CEA for the amounts deducted at source.

The bidders shall have valid Permanent Account Number issued by Income Tax

Authorities. Bidder should also have valid Service Tax Registration number issued by

Customs and Excise Department.

7.0 WORK SCHEDULE:

7.1 The names of the villages to be evaluated shall be intimated by CEA on signing of

contract agreement.

Page 16: Tender document for appointment of consultant by Rural ...

Page 16 of 62

7.2 The study shall be completed within 6 months from date of signing of contract

documents. Following milestones shall be followed by the consultant:

7.2.1 Draft report of any one state in the region within 4 (four) months.

7.2.2 Draft report of all the states in the region within 5 (five) months.

7.2.3 Final reports of all the states in the region within 6 (six) months.

8.0 DAMAGES FOR NON COMPLIANCE, REMEDIES FOR NON-

PERFORMANCE AND FRAUDULENT PRACTICES:

8.1 CEA shall have discretion to judge the non-performance and act accordingly. CEA

reserves the right to terminate the contract on non performance by the agency as per

above milestones. CEA shall en-cash Contract Performance Guarantee and get the

work done on risk and cost of consultant.

8.2 For reasons which may include unsatisfactory performance of the agency, false

reporting during the currency of the contract, or resorting to unacceptable or

unlawful and fraudulent practices either during bidding or during execution of the

contract, or for any other reason whatsoever, CEA, to this effect may terminate

the Contract and or forbid the agency from participating in any future bidding

process for a specified period of time. A fifteen days prior written notice shall be

served to the consultant for termination of contract. The balance works shall be

executed at the risk and cost of the consultant.

8.3 INTEGRITY OF PERSONNEL ENGAGED: The personnel engaged by the agency

for the evaluation of RGGVY works etc are required to submit the factual status

with an unbiased report of site works and material quality. It shall be the

responsibility of the agency to ensure that the personnel of highest integrity level

are engaged for evaluation works. In this regard, the agency shall furnish an

affidavit undertaking to CEA that personnel engaged do not have any pending

vigilance cases or already proven corruption charges against them in their past

career and that there is no doubt on their integrity.

The agency shall obtain necessary affidavit from the personnel engaged, about their

integrity/vigilance history/ background. The agency shall submit a copy of the same

to the respective Officer whenever sought by CEA.

Requisite formats for furnishing the affidavit by the agency and professionals shall be

given by CEA at the time of placement of Award.

8.4 COMPENSATION FOR DELAY:

In the event of the agency failing to submit the reports within the stipulated timelines

(as per clause 7.2), an amount of 0.5% of the contract price of all the quoted works in

Page 17: Tender document for appointment of consultant by Rural ...

Page 17 of 62

the region shall be deducted for each week of delayed submission of report at each

instance and that the overall compensation for delay against delayed submission of

reports shall be limited to 5% of total contract value of the region.

9.0 USE OF CONTRACT DOCUMENT AND OTHER INFORMATION

9.1 Bidder/consultant shall keep all the knowledge and information (which is not within

the public domain), which may be acquired during the carrying out of this

assignment, strictly confidential for all time and for all purpose. All final reports and

other documents or software submitted by the bidder in the performance of the

Services shall become and remain the property of CEA.

9.2 The Consultant shall not without CEA's prior written consent disclose the

Contract, or-any provision thereof, or any specification, plan, drawing, pattern,

sample or information furnished by or on behalf of CEA in connection therewith, to

any person other than a person employed by the Consultant in the performance of the

Contract. Disclosure to any such employed person shall be made in confidence and

shall extend only as far as may be necessary for the purpose of such

performance.

9.3 The Consultant shall not, without CEA prior written consent, make use of any

document or information enumerated in various Contract documents except for the

purpose of performing the Contract.

9.4 The Consultant shall not communicate or use in advertising, publicity, sales

releases or in any other medium, photographs or other reproduction of the Works

under this Contract, or descriptions of the site, dimensions, quantity, quality or

other information, concerning the works unless prior written permission has been

obtained from the CEA.

9.5 Any document, other than the Contract itself, enumerated in various Contract documents

shall remain the property of CEA and shall be returned (in all copies) to CEA on-

completion of the Consultant's performance-under the Contract if so required by REC.

9.6 Bidder/Consultant shall keep confidential and shall not, without the consent of CEA,

which shall not be unreasonably withheld, divulge or part off to any third party any

documents, data or other information in connection with this assignment except where

such information are of public domain or required under the statute or Law.

10.0 SETTLEMENT OF DISPUTE AND ARBITRATION:

Except where otherwise provided in the Contract, all the questions and disputes relating

to the meaning and instructions under this contract herein before mentioned and as to the

quality of work as to any other question, claim, right, matter or thing whatsoever is any

Page 18: Tender document for appointment of consultant by Rural ...

Page 18 of 62

way arising out of or relating to the Contract or the execution or failure to execute the

same whether arising during the progress of the work or after the completion or

abandonment thereof shall be referred to the sole arbitrator- to be appointed by

Member, CEA. The Arbitration proceedings will proceed under Arbitration and

Conciliation Act 1996. The award of the sole Arbitrator shall be final, conclusive and

binding on both the parties. Notwithstanding anything any dispute between the parties,

the consultant shall not be entitled to withhold, delay or defer his obligations under the

contract and same shall be carried out strictly in accordance with the terms and

conditions of contract. The Venue of arbitration shall be New Delhi. During Arbitration

proceedings, neither of the parties will be entitled to interest pendentlite.

11.0 LAWS & JURISDICTION OF CONTRACT:

The laws applicable to the Contract shall be the laws in force in India. The courts of New

Delhi shall have exclusive jurisdiction in all matters arising under the contract.

12.0 CONSULTANT’S DEFAULT:

In the event the bidder withdraws or alters his bid within the bid validity period or fails

to honor the letter of Award in the event of decision of the tender in their favour,

than the EMD submitted shall be forfeited. Further if the consultant fails to execute the

contract in the event of placement of award in their favour, then the contract shall be

terminated by CEA forfeiting the Performance Bank Guarantee and EMD submitted

by the agency. In the event the CEA terminates the contract due to consultant's default,

the consultant will be liable to pay to CEA for any additional costs incurred for

procuring such similar services for the work got done from other agencies on its risk

and cost.

13.0 FORCE MAJEURE

13.1 Force majeure is herein defined as any cause which is beyond the control of the

Consultant or CEA as the case may be, which they could not foresee or with a

reasonable amount of diligence could not have foreseen and which substantially

affects the performance of the Contract, such as:

a) Natural phenomena, including but not limited to floods, cyclone, fire, hail

storm, cloud burst, avalanche, droughts, earthquakes and epidemics;

b) Acts of any Government, domestic or foreign, including but not limited to

war, declared or undeclared, priorities, guarantees, embargoes.

Provided either party shall within fifteen (15) days from the occurrence of such a

cause notify the other in writing of such causes, along with proof of such

occurrences.

Page 19: Tender document for appointment of consultant by Rural ...

Page 19 of 62

13.2 The Consultant or CEA shall not be liable for delays in performing its obligations

resulting from any force majeure cause as referred to and/or defined above. The date

of completion will, subject to hereinafter provided, be extended by a reasonable time

at the sole discretion of CEA.

14.0 SUSPENSION OR DELETION OF WORK:

CEA reserves the right to suspend or delete the work included in the scope of this

contract at any time during the contract period. The decision of the Officer-in-Charge

of CEA shall be final and binding in this matter. The payment shall be made on pro-

rata basis for the work actually done and approved by CEA.

15.0 MANNER OF EXECUTION OF CONTRACT

15.1 The Contract Agreement, unless otherwise agreed to, shall be signed within 15 days of

the acceptance of the Letter of Award, at the office of CEA on a date and time to be

mutually agreed. The Consultant shall provide for signing of the Contract,

appropriate power of attorney and other requisite materials. In case the Contract is to

be signed beyond the stipulated time, the EMD submitted with the Proposal will have

to be extended accordingly.

15.3 The Agreement will be signed in two originals and the consultant shall be provided

with one signed original and the other will be retained by CEA.

16.0 Foreclosure of the contract: In case of poor performance by an agency, CEA

reserves the right to short close the contract for a part or whole of the contract and

award the balance quantities to other agency (ies) on risk and cost of the agency.

Before short closing or terminating, CEA shall issue notice to the agency

highlighting all facts.

17.0 COMPLETION OF CONTRACT

Unless otherwise terminated under the provisions of any other relevant clauses, this

Contract shall be deemed to have been completed on completion of the Scope of

work, submission & acceptance of all the reports, presentation on outcome of reports

and release of final payments.

18.0 QUANTITY VARIATION

CEA reserves the right to increase or decrease the quantity of works and services up

to 20% (Twenty Percent) value of the total contract price. For the purpose of quantity

variation, the state wise unit price of the village inspection shall be applicable.

Suitable Amendment/ Communications shall be issued by CEA in the event of

Page 20: Tender document for appointment of consultant by Rural ...

Page 20 of 62

variation in the quantities. For the purpose of modification of contract price, unit

prices for evaluation of villages as quoted by the bidder in BPS shall be applicable.

19.0 STATUROTY REQUIREMENTS:

a) The consultant is liable to extend the benefits to its employees as provided under

the ESI Act, Payment of Wages Act, Payment of Bonus Act. Contract Labour

(Regulation & Abolition Act), Minimum Wages Act, Motor &Transport Act.

Workmen Compensation Act and any other relevant Acts applicable to the

establishment. The rates to be quoted shall be inclusive of meeting all such

statutory obligations.

b) The consultant shall also take group insurance for the personnel engaged

by him. The rates quoted shall be inclusive of meeting all such statutory

obligations and Group Insurance payments.

c) Any of the local rules/regulations are to be abided by the consultant.

20.0 ENFORCEMENT OF TERMS

The failure of either party to enforce at any time any of the provisions of this

Contract or any rights in respect thereto or to exercise any option therein provided,

shall in no way be construed to be a waiver of such provisions, rights or options or in

anyway to affect the validity of the Contract. The exercise by either party of any of

its rights herein shall not preclude or prejudice either party from exercising the same

or any other right it may have under the Contract.

- - -

Page 21: Tender document for appointment of consultant by Rural ...

Page 21 of 62

Annexure-A to volume-I

Pre-Qualification Requirement of Bidders

1.0 QUALIFICATION OF BIDDER FOR EACH PACKAGE:

1.1 Bidders may quote in maximum two Regions out of five Regions specified in the

bidding document. However, it is necessary for the bidders to quote for all States in a

Region wherein the bidder is participating. If an agency is not eligible to participate

in even a single State of any Region, the agency shall not be eligible for that

particular Region. Bidder shall require intimating in the Technical Bid, at time of

submission of technical bid, the name of Regions for which he/she is quoting.

1.2 Based on number and name of region/states for which a bidder is quoting his/her

rates, credentials of bidders shall be examined. If bidder wants to quote in more than

one region, his estimated cost of project shall be sum of the estimated cost of two

regions. Following minimum credentials shall be desirable for acceptance of

financial bid:

a) The average financial turnover of the bidder during last 4 years ending 31st March

2014, should be at least 70% of the cumulative estimated amount of all States in one

or two regions quoted by agency.

b) Experience of consulting /advising Indian Power Distribution utilities/CPSUs/State

Governments in Project Management/ monitoring/ evaluation of electrical

distribution schemes’ works during last 4 years ending 31st March 2014 should be

either of the following:

(i) Experience in single completed consultancy work of advising Indian Power

Distribution utilities/CPSUs/State Governments in Project Management/

monitoring/ evaluation of electrical distribution schemes costing not less than

the amount equal to 80% of the cumulative estimated amount of all States in

one or two Regions quoted by agency.

Or

(ii) Experience in two completed consultancy works of advising Indian Power

Distribution utilities/CPSUs/State Governments in Project Management/

monitoring/ evaluation of electrical distribution schemes, each costing not

less than the amount equal to 50% of the cumulative estimated amount of all

States in one or two Regions quoted by agency.

c) The bidders should have a positive net-worth. Auditor’s certificate shall be submitted

for the same;

Page 22: Tender document for appointment of consultant by Rural ...

Page 22 of 62

d) The bidder should have at least

i. 2 personnel (min. BE/Tech and PGDM/MBA degree) on roll of the company

having experience of more than 10 years in Power Sector.

ii. 2 personnel (min. BE/Tech) on roll of the company having experience of

more than 6 years in electrical sub-transmission and distribution sector

iii. 1 personnel (min. Post Graduate in Economics/statistics) on roll of the

company having experience of more than 3 years in evaluation of socio-

economic studies of public at large

iv. 5 personnel (min. BE/Tech) on roll of the company having experience of

more than 3 years in electrical sub-transmission and distribution sector

General

The bidder must be a registered legal entity in India for at least three (3) years.

Certificate of Incorporation must be submitted as a proof of the same.

The bidder should have PAN, PF, ESI, service tax registration and proof of such

registration shall be enclosed along with the bid;

1.3 The bidder shall furnish following documents/details with its bid:

Documentary evidence/certificates as a proof of meeting the QR.

The complete annual reports together with audited statements of accounts of

the firm company for last three years (separate), immediately preceding the

date of submission of bid.

The bidder shall be required to submit completion certificate, issued by the

owner for whom he has successfully completed the works, in support of

above credentials.

1.4 Bidders who do not meet the above criteria shall not be evaluated further in the

bidding process. REC shall on its own discretion, may cross check the credentials of

the bidder. A Bidder shall be disqualified if it is determined by REC at any

stage/bidding process that bidder has made misleading or false representation in

form, statements and attachments in the proof of the qualification requirements,

performance related credentials.

The bidder shall also be disqualified if it fails to continue to satisfy the qualifying

criteria during any stage of evaluation process. Supplementary information or

documentation regarding qualifications may be sought from the bidders at any time

and must be so provided within a reasonable time frame as stipulated by the client.

Page 23: Tender document for appointment of consultant by Rural ...

Page 23 of 62

1.5 LITIGATION HISTORY:

The bidder should provide detailed information on any litigation or arbitration

arising out of contracts completed or under execution by it for the last 5 years. A

consistent history involving litigation against the bidder may result in rejection of

Bid.

1.6 BIDDING FOR MAXIMUM TWO REGIONS:

Bids shall be evaluated for each Region separately and accordingly individual letters

of award shall be issued for each Region. An agency shall be allowed to quote for

maximum two Regions.

1.7 SUB-CONTRACTING & ASSOCIATES/JOINT VENTURE: The work, either full or

in part, shall not be subcontracted at any point of time during the currency of the

contract. The bidder shall necessarily be required to meet the

Technical/commercial Qualification requirements. The associates and Joint Ventures

are also not allowed to participate in the bid.

Page 24: Tender document for appointment of consultant by Rural ...

Page 24 of 62

ANNEXURE-B to Volume-I

PROFORMA OF 'AGREEMENT' (for single bidder only)

(To be executed on non-judicial stamp paper)

This Agreement made this……………….day of…………….., two

thousand…………..between CEA, Central Electricity Authority, having its Registered Office

at Sewa Bhawan, R K Puram, New Delhi (hereinafter referred to as the 'CEA'which

expression shall include its administrators, successors, executors and permitted assigns) of the

one part and M/s………………………………., a company incorporated under the

Companies Act, 1956 having its Registered Office

at………………………………….Institution/Firm/ [hereinafter referred to as the 'Consultant'

or "X" (name of the Contracting Co.) which expression shall include its administrators,

successors, executors and permitted assigns] of the other part.

WHEREAS CEA desirous of Evaluation of RGGVY works etc. for …… villages in ……

Region(briefly describe scope of work) against its Tender Document No …………………

AND WHEREAS…………………….."X" ………………………had participated in the

above referred bidding vide their Proposal No…………….dated………………..and awarded

the Contract to……………………."X" ……………………….on terms and conditions

of the documents referred to therein, which have been acknowledged by

…………………"X"………………………..resulting into a "Contract".

NOW THEREFORE THIS DEED WITNESSETH AS UNDER: -

1.0 Article

1.1 Award of Contract

……………has awarded the Contract to……………….."X"…………………..for the work

of………………………… on the terms and conditions contained" in its Letter of Award

No………………………. dated……………………….and the documents referred to

Page 25: Tender document for appointment of consultant by Rural ...

Page 25 of 62

therein. The award has taken effect from aforesaid Letter of Award. The terms and

expressions used in this Agreement shall have the same meaning as are assigned to them in

the 'Contract Documents' referred to in the succeeding Article.

2.0 Contract Documents

2.1 The Contract shall be performed strictly as per the terms and conditions stipulated

herein and in the following documents attached herewith (hereinafter referred to as

"Contract Documents’).

i) REC's Bidding Documents in respect of Tender Document No…………issued

vide its letter No……………dated…………..consisting of Invitation to Bid,

BPS. Terms & Conditions of Contract, and all other Sections entitled

including all amendments issued vide its letter(s) No.(s)……………

dated………….

ii) REC's Technical Specifications including Amendments issued vide its Letter

No………………………….dated…………………… (Volume-II)

iii) "X"s Proposal No………………….dated…………….along with Bid Proposal

Sheets, Data Requirements, payment terms and Work Schedules submitted by

“X” entitled as “……………………………” (Volume-III)

iv) Agreed Minutes of the meeting held on…………………….between………..

and “X” (Volume-IV)

v) CEA’s Letter of Award No..………..dated…… duly acknowledged by “X”

(Volume-V)

vi) Contract Schedule (Volume –VI)

All the aforesaid Contract Documents shall form an integral part of this Agreement, in so far

as the same or any part conforms to the Bidding Documents (Vol. I & II) and what has been

specifically agreed to by the CEA in its Letter of Award. Any matter inconsistent therewith,

contrary or repugnant thereto or any deviations taken by the Consultant in its Proposal (Vol. -

Page 26: Tender document for appointment of consultant by Rural ...

Page 26 of 62

III) but not agreed to specifically by the CEA in its Letter of Award shall be deemed to have

been withdrawn by the Consultant. For the sake of brevity, this agreement along with its

aforesaid Contract Documents shall be referred to as the 'Agreement'.

3.0 Conditions & Covenants

3.1 The scope of Contract, Consideration, Terms of Payment. Taxes wherever applicable,

insurance, damages. Security Deposit and all other terms and conditions are

contained in CEA's Letter of Award No………………dated………….read in

conjunction with other aforesaid Contract documents. The Contract shall be duly

performed by the Consultant strictly and faithfully in accordance with the terms

of the Agreement.

3.2 The scope of work shall also include all activities which are not specifically

mentioned in the Contract documents, but which are needed for successful, efficient,

way of providing inspection services unless otherwise specifically excluded in the

Specifications under 'Exclusions' or Letter of Award.

3.3 Time Schedule

3.3.1 Time is the essence of the Contract-and schedules shall be strictly adhered to. 'X"

shall perform the work in accordance with the agreed schedule as given in Volume -V

& VI of Contract documents [clause 2.1(v & vi) above].

3.4 Quality

3.4.1 The Consultant is responsible for the proper services as per the quality manual of the

bidding documents.

3.5 It is further agreed by the Consultant that the Contract Performance Guarantee (CPG)

shall in no way be

construed to limit or restrict the CEA's right to recover the damages/compensation

due to short-fall in services or under any other clause of the Agreement. The amount

of damages/compensation shall be recoverable either by way of deductions from the

Page 27: Tender document for appointment of consultant by Rural ...

Page 27 of 62

Contract price, Contract Performance Guarantee and/or otherwise. The Contract

Performance Guarantee furnished by the Consultant is unconditional and the CEA shall

have the power to en-cash it notwithstanding any dispute or difference between the

CEA and the Consultant pending "before any court tribunal, arbitrator or any other

authority.

3.6 This Agreement constitutes full and complete understanding between the parties and

terms of the presents. It shall supersede any prior correspondence, terms and

conditions contained in the Agreement. Any modification of the Agreement shall be

effected only by a written instrument signed by the authorized representative of both the

parties.

4.0 SETTLEMENT OF DISPUTES

4.1 It is specifically agreed by and between the parties that all the differences or disputes

arising out of the Agreement or touching the subject matter of the Agreement shall be

decided by the process of Settlement & Arbitration as specified in Clause 10.0 of the

Terms & Conditions of Contract and the provisions of the Indian Arbitration and

Conciliation Act 1996 shall apply and Delhi Courts alone shall have exclusive

jurisdiction over the same.

4.2 NOTICE OF DEFAULT

Notice of default given by either party to the other party under Agreement shall be in

writing and shall be deemed to have been duly and properly served upon the parties

hereto if delivered against acknowledgment or by telex or by registered mail with

acknowledgment due addressed to the signatories at the addresses mentioned herein

above.

IN WITNESS WHEREOF, the parties through then duly authorized representatives

have executed these presents (execution whereof has been approved by the competent

authorities of both the parties) on the day, month and year first above mentioned at

New Delhi.

WITNESS

Page 28: Tender document for appointment of consultant by Rural ...

Page 28 of 62

1. ………………………………………. (CEA’s signature)

(Printed Name)

2. ……………………………………….. (Designation)

(CEA, the agency’s Stamp)

1. ……………………………………….. (Consultant’s signature)

(Printed Name)

2. ……………………………………….. (Designation)

(Company’s Stamp)

Page 29: Tender document for appointment of consultant by Rural ...

Page 29 of 62

Annexure-C

Terms of Reference (TOR) for Evaluation of RGGVY

Consultant in group of at-least two or more shall require to visit each village assigned to

them for evaluation study work. They shall interact with local people, state power utility

officials, and other local dignitaries and discuss the subject in detail. They shall visit BPL

homes to assess the last mile connectivity of the network and other related things. They will

also visit local public places like Panchayat Bhawan, Health Center, School, Community

Center etc as available in the village. For assessment of electrical works under RGGVY,

they shall visit the site including location of distribution transformer substation.

For activities being performed by higher level offices of distribution companies/state bodies

etc, team of consultants have to visit district level/tehsil level or higher level offices too as

per requirement.

Following are the terms of reference for the evaluation study works:

1. Assessment on project Management

i. To study the role and responsibility of all stakeholders under the RGGVY

programme and assess whether these roles and responsibilities have been

undertaken by the respective stakeholders as per the scheme.

ii. To assess whether competitive tendering process has been followed by the

Project Implementing Agency for award of works.

iii. To assess the impact of delays in various clearances like forest clearance,

railway clearance etc on timely completion of projects.

2. Assessment of Quality Mechanism

i. To assess the quality mechanism followed by PIA.

ii. To assess whether three tier Quality Mechanism has been followed as per the

scheme and to assess the impact.

iii. To examine the quality of material supplied at the field and the quality of

workmanship executed at the field.

3. Evaluation of DPRs and Implementations

i. To study the sample DPRs and assess whether the same have been prepared

as per the scheme to provide the assess to electricity to all the consumers by

creating REDB & VEI, taking into account various aspects i.e. present and

future demand from various category of consumers including APL, BPL and

other category of consumers, provisions for upstream infrastructure

augmentation/ development etc.

ii. To assess if RGGVY works have been implemented as per approved DPR.

Also to assess whether location and size of sub-station is appropriate,

verification of erection of village distribution infrastructure, electrification of

Page 30: Tender document for appointment of consultant by Rural ...

Page 30 of 62

all BPL & APL households, including electrification of public places like

Gram Panchayat, School etc.

iii. To assess the capacity and reach of network developed in the villages under

the programme (both VEI & REDB) in meeting existing & future demand of

APL & BPL and other category of consumers. To examine the reason for

damage/ failure of Distribution Transformers, if any.

iv. To study the budgetary allocation of subsidies by State govt, hours of supply,

procedures for handing over the assets, energisation of network and to

suggest possible interventions for streamlining these aspects so as to make

the programme more adaptive and robust.

v. To assess progress of implementation (Study the actual implementation

schedule vis-à-vis standard implementation schedule and comment on slags,

if any, with assessment of responsibilities for such slags).

vi. To examine the number of APL connections released in the RGGVY villages

during and after the project implementation by the distribution utility and

study the augmentation of village distribution infrastructure by Utility, if any.

vii. To study the extent of issue of electricity bill to new connections including

BPL connections under project and status of bill payment by households in

villages electrified.

viii. To assess emergence of commercial activities upon implementation of

RGGVY works in the village. The effects in terms of availability of local

employment, stoppage of migration to town etc are also to be evaluated. In

case, commercial activities are still not started, the reasons for not starting

commercial activities are to be discussed and evaluated.

ix. To examine instances of dis-connection of BPL connections released under

RGGVY, if any and reason thereof.

x. To examine the socio-economic impact of village electrification under the

scheme in respect of standard of living, education, health, employment

opportunity, security, comfort, quality of life etc.

xi. To study availability of extra power in the state to meet the need of newly

electrified villages.

xii. Extent and efficacy of implementation of High Voltage Distribution System

(HVDS). To assess the system of revenue realization (Franchisee or its

alternative).

xiii. Any other issues, if need be.

xiv. To study the reasons for non-electrification of BPL consumers or villages, if

any.

Page 31: Tender document for appointment of consultant by Rural ...

Page 31 of 62

VOLUME-IA

RGGVY – Evaluation of RGGVY

BID PROPOSAL SHEET

Rural Electrification Corporation Limited

(A Govt. of India Enterprise)

Core-4, SCOPE Complex

New Delhi – 110 003

Page 32: Tender document for appointment of consultant by Rural ...

Page 32 of 62

BID PROPOSAL SHEETS

Name of the work : Appointment of consultant by Central Electricity Authority (CEA),

Ministry of Power (MoP) through REC for Evaluation of RGGVY in randomly selected

about 1000 villages across the Country.

Bid submitted towards: Study of RGGVY in about 1000 villages.

Name of applied Regions: 1.

2.

The Regionwise list of projects, number of Un-electrified/Electrified villages to be visited,

number of rural households to be electrified have been given in the bidding documents.

Bidders are instructed to offer the price against each Regionseparately. As indicated in

Invitation for Bidders, the contract price shall be firm during the currency of the contract.

Format for BPS - enclosed at Annexure-A

In case of any discrepancy between figures and words quoted, the figures mentioned in

words shall prevail.

* Signature of the Authorized Signatory

Place: Name:

Date: Designation:

Name of the Bidder

Address of the Bidder

Phone/Fax Number of Bidder

Note:

1. Copy of Power of attorney/ authorization letter for the authorized signatory shall be

submitted along with the bid.

Page 33: Tender document for appointment of consultant by Rural ...

Page 33 of 62

TECHNICAL QUALIFICATION REQUIREMENTS

1. Name of Registered entity:

Describe entity

(Provide documentary evidence)

2. Manpower Available with Bidder

(Provide in detail including their Qualification & experience)

Name Qualification Post Qualification

experience- years

Nature of experience

3. Nature of business & Activities- Provide details

4. Details of works completed/experience profile (Last 4 years)

S.

No.

Name of the works Scope &

description of

works

completed

successfully

During

the

Period

Customer name and

contact details

(email, celkl no,

land line number of

customer's officer

Value of

works

completed

5. Structure of Power Consulting Division in the Bidder’s company – provide

Organization structure with details of executives engaged in Quality Control

Division.

Signature of Bidder

Page 34: Tender document for appointment of consultant by Rural ...

Page 34 of 62

FINANCIAL QUALIFICATION REQUIREMENTS

Description Financial Turnover Cumulative value of

turnover in last 4

financial years (09-

10, 10-11, 11-12 &

12-13)

Average

Turnover in last

four FY ending

March'13 (Rs

Lakh)

09-10 10-11 11-12 12-13

Description Nos of eligible assignments (as per QR) completed in last 4 financial

years (No of works and value of works)

10-11 11-12 12-13 13-14

---No --- No ---NO ----No

Name and value

of individual

completed works

If bidder wants to qualify through para 1.2 (b) (i) of QR:

Value of single eligible completed assignment* : Rs …… Lakh

(should be at least 80% cumulative estimated amount of one or two regions quoted by the bidder)

If bidder wants to qualify through para 1.2 (b) (ii) of QR:

Value of first eligible completed assignment* : Rs …… Lakh

Value of second eligible completed assignment* : Rs …… Lakh

(both should be at least 50% cumulative estimated amount of one or two regions quoted by the bidder)

Net-worth of the bidder (in Rs) ………….

Signature and seal of Bidder

*Attach completion certificates

Page 35: Tender document for appointment of consultant by Rural ...

Page 35 of 62

SCHEDULE OF DEVIATIONS – COMMERCIAL

Name of the work : Appointment of consultant by Central Electricity Authority (CEA),

Ministry of Power (MoP) through REC for Evaluation of RGGVY in randomly selected

about 1000 villages across the Country.

Bid submitted towards: Study of RGGVY in about 1000 villages.

Name of the bidder:

Name of the Regionfor which Bid submitted:

To

Rural Electrification Corporation Limited

Core-4, SCOPE Complex,

7-Lodhi Road, New Delhi - 110 003

All commercial deviations, we are proposing are mentioned hereunder. Apart from

these deviations we do not have any other commercial deviations whatsoever for the said works.

S. No. Volume No. Clause No. Deviation proposed

Cost compensation for

withdrawing the deviation

(Rs Lakh)

Additional sheets may be used as required.

We also understand that

1. Deviations mentioned without indicating the cost for withdrawing the

same shall not be treated as deviations.

2. We shall comply with all the provisions of the bid documents.

* Signature of the Authorized Signatory

Place: Name:

Date: Designation:

Name of the Bidder

Address of the Bidder

Note:

1. Copy of Power of attorney/ authorization letter for the authorized signatory shall

be submitted along with the bid.

Page 36: Tender document for appointment of consultant by Rural ...

Page 36 of 62

SCHEDULE OF DEVIATIONS - TECHNICAL

Name of the work : Appointment of consultant by Central Electricity Authority (CEA),

Ministry of Power (MoP) through REC for Evaluation of RGGVY in randomly selected

about 1000 villages across the Country.

Bid submitted towards: Study of RGGVY in about 1000 villages.

Name of the bidder:

Name of the Regionfor which Bid submitted:

To

Rural Electrification Corporation Limited

Core-4, SCOPE Complex,

Lodi Road, New Delhi - 110 003

All technical deviations, we are proposing are mentioned hereunder. Apart from these

deviations we do not have any other technical deviations whatsoever for the said works.

S. No. Volume No. Clause No. Deviation proposed Cost compensation for

withdrawing the deviation

Additional sheets may be used as required.

We also understand that

1. Deviations mentioned without indicating the cost for withdrawing the

same shall not be treated as deviations.

2. We shall comply with all the provisions of the bid documents.

* Signature of the Authorized Signatory

Place: Name:

Date: Designation:

Name of the Bidder

Address of the Bidder

(* Copy of Power of attorney/ authorization letter for the authorized signatory- shall be

submitted along with the bid)

Page 37: Tender document for appointment of consultant by Rural ...

Page 37 of 62

ROLES & RESPONSIBILITIES OF CONSULTANT

Provide detailed responsibility chart for role & responsibilities of bidder.

Signature of Bidder

Page 38: Tender document for appointment of consultant by Rural ...

Page 38 of 62

METHODOLOGY SUGGESTED FOR EVALUATION OF RGGVY WORKS

1. Name of the state:

2. Number of Districts covered:

3. Number of villages covered:

4. Number of Site offices in the Regionproposed:

5. Number of Staff proposed to be deployed:

Head:

Senior Engineers:

Site Engineers:

a. Profile of the Head proposed:

Education Qualification proposed:

Prior Experience (no. of years):

b. Profile of the Senior engineer proposed:

Education Qualification proposed:

Prior Experience (no. of years):

c. Profile of the site engineer proposed:

Education Qualification proposed:

Prior Experience (no. of years):

6. Any special training proposed for site engineers:

7. Whether exclusive transport facilities provided to site engineers without depending

on the erection consultant:

8. Checks and Balances proposed for ensuring the works as per the standards:

9. Nodal point for Co-ordination of the site engineers:

a. At District level:

b. At Regionlevel:

Page 39: Tender document for appointment of consultant by Rural ...

Page 39 of 62

10. Schedule for completion of assignment. (no. of villages in each month may be

indicated)

Name of the State:

S. No. Project

name/no.

1st

month

2nd

month

3rd

month

4th

month

5th

month

6th

month

Signature of Bidder

Page 40: Tender document for appointment of consultant by Rural ...

Page 40 of 62

Price Bid format (to be submitted only online)

Name of

Region

Name of

State

Nos. of

Villages

Unit rate of

village

State-wise contract

price

(Nos. of villages ×

unit rate of village)

Total Contract price of

Region

Note – The Price quoted shall be exclusive of Service Tax and Surcharges.

Page 41: Tender document for appointment of consultant by Rural ...

Page 41 of 62

Annexure-A

Project-wise number of villages for evaluation

X & XI Plan Phase-I

Sl.

No. Name of District

Sanctioned Coverage Nos. of Villages for evaluation

UE PEV BPL H/H UEV PEV

Andhra Pradesh X Plan

1 Anantapur 926 51408 1

2 Kurnool 902 135203 1

3 Mahboob-nagar 1477 220158 1

4 Nalgonda 1124 78352 1

4 Total CPDCL 4429 485121 4

5 Srikakulam 1819 194941 1

6 Vishakhapatnam 2620 204113 1

7 Vizianangaram 1438 149755 1

8 West Godavari 1141 87831 1

4 Total EPDCL 7018 636640 4

9 Adilabad 1760 103184 1

10 Khammam 1245 132334 1

11 Nizamabad 1050 60036 1

3 Total NPDCL 4055 295554 3

12 Chittoor 1274 120186 1

13 Guntur 694 135273 1

14 Kadapa 954 104205 1

15 Krishna 1005 87774 1

16 Nellore 1127 121931 1

17 Prakasham 1067 127633 1

6 Total SPDCL 6121 697002 6

17 Total (Ar.P. X Plan) 21623 2114317 17

Andhra Pradesh XI Plan

1 Medak 1061 34367 1

2 Ranga Reddy 893 14883 1

2 Total CPDCL 1954 49250 2

3 East Godavari 1323 245334 1

1 Total EPDCL 1323 245334 1

4 Karimnagar 935 19417 1

5 Warangal 1003 71199 1

2 Total NPDCL 1938 90616 2

6 Anakapalle(Vishakhapattnam) 143 39368 1

7 Cheepurupalli (Vizianagaram) 104 29200 1

Page 42: Tender document for appointment of consultant by Rural ...

Page 42 of 62

8 Kuppam(Chittor) 223 14835 1

9 Sircilla (Karimnagar) 173 9220 1

4 Total RE-coop 643 92623 4

9 Total (Ar.P XI Plan) 5858 477823 9

26 Total (Ar.P. X Plan & XI Plan) 27481 2592140 26

Arunachal Pradesh X Plan

1 Lower Subamsiri 134 89 1812 2

2 Papum Pare 103 232 2565 2 1

2 Total (Ar.P. X Plan) 237 321 4377 4 1

Arunachal Pradesh XI Plan

1 Anjaw 215 45 1993 2

2 Changlang 82 241 2218 1 1

3 Dibang Valley 68 31 483 1

4 East Kameng 240 2086 2

5 East Siang 47 99 3108 1 1

6 Kurung Kumai 299 70 3273 2

7 Lohit 62 156 2599 1 1

8 Lower Dibang 40 69 1189 1 1

9 Tawang 79 131 259 1

10 Tirap 63 158 8749 2 1

11 Upper Siang 26 52 531 1

12 Upper Subansiri 284 51 3066 2

13 West Kameng 190 154 2898 1 1

14 West Siang 197 178 3981 1 1

14 Total (Ar.P. XI Plan) 1892 1435 36433 19 7

16 Total (Ar.P. X & XI Plan) 2129 1756 40810 23 8

Assam X Plan

1 Tinsukia 350 725 44548 2

2 Goalpara 323 361 30911 1

2 Total (ASEB) 673 1086 75459 3

1 cachar 230 660 73512 2

3 Total (Assam X Plan) 903 1746 148971 5

Assam XI Plan

1 Barpeta 226 791 63567 2

2 Bongaigoan 351 501 41969 1

3 Darrang 204 1082 53273 2

4 Dhemaji 631 251 21322 2

5 Dhubri 393 782 74274 2

6 Golaghat 483 508 43026 2

7 Jorhat 243 472 36041 1

8 Kamrup 379 927 74943 2

Page 43: Tender document for appointment of consultant by Rural ...

Page 43 of 62

9 Karbi Anglong 1380 436 31504 2

10 Kokrajhar (Pacakage A & C) 308 284 29570 1

11 Lakimpur 544 503 34745 1

12 Morigaon 314 264 35417 1

13 Nagaon 358 1003 100514 3

14 Nalbari 145 653 45672 1

15 North Cachal hills 242 128 4681 1

15 Total (ASEB) 6201 8585 690518 24

16 Dibrugarh 272 786 24240 2

17 Hailakandi 71 250 9788 1

18 Karimganj 210 459 27488 1

19 Kokrajhar (Pacakage B) 123 130 11329 1

20 Sibsagar 102 360 13505 1

21 Sonitpur 643 1014 65817 3

6 Total (PGCIL) 1421 2999 152167 9

21 Total (Assam XI Plan) 7622 11584 842685 33

24 Total (Assam X & XI Plan) 8525 13330 991656 38

Bihar X Plan

1 Darbanga 372 63288 5

2 East Champaran 744 72769 5

3 Madhubani 326 48077 5

4 Sheohar 119 16639 3

5 Sitamarhi 305 41694 5

5 Total NHPC 1866 242467 23

6 Araria 593 37433 5

7 Aurangabad 1239 43050 5

8 Banka (*) 1408 43805 3

9 Bhagalpur 598 30459 4

10 Bhojpur 591 25761 3

11 Buxar 516 18293 3

12 Gaya (south)(*) 1210 33201 3

13 Gaya(North) 849 41429 3

14 Gopalganj(*) 751 28409 3

15 Jamui 1072 30067 3

16 Kaimur 485 13794 2

17 Kishanganj 564 25725 3

18 Lakhisarai 175 7166 3

19 Munger 201 7885 3

20 Nalanda 609 29122 3

21 Nawada 613 27049 3

22 Patna 469 22362 2

Page 44: Tender document for appointment of consultant by Rural ...

Page 44 of 62

23 Purnia 583 25563 3

24 Rohtas 982 36398 3

25 Saran 925 39644 4

26 Siwan 826 34417 3

21 Total PGCIL 15259 601032 67

26 Total (Bihar X Plan) 17125 843499 90

Bihar XI Plan

1 Begusarai 387 341 90912 4

2 Katihar 1031 259 142350 4

3 Khagaria 133 108 36671 3

4 Madhepura 234 147 75084 4

5 Saharsa 267 174 72996 4

6 Samastipur 455 658 73332 4

7 Sheikhpura 162 106 30538 3

8 Supaul 357 169 80681 3

8 Total BSPHCL 3026 1962 602564 29

9 Darbhanga 290 419 135621 4 1

10 East Champaran 96 439 192079 4 1

11 Madhubani 248 459 165563 4 1

12 Sheohar 54 52 33507 3

13 Sitamarhi 245 252 152735 5 1

14 West Champaran 916 374 178284 5

6 Total NHPC 1849 1995 857789 25 4

15 Jahanabad and Arwal (2districts) 540 23953 4

16 Muzzafarpur 335 1461 291343 5 1

17 Vaishali 336 1233 143307 4 1

16 Muzzafarpur&VaishaliCompeted

Under MNP

17

3 Total PGCIL 1211 2694 458603 13 2

17 Total (Bihar XI Plan) 6086 6651 1918956 67 6

43 Total Bihar (X + XI) 23211 6651 2762455 157 6

Chhattisgarh X Plan

1 Champa Jajgir 889 39365 1

1 Total NESCL 889 39365 1

2 Durg 6 1770 48129 1

3 Kawardha 111 845 34832 1 1

2 Total NHPC 117 2615 82961 1 2

3 Total (Chhat. X Plan) 117 3504 122326 1 3

Chhattisgarh XI Plan

1 Dhamtari 5 578 11264 1

Page 45: Tender document for appointment of consultant by Rural ...

Page 45 of 62

2 Durg (suppl) 582 10021 1

3 Kanker 5 960 35323 1

4 Kawardha (suppl) 56 240 12549 1 1

5 Mahasamund 1106 11834 1

6 Raipur 19 2080 72427 1

7 Rajnandgoan 1589 20544 1

7 Total NHPC 85 7135 173962 1 7

8 Bilaspur 1565 122355 1

9 Korba 49 573 26489 1 1

10 Raigarh 34 1397 66542 1 1

3 Total NESCL 83 3535 215386 2 3

11 Baster 703 575 126215 3 1

12 Dantewada(*) 85 839 54909 2 1

2 Total CPDCL 788 1414 181124 5 2

13 Sarguja(*) 115 1567 106937 2 1

1 Total PGCIL 115 1567 106937 2 1

13 Total (Chhat. XI Plan) 1071 13651 677409 10 13

16 Total (Chhattisgarh X & XI

Plan) 1188 17155 799735 11 16

Gujarat X Plan

1 Bharuch 656 32894 1

2 Narmada 552 37309 1

2 Total PGCIL 1208 70203 2

3 Panchmahal 1201 118268 1

3 Total (Guj X Plan) 2409 188471 3

Gujarat XI Plan

1 Dang 311 3262 1

2 Navsari 374 16704 1

3 Surat 1145 82062 1

4 Valsad 446 22686 1

4 Total DGVCL 2276 124714 4

5 Anand 350 43665 1

6 Dhod 692 33830 1

7 Kheda 612 67094 1

8 Vadodra 1543 24710 1

4 Total MGVCL 3197 169299 4

9 Amerli 614 15510 1

10 Bhavnagar 816 26280 1

11 Jamnagar 670 12615 1

12 Junagarh 875 31332 1

13 Kutch 867 53355 1

14 Porbandar 152 5211 1

Page 46: Tender document for appointment of consultant by Rural ...

Page 46 of 62

15 Rajkot 844 19862 1

16 Surendernagar 650 22026 1

8 Total PGVCL 5488 186191 8

17 Ahemedabad 546 49552 1

18 Banaskantha 1244 78688 1

19 Gandhinagar 290 17624 1

20 Mehsana 595 24283 1

21 Patan 517 39640 1

22 Sabarkantha 1372 76688 1

6 Total UGVCL 4564 286475 6

22 Total (Gujarat XI Plan) 15525 766679 22

25 Total (Gujarat X & XI Plan) 17934 955150 25

Haryana X Plan

1 Sonepat +Panipat+Karnal - 331 22647 1

2 Panipat - 180 6501 1

3 Karnal - 421 15861 1

4 Rohtak - 143 4189 1

4 Haryana UHBVNL 1075 49198 4

4 Total (Haryana X Plan) 1075 49198 4

Haryana XI Plan

1 Bhiwani 423 21632 1

2 Fatehabad 292 8304 1

3 Hisar 299 24845 1

4 Mewat 423 17935 1

5 Mohindergarh 361 5007 1

6 Rewari 298 14073 1

7 Sirsa 322 22118 1

7 Haryana DHBVNL 2418 113914 7

8 Ambala 462 8777 1

9 Jhajjar 246 4452 1

10 JInd 299 31146 1

11 Kaithal 269 7194 1

12 Kurukshetra 387 6898 1

13 Panchkula 216 625 1

14 Yamunanagar 613 1869 1

7 Haryana UHBVNL 2492 60961 7

14 Total (Haryana XI Plan) 4910 174875 14

18 Total (Haryana X & XI Plan) 5985 224073 18

Himachal Pradesh X Plan

1 Chamba 1118 647 1

1 Himachal Pradesh (HPSEB) 1118 647 1

Page 47: Tender document for appointment of consultant by Rural ...

Page 47 of 62

1 Total (Himachal Pradesh X Plan) 1118 647 1

Himachal Pradesh XI Plan

1 Bilaspur 278 42 1

2 Hamirpur 274 187 1

3 Kangra 2 1566 3020 1 1

4 Kinnaur 40 193 38 1

5 Kullu 172 520 1

6 Lahul Spiti 29 257 194 1

7 Mandi 12 1398 1537 1 1

8 Shimla 9 1310 2676 1 1

9 Solan 2377 1599 1

10 Una 758 964 1

11 Sirmour 1 965 1024 2

11 Total (Himachal Pradesh XI

Plan) 93 9548 11801 3 12

12 Total (Himachal Pradesh X & XI

Plan) 93 10666 12448 3 13

Jammu & Kashmir X Plan

1 Kupwara 41 332 5308 1 1

1 Total JKPDC 41 332 5308 1 1

2 Kathua 44 534 6461 1 1

3 Udhampur 18 578 47962 1 1

2 Total NHPC 62 1112 54423 2 2

3 Total (J&K) 103 1444 59731 3 3

3 Total (J & K X Plan) 103 1444 59731 3 3

Jammu & Kashmir XI Plan

1 Budgam 9 461 1519 1 1

2 Jammu 1019 6314 1

3 Kargil 27 101 1038 2 1

4 Leh 35 77 3755 2 1

5 Srinagar 7 161 3748 1 1

5 Total NHPC 78 1819 16374 6 5

6 Doda 25 586 28031 2 1

7 Ananntag 5 600 12183 1 1

8 Baramulla 22 576 5625 2 1

9 Poonch 22 148 1328 1 1

10 Puhwama 19 509 8331 1 1

11 Rajouri 9 368 5127 1 1

6 Total JKPDC 102 2787 60625 8 6

11 Total (J & K XI Plan) 180 4606 76999 14 11

14 Total (J & K X & XI Plan) 283 6050 136730 17 14

Jharkhand X Plan

1 Bokaro 222 242 39564 3

Page 48: Tender document for appointment of consultant by Rural ...

Page 48 of 62

2 Dhanbad 207 684 74089 3

3 Gumla 784 121 105666 3

4 Koderma(*) 311 206 30554 2

5 Simdega 380 32 59419 2

5 Total DVC 1904 1285 309292 13

6 East Singhbhum 837 660 70773 3

7 Garhwa 536 252 110607 3

8 Latehar 602 69 78267 3

9 Palamu 1143 425 115068 3

10 Saraikela- Kharsawan 488 435 86250 3

11 West Singhbhum 1118 215 123481 4

6 Total JSEB 4724 2056 584446 19

12 Deoghar(*) 1414 760 16363 3

13 Jamtara 685 278 32218 3

2 Total NESCL 2099 1038 48581 6

13 Total (Jharkhand X Plan) 8727 4379 942319 38

Jharkhand XI Plan

1 Chatra 1122 219 84279 4

2 Giridih 1958 418 131143 5

3 Hazaribagh 721 750 125996 4 1

3 Total DVC 3801 1387 341418 13 1

4 Dumka 2301 365 193106 4

5 Godda 1232 391 130892 4

6 Lohardaga 282 69 8186 2

7 Pakur 984 144 14208 2

8 Ranchi 1286 704 41083 2

9 Sahibganj 1124 183 20585 2

6 Total NESCL 7209 1856 408060 16

9 Total (Jharkhand XI Plan) 11010 3243 749478 29 1

22 Total (Jharkhand X & XI

Plan) 19737 7622 1691797 67 1

Karnataka X Plan

1 Bangalore (Rural) 2043 39406 1

2 Chitradurga 2 1174 36188 1

3 Davangere 795 50472 1

4 Kolar 3307 36744 1

5 Tumkur 12 3224 26094 1

5 Total BESCOM 14 10543 188904 5

6 Hassan 35 2471 41565 1

7 Mandya 1404 8760 1

8 Mysore 1478 92345 1

3 Total CESCOM 35 5353 142670 3

Page 49: Tender document for appointment of consultant by Rural ...

Page 49 of 62

9 Bellary 537 45889 1

10 Bidar 613 25863 1

11 Koppal 624 28515 1

12 Raichur 814 28335 1

4 Total GESCOM 2588 128602 4

13 Bagalkot 604 33477 1

14 Bijapur 665 48899 1

15 Dharwad 388 21936 1

16 Gadag 321 27911 1

17 Haveri 690 39429 1

5 Total HESCOM 2668 171652 5

17 Total (Karnataka X Plan) 49 21152 631828 17

Karnataka XI Plan

1 Chamrajnagar 422 22781 1

2 Kodagu 296 39669 1

2 Total CESCOM 718 62450 2

1 Gulbarga 1344 58973 1

1 Total GESCOM 1344 58973 1

1 Belgaum 5 1131 62430 1

2 Hukeri 123 14074 1

3 Uttar Kannada 29 1219 19657 1

3 Total HESCOM 34 2473 96161 3

1 Chickmagulur 1 1033 19429 1

2 Shimoga 48 1471 23098 1

2 Total MESCOM 49 2504 42527 2

8 Total (Karnataka XI Plan) 83 7039 260111 8

25 Total (Karnataka X & XI

Plan) 132 28191 891939 25

Kerala (X Plan)

1 Idukki - 38 17834 1

1 Total (Kerala X Plan) 38 17834 1

Kerala (XI Plan)

1 Kannur 78 5136 1

2 Kasargod 113 4194 1

3 Kozhikode 87 11920 1

4 Mallapuram 122 7897 1

5 Pallakad 144 3955 1

6 Wyanad 48 5415 1

6 Total (Kerala XI Plan) 592 38517 6

7 Total (Kerala X & XI Plan) 630 56351 7

Madhya Pradesh X Plan

1 Ashok Nagar 72 746 22542 1

Page 50: Tender document for appointment of consultant by Rural ...

Page 50 of 62

2 Guna - 1241 16884 1

2 Total NESCL 72 1987 39426 2

3 Chindwara 3 1896 40012 1

4 Dhamoh 1123 63319 1

5 Jabalpur 15 1367 62330 1 1

6 Seoni 25 1559 60722 1

4 Total MPPoKVVCL 43 5945 226383 1 4

7 Indore 625 19154 1

8 Ujjain 1096 26332 1

2 Total MPsPVVCL 1721 45486 2

8 Total (MP X Plan) 115 9653 311295 1 8

Madhya Pradesh XI Plan

1 Betul 1249 42164 1

2 Datia 584 14452 1

3 Harda 26 471 11819 1

4 Morena 169 612 22037 1 1

5 Sheopur 6 473 10942 1

6 Shivpuri 10 1306 38705 1

6 Total MPMKVVCL 211 4695 140119 1 6

7 Annupur 12 520 13917 1

8 Balaghat 1196 106350 1

9 Chhatarpur 26 512 30905 1

10 Dindori 848 34423 1

11 Katni 15 849 73191 1

12 Mandla 17 1152 55787 1

13 Narsinghpur 1033 53881 1

14 Panna 24 848 37448 1

15 Rewa 204 2211 56063 1 1

16 Sagar 91 1779 68225 1

17 Satna 42 1399 43545 1

18 Shahdol 11 776 35485 1

19 Sidhi 19 1391 77861 1

20 Tikamgarh 1 864 43733 1

21 Umaria 4 562 27871 1

15 Total MMPPoKVVCL 466 15940 758685 1 15

22 Dhar 1473 52299 1

23 Jhabua 14 1280 81769 1

24 Ratlam 1053 32075 1

3 Total MMPPsKVVCL 14 3806 166143 3

24 Total (Madhya Pradesh XI Plan) 691 24441 1064947 2 24

32 Total (Madhya Pradesh X & XI

Plan) 806 34094 1376242 3 32

Page 51: Tender document for appointment of consultant by Rural ...

Page 51 of 62

Maharashtra X Plan

1 Gondia 869 91474 1

2 Dhule 580 80746 1

3 Nanded 1464 23901 1

4 Solapur 1139 66417 1

4 Total (Mah. X Plan) 4052 262538 4

Maharashtra XI Plan

1 Ahemadnagar 1397 94911 1

2 Akola 862 75138 1

3 Amravati 1671 87064 1

4 Aurangabad 1302 58533 1

5 Beed 1353 55552 1

6 Bhandara 742 68961 1

7 Buldhana 1297 110120 1

8 Chandrapur 1522 42943 1

9 Gadchiroli 1523 39217 1

10 Hingholi 672 15133 1

11 Jalana 966 43020 1

12 Jalgaon 1490 102786 1

13 Kolhapur 1193 7461 1

14 Latur 937 57686 1

15 Nagpur 1614 60000 1

16 Nandurbar 749 94939 1

17 Nashik 1923 93097 1

18 Osmanabad 735 44005 1

19 Parbhani 832 55467 1

20 Pune 1844 52984 1

21 Raigad 1852 27979 1

22 Ratnagiri 1539 26869 1

23 Sangli 729 43431 1

24 Satata 1731 20404 1

25 Sindhudurg 687 5486 1

26 Thane 564 29398 1

27 Vasai 6 952 44633 1

28 Wardha 1004 43997 1

29 Washim 702 33934 1

30 Yavatmal 1856 78705 1

30 Total (Maharashtra XI Plan) 6 36240 1613853 30

34 Total (Maharashtra X & XI

Plan) 6 40292 1876391 34

Manipur X Plan

1 Chandel 133 191 10645 1 1

Page 52: Tender document for appointment of consultant by Rural ...

Page 52 of 62

2 Tamenglong 53 79 3802 1

2 Total (Manipur) X Plan 186 270 14447 1 2

Manipur XI Plan

1 Bishnupur 30 43 6860 1

2 Churachandpur 204 213 11185 1

3 East Imphal 61 195 15448 1

4 Senapati 251 334 22566 1

5 Thoubal 46 87 12180 1

6 Ukhrul 58 123 12175 1

7 West Imphal 46 113 12508 1

7 Total (Manipur XI Plan) 696 1108 92922 3 4

9 Total (Manipur X & XI Plan) 882 1378 107369 4 6

Meghalaya X Plan

1 Jaintia Hills 68 374 14029 1

2 Ri-Bhoi 106 423 9647 1 1

2 Total (Meghalaya X plan) 174 797 23676 1 2

Meghalaya XI Plan

1 East garo Hills 470 335 15059 2

2 East Khasi Hills 19 834 14193 1

3 South Garo Hills 379 248 5384 1

4 West garo Hills 657 816 40543 1

5 West Khasi Hills 244 506 17592 1

5 Total (Meghalaya XI Plan) 1769 2739 92771 5 1

7 Total (Meghalaya X & XI

Plan) 1943 3536 116447 6 3

Mizoram X plan

1 Lawngtlai 68 71 3300 1

2 Lunglei 22 138 5318 1

2 Total (Mizoram X Plan) 90 209 8618 1 1

Mizoram XI Plan

1 Aizawal 11 98 3173 1

2 Champhai 9 76 7096 1

3 Kolasib 5 27 1615 1

4 Mamit 7 75 4008 1

5 Saiha 15 53 2607 1

6 Serchhip 32 300 1

6 Total (Mizoram XI Plan) 47 361 18799 6

8 Total (Mizoram X & XI

Plan) 137 570 27417 1 7

Nagaland X Plan

1 Phek 104 5799 1

2 Zunheboto 12 175 8491 1

2 Total (Nagaland X Plan) 12 279 14290 2

Page 53: Tender document for appointment of consultant by Rural ...

Page 53 of 62

Nagaland XI Plan

1 Dimapur 18 198 9289 1

2 Khoima 94 8618 1

3 Kiphire 6 85 5462 1

4 Longleng 6 23 5494 1

5 Mokokchung 102 4827 1

6 Mon 14 88 10038 1

7 Peren 16 70 4195 1

8 Tuensang 122 5274 1

9 Wokha 33 91 2413 1

9 Total (Nagaland XI Plan) 93 873 55610 9

11 Total (Nagaland X & XI Plan) 105 1152 69900 11

Orissa X plan

1 Angul(*) 594 1034 94614 4 1

2 Nayagarh 603 873 69775 4 1

2 Total NESCL 1197 1907 164389 8 2

3 Gajapati 721 746 58428 4 1

4 Ganjam 684 1984 112263 4 1

2 Total NHPC 1405 2730 170691 8 2

4 Total (Orissa. X Plan) 2602 4637 335080 16 4

Orissa XI Plan

1 Boudh 733 376 66599 4

2 Ganjam (supp.) 604 56926 1

3 Khandamal 1604 756 79924 4

4 Puri 52 1451 35949 1 1

5 Rayagada 2063 402 127550 5 1

5 Total NHPC 4452 3589 366948 14 3

6 Balangir 464 1300 153039 4 1

7 Baragarh 117 1062 136314 3

8 Devogarh 354 344 46115 3

9 Dhenkanal 250 817 47531 3 1

10 Jharsuguda 45 308 24393 1 1

11 Kalahandi 1100 917 216253 5

12 Keonjhar 919 1157 184865 4

13 Koraput 1279 579 208158 5

14 Nuapada 216 391 76398 3 1

15 Sambalpur 473 766 71183 4 1

10 Total NESCL 5217 7641 1164249 35 5

16 Balasore 174 2445 168238 2 1

17 Bhadrak 289 953 69203 3 1

18 Cuttack 161 1693 146757 2 1

Page 54: Tender document for appointment of consultant by Rural ...

Page 54 of 62

19 Jagatsinghpur 116 1113 97029 2 1

20 Jajpur(CESCO) 5 198 16293 1

21 Jajpur(NESCO) 127 1248 143761 2 1

22 Kendarapara 230 947 81429 2 1

23 Khurda 145 1218 82498 2 1

24 Malkangiri 833 165 54731 2

25 Mayurbanj 1724 2029 231889 5 1

26 Nawrangpur 550 350 111897 4

27 Sonepur 473 486 63078 3 1

28 Sundargarh 797 884 109709 3 1

13 Total PGCIL 5624 13729 1376512 32 11

28 Total (Orissa XI Plan) 15293 24959 2907709 81 19

32 Total (Orissa X & XI Plan) 17895 29596 3242789 97 23

Punjab XI Plan

1 Amritsar 1173 30941 1

2 Bhatinda 260 5401 1

3 Faridkot 155 7569 1

4 Fatehgarh Sahib 418 812 1

5 Ferozpur 962 25004 1

6 Gurdaspur 1649 28015 1

7 Hoshiarpur 1386 3317 1

8 Jalandhar 816 4630 1

9 Kapurthala 521 1946 1

10 Ludhiana 895 2687 1

11 Mansa 241 3686 1

12 Moga 316 5504 1

13 Mukatsar 232 7910 1

14 Nawanshahar 442 1504 1

15 Patiala 915 6251 1

16 Rupnagar (Ropar) 878 4042 1

17 Sangrur 581 9641 1

17 Total (Punjab XI Plan) 11840 148860 17

Rajasthan X Plan

1 Ajmer 14 1011 31223 1

2 Chittorgarh (UE) 4 59 1

3 Dungarpur 100 754 111273 1 1

4 Jhunjhunu 855 19697 1

5 Rajsamand 132 841 49528 1 1

6 Sikar 13 973 23670 1

7 Udaipur (UE) 46 1616 1

7 Total Ajmer DISCOM 309 4434 237066 4 5

Page 55: Tender document for appointment of consultant by Rural ...

Page 55 of 62

8 Alwar 47 1882 67871 1

9 Bundi 77 771 10803 1

10 Dausa 34 991 35234 1

11 Dholpur (UE) 162 1455 2

Jhalwar(PGCIL)

12 Karauli (UE) 9 78 1

13 Kota 44 767 31491 1

6 Total Jaipur DISCOM 373 4411 146932 3 4

14 Bikaner 205 587 41481 1 1

15 Churu 11 843 51488 1

16 Hanumangarh (UE) 46 516 1

17 Jaisalmer 98 348 10112 1 1

18 Jaisalmer (UE) 60 256 1

19 Jalore 30 667 54217 1

20 Jodhpur 173 885 30365 1 1

21 Nagaur Ladnu(+24) 97 2814 1

22 Sirohi 8 447 24566 1

23 Sri Ganganagar (UE) 111 129 1

10 Total Jodhpur Discom 742 3874 215944 6 7

24 Bhilwara 104 1589 49510 1 1

25 Jhalawar 177 1300 50499 1 1

2 Total PGCIL 281 2889 100009 2 2

25 Total (Rajasthan X Plan) 1705 15608 699951 15 18

Rajasthan XI Plan

1 Banswara 446 967 156127 3 1

2 Chittorgarh (sup) 207 1977 125862 2 1

Nagaur (PGCIL)

3 Udaipur(sup) 377 1793 202369 3 1

3 Total Ajmer DISCOM 1030 4737 484358 8 3

Barmer (UE) (PGCIL)

4 Hanumangarh(sup) 132 1576 77616 1 1

Pali (PGCIL)

5 S.Ganganagar(sup) 179 2505 34910 1 1

2 Total Jodhpur Discom 311 4081 112526 2 2

Baran(PGCIL)

Bharatpur (PGCIL)

6 Dholpur(sup) 131 491 17284 1 1

7 Jaipur 47 2030 52163 1

8 Karauli (sup)(*) 76 632 41472 1 1

9 S. Madhopur 81 631 47827 1 1

10 Tonk 143 889 54119 1 1

Page 56: Tender document for appointment of consultant by Rural ...

Page 56 of 62

5 Total Jaipur DISCOM 478 4673 212865 4 5

11 Baran 116 973 41358 1 1

12 Barmer 668 1230 67945 1 1

13 Bharatpur 99 1267 41821 1 1

14 Nagaur 26 1357 42762 1

15 Pali 21 915 46532 1 1

5 Total PGCIL 930 5742 240418 4 5

15 Total (Rajasthan XI Plan) 2749 19233 1050167 18 15

40 Total (Rajasthan X & XI Plan) 4454 34841 1750118 33 33

Sikkim X Plan

1 North 8 45 747 1

2 West 8 113 2977 1

2 Total (Sikkim X Plan) 16 158 3724 2

Sikkim XI Plan

1 East 124 4672 1

2 South 9 136 3062 1

2 Total (Sikkim XI Plan) 9 260 7734 2

4 Total (Sikkim X & XI Plan) 25 418 11458 4

Tamil Nadu XI Plan

1 Coimbatore 388 27935 1

2 Cuddalore 685 37703 1

3 Dindigul 337 13321 1

4 Erode 343 17369 1

5 Kancheepuram 904 18723 1

6 Kanya Kumari 81 3095 1

7 Karur 154 16679 1

8 Krishnagari 345 8602 1

9 Madurai 425 16152 1

10 Nagapattinam 424 32252 1

11 Namakkal 300 13981 1

12 Perambalur 346 16826 1

13 Pudukkottai 765 27073 1

14 Ramnathpuram 385 18931 1

15 Salem 380 27586 1

16 Sivaganga 445 12862 1

17 Thanjavur 589 35525 1

18 Theni 133 7333 1

19 Thiruvannmalai 860 35106 1

20 Thiruvar 413 19175 1

21 Tiruvallur 539 16543 1

22 Trichirapalli 451 23047 1

Page 57: Tender document for appointment of consultant by Rural ...

Page 57 of 62

23 Tuticorin 408 528 1

24 Vellore 762 32517 1

25 Villupuram 1104 55674 1

26 Virudhunagar 450 10973 1

26 Total (Tamil Nadu XI Plan) 12416 545511 26

Tripura X Plan

1 Dalahi 48 72 13119 1

1 Total (Tripura X Plan) 48 72 13119 1

Tripura XI Plan

1 South Tripura 15 247 58559 1

2 West Tripura 18 245 77463 1

2 Total PGCIL 33 492 136022 2

3 North Tripura 79 78 45589 1

3 Total (Tripura XI Plan) 112 570 181611 1 2

4 Total (Tripura X & XI Plan) 160 642 194730 2 2

Uttar Pradesh X Plan

1 PuVVNL, Varanasi

1 Allahabad 1080 3441 3

2 Basti 1501 6784 3

3 Chandauli 347 1717 2

4 Fatehpur 485 2727 2

5 Gazipur 329 2310 2

6 Gorakhpur 828 3565 3

7 Jaunpur 734 2857 3

8 Kaushambi 212 1345 1

9 Maharajganj 272 2000 1

10 Mirzapur 605 6530 2

11 Pratapgarh 424 2779 3

12 Siddarth Nagar 1229 13804 1

13 Sonbhadra 390 2370 1

14 St Kabirnagar 592 2855 2

15 St Ravidas Nagar 134 861 1

15 Total (PuVVNL , Varanasi) 9162 55945 30

16 Azamgarh 1940 104603 5

17 Balia 544 30639 2

18 Deoria 245 11105 2

19 Kushinagar 528 71139 3

20 Mau 739 50516 3

5 PGCIL (Under PuVVNL,

Varanasi) 3996 268002 15

20 Total (Varanasi) 13158 323947 45

1 PVVNL, Meerut

Page 58: Tender document for appointment of consultant by Rural ...

Page 58 of 62

21 Bijnor 395 1749 2

22 Bulandshahar 220 982 1

23 Gaziabad & G.B. Nagar 79 580 1

24 J.P. Nagar 475 1912 1

25 Moradabad 363 1660 2

26 Rampur 472 2844 2

6 Total (Meerut) 2004 9727 9

MVVNL, Lucknow

27 Badaun 615 11599 2

28 Balrampur 264 6600 1

29 Barabanki 792 17500 3

30 Bareilly 534 7840 1

31 Behraich / Srawasti 941 25880 3

32 Faizabad / Ambedkar Nagar 480 11181 1

33 Gonda 1103 27024 2

34 Hardoi 913 19425 2

35 Lakhimpur Kheri 748 18129 3

36 Lucknow 33 625 1

37 Pilibhit 536 9746 1

38 Shahjahanpur 735 11365 2

39 Unnao 761 14500 2

13 MVVNL, Lucknow 8455 181414 24

40 Raebareli 266 28269 3

41 Raibareli (Supp. DPR) 1467 187848 1

42 Sitapur 998 83600 3

43 Sultanpur(*) 679 40261 3

44 Sultanpur (Suppl. DPR) 1820 133303 1

5 PGCIL(Under MVVNL) 1943 3287 473281 9 2

Total (Lucknow) MVVNL 10398 3287 654695 33 2

DVVNL, Agra

45 Agra 138 3326 1

46 Aligarh 319 6230 1

47 Auraiya 353 14458 2

48 Banda 147 3078 1

49 Chitrakoot 268 6128 1

50 Etah 767 21373 3

51 Etawah 235 11855 1

52 Firozabad 306 6539 2

53 Furrukhabad 398 8638 2

54 Hamirpur 165 1407 1

55 Hathras 105 1794 1

Page 59: Tender document for appointment of consultant by Rural ...

Page 59 of 62

56 Jalaun 142 835 1

57 Jhansi 200 1554 2

58 Kannauj 288 3344 2

59 Kanpur Dehat (+Kanpur Nagar) 357 12781 2

60 Kanpur Nagar 168 1352 1

61 Lalitpur 316 7346 1

62 Mahoba 230 2920 1

63 Mainpuri 310 16715 2

64 Mathura 30 526 1

20 Total (Agra) 5242 132199 29

64 Total (Uttar Pradesh X Plan) 30802 3287 1120568 116 2

Uttarakhand X Plan

1 Almora 200 1948 36551 2 1

2 Bageshwar 39 827 16371 1 1

3 Chamoli 102 1051 15183 1 1

4 Champawat 91 560 7473 1 1

5 Dehradun 40 677 21264 1 1

6 Hardwar 4 501 21508 1

7 Nanital 32 1033 22427 1

8 Pauri Grahwal 360 2777 33038 2 1

9 Pithorgarh 126 1439 29182 2 1

10 Rudraprayag 48 610 10161 1 1

11 Tehri Garhwal 248 1538 23964 2 1

12 Udam Singh Nagar 6 652 33353 1

13 Uttarkashi 173 492 11140 1 1

13 Total (Uttarakhand X Plan) 1469 14105 281615 14 13

West Bengal X Plan

1 24 Parganas (North) 51 944 1

2 24 Parganas (South) 82 883 1

3 Burdwan and Birbhum 13 156 1

4 Dakshin Dinajpur 185 2208 1

5 Darjeeling 3 15 1

6 Malda 11 66 1

7 Murshidabad 32 186 1

8 Uttar Dinajpur 80 1423 1

8 Total WBSEB 457 5881 8

9 Bankura 451 12114 1

10 West Midnapur Excpt.kgp Block 1876 44629 2

2 Total PGCIL 2327 56743 3

11 East Midnapur(*) 807 22696 2

12 Purulia 467 7575 2

Page 60: Tender document for appointment of consultant by Rural ...

Page 60 of 62

13 West Midnapur kgp Block Only 225 4952 1

13 Total (West Bengal X Plan) 4283 97847 16

West Bengal XI Plan

1 West Midnapur kgp Block Only 332 12055 1

2 Uttar Dinajpur 1342 139704 1

3 Mursidabad 1898 458220 4

3 Total NESCL 3572 609979 6

4 Purulia 290 1723 174105 3 1

1 Total NHPC 290 1723 174105 3 1

5 West Midnapur Excpt.kgp Block 5367 278360 1

1 Total PGCIL 5367 278360 1

6 24 Parganas (South) 1948 279817 1

7 Birbhum 2088 212528 1

8 Burdwan 2437 257702 1

9 Coochbehar 1110 204713 1

10 Dakshin Dinajpur 1279 106569 1

11 Darjeeling(SMP) 285 18718 1

12 Hooghly 1416 30103 1

13 Howrah 776 66962 1

14 Malda 1552 126087 1

15 Nadia 1222 236244 1

10 Total WBSEB 14113 1539443 10

15 Total (West Bengal XI Plan) 290 24775 2601887 3 18

28 Total (West Bengal X & XI Plan) 4573 24775 2699734 19 18

235 National Total [ SPUs + CPSUs ]

(X Plan) 68763 111936 8310286 323 108

341 National Total [ SPUs + CPSUs ]

(XI Plan) 49792 244457 16414147 288 282

576 Grand Total [ SPUs + CPSUs ]

(X Plan+XI Plan) 118555 356393 24724433 611 390

Page 61: Tender document for appointment of consultant by Rural ...

Page 61 of 62

State-wise/Region-wise Estimated Cost

(For determination of eligibility in meeting Qualification Requirement)

S.No Region Name of State Estimated Price (Rs)

1

North

J&K 6,84,480

2 UP 20,67,810

3 Uttarakhand 5,96,160

4 HP 3,53,280

5 Punjab 2,97,905

6 Haryana 3,15,429

7 Rajasthan 11,56,571

Sub Total States: 7 54,71,634

8

West

Gujarat 4,38,095

9 MP 6,13,333

10 Mahrashtra 5,95,810

11 Chhattisgarh 4,73,143

Sub Total States: 4 21,20,381

12

South

Andhra Pradesh 4,55,619

13 Tamil Nadu 4,55,619

14 Kerala 1,22,667

15 Karnataka 4,38,095

Sub Total States: 4 14,72,000

16

East

West Bengal 6,48,381

17 Bihar 28,56,381

18 Jharkhand 11,91,619

19 Orissa 21,02,857

Sub Total States: 4 67,99,238

20

North East

Meghalaya 1,98,720

21 Manipur 2,20,800

22 Mizoram 1,76,640

23 Tripura 88,320

24 Nagaland 2,42,880

25 Sikkim 88,320

26 Arunachal Pradesh 6,84,480

27 Assam 8,39,040

Sub Total States: 8 25,39,200

Total 1,84,02,453

Page 62: Tender document for appointment of consultant by Rural ...

Page 62 of 62

Reference documents:

All documents pertaining to implementation of RGGVY X & XI Plan shall be referred by

the agencies for successful performance of the evaluation. In this regard following

documents, which are inclusive but not exhaustive, shall be referred by the agency during

the assignment

1. RGGVY O.M. dated 18th March 2005 & 06th February 2008 from MoP, Govt. of

India

2. Tripartite and Quadripartite agreements

3. Quality Control Manual

4. Tendering Process, Bidding Documents, LoA, Contract documents, Payment

Mechanism etc for awarded projects

5. Field Quality Plan (FQP) and Manufacturing Quality Plan (MQP) of PIAs

6. Measurement Book (MB)

7. Site Test reports

8. Manufacturing test reports

9. Audited accounts of PIAs vis-à-vis maintainance of single bank account of RGGVY

at state and district level, and reasons for deviations thereon, if any

10. Detailed Project Report (DPR) of projects