You are on page 1of 79

Bureau of Energy Efficiency

Ministry of Power, Government of India

Request for Proposal (RfP) for Hiring of Agency for Managing Facilitation
Centre for BEE’s Financing Schemes

Date: 17 th July 2023

Bureau of Energy Efficiency


4th Floor, Sewa Bhawan,
R.K. Puram,Sector-1
New Delhi -110066,
India
Contents
1 LETTER OF INVITATION ......................................................................................................... 4
1.1Advertisement .......................................................................................................................... 4
1.2 Critical Information .................................................................................................................. 5

2 BACKGROUND INFORMATION .............................................................................................. 6


2.1 About BEE .............................................................................................................................. 6
2.2 National Action Plan on Climate Change (NAPCC) ................................................................ 7
2.3 The National Mission for Enhanced Energy Efficiency (NMEEE) ........................................... 7
2.3.1 Energy Efficiency Financing Facility (EEFF): .......................................................................10

3 Project Proposed: ................................................................................................................... 12


3.1 Scope of work from the Agency: .............................................................................................12

4 Duration and FEE for the Project ...........................................................................................21


4.1 Duration of project ..................................................................................................................21
4.2 Deliverable and Payment Plan: ..............................................................................................21
4.3 Fee of Project .........................................................................................................................30
4.4 Earnest Money Deposit ..........................................................................................................30
4.5 Performance Security .............................................................................................................30

5 INSTRUCTIONS TO THE BIDDERS ........................................................................................32


5.1 Procedure for Submission of the Proposal .............................................................................32
5.2 Cost of Proposal .....................................................................................................................33
5.3Contents of theProposal ..........................................................................................................33
5.4Conflict of Interest ....................................................................................................................33
5.5Language of Proposal ..............................................................................................................33
5.6Confidentiality............................................................................................................................34
5.7Disclaimer .................................................................................................................................34
5.8 Authorized Signatory for Agency .............................................................................................34
5.9 Contact details of the Agency ..................................................................................................34
5.10 Queries on the RFP ...............................................................................................................35
5.11Amendment of RFP ................................................................................................................35
5.12Bid Processing Fees ...............................................................................................................35
5.13Documents Comprising the Proposal ......................................................................................35
5.14Power of Attorney ....................................................................................................................36
5.15 Duration of the Contract: ........................................................................................................36

6 SELECTION PROCESS .............................................................................................................37


6.1Minimum Eligibility Criteria ........................................................................................................37
6.2Preliminary Scrutiny ..................................................................................................................38
6.3Technical Evaluation .................................................................................................................39
6.4Final Evaluation ........................................................................................................................40
6.5 Terms of Payment ...................................................................................................................40
6.6 Penalty Clause ........................................................................................................................41
6.7 Contents of Proposal ...............................................................................................................41

1
7 Forms for the Proposal ..........................................................................................................43
7.1 Form 1 : Letter Proforma ........................................................................................................43
7.2 Form 2 : Minimum Eligibility ...................................................................................................46
7.3 Form 3 : Prior Experience ......................................................................................................48
7.5 Form 4 : Approach for Project ................................................................................................51
7.6 Form 5: CVs of Proposed Team Members .............................................................................52
7.7 Form 6: Declaration Letter ......................................................................................................54
7.8 Form 7: Work plan (with timelines) .........................................................................................54
7.8 Form 8: Letter of Undertaking……………………………………………………………..….…… 55
7.9 Form 9: Integrity Pact………………………………………………………………………….….….57

8 FORMS for the Cost Proposal ..................................................................................................68


8.1 Form 10 : Financial Proposal ....................................................................................................68

2
3
1. LETTER OF INVITATION

1.1. Advertisement

This Request for Proposal (RFP) document is for Request for Proposal
(RFP) for hiring of Agency for managing Facilitation Centre for BEE’s
Financing Schemes which is an initiative under the National Mission for
Enhanced Energy Efficiency (NMEEE).

The Government of India set up Bureau of Energy Efficiency (BEE)


(Website:www.beeindia.gov.in) on 1st March, 2002 under the provisions of
the Energy Conservation Act, 2001. The mission of the Bureau of Energy
Efficiency is to assist in developing policies and strategies with a thrust on
self-regulation and market principles, within the overall framework of the
Energy Conservation Act, 2001 with the primary objective of reducing
energy intensity of the Indian economy. Overcoming barriers for financing
of energy efficiency is a key policy goal of BEE.

Interested bidders may download the RFP document from the website
(www.beeindia.gov.in).The submission of the RfP document must be
accompanied with the payment of bid processing fee of Rs. 5000/-
(Rupees five thousand only).

Last Date for Submission of Proposal: 16th August 2023 by 03:00PM

Interested bidders may contact Ms. Vineeta Kanwal, Director, BEE for any
clarification.

Tel:(+91)-11-26766751
Email:vkanwal@beeindia.gov.in

4
1.2. Critical Information
Availability of RFP

17th17
July 2023
Last date for receipt
of Queries
24th July 2023

Pre-bid meeting
27th July 2023 ; 11:00AM
(Date and Time)
Last date and time
for receipt of
16th August 2023; 03:00PM
Proposal
Time and Date of
Opening of Bids
16 th August 2023; 3:30 PM

Venue for Pre-Bid Conference Room, 4th Floor, Sewa Bhawan, R.K.
Puram, New Delhi -110066 India
meeting and opening
of Bids (please send your confirmation for attending this pre
bid meeting with contact details to Ms Richa, Project
Engineer- BEE (richa.10@beeindia.gov.in)
Contact Person for Ms. Vineeta Kanwal
queries Director ,
Bureau of Energy Efficiency
4th Floor, Sewa Bhawan,R.K. Puram, New Delhi -
110066
Tel:(+91)-11-26766806/813
Email: vkanwal@beeindia.gov.in

5
Contact Person for Secretary
submission of Bureau of Energy Efficiency
Proposal 4th Floor, Sewa Bhavan,R.K. Puram, New Delhi -
110066
Tel:(+91)-11-26766700

6
2. BACKGROUND INFORMATION

2.1. About BEE


The mission of Bureau of Energy Efficiency (BEE) is to develop policies and strategies
with a thrust on self-regulation and market principles, within the overall framework of the
Energy Conservation Act (EC Act), 2001 with the primary objective of reducing energy
intensity of the Indian economy with active participation of all stakeholders. The Act
empowers the Central Government and in some instances the State Governments, in
Consultation with BEE, to:

1. Notify energy-intensive industries, other establishments, and


commercial buildings as designated consumers.
2. Establish and prescribe energy consumption norms and standards for
designated consumers.
3. Direct designated consumers to –
4. Designate or appoint a certified energy manager in charge of
activities for efficient use of energy and its conservation.
5. Get an energy audit conducted by an accredited energy auditor in the
specified manner and intervals of time.
6. Furnish information with regard to energy consumed and action taken
on the recommendation of the accredited energy auditor to the
designated agency.
7. Comply with energy consumption norms and standards, and if not so,
prepare and implement schemes for efficient use of energy and its
conservation.
8. Prescribe energy conservation building codes for efficient use of
energy and its conservation in commercial buildings.
9. State Governments to amend the energy conservation building codes
to suit regional and local climatic conditions.
10. Direct owners or occupiers of commercial buildings to comply with
the provisions of energy conservation building codes.
11. Direct mandatory display of label on notified equipment and
appliances.

7
12. Specify energy consumption standards for notified equipment and
appliance.
13. Prohibit manufacture, sale, purchase and import of notified
equipment and appliances not conforming to standards.

2.2. National Action Plan on Climate Change (NAPCC)

Realizing the growing challenge of climate change and its likely impacts
on the Indian economy, the Government of India (GOI) released the
National Action Plan on Climate Change (NAPCC) in June 2008, with
the objective of achieving a sustainable path of development that
simultaneously advances economic and environmental objectives.

Figure 1: National Missions of the NAPCC

2.3. The National Mission for Enhanced Energy Efficiency (NMEEE)


NMEEE as a key component of the NAPCC reflects the GOI’s increased
and renewed emphasis on achieving energy efficiency in the Indian
economy. This mission by promoting innovative policy and regulatory
regimes, financing mechanisms, and business models seeks to not only
create but also sustain markets for energy efficiency in a transparent and
time-bound manner. In addition to the ongoing schemes and programs, the

8
NMEEE puts in place four new initiatives to enhance energy efficiency
(figure2).

In its implementation plan in 2010, NMEEE seeks to upscale the efforts to


create the market for energy efficiency, estimated to be about Rs 74,000
crore. The Mission seeks to create conducive regulatory and policy regime
to foster innovative and sustainable business models to unlock this
market. As a result of implementing NMEEE, it is estimated that by the
end of five years, about 23 million tonnes of oil equivalent (MTOE) of fuel
will be saved, capacity addition of over 19,000 MW will be avoided, and
emissions of carbon dioxide reduced by 98.55 million tonnes annually.

In order to achieve this, the mission sets out a comprehensive strategy,


consisting of the following components:

1. Creating a demand for energy-efficiency products, goods, and


services by spreading awareness about the efficacy of these products
and services, amending government policies and programmes to
integrate energy efficiency, preparing bankable projects to stimulate
the process, and offering the right incentives to cost-effective

9
improvements in energy efficiency in energy-intensive industries and
facilities through certification of energy savings that could be traded.
2. Ensuring adequate supply of energy-efficient products, goods, and
services. This is being done by creating a cadre of certified energy
professionals; promoting energy service companies (ESCOs),
standards, and labelling of end-use equipment and appliances; and
preparing structured programmes to leverage international financing
instruments including the Clean Development Mechanism (PEN
DRIVEM) to reduce transaction costs to attract private investment,
etc.
3. Creating and promoting the energy efficiency financing platform,
setting up Partial Risk Guarantee Fund for Energy Efficiency, and
developing innovative financial derivatives of performance contracts
and fiscal and tax incentives for investment in this sector.
4. Creating and adopting robust and credible monitoring and verification
protocols to capture energy savings from all energy-efficiency
activities in a transparent manner.
5. Taking necessary steps to overcome market failures by appropriate
regulatory and policy framework to support the measures mentioned
above.
6. Efforts of the government to create a market for energy efficiency
need to be supplemented with appropriate fiscal instruments, which
must be designed to address the following objectives.
7. Reassuring lenders by providing a guarantee for performance
contracts.
8. Providing a venture capital fund from the Government to provide
equity for energy-efficiency projects.
9. Promoting leadership in the public sector on energy efficiency.
10. Promoting energy efficiency in public procurement based on life
cycle cost analysis.
11. Promoting regulatory incentives to state utilities through electricity
regulatory commissions for DSM projects.
12. Offering concessions on taxes and duties to attract investment.

1
0
2.3.1. Energy Efficiency Financing Facility (EEFF):-
BEE institutionalized a dedicated financing facility with the support of
PFC and IREDA. The eligible borrowers like PAT and Non-PAT
industries, Municipal Corporations, Energy Service Companies, Small
Medium Enterprises (SMEs) can avail the financing benefit under
EEFF. BEE has setup the Facilitation Centre for promoting energy
efficiency financing. In this project, IT platform h a s been developed
for mobilizing the EE financing in the country. This will ensure the
online financing activity wherein beneficiaries and borrowers shall be
on boarded. Facilitation Centre is seeking the willingness forms from
different beneficiaries to avail financing for implementing energy
efficiency projects. Ministry of Power has designated Power Finance
Corporation as Nodal Agency for promotion of Energy Efficiency
Financing in the country. In this regard, it is working closely with
Bureau of Energy Efficiency in developing the scheme that will
accelerate the uptake of energy efficiency investment in the county.
PFC has also set up Energy Efficiency (EE) Cell to promote energy
efficiency financing across the country.

Facilitation Centre
BEE has set up a facilitation centre with aim to encourage and upscale
Energy Efficiency Financing in the country. Till date, BEE’s facilitation
centre has received 240 plus willingness forms for EE project financing
from Pan-India in the past months from various categories.
Based upon the availability of technical details, the Facilitation centre has
evaluated these projects and till date recommended more than 140
numbers of projects for EE financing to 26 registered financial institutions.
The online platform of BEE’s facilitation centre can be accessed at
https://www.adeetie.beeindia.gov.in/. Details of the eco-system of BEE’s
facilitation centre IT portal are placed under Annexure A.
BEE has constituted a technical committee in July 2022 which is headed
by DDG-BEE and there are total 13 members. Till July 2023 BEE has
21
approved list of 166 EE technologies. This list is also available on the
online platform of BEE’s facilitation centre.
The main functions of the Facilitation Centre are:
a. To seek willingness forms from large industries /DCs under the
PAT Scheme of BEE, MSMEs, Commercial and Institutional
buildings, Municipalities, Corporations, and Commercial
establishments to apply for financing for investment in EE
measures.
b. To spread awareness on BEE’s financing schemes among various
stakeholders, preparing the list of Energy Efficient(EE)
technologies
c. To mobilize EE financing in the country through various financial
institutions. 26 FIs have already joined the online Facilitation
centre.
d. To track the EE financing across the country
e. To disseminate the list of energy efficient technologies for financing. (BEE has
released list of 166 EE technologies for financing).
Main achievements are given below:
Till July 2023 following achievements are made under BEE’s
Facilitation Centre:
a. More than 240 Willingness Forms received with project cost of more than
3000 crores.
b. More than 145 technical evaluation reports have been prepared and
submitted to FIs for financing.
c. BEE’s Facilitation Centre has provided support in financing of 9 projects
having total loan amount of more than Rs. 691 crore
d. Till date 26 Banks/NBFCs/ Public Financial Institutions are registered with
BEE’s Facilitation centre.
e. 17 Workshops have been organized with the support of SDAs which
witnessed more than 1800 Participants from Large Industries, MSMEs,
OEMS, ESCOs, Accredited Energy Auditors, BEE’s certified energy
managers/ auditors and financial institutions.

22
3. Project Proposed:

The Bureau of Energy Efficiency proposes to hire experienced agency for managing the
Facilitation Centre for BEE’s Financing Schemes. This will promote and spread the awareness
of BEE’s financing schemes among various stakeholders.

3.1. Scope of work for the Agency:

The Detailed ToR for managing the Facilitation Centre is given below:

i. Facilitation Centre will assist in various core areas to enable BEE in


promoting EE financing in India. Under Facilitation Centre, the selected
agency will be considered as a project Executing Agency (PEA) with
minimum team strength of 12 personnel. All team members shall be
regularly engaged in project activities so that their activities could be
monitored on daily basis. Out of these 12 team members 2 should be
positioned at BEE’s office on full time basis. The details of team
members are given below:
S.No. Work Profile Minimum qualification & No. Minimum
expertise years of
Experience
1 Energy Bachelor in Engineering 1 +12 years
Efficiency with Masters/ MBA and
Specialist- BEE’s certified Energy
Team Lead Auditor/Energy Manager
2 Banking expert i. Graduation or post- 1 10 years
graduation in finance/
Commerce/ economics,
and
ii. Official worked in Bank/
NBFC/ Public financial
institution on the post of
not below than Chief
Manager and is having
experience in credit or
23
project financing
3 Technical /Sector Bachelor in Engineering 2 +10years
Experts(in with certified or Accredited
different sectors) Energy Auditor
-Team Members

4 Technical Bachelor in Engineering 2 5years


/Sector Experts(in with certified or Accredited
different sectors)
Energy Auditor
-Team Members

5 Business MBA with experience in 1 +5years


Development and business development and
Stakeholder customer engagement
Engagements-
Team Member
6 Financial expert a) Graduation in 1 +10years
Commerce or Economics
from recognized university
or (b) CA/CFA/CS/ MBA in
Finance with at least 10
year of experience
preferably in financial
evaluation of
companies/projects
7 Financial expert a) Graduation in 1 +5 years
(Financial Commerce or Economics
expert shall sit from recognized university
in BEE’s office or (b) CA/CFA/CS/ MBA in
for full Finance with at least 5
project duration) year of experience in
financial evaluation

24
of
companies/projects
8 Legal expert LLB or LLM 1 5 years
9 IT Official Graduation with diploma 1 5years
(IT official shall or certificate course in
sit in BEE’s computer science or
office for full programming
project
duration)
10 Taxation expert CA/ CS/ CFA/ 1 5years
MBA(Finance)

ii. The agency has to submit an annual Fiscal incentives proposal (Direct
and Indirect tax proposal) to BEE after taking inputs from various
stakeholders like Star labeled products manufacturers, MSMEs,
Buildings, large industries, etc.

iii. To prepare the list of EE technologies that can be uploaded on


BEE’s website. This list will include the basic parameters that
Financial Institutions take into consideration such as proposed
Energy Savings in percentage as well as in Monetary Terms,
Average cost of Investment and Payback Period. This list will be
uploaded and updated on regular basis on BEE’s Website.

iv. To assist BEE in managing the existing technical committee and that shall
finalize list of the EE Technologies on regular basis. These members
will be from Industry Experts/Labs/Research Institutions or any other
organizations. This committee will meet every month for updating the
EE list that will be uploaded and shared to various FIs. Facilitation
Centre will prepare and carry out the other related activities such as
coordinating with committee members, organizing monthly meetings,
preparing Agenda & minutes of meetings, giving presentations to
relevant stakeholders with findings and parameters defined in clause
(iii) above.

25
v. Facilitation Centre will receive the willingness forms from potential borrowers.
It will recommend to BEE & FIs whether the proposal/measures may be
considered as Energy efficiency loan/project or not through Technical
Evaluation Reports for each of the willingness forms.

vi. Facilitation Centre shall be responsible for maintenance of the


existing IT portal of facilitation centre and shall also update (including
new development too) the online platform/ portal for BEE’s financing
schemes as well as approved list of EE technologies. In this portal, the
details of BEE’s financing scheme will be available. Portal also enables
the potential borrowers to submit the willingness form online. The
Agency has to closely coordinate with IT team of BEE as well as NIC
(where BEE’s website is hosted) for arrangement of infrastructure and
installation of software. Important IT requirements shall be:
i. Agency shall procure all necessary softwares like dot net, SQL, any
other licence/ softwares required.
ii. Agency shall also undertake security audit of the portal as per the
Central government norms. They have to also provide cyber security
to this portal.
iii. Regular SRS forms are prepared and due testing of software and
portal needs to be carried out.
iv. SOP or user Manual for users needs to be prepared by the Agency.
v. Agency need to provide training to BEE officials, SDAs, Financial
experts, FIs, etc. on this portal in every quarter.
vi. Agency needs to handover all the codes& designs of this portal to
BEE before closure of the contract.
vii. The portal is already LIVE so the Agency shall manage the O&M of
the running portal and shall also keep on developing the portal on a
regular basis so that it becomes more user-friendly.
viii. For new development and testing the agency shall keep a separate
server (other than that where the IT portal is hosted)
vii. In case of merger with ADEETIE (Assistance in Deploying Energy
Efficiency Technologies in Industries and Establishment) scheme, the
agency shall upgrade the IT portal accordingly and shall also work
with SIDBI and PFC teams.

26
viii. Agency have to develop the mobile app for BEE’s facilitation centre,
so user can also access the BEE’s facilitation centre site from their
phones and submit willingness forms and Technical details form.

ix. Facilitation centre sends the recommendation to BEE whether the


proposal received may be considered as Energy efficiency
loan/project or not. Subsequently, Facilitation centre shall share the details of
proposals to BEE’s registered FIs through this online portal itself with
this confirmation that the project referred is energy efficiency project.
On this portal, Facilitation centre will coordinate with the Financial
Institutions for seeking the basic details of loans disbursed against
the EE projects/loans. Facilitation C entre shall also provide
handholding support to industries in filling up willingness form and
technical data form.

x. To carry out marketing activities, including cost of preparing,


designing & printing of:-
a. Advertisements/ articles for magazines, journals, social media,
websites, etc.
b. E-flyers and leaflets
c. Brochures
d. Banners
e. Promotion activities across various stakeholders as well as
creating pipeline of projects for BEE’s existing and new BEE’s
financing initiatives.
However, the cost of publishing the advertisement in newspapers shall be
borne by BEE but hired agency shall prepare and design the newspaper
advertisement. Before printing any advertisement/ articles or any promotional
material, agency need to take approval from BEE on the c o n t e n t &
design. Agency shall also create 10 short videos on using online FC;
successful projects that are financed by FIs; experience of FIs,
industries and SDAs who are using BEE’s FC.(Quarterly target are
defined in para 4.2 of this RfP). This cost of preparing video shall be
completely borne by the Agency.

27
xi. Annually this Agency h a s to print and send 100 printed brochures of
facilitation centre to BEE (no. of printed brochures for BEE may increase
according to BEE requirements), at least 10 copies of banners and 50
copies of printed brochures to each registered Financial Institution, at least
1 banner and 50 copies of printed brochures to each SDA, and each
industries association get soft copy of brochures compendium of EE
financing schemes and advertisement material of FC (Numbers of
banners and brochures may vary according to BEEs requirement).

xii. If required, they can prepare scheme guidelines/documents for BEE’s


financing schemes and can also get them legally vetted. It will also
organize stakeholders’ meetings, conferences, workshops, etc. for
promotion of BEE’s financing initiatives among the various
Stakeholders. In each workshop they need to call all stakeholders
such as banks, NBFCs, MSMEs, large industries, SDAs, etc.(quarterly
targets are defined in para 4.2 of this RfP). In each meeting at
least 75 officials should be present in case of VC and in physical
workshops there should be at least 50 participants. They have to
conduct these VC workshops on government approved portal and
physical meetings should be organized in common facilities like IHC,
IIC or any hotel above 3 star. The cost of organizing the workshop
shall be borne by hired Agency. While conducting offline workshops
or physical workshops, the agency must do the following:
a) To organize the workshop this includes arrangements for venue,
projector, VC facility and backdrop, and food. Venue should be any
common facilities like IHC, IIC or any hotel above 3 star.
b) To arrange folder/bag for distribution of reading material (like
brochure of BEE’s FC, list of EE technologies under FC, dairy/
notepad, pen and other marketing material). This is for
participants and speakers.
c) The agency will prepare a backdrop, podium stand, and outside
standee, help desk for register in IT portal of BEE’ FC and fill
willing willingness.
d) To arrange for a projector and two laptops for seamless working
e) To arrange for a photographer to take at least 25 pictures in soft
copy to BEE
28
f) The sitting arrangement should be in round tables (at least 10
tables) and at least 60 chairs should be there for participants.
g) Any workshop must contain sanitizers at all round tables; and
follow all other norms as prescribed by the Government time to
time.
h) To arrange a registration desk for attendance and distribution of
reading material.
i) To arrange mementos for all the speakers.

j) To arrange boarding and lodging for key speakers (if required)


which should not exceed more than 5 members. To reimburse
travel cost (economy class air ticket and/ or 2 nd class train ticket)
and local travel cost for key speaker, not exceeding 5 members.

k) Each workshop output/outcome should be covered in monthly


report to be submitted to BEE.
l) Agency have to provide the social media content before and after the
each workshop and webinar to BEE.

xiii. Monthly meetings with the whole team shall take place physically in
BEE’s office which should be led by the Team leader. The agency
also has to conduct weekly meetings on VC (team members may be
called physically if required for weekly meeting) with presence of at
least 75% of team members. Thus, it is mandatory that the whole
project team should be based in of New Delhi. However, BEE may call
for a meeting with all team members on the notice of 2-3 days, where
team leader has to be present with at least 75% of team members.
Banking expert and Business development official need to visit BEE
every week in coordination with the BEE’s project team. In case of
failure to conduct these meetings, BEE may issue a show cause
notice to the Agency.

xiv. The annual marketing plan along with the work plan for first year shall
be submitted to BEE in this Proposal itself. BEE shall take final
decision in accepting the marketing plan.

xv. The Agency shall also prepare DPRs of at least 25 MSMEs and 25
29
large industries in each year (For industries who have submitted
willingness forms on BEE’s Facilitation centre).
xvi. For preparing DPRs agency need to physically visit the site with one
technical expert and one financial expert. Thus, they should have
sufficient number of technical experts in their team, and if required
sector experts may be hired by PEA on project basis. Information to
be covered in DPR is placed in Annexure B.
xvii. Facilitation Centre team (3-4 members) shall visit all SDAs once in a
year for handholding of SDAs and stakeholders to identify new EE
projects and for their awareness about online BEE’s facilitation
centre. The travel cost shall be reimbursed by BEE on the bas is of
actual expense. Air travel (economy class tickets), train travel (second
class AC tickets) and local conveyance shall be covered under
reimbursement.

4. Duration and FEE for the Project

4.1. Duration of project


Project duration will be for 2 year from the date of issuance of work order to Agency
which can be extended up to 3 years, at the sole discretion of BEE.

4.2. Deliverable and Payment Plan:


Deliverables Timeline Release of
payment (% of
administrative
cost)
1. Mobilization advance After signing of 10%
contract and
submission of following:
(i) Performance
guarantee
(ii) Bank Guarantee
for equivalent amount
of mobilization
advance

21
0
2. Quarter 1 (First year) 10%
a. Organizing monthly TC meeting 3 months from date
and uploading the approved list of of signing of
EE technologies on BEE’s website contract
and IT portal of facilitation centre.
Admin support to BEE in
preparing and circulating the
agenda, minutes and coordinating
with TC members. Recommend at
least 30 new energy efficiency
technologies in each quarter.
b. Marketing:
i. Organize 10 Webinar (agency
need to provide 4-5 softcopy of
photos/ pictures in social media
content after each webinar)
ii. Organize at least 2 physical
workshop
iii. Provide advertisement to
BEE for newspapers

21
1
iv. Provide at least 20 social
media content for promoting
energy efficiency financing.
v. Publish advertisements in at
least 5 Magazines
c. Weekly and monthly progress
report
d. Receive 35 new willingness forms
on BEE’s facilitation centre.
e. 35 new technical evaluation
reports to be forwarded to BEE
and Financial institutions
f. Quarterly news letter on BEE’s
financing initiatives and green
climate financing in India
g. Success story (report) on EE
projects financed and willingness
forms received in each quarter.
h. Tax incentive for Energy efficient
appliances and technologies.

3. Quarter 2 (First year) 10% of


a. Organizing monthly TC meeting 6 months from date administrative cost
and uploading the approved list of of signing of + (No. of DPRs x
Cost of each DPR)
EE technologies on BEE’s contract
website and IT portal of
facilitation centre. Admin support
to BEE in preparing and
circulating the agenda, minutes
and coordinating with TC
members. Recommend at least 30
new energy efficiency
technologies in each quarter.
b. Marketing:
i. Organize 10 Webinar (agency
need to provide 4-5 softcopy of
photos/ pictures in social media
content after each webinar)
ii. Organize at least 2 physical
21
2
Workshop
iii. Provide advertisement to BEE for
newspapers
iv. Provide at least 20 social media
content for promoting energy
efficiency financing. Publish
advertisements in at least 5
Magazines. Provide 4 videos.
c. Weekly and monthly progress
report
d. Receive 35 new willingness forms
on BEE’s facilitation centre.
e. 35 new technical evaluation
reports to be forwarded to BEE
and Financial institutions
f. Quarterly news letter on BEE’s
financing initiatives and green
climate financing in India
g. Success story (report) on EE
projects financed and willingness
forms received in each quarter.
h. Tax incentive for Energy efficient
appliances and technologies.
i. Submit 15 DPRs to BEE

4. Quarter 3 (First year)


a. Organizing monthly TC meeting 9 months from date 10% of
and uploading the approved list of of signing of administrative cost
+ (No. of DPRs x
EE technologies on BEE’s contract
Cost of each DPR)
website and IT portal of
facilitation centre. Admin support
to BEE in preparing and
circulating the agenda, minutes
and coordinating with TC
members. Recommend at least 30
new energy efficiency
technologies in each quarter.
b. Marketing:
21
3
i. Organize 10 Webinar (agency
need to provide 4-5 softcopy of
photos/ pictures in social media
content after each webinar)
ii. Organize at least 2 physical
workshop
iii. Provide advertisement to
BEE for newspapers

iv. Provide at least 20 social media


content for promoting energy
efficiency financing. Publish
advertisements in at least 5
Magazines. Provide 2 videos.
c. Weekly and monthly progress
report
d. Receive 40 new willingness forms
on BEE’s facilitation centre.
e. 40 new technical evaluation
reports to be forwarded to BEE
and Financial institutions
f. Quarterly news letter on BEE’s
financing initiatives and green
climate financing in India
g. Success story (report) on EE
projects financed and willingness
forms received in each quarter.
h. Tax incentive for Energy efficient
appliances and technologies.
i. Submit 15 DPRs to BEE

5. Quarter 4 (First year) 10% of


a. Organizing monthly TC meeting 12 months from administrative cost
and uploading the approved list of date of signing of + (No. of DPRs x
Cost of each DPR)
EE technologies on BEE’s contract
website and IT portal of
facilitation centre. Admin support
to BEE in preparing and
circulating the agenda, minutes
21
4
and coordinating with TC
members. Recommend at least 30
new energy efficiency
technologies in each quarter
b. Marketing:
i. Organize 10 Webinar (agency
need to provide 4-5 softcopy of
photos/ pictures in social media
content after each webinar)
ii. Organize at least 2 physical
workshop
iii. Provide advertisement to
BEE for newspapers

iv. Provide at least 20 social


media content for promoting
energy efficiency financing.
Publish advertisements in at
least 5 Magazines. Provide 2
videos.

c. Weekly and monthly progress


report
d. Receive 50 new willingness forms
on BEE’s facilitation centre.
e. 50 new technical evaluation
reports to be forwarded to BEE
and Financial institutions
f. Quarterly news letter on BEE’s
financing initiatives and green
climate financing in India
g. Success story (report) on EE
projects financed and willingness
forms received in each quarter.
h. Tax incentive for Energy efficient
appliances and technologies.
i. Submit 20 DPRs to BEE
j. Annual Report of Facilitation
centre activities.

21
5
6. Quarter 1(second year) 15 months from 10% of
a. Organizing monthly TC meeting date of signing of administrati
and uploading the approved list of contract
EE technologies on BEE’s ve cost +
website and IT portal of (No. of
facilitation centre. Admin support DPRs x
to BEE in preparing and
Cost of
circulating the agenda, minutes
and coordinating with TC each DPR)
members. Recommend at least 30
new energy efficiency
technologies in each quarter.
b. Marketing:
i. Organize 10 Webinar (agency
need to provide 4-5 softcopy of
photos/ pictures in social media
content after each webinar)
ii. Organize at least 2 physical
workshop
iii. Provide advertisement to
BEE for newspapers
iv. Provide at least 20 social
media content for promoting
energy efficiency financing.
Publish advertisements in at
least 5 Magazines. Provide
2 videos.
c. Weekly and monthly progress
report
d. Receive 50 new willingness forms
on BEE’s facilitation centre.
e. 50 new technical evaluation
reports to be forwarded to BEE
and Financial institutions
f. Quarterly news letter on BEE’s
financing initiatives and green
climate financing in India
g. Success story (report) on EE
projects financed and willingness

21
6
forms received in each quarter.
h. Tax incentive for Energy efficient
appliances and technologies.
i. Submit 15 DPRs to BEE

7. Quarter 2(second year) 10% of


a. Organizing monthly TC meeting 18 months from administrativ
and uploading the approved list of date of signing of e cost + (No.
of DPRs x
EE technologies on BEE’s contract
Cost of each
website and IT portal of DPR)
facilitation centre. Admin support
to BEE in preparing and
circulating the agenda, minutes
and coordinating with TC
members. Recommend at least 30
new energy efficiency
technologies in each quarter.
b. Marketing:
i. Organize 10 Webinar (agency
need to provide 4-5 softcopy of
photos/ pictures in social media
content after each webinar)
ii. Organize at least 2 physical
workshop
iii. Provide advertisement to
BEE for newspapers
iv. Provide at least 20 social
media content for promoting
energy efficiency financing.
Publish advertisements in at
least 5 Magazines
c. Weekly and monthly progress
report
d. Receive 50 new willingness forms
on BEE’s facilitation centre.
e. 50 new technical evaluation
reports to be forwarded to BEE

21
7
and Financial institutions
f. Quarterly news letter on BEE’s
financing initiatives and green
climate financing in India
g. Success story (report) on EE
projects financed and willingness
forms received in each quarter.
h. Tax incentive for Energy efficient
appliances and technologies.
i. Submit 15 DPRs to BEE

8. Quarter 3(second year) 10% of


a. Organizing monthly TC meeting 21 months from administrativ
and uploading the approved list of date of signing of e cost + (No.
of DPRs x
EE technologies on BEE’s contract
Cost of each
website and IT portal of DPR)
facilitation centre. Admin support
to BEE in preparing and
circulating the agenda, minutes
and coordinating with TC
members. Recommend at least 30
new energy efficiency
technologies in each quarter.
b. Marketing:
i. Organize 10 Webinar (agency
need to provide 4-5 softcopy of
photos/ pictures in social media
content after each webinar)
ii. Organize at least 2 physical
workshop
iii. Provide advertisement to
BEE for newspapers
iv. Provide at least 20 social
media content for promoting
energy efficiency financing.
Publish advertisements in at
least 5 Magazines
c. Weekly and monthly progress

21
8
report
d. Receive 50 new willingness forms
on BEE’s facilitation centre.
e. 50 new technical evaluation
reports to be forwarded to BEE
and Financial institutions
f. Quarterly news letter on BEE’s
financing initiatives and green
climate financing in India
g. Success story (report) on EE
projects financed and willingness
forms received in each quarter.
h. Tax incentive for Energy efficient
appliances and technologies.
i. Submit 20 DPRs to BEE

9. Quarter 4(second year) 20%


a. Organizing monthly TC meeting 24 months from
and uploading the approved list date of signing of
of EE technologies on BEE’s contract
website and IT portal of
facilitation centre. Admin support
to BEE in preparing and
circulating the agenda, minutes
and coordinating with TC
members. Recommend at least
30 new energy efficiency
technologies in each quarter.
b. Marketing:
i. Organize 10 Webinar (agency
need to provide 4-5 softcopy of
photos/ pictures in social media
content after each webinar)
ii. Organize at least 2 physical
workshop
iii. Provide advertisement to
BEE for newspapers
iv. Provide at least 20 social media

21
9
content for promoting energy
efficiency financing. Publish
advertisements in at least 5
Magazines
c. Monthly progress report
d. Receive 50 new willingness
forms on BEE’s facilitation
centre.
e. 50 new technical evaluation
reports to be forwarded to BEE
and Financial institutions
f. Quarterly news letter on BEE’s
financing initiatives and green
climate financing in India
g. Success story (report) on EE
projects financed and willingness
forms received in each quarter.
h. Tax incentive for Energy efficient
appliances and technologies.
i. Annual Report of Facilitation
centre activities.
j. Final report of Facilitation Centre
activities (for two years)

4.3. Fee of Project

Lump sum fees has to be quoted by the agency for the complete project
(except DPR cost). Fees should be inclusive of all expense (excluding
taxes).

4.4. Earnest Money Deposit

An EMD of Rs. 200,000 (Rupees Two Lakh only) is to be deposited by the bidder
through NEFT/RTGS. Details are mentioned at Annexure-I. Transaction reference
copy should be enclosed in bid document and submit at bureau on or before of
closing time. Bids received without EMD will be rejected. MSMEs are exempted to
pay this fees.

i. EMD will not carry any interest.


32
0
ii. EMD will be forfeited if:
a. A bidder withdraws from the tender, or amends its tender, or impairs, or
derogates from the tender in any respect within the validity period of his
tender.

b. If a bidder having been notified of the acceptance of his tender by BEE


during the period of its validity.

c. Fails to furnish the performance security within the specified period for
the due performance of the contract, or Fails or refuses to accept /
execute the contract

d. EMD furnished by the unsuccessful bidders would be returned without


any interest on completion of the tender process, i.e., after award of the
contract. EMD of the successful bidder would be returned without any
interest after receipt of the Performance Security as per the terms of the
contract.

e. Bids received without EMD will be rejected

4.5. Performance Security

The successful bidder would be required to deposit an amount equivalent


to 5 % of the value of the contract. This may be furnished by the way of
Banker’s Cheque or Demand Draft (drawn in favour of “Bureau of Energy
Efficiency”, payable at New Delhi) or Bank guarantee in favour of “Bureau
of Energy Efficiency” payable at New Delhi. Performance security shall
remain valid for a period of ninety days (90 days) beyond the date of the
completion of all contractual obligations of the successful bidder. The
performance security will be returned after adjusting for penalties on
account of deficiencies, if any, in the performance of the contract.

5. INSTRUCTIONS TO THE BIDDERS

5.1. Procedure for Submission of the Proposal

The Organization should submit their Proposal in two separate envelopes

32
1
marked as ENVELOPE-A and ENVELOPE-B.
ENVELOPE-A should contain all the information as mentioned in the section
5.13 (Form 1 to Form 9along with bid processing fee)ENVELOPE-B should
contain the price bid for providing the services as per scope of work.

Each document in the two envelopes of Proposal should be a complete document and
should be bound as a volume separately.
Each of the document should be page numbered and appropriately flagged and contain the
list of contents with page numbers. Different copies must be bound separately. The
deficiency in documentation may result in the rejection of the Proposal.

The soft copy of the Proposal should be submitted, in the pen drive separate
for each document and placed in appropriate envelope.
The pen drive must be duly signed by the consultant using a “Permanent Pen/Marker” and
should bear the name of the Agency.

The sealed covers should be super scribed with the wordings “Request for Proposal (RFP)
for Hiring of Agency for managing the Facilitation Centre for BEE’s Financing Schemes”.

The sealed cover should also indicate clearly the name, address and
telephone number of agency to enable the proposal to be returned
unopened in case it is declared "Late".

Agency must ensure that the information furnished by him/her in respective pen drive is
identical to that submitted by him/her in the original paper document. In case of any
discrepancy observed in the contents of the pen drive and original paper documents, the
information furnished on original paper document will prevail over the soft copy.

5.2. Cost of Proposal

Agency shall bear all costs associated with the preparation and submission
of its Proposal, including cost of presentation for the purposes of
clarification of the Proposal, if so desired by the
Purchaser. BEE will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the tendering
process.

5.3. Contents of the Proposal

Bidding agency is expected to examine all instructions, forms, terms &


32
2
conditions and Statement of Work in the Proposal. Failure to
furnish all information required or submission of a Proposal not
substantially responsive to the Proposal in every respect will be at the
agency’s risk and may result in the rejection of the application.

5.4. Conflict of Interest

Bidding agency should not have any conflict of interest with the work that is
needed to be undertaken.

5.5. Language of Proposal

The Proposals prepared by the agency and all correspondence and


documents relating to the proposal exchanged by the agency and BEE,
shall be written in the English language, provided that any printed
literature furnished agency may be written in another language so long
the same is accompanied by an English translation in which case, for
purposes of interpretation of the Proposal, the English translation shall
govern.
5.6. Confidentiality

BEE requires that recipients of this document to maintain its contents in


the same confidence as their own confidential information and refrain
from any public disclosure whatsoever.

5.7. Disclaimer

BEE and/or its officers, employees disclaim all liability from any loss or
damage, whether foreseeable or not, suffered by any person acting on or
refraining from acting because of any information including statements,
information, forecasts, estimates or projections contained in this document
or conduct ancillary to it whether or not the loss or damage arises in
connection with any omission, negligence, default, lack of care or
misrepresentation on the part of BEE and/or any of its officers, employees.

5.8. Authorized Signatory for Agency

The "Agency as used in the Proposal shall mean the one who has signed the Bid
document forms. The authorized signatory should be the duly Authorized Representative
of the Agency, for which a certificate of authority will be submitted. All certificates and
32
3
documents (including any clarifications sought and any subsequent
correspondences) received hereby, shall, as far as possible, be furnished
and signed by the Authorized Representative.

The power or authorization, or any other document consisting of adequate


proof of the ability of the signatory to bind the agency shall be annexed to
the Proposal. BEE may reject outright any Proposal not supported by
adequate proof of the signatory’s authority.

5.9. Contact details of the Agency

Agency who wants to receive BEE's response to queries should give their
contact details to BEE. The Agency should send their contact details in
writing at the BEE's contact address indicated in Para 1.2 of this
document.
5.10. Queries on the RFP

Agency requiring any clarification on this document may send a query in writing at the
BEE's contact address indicated in Para 1.2 of this document. BEE’s response (including
an explanation of the query but without identifying the source of inquiry) to all the queries,
received not later than the dates prescribed by the BEE in Para 1.2 of this document, will
be made available on the website and sent to all consultants who have given their contact
details. BEE may also hold a pre-bid meeting if needed to give clarifications and invitation
of the same will be sent to the consultants who have given their contact details.

5.11. Amendment of RFP

At any time prior to the last date for receipt of Proposals, BEE, may, for any
reason, whether at its own initiative or in response to a clarification
requested by a prospective Agency, modify the RFP by an amendment. In
order to provide prospective Agency reasonable time in which to take the
amendment into account in preparing their Proposals, BEE may, at its
discretion, extend the last date for the receipt of Proposals and/or make
other changes in the requirements set out in the Invitation for Proposals.

5.12. Bid Processing Fees

The bidders should deposit a non-refundable bid processing fees of


Rs.5000/- (Rupees Five Thousand Only) through NEFT/RTGS. Det ails are
mentioned at Annexure-I. Transaction reference copy should be enclosed in
bid document and submit at bureau on or before of closing time. Bids
32
4
received without processing fee will be rejected.. The RfP document can be
downloaded from the website–
(www.beeindia.gov.in).

5.13. Documents Comprising the Proposal

The Proposal prepared by the bidder shall comprise of the following


components:
Form 1: Letter Proforma
Form 2: Minimum Eligibility
Form 3: Prior Experience (Project completion certificates conforming the
experience to be attached as relevant and work-orders)
Form 4: Approach for the Project
Form 5: CVs of proposed team members
Form 6: Declaration Letter
Form 7: Work plan for the project with timelines
Form 8: Letter of Undertaking
Form 9: Integrity Pact
Form 10: Financial proposal
-Bid processing fee of Rs5,000/- (Five Thousand rupees only).
-Registered Power of Attorney executed by the Agency in favor of the
Principal Officer or the duly Authorized Representative, certifying him/her
as an authorized signatory for the purpose of this RFP.
- Submission of EMD amounting to Rs. 2,00,000(Two Lakh Rupees)

5.14. Power of Attorney


Registered Power of Attorney executed by the agency in favor of the
Principal Officer or the duly Authorized Representative, certifying
him/her as an authorized signatory for the purpose of this Proposal. BEE
shall not be responsible for non-receipt/non-delivery of the
Proposal due to any reason whatsoever. Bidders are advised to study the
Proposal carefully. Submission of Proposal shall be
deemed to have been done after careful study and examination of the
Proposal with full understanding of its implications.

5.15. Duration of the Contract:

Project duration will be for 2 year from the date of signing of


32
5
agreement between BEE and selected Agency which can be extended
upto 3 years, at the sole discretion of BEE.

32
6
6. SELECTION PROCESS

6.1. Minimum Eligibility Criteria

The Agency interested in being considered for this project must fulfil
the following criteria:

I. The applicant should be a registered organization with a


formal intent to enter into an agreement. The organization
registered under Companies Act or Societies Registration Act
shall be eligible to apply. The organization must be registered/
incorporated in India, with at least 10 years of experience in
the field of consultancy services/research areas on 1st
December 2022.
II. Experience of providing consultancy/ transaction advisory in
the field of Energy Efficiency/ energy/ power sector/
infrastructure/ industrial (preferably with financing as one of
the areas) in at least 10 projects in last 5 years, preferably
with Central /State Government /Multilateral Agency. Type of
projects should be clearly defined in the form attached at
Form 3 (Only procurement of EE technologies or appliances
cannot be considered as EE consultancy/ transaction advisory
projects.)
III. Annual turnover of minimum Rs. 30crores in any of the last
three years. i.e.,FY 2019-2020, FY 2020-2021, and FY 2021-
2022.
IV. Should have a team of at least 100 personnel on permanent
payrolls of the bidding organization as on 31 st December
2023. The hired agency shall provide minimum team strength
of 12 personnel as defined clause 3(i) of this RfP.
V. The team should be led by a member with over 12 years of
extensive experience of experience in diverse field like project
financing, renewable energy, energy efficiency projects,
infrastructure projects, multilateral project projects etc.

32
7
VI. Should not be involved in any major litigation that may have an
impact of affecting or compromising the delivery of services as
required under this contract.
VII. Should not be blacklisted by any Central/ State Government /
Public Sector undertaking.
VIII. All supporting documentary evidence aforementioned above.
IX. Experience of Consortium Partner including parent company
may be stated only of the relevant Memorandum of
Understanding (MoU) is submitted. After issuance of work
order to the selected agency, this MoU needs to be registered/
notarized as agreement within 30 days of dated of issuance of
work order.
X. Any other additional information that the interested firm
believes is relevant to expressing their interest in and
commitment to the Project.

6.2. Preliminary Scrutiny

Preliminary scrutiny of the Proposals will be made to determine


whether they are complete, whether required processing fee has
been furnished, whether the documents have been properly
signed, whether the forms are generally in order (As per clause
5.13 of this RfP), and whether the minimum eligibility criterion is
met (as per clause 6.1 of this RfP).

The rectifiable discrepancies in the Technical Proposal, if any would


have to be corrected by the Bidder within a period of seven (7) days
of the intimation given to them during the preliminary scrutiny of
proposals.
Proposals not conforming to above listed preliminary
requirements will be prima facie rejected.

32
8
6.3. Technical Evaluation

The number of points to be given under each of the evaluation criteria is:

S.No. Qualification Criteria Marks


Allotted
A Experience of bidder in similar activities in energy 10
efficiency/energy/power sector, infrastructure etc.
Projects
B Experience of working with Central/State government
10
or Multilateral agency
Experience of working with central government 5
Experience of working with both central and state
7
government
Experience of working with central, state and
10
multilateral agency
C Experience of the organization in preparing the IT
10
platforms for organizations
Number of IT Platforms between 1-2 5
Number of IT Platforms more than 2 10
D Experience of organization in preparing /identifying
10
the Energy Efficiency Technology
Number of projects between 1-2 5
Number of projects more than 2 10
E Technical Expertise of working in Energy Efficiency
10
project
Number of projects between 1-2 5
Number of projects more than 2 10
Total Marks 50

32
9
The Bidder should take enough care to submit all the information
sought by the Authority in the desired formats. The Proposals are
liable to be rejected if information is not provided in the desired
formats. The Technical Proposals will be evaluated out of 50
marks.

The Technical Proposals, which are found acceptable in accordance


with point (i) above, shall be deemed as responsive proposals. The
Bidders with such responsive proposals and securing 70% and above
i.e., score of minimum 35 marks would be considered as Technically
Qualified Bidders and would be eligible for next stage of the Bidding
Process i.e., Financial Evaluation.
The Authority will open “Financial Proposal” of only Technically
Qualified Bidders in accordance with point (ii) above.

6.4. Final Evaluation

Financial bids of those bidders shall be opened who scored 35 marks and above
(i.e. 70% and above) in technical evaluation. Final Evaluation shall be based upon
QCBS (Quality Cost Basis Selection) in which there will be 70:30 ratio for technical
and financial score respectively. Proposals are ranked according to their combined
technical and financial scores using the above ratios. The bidder with the highest
score (H1) shall be awarded the work.

6.5. Terms of Payment


Payment authority will be Bureau of Energy Efficiency.The successful
bidder shall raise the invoice in favour of “The Secretary, Bureau of
Energy Efficiency, 4th Floor, SewaBhawan, Sector– 1, R.K.Puram,
NewDelhi”.
The payment against each milestone will be as per the Clause 4.2 of this
RfP.
Note: BEE shall process the payment after the receipt of the invoice at the
end of each phase. However, the work schedule shall be adhered and
shall not be affected due to payment related process.

40
GST will be paid extra as per the Rules of the Government of India and
should be clearly spelt out in the financial bid.
No extra amount shall be paid on any ground whatsoever

6.6. Penalty Clause


In case of delay from the prescribed time duration in any deliverable, 1%
of penalty will be imposed each week on the stipulated payment against
each delayed deliverable. The penalty will not be more than the 10% of
the total project cost. If delay in completing any of the deliverable is more
than one month the Agency need to submit clarification/ justification for
delay to BEE.

6.7. Contents of Proposal

The proposals would be scrutinized on the basis of the criterion set


in para 6.3 above.
The specific experience of the Agency would be checked on the
basis of the following information provided in ENVELOPE-A along
with the prescribed documents:
I. Evidence of satisfying all the minimum eligibility criterion
listed out in Para 6.1
II. Evidence of having successfully carried out similar projects.
III. Evidence of having successfully carried out projects with
Government.
IV. Sufficient size, organization, and management to carry out the
entire project.
V. Specialized skills and creativity related to the project.
However, BEE in its sole/absolute discretion can apply whatever
criteria deemed appropriate in determining the responsiveness of
the Proposal submitted by the respondents.

41
ENVELOPE-B i.e. price bid will be opened only for bidders who have been
found successful in meeting the preliminary scrutiny criterion with all
required information furnished in ENVELOPE-A.

42
7. Forms for the Proposal

Proposal is to be submitted in the following format along with the necessary


documents as listed. The Proposal shall be liable for rejection in the absence
of requisite supporting documents. Proposal should provide information
against each of the applicable requirements. In absence of the same, the
Proposal shall be liable for rejection.

7.1. Form 1 : Letter Proforma

To
The Secretary,
Bureau of Energy Efficiency
4th Floor, Sewa Bhavan,
R.K. Puram Sector-I
New Delhi -110066
India

Sir,

Sub: Hiring of Agency for managing the Facilitation Centre for BEE’s
Financing Schemes

The undersigned Agency, having read and examined in detail all the
RfP documents in respect of appointment of an Agency for BEE for the
said project, do hereby express their interest to provide their Services as
specified in the scope of work

2. Correspondence Details

1 Name of the Agency


2 Address of the Agency

43
Name of the contact person to
3 whom all references shall be made
regarding this tender
Designation of the person to whom
4 all references shall be made
regarding this tender
Address of the person to whom all
5 references shall be made regarding
this tender
6 Telephone (with STD code)
7 E-Mail of the contact person

8 Fax No. (with STD code)

3. Document forming part of Proposal


We have enclosed the following:

Form 1: Letter Proforma


Form 2: Minimum Eligibility
Form 3: Prior Experience (Project completion certificates conforming
the experience to be attached as relevant and work-orders)
Form 4: Approach for the Project
Form 5: CVs of the proposed team members
Form 6: Declaration Letter
Form 7: Work plan for the project with timelines

Form 8: Letter of Undertaking


Form 9: Integrity Pact
Form 10: Financial proposal
-Bid processing fee of Rs5,000/- (Five Thousand rupees only).
-Registered Power of Attorney executed by the Agency in favor of
the Principal Officer or the duly Authorized Representative,
certifying him/her as an authorized signatory for the purpose of this
RFP.
- Submission of EMD amounting to Rs. 2,00,000(Two Lakh Rupees)

44
4. Declaration

We hereby declare that our Proposal is made in good faith and the
information contained is true and correct to the best of our knowledge and
belief.

Thanking you,
Yours faithfully,

(Signature of the Officer)


Name :
Designation :
Seal : Date :
Place :
Business Address:

Witness: Agency:

Signature Signature

Name Name

Address Designation

Company

Date Date

45
7.2. Form 2 : Minimum Eligibility

.1 Name of Agency

1.2 Year of
Registration/Incorporation

1.3 Year of
Registration/Incorporation
in India*

1.4 Number of Employees in


India as on March 31,
2020

FY 2019-20 FY 2020-21 FY 21-22

1.5 Net Worth (INR Crore)**

1.6 Annual Turnover(INR


Crore)**

1.7 Annual Profits (INR


Crore)**

*Enclose a copy of Registration document (including registration


certificate)

**Enclose a copy of Audited Financial Statement with respect to


information furnished in 1.5 to1.7

Witness: Employee:

46
Signature Signature

Name Name

Address Designation

Organization

Date Date

47
7.3. Form 3: Prior Experience

[Please indicate at least minimum requirement of project directly related to


the experience as specified in this document. List of other similar projects
/ studies firm feel is important may be furnished in a separate sheet
mentioning name of the project, year, approx. Value in INR of work etc.]

Name of Consultant/Firm:

Project/job name:

Nature of Project:

Description of Project

Approx. value of the contract (in


Rupees):

Country:

Location within country:

Duration of Project/job (months)


:

Name of Employer:

Address and contact details:

Total No of staff-months of the

48
Project/job:

Approx. value of the Project/job


provided by your firm under the
contract (in Rupees):

Start date (month/year):

Completion date (month/year):

Name of associated financial


expert/tax expert, if any:

No of professional staff-months
provided by associated
Consultants:

Name of senior professional


staff of your firm involved and
functions performed.

Description of actual Project/job


provided by your staff within the
Project/job:

Note:Please attach Letter of Intent or work Order or certificate of


successful completion for each project, from the respective Client(s).

Witness: Employee:

49
Signature Signature

Name Name

Address Designation

Organization

Date Date

50
7.4. Form 4: Approach for Project

[Explain your understanding of the objectives of the project, approach to


the project, detailed execution plan for the project, methodology for
carrying out the activities and obtaining the expected output, and the
degree of detail of such output.

51
7.5. Form 5: CVs of Proposed Team Members

[Provide CVs of the proposed team for undertaking the current project,
especially of the Proposed Head of the Agency. The CVs to be included in
the following format:]

NAME:

1. Proposed Position:
2. Name of Firm:
3. Name of Staff:
4. Date of Birth:
5. Nationality:
6. Education:

Name of Degree Year Name of Institution

7. Membership of Professional Associations:


8. Other Training:
9. Countries of Work Experience:
10. Languages:

Language Speak Read Write

52
11. Employment Record:

Firm From – To Date Designation / Role

12. Detailed

Tasks Assigned Work Undertaken that Best Illustrates Capability


to Handle the Tasks Assigned

13. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this

CV correctly describes me, my qualifications, and my experience. I

understand that any wilful misstatement described herein may lead to my

disqualification or dismissal, if engaged.

Date:

[Signature of staff member or authorized representative of the staff]


Day/Month/Year

Full name of authorized representative:

53
7.6. Form 6: Declaration Letter

Declaration Letter on official letter head stating the following:

We are not involved in any major litigation that may have an impact of
affecting or compromising the delivery of services as required under this
contract.

We are not black-listed by any Central / State Government / Public Sector


Undertaking in India.

Witness: Agency:

Signature Signature

Name Name

Address Designation

Organization

Date Date

54
7.7. Form 7: Work plan (with timelines)

55
7.8. Form 8: Letter of Undertaking

FORM OF UNDERTAKING
(to be given on the letter-head of the Bidder/ Lead Member)
To
The Secretary
BUREAU OF ENERGY EFFICIENCY (BEE),
4th Floor, Sewa Bhawan,
R.K. Puram,
New Delhi - 110066
Subject: BID for the “........................................ ”
Reference: RFP No………….. dated: …………….
Dear Sir,
I/ we have taken note of the Integrity Pack (Form8) appended to the aforesaid RFP.
We understand that only those Bidders who commit themselves to such a Pact with
BEE/ Principal, would be considered competent to participate in the bidding process;
signing of this Integrity Pact and furnishing the same as a part of my/ our Bid, is an
essential preliminary qualification requirement.
I/ We understand that the Integrity Pact shall be deemed to form a part and parcel of
the RFP document and the contract/ agreement to be subsequently executed by the
BEE with the Successful Bidder and we undertake to remain bound by its provisions.
I/ We hereby confirm and undertake that in the event I/ we commit any violation of
the Integrity Pact it would entail disqualification from the bidding process and if the
work has been awarded to me/ us, then it would lead to cancellation of the letter of
award and termination of our contract/ agreement with BEE, and my/ our exclusion
from future business dealings with BEE/ Principal as per the existing provisions of
GFR 2017, Prevent of Corruption Act, 1988 and other Financial Rules/ Guidelines as
may be applicable to BEE/ Principal.
I/ We further undertake that in case I/ we engage any subcontractor, if permitted
under the RFP document and the contract/ agreement, I/ we as the Principal

56
Contractor/ Consultant/ Vendor, shall take the responsibility ensuring adoption of the
Integrity Pact by the subcontractor engaged by me/ us.

{I/ We further certify that I am competent and authorized to give this undertaking on
behalf of (name of the Bidder). The duly signed Integrity
Pact is enclosed with my/ or Bid.}

Yours faithfully,
(Signature of the Authorized Signatory of the Bidder/ Lead Members)

Seal/ Stamp of Bidder

In case the Bidder is a Joint Venture or Consortium, then this should be modified as “I further certify
that I am competent and authorized to give this undertaking on behalf of the Bidder comprising of
(name of the Lead Member), (name of the second partner/
member) and (name of the third partner/ member). The duly signed Integrity Pact is
enclosed with our Bid.”

57
7.9. Form9 : Integrity Pact

An Integrity Pact on plain paper as per the Form9 of this RFP document shall be duly
signed and sealed by the authorized signatory of the Bidder and submitted as a part
of the Technical Bid. However, the actual execution of the Integrity Pact on non-
judicial stamp paper of requisite value will be done at the time of execution of the
Agreement/ Contract by the Selected Bidder with the BEE. If the Bidder is a Joint
Venture or Consortium, then this Pact must be signed by all partners or members.
The Integrity Pact shall be read as an integral part and parcel of the RFP document
and the Contract/ Agreement to be signed between the Successful Bidder and BEE.
The Integrity Pact shall be operative from the date it is signed by both the Parties till
the final completion of the contract. Any violation of the same at any stage i.e. during
the bidding process and during contract execution stage, would entail disqualification
of the Bidder and exclusion from future bidding dealings.

58
Integrity Pact
(To be executed on the plain paper and submitted along with Technical Bid/ Tender
documents.)
This Integrity Pact is made at on this day of 20 .
BETWEEN
BUREAU OF ENERGY EFFICIENCY (BEE), a statutory body set-up under the
provisions of the Energy Conservation Act, 2001 by the Government of India with the
primary objective of reducing energy intensity of the Indian economy, having its
office at 4th Floor, Sewa Bhawan, R.K. Puram, New Delhi-110066, acting through its
[designation of the concerned officer] (hereinafter referred to as the
“Principal”, which expression shall, unless repugnant to the meaning or context
thereof, include its successors and permitted assigns) of the ONE PART;
AND
(name of the Bidder), acting
through Mr./ Ms. (name of the Authorised Signatory), holding the
designation of [designation of the Authorised Signatory] (hereinafter
referred to as the “Bidder/ Contractor/ Consultant/ Vendor”, which expression
shall unless repugnant to be meaning or context thereof include its successors and
permitted assigns) of the SECOND PART.
Preamble
WHEREAS, the Principal has floated the Tender {RFP No dated
} (hereinafter referred to as “Tender/ Bid”) and intends to award, under
laid down organizational procedure, contract for
{Name of the work} (hereinafter
referred to as the “Contract”).

59
AND WHEREAS the Principal values full compliance with all relevant laws of the

land, rules of land, regulations, economic use of resources and of fairness/

transparency in its relations with the Bidder/ Contractor/ Consultant/ Vendor.

AND WHEREAS to meet the purpose aforesaid, both the Parties have agreed to

enter into this Integrity Pact (hereafter referred to as “Integrity Pact” or “Pact”) the

terms and conditions of which shall also be read as integral part and parcel of the

Bidding Documents and the Contract Agreement between the Parties.

………the “Principal” and the “Bidder/ Contractor/ Consultant/ Vendor”, hereinafter


individually referred to as “Party” and collectively as “Parties”.
Now, therefore, in consideration of mutual covenants contained in this Pact,
the Parties hereby agree as follows and this Pact witnesses asunder:

Article-1-Commitments of the Principal


(1) The Principal commits itself to take all measures necessary to prevent corruption
and to observe the following principles:-

(a) No employee of the Principal, personally or through family members, will in


connection with the Tender for
{Name of the work}, or the execution of a Contract, demand, take a promise for or
accept, for self, or third person, any material or immaterial benefit which the person
is not legally entitled to.

(b) The Principal will, during the Tender process, treat all Bidders with equity and
reason. The Principal will, in particular, before and during the tendering process,
provide to all Bidders the same information and will not provide to any Bidder,
confidential/ additional information through which the Bidder could obtain an
advantage in relation to the tendering process or the contract execution.

(c) The Principal will exclude all known prejudiced persons from the process.
51
0
(2) If the Principal obtains information on the conduct of any of its employees, which
is a criminal offence under the Indian Penal Code, 1860/ Prevention of Corruption
Act, 1988 (“IPC/ PC Act”) or any other Statutory Acts or if there be a substantive
suspicion in this regard, the Principal will inform the Chief Vigilance Officer and in
addition can initiate disciplinary actions as per its internal laid down Rules/
Regulations.

Article-2 Commitments of the Bidder/ Contractor/ Consultant/ Vendor

The Bidder/ Contractor/ Consultant/ Vendor commits himself to take all measures
necessary to prevent corruption. He commits himself to observe the following
principles during his participation in the tender process and during the contract
execution :
(a) Bidder/ Contractor/ Consultant/ Vendor will not directly or through any other
person or firm offer, promise or give to any of the Principal's employees, involved in
the tender process or the execution of the contract or to any third person, any
material or other benefit which he/ she is not legally entitled to, in order to obtain in
exchange any advantage of any kind whatsoever during the tendering process or
during the execution of the contract.

(b) The Bidder/ Contractor/ Consultant/ Vendor will not enter with other Bidders into
any undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary contract,
submission or non-submission of bids or any other action to restrict competitiveness
or to introduce cartelization in the bidding process.

(c) The Bidder/ Contractor/ Consultant/ Vendor will not commit any offence under the
relevant IPC/ PC Act and other Statutory Acts. Further, the Bidder/ Contractor/
Consultant/ Vendor will not use improperly, for purposes of completion or personal
gain, or pass on to others, any information or document provided by the Principal as

60
part of the business relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.

(d) The Bidder/ Contractor/ Consultant/ Vendor of a foreign origin shall disclose the
name and address of its Agents/ Representatives in India, if any. Similarly, the
Bidder/ Contractor/ Consultant/ Vendor of Indian Nationality shall furnish the name
and address of the foreign principals, if any. Further, details as mentioned in the
'Guidelines on Indian Agents of Foreign Suppliers' shall be disclosed by the Bidder/
Contractor/ Consultant/ Vendor. Also all the payments made to the Indian Agent /
Representative have to be in Indian Rupees only.

(e) The Bidder/ Contractor/ Consultant/ Vendor will, when presenting his bid,
disclose any and all payments he has made, is committed to or intends to make to
agents, brokers or any other intermediaries, in connection with the award of the
contract. He shall also disclose the details of services agreed upon for such
payments.

(f) The Bidder/ Contractor/ Consultant/ Vendor will not instigate third persons to
commit offences outlined above or be an accessory to such offences.

(g) The Bidder/ Contractor/ Consultant/ Vendor will not bring any outside influence
through any Govt. bodies/ quarters directly or indirectly on the bidding process in
furtherance of its bid.

Article 3 Disqualification from tender process and exclusion from future


contracts

(1) If the Bidder/ Contractor/ Consultant/ Vendor, before award or during execution
has committed a transgression through a violation of any provision of Article 2,
above or in any other form such as to put his reliability or credibility in question, the

61
Principal is entitled to disqualify the Bidder/ Contractor/ Consultant/ Vendor from the
tender process.

(2) If the Bidder/ Contractor/ Consultant/ Vendor has committed a transgression


through a violation of Article-2 such as to put his reliability or credibility into question,
the Principal shall be entitled to exclude including blacklist and put on holiday the
Bidder/ Contractor/ Consultant/ Vendor for any future tenders/ contract award
process. The imposition and duration of the exclusion will be determined as per the
existing provisions of GFR, 2017, PC Act, 1998 and other Financial Rules/
Guidelines etc. as may be applicable to the Principal, taking into account the severity
of the transgression. The severity will be determined by the Principal by taking into
consideration the full facts and circumstances of each case, particularly the number
of transgressions, the position of the transgressors within the company hierarchy of
the Bidder/ Contractor/ Consultant/ Vendor and the amount of the damage.

(3) A transgression is considered to have occurred if the Principal after due


consideration of the available evidence concludes that "on the basis of facts
available there are no material doubts about the occurrence".

(4) The Bidder/ Contractor/ Consultant/ Vendor with its free consent and without any
influence agrees and undertakes to respect and uphold the Principal's absolute
rights to resort to and impose such exclusion and further accepts and undertakes not
to challenge or question such exclusion on any ground, including the lack of any
hearing before the decision to resort to such exclusion is taken. This undertaking is
given freely and after obtaining independent legal advice.

(5) The decision of the Principal to the effect that a breach of the provisions of this
Integrity Pact has been committed by the Bidder/ Contractor/ Consultant/ Vendor
shall be final and binding on the Bidder/ Contractor/ Consultant/ Vendor, however,
the Bidder/ Contractor/ Consultant/ Vendor can approach IEM(s) appointed for the
62
purpose of this Pact.

(6) On occurrence of any sanctions/ disqualification etc. arising from violation of this
Integrity Pact, the Bidder/ Contractor/ Consultant/ Vendor shall not be entitled for any
compensation on this account.

(7) Subject to full satisfaction of the Principal, the exclusion of the Bidder/ Contractor/
Consultant/ Vendor could be revoked by the Principal if the Bidder/ Contractor/
Consultant/ Vendor can prove that he has restored/ recouped the damage caused by
him and has installed a suitable corruption prevention system in his organization.

Article 4 Compensation for Damages


(1) If the Principal has disqualified the Bidder from the tender process prior to the
award according to Arcticle-3, the Principal shall be entitled to forfeit the Earnest
Money Deposit/ Bid Security or demand and recover the damages equivalent to
Earnest Money Deposit/ Bid Security apart from any other legal right that may have
accrued to the Principal.

(2) If the work has been awarded then in addition to (1) above, the Principal shall be
entitled to cancel the letter of acceptance/ notice of award issued to the Bidder.

63
(3) If the contract/ agreement has been signed, then the Principal shall be entitled to
take recourse to the relevant provisions of the contract, related to Termination of
Contract, due to Contractor’s/ Consultant's/ Vendor’s Default. In such case, the
Principal shall be entitled to forfeit the Performance Bank Guarantee of the
Contractor/ Consultant/ Vendor and/ or demand and recover liquidated and all
damages as per the provisions of the contract/ agreement against Termination.

Article 5 Previous Transgressions


(1) The Bidder declares that no previous transgressions occurred in the last 3 years
immediately before signing of this Integrity Pact with any other Company in any
country conforming to the anticorruption/ Transparency International (TI) approach or
with any other Public Sector Enterprise/ Undertaking in India or any Government
Department in India that could justify his exclusion from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified
from the tender process or action for his exclusion can be taken as mentioned under
Article-3 above for transgressions of Article-2 and shall be liable for compensation
for damages as per Article-4 above.

Article 6 Equal treatment of all Bidders/ Contractors/ Consultants/ Vendors/


Subcontractors
(1) The Bidder/ Contractor/ Consultant/ Vendor undertakes to demand from all
Subcontractors a commitment in conformity with this Integrity Pact, and to submit it
to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this one with
all Bidders/ Contractors/ Consultants and Subcontractors.

(3) The Principal will disqualify from the tender process all Bidders who do not sign
this Pact or violate its provisions.

64
Article 7 Criminal charges against violating Bidder/ Contractor/ Consultant/
Vendor/ Subcontractors
If the Principal obtains knowledge of conduct of a Bidder/ Contractor/ Consultant/
Vendor or Subcontractor, or of an employee or a representative or an associate of a
Bidder/ Contractor/ Consultant/ Vendor or Subcontractor, which constitutes
corruption, or if the Principal has substantive suspicion in this regard, the Principal
will inform the same to the Chief Vigilance Officer.

Article 8 Independent External Monitor (IEM)


(1) The Principal can appoint any eminent person of high integrity and reputation in
accordance with the guidelines issued by the CVC as Independent External Monitor
(herein after referred to as “Monitor”) for this Pact. The task of the Monitor is to
review independently and objectively, whether and to what extent the Parties comply
with the provisions of this Pact and upon award of the contract, the obligations
casted upon them under the contract/ agreement.

(2) The Monitor is not subject to instructions by the representatives of the Parties
and performs his functions neutrally and independently. He will report to the
Principal.

(3) The Monitor would be provided access to all documents/ records pertaining to the
contract for which a complaint or issue is raise before him, as and when warranted.

(4) The Monitor shall examine all complaints received by him and give his
recommendations/ views to the Principal at the earliest. However, issues like
warranty/ guarantee etc. shall be outside the purview of the Monitor.

(5) The Bidder/ Contractor/ Consultant/ Vendor accepts that the Monitor has the right
to access without restriction to all project documentation of the Principal including
that provided by the Bidder/ Contractor/ Consultant/ Vendor. The Bidder/ Contractor/
Consultant/ Vendor will also grant the Monitor, upon his request and demonstration
of a valid interest, unrestricted and unconditional access to his project
documentation. The same is applicable to Subcontractors also.

(6) The Monitor is under contractual obligation to treat the information and
documents of the Bidder/ Contractor/ Subcontractor with confidentiality. The Monitor
has also signed on 'Non-disclosure of Confidential Information' and of 'Absence
of Conflict of Interest'. In case of any conflict of interest arising at a later date, the
IEM shall inform the Principal and recuse himself/ herself from that case.

65
(7) The Principal will provide to the Monitor sufficient information about all meetings
among the Parties related to the Project provided such meetings could have an
impact on the contractual relations between the Principal and the Bidder/ Contractor/
Consultant/ Vendor. The Parties offer to the Monitor the option to participate in such
meetings.

(8) As soon as the Monitor notices, or has reason to believe, a violation of this Pact,
it will so inform the management of the Principal and request the management to
discontinue or take corrective action, or to take other relevant action. The Monitor
can, in this regard, submit non-binding recommendations. Beyond this, the Monitor
has no right to demand from the Parties that they act in a specific manner, refrain
from action or tolerate action.

(9) The Monitor will submit a written report to the Principal within 8 to 10 weeks from
the date of reference or intimation to him by the Principal and, should the occasion
arise, submit proposals for correcting problematic situations.

(10) If the Monitor has reported to the Principal, a substantiated suspicion of an


offence under relevant IPC/ PC Act or any other Statutory Acts, and the Principal has
not, within the reasonable time taken visible action to proceed against such offence
or reported it to the Chief Vigilance Officer, the Monitor may also transmit this
information directly to the Central Vigilance Commissioner.

(11) The word 'Monitor' would include both singular and plural.

Article 9 Pact Duration


(1) The validity of this Integrity Pact shall be from the date of its signing and extend
till the complete execution of the contract to the satisfaction of both the Principal and
the Bidder/ Contractor/ Consultant/ Vendor, including warranty period or defects
liability period/ maintenance period, whichever is later. In case the Bidder is
unsuccessful, this Integrity Pact shall expire after six months from the date of the
signing of the contract with the successful bidder.

(2) If any claim is made/ lodged during this time, the same shall be binding and
continue to be valid despite the lapse of this Pact as specified above, unless it is
discharged/ determined by the Principal.

Article 10 Other Provisions


(1) This Pact is subject to Indian Laws. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. New Delhi.

(2) Changes and supplements as well as termination notices need to be made in


writing only.

66
(3) If the Bidder/ Contractor/ Consultant/ Vendor is in a partnership/ joint venture or a
Consortium, this Pact must be signed by all partners or members.

(4) Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement shall remain valid. In this case, the Parties will strive to
come to an agreement to their original intentions.

(5) Issue like warranty/ Guarantee etc. shall be outside the purview of the Monitor.

(6) In the event of any contradiction between the Integrity Pact and its Annexure(if
any), the clause in Integrity Pact shall prevail.

(7) Any disputes/ differences arising between the Parties with regard to term of this
Pact, any action taken by the Principal in accordance with this Pact or interpretation
thereof shall not be subject to any Arbitration.

(8) The actions stipulated in this Integrity Pact are without prejudice to any other
legal action that may follow in accordance with the provision of the extant law in
force relating to any civil or criminal proceedings. Provide however, the Bidder/
Contractor/ Consultant/ Vendor who has signed an Integrity Pact shall not approach
the court while representing the matter to the Monitor under this Pact and shall wait
for his decision in the matter.

In witness whereof the Parties have signed and executed this Pact at the place and
date first done mentioned in the presence of following witness:-

(For & On behalf of the (Principal) (For & On behalf of Bidder/ Contractor/Consultant/
Vendor)2
2 In case the Bidder/ Contractor/ Consultant/ Vendor is a Joint Venture/ Partnership/
Consortium, then this Pact shall be signed by all members/ partners. (Office Seal)
(Seal/ Stamp)
Place
Date
Witness 1:
(Name & Address)

Witness 2:

(Name & Address)

67
8. FORMS for the Cost Proposal

8.1. Form 10: Financial Proposal

The Secretary,
Bureau of Energy Efficiency
4th Floor, Sewa Bhavan,
R.K. Puram Sector-I
New Delhi -110066
India

Sub: Hiring of Agency for managing the Facilitation Centre for BEE’s
Financing Schemes

Sir,
In response to the above-mentioned subject, hereunder is our financial
cost for the project:

I/we Consultant services firm herewith


enclose Financial Offer of Rs. (in words) for selection
of my/our firm as Consultant. The break-up of the above cost is
given as below.

Sl. Cost parameter(Break-up to be


Details Cost(Rs.)
No provided)
i. Manpower cost
IT infrastructure cost, including licenses,
ii.
software, third party scrutiny cost, etc.
iii. Marketing related cost
iv. Cost for organizing workshops
v. Miscellaneous cost (please specify…..)
Total A d m i n i s t r a t i v e Cost (sum of
vi.
i to v)
Cost of each
vii. Cost of preparing 100 DPR
DPR: Rs……..

68
Total cost (vi + vii)

Above mentioned cost includes all logistics and no other extra


charges are applicable except GST, which is extra as applicable by
Government of India.
We hereby declare that our Proposal is made in good faith and the
information contained is true and correct to the best of our knowledge
and belief.

Thanking you,
Yours faithfully

(Signature of the Officer)

Name :
Designation :
Seal : Date :
Place :
Business Address:

69
Annexure A
(Details of the eco-system of BEE’s facilitation centre IT portal)

70
BEE Facilitation Centre Portal: Server Requirements – Production

1. ECOSYSTEM

BEE Facilitation Centre ecosystem will integrate all stakeholders and


ensure that respective data systems interact with each other.

2. Hosting Server Requirement

Proposed Servers: 2 Nos Linux Servers with below configuration.

Server 1: Web Server + File Server

Specification Recommended
Configuration
CPU 4 Core
RAM 8 GB
Operating System CentOS Linux
Disk Space 70 GB
Public IP to be configured to this server.

71
Pre-configured NIC Server Configuration:

Linux Web Server: CentOS with Apache 2.4 and PHP 8+

----------------------------------------------------------------------------------------------------------------
-------------------

Server 2: Active Database Server (MySQL)

Specification Recommended
Configuration
CPU 4 Core
RAM 8 GB
Operating System CentOS LINUX
Disk Space 70 GB
We are using this server
for Active Database. Pre-
configured NIC Server
Configuration: Linux
Database Server:
CentOS + MySQL

For the Backup system (Database and File Folder)


File backup mechanism provided by NIC (Database weekly full
backup and daily incremental backup required, Retention: 15 days.
File System backup can be on tape or disk, Retention: 7 days)

72
(Server Architecture Diagram)
3. Open-Source Technologies

1. Programming language – PHP and HTML5


2. Operating System: CentOS Linux
3. Framework Name – CodeIgniter
4. For Website/Application – HTML 5, jQuery, Bootstrap
5. For Database – MySQL
6. Agile development methodology.

73
Annexure B
(Information to be covered in DPRs)

74
1. The hired agency is required to provide the following details in DPR
of selected EE projects:
a. The required background of the organization and details of
relevant EE project. This may include following, subject to
availability:
i. The production process of the organization
ii. Energy performance in existing situation
iii. Fuel and electricity consumption of a typical entity in relevant
industry including fuel mix.
iv. Average production by a typical unit in relevant industry
v. Details of existing Energy Consumption for EE project
vi. Details and role of existing technology/equipment
vii. Design and operating parameters
viii. Operating efficiency of the existing technology/equipment
ix. Details of Technical and Financial barriers
x. Current cost of purchase of power/ fuel for the company.
Source of purchase.
xi. Any other details may be added by hired Agency

b. The details regarding technology/ equipment for energy efficiency


improvements will include:
i. Detailed description of Technology/Equipment/s selected i.e. the
specifications, details of suitability of technology/ies, Superiority
over existing technology/equipment/s, Availability of the proposed
technology/equipment , Source of technology/equipment for the
project, Service/technology providers
ii. Whether the implementation of the EEP has been approved by
Board/ top management of the company
iii. Whether the project qualifies as an energy efficiency project (EEP).
iv. Quantified break-up of energy savings due to implementation of the
EEP.
v. Detailed timeline for implementation of the project.
vi. Process down time during implementation-– expected number of
days of loss of on-going business and total expected revenue loss
during implementation of the process.
vii. Life cycle assessment and detailed risks analysis - technical,
financial & regulatory
viii. Suitable unit/plant size in terms of capacity/production
ix. Feasibility of the technology from implementation point of view

75
x. Status of statutory clearances required for implementation of the
project

c. The details regarding Economic Benefits of new energy efficient


technology :
i. Technical benefits such as Fuel/ Electrical savings per year,
improvement in product quality, increase in production,
reduction in other losses etc.
ii. Monetary Benefits– Calculation showing total monetary
savings to company due to implementation of the EEP.
iii. Social benefits such as improvement in working environment
in the plant, improvement in skill set of workers, etc
iv. Environmental benefits such as reduction in effluent
generation, GHG emission such as CO2, NOx, etc, and other
emissions like Sox

d. The details regarding installation of new energy efficient


equipment’s/ technologies:
i. Detailed break-up of cost of technology/equipment
implementation of the EE- other expenditure required
specifically for running the EEP (including Operation/Repair
and Maintenance cost, spares, maintenance staff, etc.).
Percentage of cost dedicated for energy efficiency project.
ii. Reasonability of cost – whether cost quoted by the company
for implementation of the EEP can be considered reasonable.
Comparison of cost with other comparable projects.
iii. Details of arrangement of funds i.e. entrepreneur’s
contribution/equity, loan amount

e. The details regarding the financial indicators:


i. Cash flow analysis at the company level

76
Annexure-I Bank Details for NEFT/RTGS

Name of Beneficiary Bureau of Energy Efficiency


Bank A/c No 89830100010654
Name of the Bank Bank of Baroda
Name of Branch Address Bhikaji Cama Place, New Delhi-110066
Email ID divaccounts@beenet.in
A/c Type Saving
Branch Code 6020
IFSC Code BARB0VJBCPL
MICR Code 110012308
Swift Code BARBINBBNND
PAN No AAAAE0631J

77

You might also like