You are on page 1of 37

Request for Proposal

For
Selection of Consultancy Firm for Providing Support to Karnataka
Renewable Energy Development Limited on Energy Transition
Programs in the State of Karnataka

Karnataka Renewable Energy Development Limited


(A Government of Karnataka Undertaking)
No. #6/13/1, 10th Block, 2nd Stage
Nagarabhavi, Bangalore-560072

1
Table of Content
1 Background 3
2 Objective 3
3 Conditions for Eligibility of Bidder 3
3.1 Eligibility Criteria‟s 4
4 Criteria for Evaluation 4
4.1 Evaluation of Technical Proposals 4
4.2 Shortlisting of Bidders 6
4.3 Evaluation of Financial Proposal 7
4.4 Combined and Final Evaluation 7
5 Schedule of Selection Process 7
6 Scope of Study 8
7 Team Composition 12
8 Deliverables 14
9 Submission of Deliverables 14
10 Duration of the Consultancy Contract 14
11 Performance Security 14
12 General Conditions 15
13 Confidentiality of Data and Documents --------------------------------------------------------------- 15
14 Conflict of Interest 15
15 Rights of KREDL 15
16 Termination of Consultancy project 16
17 Extension of Consultancy Project 16
18 Application Submission 16
19 Validity 16
20 Amendments to the RFP 16
21 Consultancy Contract Value 16
22 Payment terms 17
23 Obligations of KREDL 17
24 Liability of the Consultant 17
25 Knowledge transfer 17
26 Force Majeure 17
27 Restriction on Land Border Sharing 17

2
1 Background

The State of Karnataka is bestowed with vast potential of renewable energy. Karnataka
Renewable Energy Development Limited (KREDL), is an organization working under the purview
of Energy Department, Government of Karnataka. The objective of the KREDL is to promote
renewable energy in the State and to initiate all necessary actions for Renewable Energy and
Energy Conservation in the State. KREDL works through various Governmental Agencies,
Private Organizations, NGO's and Accredited Energy Auditors.
KREDL’s Vision
 To harness Green and Clean Renewable Energy Sources in the State for environment
benefits and Energy Security. To initiate Energy Efficiency measures in all sectors for
sustainable growth
KREDL’s Mission
 To create conditions conducive to private/ public/community participation and investment
in Renewable Energy power projects
 To achieve commercial viability and expeditiously operationalize the Renewable Energy
Projects
 The primary objective of KREDL is to develop both grid and off grid RE power projects to
supplement the conventional energy projects in the state. Besides, KREDL co-ordinates
with all agencies both at state level and national level to promote Renewable Energy in
the state
 To conserve Energy through the Energy Efficiency & Energy Conservation measures in
all sectors

KREDL is taking all necessary steps to explore the renewable energy resources for the
maximum benefit of State and support GoI in reaching target of 175 GW by 2022 and 500 GW
by 2030. In this context, KREDL needs support from expert professional firm to provide
momentum to various programs and implementation of renewable energy projects in the state
of Karnataka. In this regard, KREDL is desirous of engaging Consulting Firm to provide
consultancy services to support various renewable energy programmes and associated
emerging fields in the State of Karnataka.

2 Objective

To engage the services of reputed Management Consultant to support KREDL in various


renewable energy and energy transition programs, and several emerging fields in the state of
Karnataka.

3 Conditions for Eligibility of Bidder

Bidders must carefully read the minimum conditions of eligibility provided herein. Proposals of
only those bidders who satisfy the conditions of eligibility will be considered for evaluation.

3
3.1 Eligibility Criteria’s

a. Technical Eligibility Criteria


3.1.1 The Consultancy Firm/Bidder/Consultant shall be a single bidding company, or a
consortium of companies i.e., Sub-consulting. However, consortium of Entities with a
Lead Entity shall be solely responsible for purposes of proposal submission as well as
performance of contract, if awarded and the company / members of the bidding
consortium should each be a Company registered under the Companies Act, 1956/2013.
Certificate issued by Registrar of companies shall be uploaded.
3.1.2 The Consultant or the Lead Entity shall have office in Bangalore, Karnataka. Address
proof shall be uploaded.
3.1.3 The Consultant must have the following experience. In case of a consortium, minimum
eligibility criteria shall be met by Lead Entity.
3.1.3.1 Energy sector advisory experience of more than ten (10) years in India
3.1.3.2 Sector wide-expertise and experience in renewable energy, project management in
India, including:
a. Experience of at least two (2) long term (minimum 12 months) Consultancy Projects
for Central / State Governments / Union Territory/State owned PSUs, involving
program management support
b. Experience of at least three (3) Consultancy Projects in Renewable Energy Sector in
India in last 3 years
c. Experience of at least two (2) Project Management Consultancy Projects to State
Nodal Agency (SNA)/State Department in energy/renewable energy/infrastructure
sector
3.1.4 Only experiences accompanied by valid work order and/or completion certificates from
the clients viz., Central/State Govt.,/SPSU Utilities will be considered for the purpose of
eligibility

b. Financial Eligibility Criteria


3.1.5 Average annual turnover of the Consultancy Firm (Lead Consultant, in case of a
Consortium), of not less than Rs. 50 Crores in at least two (2) out of previous five
preceding financial years. The documentary evidence in the form of certificate from the
Statutory Auditor for the last five (5) financial years shall need to be provided.

c. Earnest Money Deposit: The Tenderer shall furnish, as part of his tender, Earnest Money
Deposit (EMD) of Rs. 4,04,000/- (Rupees Four Lakhs and Four Thousand only). (1.5% of the
estimated cost) which shall be paid through e-payment mode of Karnataka Public Procurement
Portal. Any other form of payment will not be accepted. For more details on e- Payment services
refer to KPP portal. No interest or any other cost will be payable by KREDL on the EMD.
a. EMD so deposited will be liable for forfeiture:
i. In case a bidder withdraws his offer within the offer validity period specified by
the bidder.

4
ii. In the case of a successful bidder, if the bidder fails within the specified time
limit as mentioned in Letter of intent/ contract to furnish the acceptance of
contract.
iii. In case of a successful bidder, if the bidder fails to submit Performance BG
within 15 days from the date of issue of LOI.
4 Criteria for Evaluation

4.1 Evaluation of Technical Proposals


4.1.1 In the first stage, the Technical Proposal will be evaluated based on Bidder‟s experience,
presentation and financial eligibility criteria. Only those Bidders whose Technical score
is 70 marks or more out of 100 shall qualify for further consideration, and shall be
ranked from highest to the lowest based on their technical score (ST)
4.1.2 The Technical scoring criteria to be used for evaluation shall be as follows:

Sl. Technical Proposal Evaluation Parameter Maximum


No technical score
No of long term (minimum 12 months) Consultancy Projects for 5
1. Central / State Governments / Union Territory/State PSUs
involving program management support.
 Up to 2 projects- 2 Marks
 3 to 5 Projects – 3 Marks
 6 to 10 Projects – 4 Marks
 More than 10 Projects – 5 Marks
2. No of Consultancy Projects in Renewable Energy Sector in India 5
in last 3 years
 Up to 3 Projects – 2 Marks
 4 to 5 Projects – 3 Marks
 More than 5 Projects – 5 Marks
No of Project Management Consultancy Projects to State Nodal 10
3. Agency (SNA)/State Department in energy/renewable
energy/infrastructure sector.
 Up to 2 Projects – 4 Marks
 3 to 5 Projects – 6 Marks
 More than 5 Projects – 10 Marks
4. Team and experience 40
a) Team Leader 15
 2 to 4 projects shown under each Mandatory requirements
criteria of (c) to (e) each of clause no.7.1.2 – 5 Marks*
 5 to 8 projects shown under each Mandatory requirements
criteria of (c) to (e) each of clause no.7.1.2 – 10 Marks*
 More than 8 projects shown under each Mandatory requirements
criteria of (c) to (e) each of clause no.7.1.2 – 15 Marks*

* Post fulfilling the mandatory education qualification and experience


requirements

5
b) Renewable Energy Specialist (Policy and Regulatory)/ 10 (5x2)
Specialists

 2 to 5 projects shown under Mandatory requirements criteria (c)


of clause no.7.1.2 – 1 Mark*
 5 to 7 projects shown under Mandatory requirements criteria (c)
of clause no.7.1.2 – 3 Marks*
 More than 8 projects shown under Mandatory requirements
criteria (c) of clause no.7.1.2 – 5 Marks*
* Post fulfilling the mandatory education qualification and experience
requirements

c) Renewable Energy Specialist (Program Management)/ Program 15 (5x3)


Manager

 1 to 2 projects shown under Mandatory requirements criteria (c)


– 1 Mark*

 3 to 4 projects shown under Mandatory requirements criteria (c)


– 3 Marks*

 More than 4 projects shown under Mandatory requirements


criteria (c) – 5 Marks*

* Post fulfilling the mandatory education qualification and experience


requirements
5. Presentation before KREDL to understand the Proposal submitted 40
by the bidder
Total 100

Note:

 For evaluation of Firm experiences, only those projects will be considered for which bidder submit a
valid work order and/or completion certificate.

 Bidder may show same project which qualify the multiple requirements.

6
4.1.3 All Bidders shall be required to make presentations up to 30 minutes, before opening of
Financial Proposals, to demonstrate their credentials based on eligibility criteria as per
Clause 3 of RFP along with the following and to submit three (3) hard copies during the
presentation
 Brief company profile, local presence, associates, major clients and projects etc.
 Experience of rendering services as consultant
 Understanding of assignment along with methodology indicating broad scope of
work, plan and roadmap of said work
 Proposed key personnel along with team leader and manpower commitment
4.1.4 The time and venue for the presentation shall be intimated to the Bidder.

4.2 Shortlisting of Bidders at Technical Stage


Only those Bidders whose Technical Proposal score is 70 marks or more out of 100 shall
qualify for further consideration and shall be short-listed with ranking from highest to the lowest
on the basis of their technical score (ST).

4.3 Evaluation of Financial Proposal


4.3.1 In the second stage, the financial evaluation will be carried out as per this clause. Each
Financial Proposal indicated by bidder as per Appendix K Price Bid: Schedule of price –
A will be assigned a financial score (SF)
4.3.2 For financial evaluation, the total cost indicated in the Financial Proposal will be
considered
4.3.3 KREDL will determine whether the Financial Proposals are complete, qualified, and
unconditional. The cost indicated in the Financial Proposal shall be deemed as final and
reflecting the total cost of services for first year. Omissions, if any, in costing any item
shall not entitle the firm to be compensated and the liability to fulfil its obligations as per
the RfP within the total quoted price shall be that of the Consultant. The lowest financial
proposal (FM) will be given a financial score (SF) of 100 points. The financial scores of
other proposals will be computed as follows:
4.3.4 SF = 100 x FM/F (F = amount of Financial Proposal of the Bidder)

4.3.5 The illustration for technical and financial bid evaluation is in Appendix-N.

4.4 Combined and Final Evaluation


Proposals will finally be ranked according to their combined technical (ST) and financial (SF)
scores as follows:
S = ST x 0.80 + SF x 0.20,
Where S is the combined score

4.5 The Letter of Intent shall be issued to the highest ranked bidder. The selected bidder shall furnish
acceptance to LOI within 7 days and shall enter into contract agreement with KREDL within 15

7
days of LOI duly providing Performance security.

5 Schedule of Selection Process

A Issue of RFP document 07/03/2024


B Time and date for Technical and Financial Bid is required to be submitted
submission of application online completed in all aspects on or before 16:00 Hrs
of 03/04/2024, through https://kppp.karnataka.gov.in/
C Time and date for opening 04/04/2024 at 16:30 Hrs
of the technical bids
D Time and date for Details will be intimated to qualified bidders
presentation
E Time and date for opening Details will be intimated to qualified bidders
of the Financial Proposal
F Validity of Proposal Minimum 180 calendar days from proposal submission
deadline

5.1.1 Any modifications, amendments or corrigenda in RFP or timelines described under sub-
Clause 5 shall be updated online only and shall not be notified to any of interested
Bidders individually. It will be sole responsibility and accountability of Bidder to keep itself
updated about the RFP and its processes as well as timelines. KREDL shall not be
answerable or accountable for any implications.

6 Scope of Study

The Consultant shall support KREDL in the following scope of work.


1. Renewable Energy Mix Strategy for Karnataka:
The key areas of Renewable Energy Mix strategy include the following:
1. Assess the energy scenario of Karnataka and suggest the optimal generation mix
(till 2035) with focus on renewables and new energies, considering Government of
Karnataka priorities, Government of India targets, India‟s energy transition plan, and
global energy transition trends.
2. Strategy formulation to KREDL for harnessing renewable energy potential in the
state.
3. Interact with the Energy Department, ESCOMs, KPTCL, PCKL, KPCL and other
Govt. Dept./ Organizations, industry (as per requirement), for identification of areas
for new and renewable energy where immediate action can be taken.
4. Develop strategy for Renewable Energy procurement for the state in short, medium

8
and long-term (until 2035) with consideration of evolving energy transition trends in
India and at global level.
5. Identify the areas of new energies which state to evaluate and develop road map for
developing investment eco-system in the state.
6. Assist KREDL in formulation of new energies programs.
7. Develop strategy for promotion of research and collaborations with leading
institutions in the sector.
8. Assist KREDL with preparation of Tariff Based Competitive Bidding (TBCB) Bid
Documents and support in tariff computation (i.e., financial modelling) for renewable
energy (including solar, wind, repowering, hybrid, hydro/PSP, BESS, Green
Hydrogen, and derivatives).

2. Pumped Hydro Storage Projects and its initiatives


1. Review Government of India plans on energy storage, and guidelines on pumped
hydro storage, to align the priorities of Government of Karnataka.
2. Assess energy scenario of Karnataka to indicate Pumped Storage Plant (PSP)
capacity requirement for the grid (among other commercial energy storage
technologies) and develop road map for the government to advance PSP
investments in the state.
3. Prepare PSP guideline aligning with the Pumped Hydro Storage Policy.

3. Policy and Regulatory Support on New Renewable Energy Technologies


1. Support in review of existing national and state-specific policies/program towards
development of renewable energy and new energy projects initiatives in the state
and benchmarking the same with leading states.
2. Support in understanding MNRE / Ministry of Power policies and programs of
Renewable Energy (RE) or, RE projects that come from time to time and assist
KREDL in modifying existing policy in line with above on need basis.
3. Support in policy implementation and related assistance on new energies.
4. Support KREDL in its activities with respect to the Regulatory Commission. It
includes preparation of notes related to tariff and preparing response to KERC
queries on regulatory matters.

9
5. Reviewing orders/ regulations of KERC concerning ongoing RE schemes/RE
projects / policy implementation.
6. Support KREDL in filing Petitions/ submitting notes for approval of Bid documents,
PPA and other required documents for approval from KERC.
7. Assistance in preparing responses/comments/notes on draft orders/regulations of
KERC/CERC, and MNRE directives.
8. Support in understanding KERC/CERC orders/regulations concerning RE and new
energy projects.
9. Assistance in capturing learning from RE policy and regulatory related
developments in other states.
10. Support in reviewing related policies such as Industrial Policy, Central Policies,
Policy for MSMEs, Start-ups to promote RE and new energy in the state.

4. Develop guidelines for implementing “Karnataka Renewable Energy Policy 2022-


2027 if necessary”
1. Develop guidelines for use of energy storage system in RE utility PPA, captive/group
captive and third-party sale projects.
2. Developing guidelines for setting up private RE park and development of RE park
under PPP model in Karnataka.
3. Develop guidelines for Peer-to-Peer (P2P) trading of decentralized RE energy and
Virtual Power Plant (VPPs).
4. Develop guidelines for implementation of floating solar projects.
(Note: above guidelines shall be developed in accordance with the Karnataka Renewable
Energy Policy 2022-2027 and its amendments)

5. Develop RE Progress Monitoring Platform


1. In line with the roadmap/strategy, the Consultant shall review all the ongoing
programs of KREDL and suggest innovative ideas/ways to take such programs
ahead. The review will look at identifying potential project/program overlaps and
recommendations on improving the effectiveness of implementation.

2. Review ongoing renewable energy and energy transition programs of KREDL, and
develop a standard template/model for capturing the progress of each program.
10
3. Constitution of working group for data collection from various functional sections of
KREDL.
4. Establish protocol for data fetching, data clean up, data feeding and reporting of
project progress by the relevant stakeholders.
5. Develop an interactive management dashboard on RE and the energy transition
progress made under KREDL programs.
6. Assist KREDL in developing monthly progress reports on its programs i.e.,
developing MIS templates for project progress reporting and creating management
dashboards.
7. Monthly review meetings with stakeholders and KREDL management for progress
review of programs.
6. Identify Investment and Growth Areas for KREDL
1. Evaluate areas of investment and assist KREDL in taking investment decisions on
specific projects with development of business case.
2. Develop financial model and prepare Information Memorandum (IM) to provide
project financial inputs to KREDL, which in turn to be used for fund raising by the
KREDL.
3. Support KREDL in discussing the state energy transition plan and investment
proposals with financing institutions as appropriate, for financing and transactional
support.
7. Net Zero Strategy and Program for Karnataka
1. Identify emission intensity sectors in the state (private and public), assess emission
intensity of state GDP and review the emission trajectory for the state of Karnataka
till 2050
2. Discuss and set target with relevant government stakeholders for net zero transition
journey
3. Suggest emission reduction strategies and programs/action plan for net zero in the
identified sectors such as mobility, energy, buildings, industries, and waste among
others.
4. Development of transition roadmap for net-zero action plan.
5. Assess financing options available for funding the net-zero action plan by public and
private sectors.
11
6. Assist KREDL in roll-out of net-zero action plan/program in public sector in the form
of programs, guidelines, and policies.
8. Carbon Credit for KREDL RE Projects
1. Identification of KREDL‟s RE assets that can be eligible for carbon credits
2. Discuss various programs available in the market for carbon credits
3. Selection of appropriate programs for KREDL portfolio
4. Preparation of project design documents for selected projects
5. Assist and guide KREDL in monetizing carbon credits for its operational RE assets
9. Positioning KREDL in World Economic Forum and International Energy Forum
1. Support KREDL in representing Government of Karnataka in World Economic
Forum (1 event) and International Energy Forum (max 2 events)
2. Assistance in preparation of presentations, notes, flyers, and reports on new
energies for investor road shows in domestic (max 3) and international
events/programs.
3. Support KREDL in leading the discussion with investors in domestic and
international forum.
4. Assist KREDL in post event follow-up with investors and facilitate in MoUs, and
MoAs execution.
10. Capacity Building
1. Review and understand the current organizational set up of KREDL and redefine
KREDL role to the meet the energy transition scenario of 2030 and above, aligning
with country goals and energy transition plan.
2. Suggest on new functions, structure, and resource planning to cater the raising
work-force demand in KREDL.
3. Repositioning strategy of KREDL to evolve as the nodal agency for energy transition
and RE implementation in Karnataka, and support other departments such as
ESCOMs, KPTCL, KPCL in RE and new energy related activities.
4. Identification of new revenue streams for KREDL.
5. Conducting capacity buildings workshops for new energy and RE functions (bi-
monthly) for KREDL. This exercise to be performed post identification of the
common theme areas (in consultation with KREDL) where the resources of KREDL
needs to be upskilled.
12
6. Capacity building on basic working/reporting necessities such as Microsoft Power
Point, Excel and Word (on quarterly basis).
11. Other Tasks
1. Assist KREDL in developing Standard DPR structure for all RE and new energy
projects (to be adopted by investors/developers).
2. Support KREDL in empanelment of EPC platforms for implementing decentralized
solar PV systems (with or without storage) in government buildings of Karnataka.
3. Analyze and advice KREDL for attracting investments into the state of Karnataka
under GoI new energy programs like PLI, Green Hydrogen Mission and others.

Any additional scope of work outside the above modules shall be compensated by KREDL as
per Schedule of Price – B under Appendix-K Price Bid.

7 Team Composition

7.1.1 KREDL wish to engage 6 (Six) full-time resource experts of Bidder/Consultant who meets
criteria as described in this document.
7.1.2 Skills and competencies of experts: Experts proposed below to become a part of
engagement team of Bidder/ Consultant, they must meet the following skills and
competencies:
Positions Requirement

13
Team Leader -1 Mandatory requirement
Number
a. Engineering graduate in any discipline and MBA/M.Tech/
(To be available at postgraduate in renewable energy/ energy/ power
KREDL office on full time management.
basis) b. 10 or more years of experience in power sector after
highest academic qualification.
c. Experience of working for renewable energy department,
SNA, State/ Central government, or distribution utilities or
CPSUs or SPSUs or private organizations in power sector
and have managed at least ten (10) projects covering
framework for development of renewable energy related
tasks for any Government (Central or State)/PSU.
d. Policy and Regulatory experiences in Karnataka Power
Sector
e. Sound understanding of policies, regulations and
developments in renewable energy in Karnataka and India.

Preferable

a. Preference shall be given to person having experience in


renewable energy, RE policy, power sector, Pumped Hydro,
Energy Storage, and program management in Karnataka
state RE sector.
b. Person must have good soft skills and interpersonal skills fit
for a team leader.
Renewable Energy Mandatory requirement
Specialist (Policy and a. Graduate in any discipline and MBA/M.Tech/ postgraduate
Regulatory)/Specialists in renewable energy/ energy/ power management
- 2 Numbers b. 8 years‟ experience in power sector/ renewable energy
sector after highest academic qualification.
(To be available in c. Experience of having managed at least 8 projects covering
KREDL office on full policy handling and regulatory issues and supporting
time basis) central government agencies/ state nodal agency / state
department/private sector on renewable energy.

Preferable
a. Sound understanding of policies and regulations relevant to
various renewable fields i.e., ground mounted solar, wind,
solar rooftop, solar pump, storage, floating solar, green
hydrogen and derivatives etc.
b. Experience of working for renewable energy department of
Central/ State government, or distribution utilities or CPSUs
or SPSUs or Private Stakeholders.
c. Person must have good communication and interpersonal
skills

14
Renewable Energy Mandatory requirement
Specialist (Program a. Engineering graduate in any discipline and/or MBA/M. Tech/
Management)/ postgraduate in renewable energy/ energy/ power
Program Manager – management.
3 Numbers b. Minimum 3 years‟ experience with atleast 1 year experience in
power sector/renewable energy sector after highest academic
(To be available in qualification.
KREDL office on full time c. Out of minimum 3 years‟ experience, candidate should have
basis) at least 1 year of experience in working with or advising
Government departments/ agencies/ utilities/private sector in
the area of energy/ renewable energy/ advising any state
nodal agency / state department / central government
department/ Discom/ energy company for energy projects of
more than 4 projects in the area of bid process management,
tender, DPRs, contractual document preparations and
monitoring the projects post award of the contract.

Preferable
a. Knowledge of techno-commercial aspects associated with
renewable energy technologies.
b. Experience of project management.
c. Sound understanding of policies and regulations relevant to
various renewable fields i.e., ground mounted solar, wind,
solar rooftop, solar pump, storage, floating solar, green
hydrogen and derivatives etc.
d. Person must have good communication and interpersonal
skills.

8 Deliverables

8.1.1 In consultation with KREDL, Consultant will prepare a monthly progress report and a final
report covering progress against the work plan agreed in the inception report.
8.1.2 Major milestone activities and timelines for the subject scope of work shall be agreed
between KREDL and Consultant on monthly basis at the start of every months. However,
at sole discretion of KREDL, it may be reasonably refined at any point of time in a contract
period in sync with overall scope of assignment.

Deliverable From the date of issue of Letter of Intent

Monthly Progress Report 1st Week of every subsequent month

Note: Monthly progress report will be discussed in personal at KREDL office once in a
month.

15
9 Submission of Deliverables

The deliverables defined in Clause 8 above shall be submitted in two copies neatly bounded in
standard format as approved by the nodal office.

10 Duration of the Consultancy Contract

The duration of the consultancy assignment would be for a period of twelve (12) months, from
the date of execution of the Consultancy Contract or on receiving the acceptance of work order.
The tenure may be further extended beyond 12 months subject to mutually agreed terms and
conditions.

11 Performance Security

The successful bidder has to submit Performance Security with the acceptance of order valid for
12 months which shall be modified as per requirement. The Performance Security shall be of
10% of Contract Value in the form of Bank Guarantee (BG) of any nationalized/scheduled bank
in favour of the Managing Director, Karnataka Renewable Energy Development Limited. The
Performance Security will be returned within Ninety (90) days from the expiry of the consultancy
engagement, on satisfactory completion.

12 General Conditions

12.1.1 The bidders may, with the prior written approval of the KREDL, substitute any team
member with an alternate CV, either equivalent to or stronger than the original team
member. However, the frequency of such substitution should not be too often.
12.1.2 The team members will be allowed to avail 15 days leave in a year, with due approval of
the reporting officer from KREDL. In case any of the team members avail leave of more
than 04 days at a stretch, consultancy firm has to provide substitute, equivalent or
stronger than the original team member for the leave duration. In case of absence after
more than the notified period without the above, amount payable for such period will be
deducted from monthly bill (for team leader, 10% of monthly bill, prorated on days absent
beyond permitted days shall be deducted. Similarly, the deductions shall be 5% for each
RE specialist). Consulting firm has to follow attendance record of consultants, which will
be maintained as per the system available in KREDL.
12.1.3 All the team members shall be based in Bangalore on-site and at KREDL office location for
the duration of the assignment.

13 Confidentiality of Data and Documents

All Intellectual Property Rights (IPR) of data collected as well as the deliverables produced shall
remain with the office of KREDL. All knowledge and information, which may be acquired during
the assignment, shall be for all times and for all purposes, regarded as strictly confidential and
held in confidence, and shall not be directly or indirectly disclosed to any person whatsoever,
without the explicit written permission of KREDL.

14 Conflict of Interest

16
14.1.1 Neither the Consultant nor any of the personnel engaged by the Consultant shall engage
in any personal, business or professional activity, which conflicts or could conflict with any
of their obligations in relation to this consultancy engagement.
14.1.2 The Consultant and the Consultant‟s personnel shall notify KREDL immediately of any
actual or potential conflict, together with recommendations as to how the conflict can be
avoided or mitigated.
14.1.3 The Consultant shall observe, in competing for and executing a contract, the laws against
fraud and corruption (including bribery). The Consultant shall also furnish information on
commissions, gratuities and fees, if any, paid or to be paid to agents or any other party
relating to this Proposal and, if awarded, Consultancy Contract execution.
14.1.4 In case of failure to comply with any of the above, the office reserves the right to terminate
the Consultancy Contract immediately, without any financial obligations or liabilities and
may also forfeit the Bid Security/Performance Guarantee provided by the Consultant.

15 Rights of KREDL

KREDL reserves the right to cancel this tender, and not to proceed in the matter, at any stage,
without giving any explanations, whatsoever.
16 Termination of Consultancy project

KREDL may, by way of written notice, terminate the Consultancy Contract under the following
conditions:
a. The Consultant is unable to address the assigned works
b. The Consultant fails to meet the prescribed timelines assigned under the prescribed time
period
c. The Consultant commits any material or persistent breach of its obligations under the
Consultancy Contract

17 Extension of Consultancy Project

The support period is for 12 months, however KREDL reserves the right to extend the contract
for a further period on mutual consent of both the parties.

18 Bid Submission

18.1.1 The Bid is to be submitted online only.


18.1.2 Online bids are to be submitted by date and time specified in the RFP. Bidders would be
intimated about the opening of the technical and financial bids

19 Validity

The Bid shall remain valid for the period of 180 days from the last date of submission of the bid
as specified in this RFP. The proposal with validity of less than 180 days may be rejected as
nonresponsive.

20 Amendments to the RFP

At any time prior to the deadline for submission of the bid, KREDL may for any reason, modify
17
the RFP. The prospective respondents having received the RFP shall be notified of the
amendments through tender portal and such amendments shall be binding upon them.

21 Consultancy Contract Value

The financial proposal by the Consultant shall be inclusive of the applicable taxes and any
associated cess etc. This financial proposal shall cover remuneration for all the Personnel
(Expatriate and Resident, in the field, office etc.), accommodation, local travel costs etc. Travel
outside Bangalore city, on the direction of KREDL, would be paid by KREDL on actuals on the
same rates as admissible in KREDL. Cost on account of road shows (i.e. venue, lodging and
boarding of delegates) would be borne by KREDL.
22 Payment terms

22.1.1 The payment shall be made in 12 equal monthly instalments of contract value from the
date of execution of the Consultancy Contract/acceptance of work order by the selected
Consultant
22.1.2 The payment shall be made by KREDL against the monthly bills of the selected
Consultant
22.1.3 Monthly bills shall be raised by Consultant before 5th day of subsequent month and the
bills will be cleared by KREDL within 30 days from the date of submission of invoice.

23 Obligations of KREDL

KREDL will provide office space with necessary facilities (seating arrangements, stationary
provisions, air conditioning etc.,) for the duration of the assignment.

24 Liability of the Consultant

Except where there is proven misconduct, gross negligence, dishonesty or fraud on behalf of
the Consultant of the personnel deployed by the Consultant, the Consultant‟s liability under the
Consultancy Contract shall be limited to the amount of the Consultancy Contract Value.

25 Knowledge transfer

Upon termination of this Agreement, selected Consultant shall return any document, material,
database, equipment, or software containing the Confidential Information to the other party. If,
for any reason, such document, material, database, equipment, or software cannot be returned,
then such selected Consultant shall delete such Confidential Information from any memory
devices. Selected Consultant shall not be permitted to continue using the Confidential
Information in any way after the termination of this Agreement and this clause shall survive the
termination clause 16 to the extent such survival is necessary for giving effect to such rights and
obligations.

26 Force Majeure

Neither Party shall have any liability or be deemed to be in breach of this Agreement for any
delays or failures in performance of this Agreement that result from circumstances beyond the
reasonable control of that Party. The Party affected by such circumstances shall promptly notify

18
the other Party in writing when such circumstances cause a delay or failure in performance and
when they cease to do so.

27 Restriction on Land Border Sharing

Any Bidder & consortium partner (in case of consortium) from a country which shares a land with
India will be eligible to bid in this tender only if the bidder & consortium partner is registered with
the Competent Authority as per the provision of Government Order No. FD455 EXP-12 2020
Bengaluru dated 01.04.2023. Such bidder/ Vendor shall meet the eligibility clauses specified in
Annexure-A & Annexure-B of the tender document under the heading Model
Clause/Certificate/Undertaking. A certificate/self-declaration/ undertaking for having read the
clauses specified in Appendix- L & Appendix-M are to be uploaded by the bidder and Consortium
Partners in the following format:
a. “I have read the clause regarding restrictions on procurement from a bidder of a country
which shares a land border with India; I certify that this bidder is not from such a country
or, if from such a country, has been registered with the Competent Authority. I hereby
certify that this bidder fulfills all requirements in this regard and is eligible to be
considered.” (Where applicable, evidence of valid registration by the Competent Authority
shall be attached).

b. I have read the clause regarding restrictions on procurement from a bidder/vendor having
Transfer of Technology (TOT) arrangement. I certify that this bidder/vendor does not have
any TOT arrangement requiring registration with the competent authority.
OR
I have read the clause regarding restrictions on procurement from a bidder/vendor having
Transfer of Technology (TOT) arrangement. I certify that this bidder/vendor has valid
registration to participate in this procurement.
Note:

As per the GOK, Circulars dated 10.03.2021 and 29.03.2021, regarding Registration with
Competent Authority, the following are the clarifications,
i) A Bidder is permitted to procure raw material, components, sub-assemblies etc.,
from the vendors from the countries which shares a land border with India. Such
vendors will not be required to be registered with the Competent Authority, as it is
not regarded as “sub-contracting”.
ii) However, in case a bidder has proposed to supply finished goods, procured
directly /indirectly from the vendors from the countries sharing land border with
India, such vendors will be required to be registered with the Competent Authority.
iii) Procurement of spare parts and other essential service support like Annual
Maintenance Contract (AMC)/Comprehensive Maintenance Contract (CMC)
including consumables for closed system, from Original Equipment
Manufacturer(OEMs) or their authorized agents are exempted from the
requirement of registration as mandated under Government Order No :FD 455
Exp- 12/2020 Bengaluru dated 28.08.2020.

19
FORMATS AND INSTRUCTIONS FOR RESPONSE TO RFP

Applicants shall strictly provide information as per formats provided herewith. Additional sheets
may be used to submit the information for its detailed response. The following formats are
required to be included in the Applicant‟s response to RFP:

Appendix A – Format for Covering Letter


Appendix B – Format for Details of Applicant
Appendix C – Format for Statement of Legal Capacity
Appendix D – Format for Experience of the Firm
Appendix E – Format for Team Composition and detailed Curriculum Vitae
Appendix F – Format of Curriculum Vitae
Appendix G – Format of Bank Guarantee
Appendix H – Format for evaluating Eligibility of bidder
Appendix I - Format for Count of Assignments performed for Technical Evaluation
Appendix J - Format for Declaration of not being blacklisted
Appendix K – Price Bid
Appendix L – Eligibility Clauses in Respect of Restrictions on Procurement From A Bidder Of A
Country Which Shares A Land Border With India
Appendix M – Restrictions on Sourcing of Equipments/Materials by The Bidder From A Vendor
of A Country Which Shares A Land Border With India

20
Appendix A – Format for Covering Letter
(on letterhead of Applicant)
Date: (dd-mm-yyyy)
Letter Ref. No.:

To,

Sub: Application in response to the RFP for Selection of Consultant for Providing Support to
Karnataka Renewable Energy Development Limited on Energy Transition Programs in the State
of Karnataka

Ref: RFP No. , Dated:

Kind Attention: The Managing Director, Karnataka Renewable Energy Development Limited

Dear Sir,

Having reviewed and fully understood in detail all the information provided in the RFP document,
hereby submit application in full compliance with the provisions specified in the RFP document
for Selection of Consultant for Providing Support to Karnataka Renewable Energy Development
Limited on Energy Transition Programs in the State of Karnataka. We are enclosing herewith
the following information with duly signed formats as desired by you for your consideration:

Sl.No Documents as required under RFP document Enclosed (Yes/No)


1 Applicant Details (Yes/No)

Checklist of supporting documents


-
-

We understand that the selection shall be as per the details mentioned in the RFP document.
We agree to abide by the provisions laid down under the RFP document issued by the KREDL.
We, declare that the information as submitted in this application is true to the best of my
knowledge. In case any information given in this application or attached documents are found to
be incorrect at any point of time, we understand that the nodal office may reject my response to
RFP/Bid, and/or cancel the order, if issued. We agree that the bid is valid for minimum 180
calendar days from the proposal submission due date.

Yours truly,

(Signature)
(Address)
(Contact details: telephone no. , fax no.)

21
Appendix B – Format for Details of Applicant
S.No Description Details
1 Name of the Applicant
Registered office address:
Telephone No:
Fax No:
E-mail:

Correspondence address:
Telephone No:
Fax No:
E-mail:
2 Name of the chief executive officer/ Managing Director
3 Type of the Applicant
(Individual/Hindu Undivided Family/Partnership/Pvt. Ltd.
Co./Public Ltd. Co.)*
4 Name of directors/partners of the organization (if
applicable)
5 Name and address for correspondence with Authorized
Representative of Applicant.
Telephone No:
Fax No:
E-mail:
6 Details of current business of the Applicant
7 Whether the Applicant or any of its
promoter(s)/director(s)/ associates is blacklisted by any
central government or state government/ department/
agency in India? (yes/no)^

Note:
* Attested copies of (if applicable): Registration certificate/Incorporation proof
^If yes, then please furnish details

22
Appendix C – Format for Statement of Legal Capacity
(To be forwarded on the letter head of the Applicant / Lead member of Consortium)
Date:

To,

Dear Sir,

We hereby confirm that we/ our members in the Consortium (constitution of which has been
described in the application) satisfy the terms and conditions laid out in the RFP document.

We have agreed that ................................. (Insert member‟s name) will act as the Lead Member of
our consortium.*

We have agreed that ................................ (Insert individual‟s name) will act as our representative
and has been duly authorized to submit the application in response to the RFP. Further, the
Authorized signatory is vested with requisite powers to furnish such letter and authenticate the
same.

Thanking you,

Yours faithfully,
(Signature, name and designation of the Authorized signatory)

*Please strike out if this sentence is not applicable.

23
Appendix D – Format for Experience of the Firm
Project
Client: Duration (Start; End date):
Consultancy Contract Value: Person months input: Total person months under
the consultancy contract:

Firm which undertook work:


Name of associate
consultants, if any:
Narrative Description of
project:
Experience relevant to the
present assignment:

24
Appendix E – Format for Team Composition and detailed Curriculum Vitae
S.No Name Educational Position Years of Count of Expertise Supporting
Qualification Experience projects document
along page No.
with
Project
name
1
2
3
4
5
6

25
Appendix F – Format of Curriculum Vitae
(to be provided by all the team members including Team leader)
1. Name of Staff:
2. Proposed Position:
3. Employer:
4. Date of Birth: Nationality:
5. Education:
School, college Degree/certificate or other Date Obtained
and/or specialized education obtained
University Attended

6. Countries of Work Experience:


7. Languages:
8. Employment Record
From [Year]: To [Year]:
Employer:
Positions held:
9. Work Undertaken that Best Illustrates Capability to Handle the Tasks defined in the scope
of work
Name of assignment or project:
Year:

Location:

Client:

Main project features:


Positions held:
Activities performed:

26
Appendix G – Format of Bank Guarantee
This Deed of Guarantee executed by……………………..<name of the bank>, a banking
company within the meaning of Companies Act 1956/2013 and having its Registered Office at
………………………..<registered office address of the Bank> and among others branch office
at <insert relevant branch office name> (hereinafter referred to as “the Bank”) in favor of
……………<insert name of beneficiary> (hereinafter referred to as „the Beneficiary‟) for an
amount not exceeding INR. …………….. (Rupee …………….. only) as per the request of
……………………. <name of Consultant/ Bidder>, having its registered office address at
…………………………. <registered office address of Consultant/ Bidder> (hereinafter referred
to as “Consultant/ Bidder”) against RfP/Work Order reference number
…………………………………. Dated …………………….(hereinafter referred to as “the RfP/
Order”) of ………………………….<name of beneficiary> for providing consultancy services
for……………………………………………………... This guarantee is issued subject to the
condition that the liability of the Bank under this guarantee is limited to a maximum INR ………….
(Rupee....................... Only) at 10% of Contract Value and the guarantee shall remain in full force
up to.................................. and cannot be invoked otherwise by a written demand or claim by the
Beneficiary under the Guarantee served on the Bank before ............................. <claim date>.

AND WHEREAS, it has been stipulated by you in the RfP/ Order that the Consultant/ Bidder
shall furnish you with a Bank Guarantee for the sum specified therein as security for compliance
with the RfP/ Consultant‟s performance obligations for a period in accordance with the RfP/
contract.

AND WHEREAS we have agreed to give the Consultant/ Bidder a Guarantee.

THEREFORE, we ………………..<name of the Bank>. Hereby affirm that we are Guarantors


and
responsible to you on behalf of the Consultant/ Bidder up to a total of INR........................... (Rupee
…............. only) and we undertake to pay you, upon your first written demand declaring the
Consultant/ Bidder to be in default under the contract and without any demur, cavil or argument,
any sum or sums within the limit of INR ……………………….(Rupee ............................ only) as,
aforesaid, without your needing to prove or show grounds or reasons for your demand or the
sum specified therein.

This Guarantee is valid until................................. <BG validity date> NOTWITHSTANDING


anything contained herein:
1. Our liability under this Bank Guarantee shall not exceed INR........................(Rupee
…............................only).
2. This Bank Guarantee shall be valid till ................................... <BG validity date>.
3. We‟re liable to pay the guaranteed amount or any part thereof under this Bank Guarantee
only and only if you serve upon us a written claim or demand on or before <claim date>.

All claims under this Guarantee shall be payable at Bangalore, <name & address of the bank>

27
Appendix H – Format for evaluating Eligibility of bidder
S.No Particulars Status Name of Relevant Page no of
(Yes/No) the the proposal (for
Project Supporting
documents
1 Nature of company

Consortium/ Single Company


(specify the nature with supporting
documents)
2 The Consultant or the Lead Entity
shall have registered office in
Bangalore, Karnataka.
3 Minimum turnover from Consultancy
Services (Lead Consultant, in case
of a Consortium), of not less than
Rs. 50 Crores in at least two (2) out
of previous three preceding financial
years. The documentary evidence in
the form of certificate from the
Statutory Auditor for the last five
(5) financial years shall need to be
provided.
4 Experience of at least two (2) long
term (minimum 12 months)
Consultancy Projects for Central /
State Governments / Union
Territory/State owned PSUs,
involving program management
support
5 Experience of at least three (3)
Consultancy Projects in Renewable
Energy Sector in India in last 3
years
6 Experience of at least two (2)
Project Management Consultancy
Projects to State Nodal Agency
(SNA)/State Department in
energy/renewable
energy/infrastructure sector

28
Appendix I - Format for Count of Assignments performed for Technical Evaluation
S.No Particulars Count / Name of Relevant page
Experience the No. of
project supporting
document
1 Experience of at least two (2) long term
(minimum 12 months) Consultancy
Projects for Central / State Governments /
Union Territory/ State owned PSUs
involving program management support
2 Experience of at least three (3)
Consultancy Projects in Renewable
Energy Sector in India in last 3 years
3 Experience of at least two (2) Project
Management Consultancy Projects to
State Nodal Agency (SNA)/State
Department in energy/renewable
energy/infrastructure sector

29
Appendix J - Format for Declaration of not being blacklisted

We <provide Name of the Firm/Company/Organization/ Consortium> having its registered office


at <Office Address> represented by its director Mr. <Name of the Director> do hereby solemnly
and sincerely affirm and state as follows that:
a. We <provide Name of the Firm/Company/Organization/ Consortium> or our Directors are not
blacklisted by any Central/ State Government/ agency of Central/ State Government of India /
Public Sector Undertaking/ any Regulatory Authorities in India or any entity controlled by them
or by World Bank or IFC, from participating in any project.
b. We <provide Name of the Firm/Company/Organization/ Consortium> or our Directors during
the last three (3) years, neither failed to perform on any agreement (as evidenced by imposition
of a penalty by an arbitral or judicial or regulatory authority or a judicial pronouncement or
arbitration award against the Bidder) nor expelled from any project or agreement nor we have
had any agreement terminated for breach of Contract/Work Order.

[BIDDERS NAME] (Signature, name and designation of the Authorized signatory)


Name: Place:
Designation: Date:
Signature:

30
Appendix K – Price Bid
Schedule of Price – A
Description of Item Number Rate/person/ GST Total
Sl.No month (in INR) [B] Amount/
(in INR) [A] year
(In INR)**
[A+B]
1 Team Leader 1 4,50,000/- 81,000/- 63,72,000/-
2 Renewable Energy 2 3,50,000/- 63,000/- 99,12,000/-
Specialist (Policy and
Regulatory)/ Specialists
3 Renewable Energy 3 2,50,000/- 45,000/- 1,06,20,000/-
Specialist (Program
Management)/ Program
Manager
Total 2,69,04,000/-
** Including taxes and duties rate. However, taxes and duties payable are as applicable at the time of
invoicing by the Consultant.
Note: The bidder shall quote item wise in KPP Portal, GoK.

Schedule of Price – B
For additional work if any (Rates Only)
(This will not be part of Bid Evaluation)
Sl.No Description of Item Unit Rate **
(in INR)
1 Man day charges for Team Leader Man Day
2 Man day charges for Renewable Man Day
Energy Specialist (Policy and
Regulatory)
3 Man day charges for Renewable Man Day
Energy Specialist (Program
Management)
Total
** Excluding taxes and duties rate. However, taxes and duties payable are as applicable at the time of
invoicing by the Consultant.

Note:
1. Charges shall include Lodging, Boarding, local transport within Bangalore City and other
OPE expenses of Consultant.
2. However, any OPE related to travel outside Bangalore City, roadshows, and
representation in global platforms (World Economic Forum etc.,) shall be reimbursed on
actual basis by KREDL and the same is exclusive of Schedule of Price – A.
3. Price bid shall be strictly filled online only.
31
Appendix L – Eligibility Clauses in Respect of Restrictions on Procurement From A
Bidder Of A Country Which Shares A Land Border With India
Sl. ELIGIBILITY CLAUSES
No.
1 Any bidder from a country which shares a land with India will be eligible to bid in
this tender only if the bidder is registered with the Competent Authority.
1.1 “Bidder” (including the term „tenderer‟, consultant‟ or „service provider‟ in certain
contexts) means any person or firm or company, including any member of a
consortium (that is an association of several persons, or firms or companies),
every artificial juridical person not falling in any of the descriptions of bidders
stated hereinbefore, including any agency branch or office controlled by such
person, participating in a procurement process.
1.2 “Bidder from country which shares a land border with India” for the purpose of
this Order means:-
a. An entity incorporated, established or registered in such a country; or
b. A subsidiary of an entity incorporated, established or registered in such a
country; or
c. An entity substantially controlled through entities incorporated,
established or registered in such a country; or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is a citizen of such a country; or
g. A consortium where any member of the consortium falls under any of the
above.
1.3 I. The beneficial owner for the purpose of above clause will be as under:
(i) In case of a company or Limited Liability Partnership, the beneficial owner is
the natural person(s), who, whether acting alone or together, or through one or
more juridical person, has a controlling ownership interest or who exercises
control through other means.
Explanation-
a. “Controlling ownership interest‟ means ownership of or entitlement to
more than twenty-five percent of shares or capital or profits of the
company;
b. “Control” shall include the right to appoint majority of the directors or to
control the management or policy decisions including by virtue of their
shareholding or management rights or shareholders agreements or
voting agreements;

32
Sl. ELIGIBILITY CLAUSES
No.
(ii) In case of a partnership firm, the beneficial owner is the natural person(s)
who, whether acting alone or together, or through one or more juridical person,
has ownership of entitlement to more than fifteen percent of capital or profits of
the partnership;
(iii) In case of an unincorporated association or body of individuals, the beneficial
owner is the natural person(s), who, whether acting alone or together, or through
one or more juridical person, has ownership of or entitlement to more than fifteen
percent of the property or capital or profits of such association or body of
individuals;
(iv) Where no natural person is identified under (i) or (ii) or (iii) above, the
beneficial owner is the relevant natural person who holds the position of senior
managing official;
(v) In case of a trust, the identification of beneficial owner(s) shall include
identification of the author of the trust, the trustee, the beneficiaries with fifteen
percent or more interest in the trust and any other natural person exercising
ultimate effective control over the trust through a chain of control or ownership.
“Transfer of Technology” means dissemination and transfer of all forms of
commercially usable knowledge such as transfer of know-how, skills, technical
expertise, designs, processes and procedures, trade secrets, which enables the
acquirer of such technology to perform activities using the transferred
technology independently. (Matters of interpretation of this term shall be referred
to the Registration Committee constituted by the Department of Promotion of
Industry and Internal Trade, Government of India and the interpretation of the
Committee shall be final).
Specified Transfer of Technology means a transfer of technology in the sectors
and/ or technologies, specified in paragraph 14 of G.O No.FD455 Exp-12 2020
Bengaluru dated 01.04.2023 of GoK., occurring on or after 25.08.2020
1.4 An Agent is a person employed to do any act for another, or to represent another
in dealings with third person.
The Registration from the Competent Authority shall be valid at the time of
Submission of Bid and at the time of acceptance of Bid.
If the Bidder was validly registered at the time of Acceptance/Placement of order,
Registration shall not be a relevant consideration during Contract execution.
Certificates/Undertakings to be furnished by the Bidder and Consortium
Partner (In case of Consortium) as per G.O No.FD455 Exp-12 2020
Bengaluru dated 01.04.2023 of GoK.
1.5 A certificate for having read the above clauses is required to be
submitted/uploaded by the tenderer separately in the following format:
“I have read the clause regarding restrictions on procurement from a bidder of a
country which shares a land border with India; I certify that this bidder is not from

33
Sl. ELIGIBILITY CLAUSES
No.
such a country or, if from such a country, has been registered with the
Competent Authority. I hereby certify that this bidder fulfills all requirements in
this regard and is eligible to be considered. (Where applicable, evidence of valid
registration by the Competent Authority shall be attached.)”
1.6 IN CASES WHERE SUB CONTRACTING IS PROVIDED: Deleted
1.7 A certificate for having read the above clauses is required to be
submitted/uploaded by the tenderer separately in the following format:
a. I have read the clause regarding restrictions on procurement from a
bidder/vendor having Transfer of Technology (TOT) arrangement. I certify
that this bidder/vendor does not have any TOT arrangement requiring
registration with the competent authority.
OR
I have read the clause regarding restrictions on procurement from a
bidder/vendor having Transfer of Technology (TOT) arrangement. I certify
that this bidder/vendor has valid registration to participate in this procurement.

Note:
As per GOK circular dated 10.03.2021 and 29.03.2021 regarding Registration
with Competent Authority, the following are the clarifications:

i) A Bidder is permitted to procure raw material, components, sub-assemblies


etc., from the vendors from the countries which shares a land border with
India. Such vendors will not be required to be registered with the Competent
Authority, as it is not regarded as “sub-contracting”.
ii) However, in case a bidder has proposed to supply finished goods, procured
directly /indirectly from the vendors from the countries sharing land border
with India, such vendors will be required to be registered with the
Competent Authority.
iii) Procurement of spare parts and other essential service support like Annual
Maintenance Contract (AMC)/Comprehensive Maintenance Contract
(CMC), including consumables for closed systems, from Original
Equipment Manufacturers (OEMs) or their authorized agents, are
exempted from the requirement of registration as mandated under
Government Order No: FD 455 Exp-12/2020, Bengaluru, dated:
28.08.2020.

34
Appendix M – Restrictions on Sourcing of Equipments/Materials by The Bidder From
A Vendor Of A Country Which Shares A Land Border With India

The Vendors of the equipments/materials proposed to be supplied to the subject work shall meet
the eligibility clauses specified regarding restrictions on procurement from a bidder of a country
which shares a land border with India as specified in Annexure- A of the tender document. The
Bidder shall source the equipments/materials only from such Vendors who meet the clauses
specified in the Annexure- A.
A certificate is to be submitted/uploaded by the Bidder agreeing to source the
equipment/material for the work from the Vendors who meet the eligibility clauses regarding
restrictions on procurement from a country which shares a land border with India separately in
the following format:
“I have read the clause regarding restrictions on procurement from a bidder/vendor of a country
which shares a land border with India; I certify that this bidder/vendor is not from such a country
or, if from such a country, has been registered with the Competent Authority. I hereby certify that
this bidder/vendor fulfills all requirements in this regard and is eligible to be considered. (Where
applicable, evidence of valid registration by the Competent Authority shall be attached.)”
Note:
As per GOK circular dated 10.03.2021 and 29.03.2021 regarding Registration with Competent
Authority, the following are the clarifications:
i) A Bidder is permitted to procure raw material, components, sub-assemblies etc., from
the vendors from the countries which shares a land border with India. Such vendors will
not be required to be registered with the Competent Authority, as it is not regarded as
“sub-contracting”.
ii) However, in case a bidder has proposed to supply finished goods, procured directly
/indirectly from the vendors from the countries sharing land border with India, such
vendors will be required to be registered with the Competent Authority.
iii) Procurement of spare parts and other essential service support like Annual Maintenance
Contract (AMC)/Comprehensive Maintenance Contract (CMC), including consumables
for closed systems, from Original Equipment Manufacturers (OEMs) or their authorized
agents, are exempted from the requirement of registration as mandated under
Government Order No: FD 455 Exp-12/2020, Bengaluru, dated: 28.08.2020.

35
Appendix N - Illustration for Technical and Financial Bid Evaluation
QUALITY COST BASED SYSTEM

ILLUSTRATION

STAGE 1: TECHNICAL BIDS EVALUATION

Bidder details Technical Mark


Obtained
Bidder1 92
Bidder2 85
Bidder3 55
Bidder4 75

QCBS Grading System

Grade Range Marks


Outstanding 91-100 100
Excellent 81-90 90
Very Good 71-80 80
Good 61-70 70
Very Fair 51-60 60
Fair 41-50 50
Average 31-40 40
Below Average 21-30 30
Poor 11-20 20
Very Poor 1-10 10
Zero 0 0

STAGE 2: Conversion of Technical Marks to Technical Score

Bidder details Technical Score


based on Grading
System
Bidder1 100
Bidder2 90
Bidder3 Rejected*
Bidder4 80

* Since the eligible technical score should be 70 & above, bidder 3 is rejected

STAGE 3: FINANCIAL BID EVALUATION

Bidder details Financial Bid


Amount
Bidder1 1,30,000
Bidder2 1,20,000
Bidder4 1,00,000
36
STAGE 4: Conversion of Financial bid amount to score

Bidder Financial Bid Financial Score


details Amount (LFB/F*100)
Bidder1 1,30,000 100000/130000*100=76.92
Bidder2 1,20,000 100000/120000*100=83.33
Bidder4 1,00,000 100

LFB= Lowest Financial Bid, F=Quoted Amount

Consolidated Technical & Financial Score

Bidder Technical Financial


details Score Score
Bidder1 100 76.92
Bidder2 90 83.33
Bidder4 80 100

STAGE 5: Combined Technical and Financial Score (CTFS) with Weightage 80:20

Bidder Applying weights for the CTFS Rank of the


details Technical & Financial Bidder
Score
Bidder1 100*(80/100)+76.92*(20/100) 95.38 =(80+15.38) L1
Bidder2 90*(80/100)+83.33*(20/100) 88.66= (72+16.66) L2
Bidder4 80*(80/100)+100*(20/100) 84= (64+20) L3

37

You might also like