Documente Academic
Documente Profesional
Documente Cultură
Table of Contents
Letter of Invitation
14, 08, 2013
Tender No: [4/EEP/2012/13]
Dear Sir,
YOURS TRULY,
B. Eligible Tenderers
1. The Independent Auditor / Third party Measurement & Verification (M&V) Agency
may be a private entity or government owned entity registered in India and shall be an
accredited DOE with the UNFCCC.
2. Consortium Tenders are not eligible and will lead to rejection of the tender.
3. A Tenderer proposing more than one bid for the same tendering process will result in the
rejection of all tenders in which the party is involved.
4. Such prospective Tenderer, its member or any associate thereof, has participated as a
consultant to the Tender Inviting Authority or Tender Scrutiny Committee in the
preparation of any documents, design or technical specifications of the Measurement &
Verification Project.
5. A firm, if at any time before the acceptance of the tender, the TENDER INVITING
Page |5
AUTHORITY receives information that a Tenderer who has submitted a tender has been
banned by any procuring entity, then the TENDER INVITING AUTHORITY shall not
accept the tender of that Tenderer even if it may be the lowest bid.
6. Tenderer shall provide such evidence of their continued eligibility satisfactory to the
TENDER INVITING AUTHORITY, as the TENDER INVITING AUTHORITY shall
reasonably request.
7. Corrupt Practices:
7.1. The TENDER INVITING AUTHORITY requires that the Tenderer observes the
highest standard of ethics during the execution of such contracts. In pursuance of this
policy, the TENDER INVITING AUTHORITY:
7.1.1. Defines, for the purposes of this provision, the terms set forth below as follows:
7.1.1.1. “corrupt practice” means the offering, giving, receiving, or soliciting of
anything of value to influence the action of a public official in the procurement
process or in contract execution;
7.1.1.2. “fraudulent practice: means a misrepresentation of facts in order to influence
a procurement process or the execution of a contract to the detriment of the
TENDER INVITING AUTHORITY, and includes collusive practices among
Tenderer (prior to or after Tender submission) designed to establish Tender
prices at artificial, noncompetitive levels and to deprive the TENDER
INVITING AUTHORITY of the benefits of free and open competition
7.1.1.3. “collusive practice” means a scheme or arrangement between two or more
Tenderer, with or without the knowledge of the TENDER INVITING
AUTHORITY, designed to establish Tender prices at artificial, noncompetitive
levels. It also means a scheme or arrangement between the successful ESCO
and the successful Tenderer to misrepresent or fabricate the reports submitted
to the City Municipal Corporation/Region.
7.1.1.4. “coercive practice” means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in the
procurement process or affect the execution of a contract; and
7.1.1.5. “obstructive practice” means deliberately destroying, falsifying, altering or
concealing materials of evidence to the investigation or making false statements
to investigators in order to materially impede a Bank investigation into
allegations of a corrupt, fraudulent, coercive, or collusive practice; and/or
threatening, harassing, or intimidating any party to prevent it from disclosing
its knowledge of matters relevant to the investigation or from pursuing the
investigation, or acts intended to materially impede the exercise of the
TENDER INVITING AUTHORITY’s or its appointed agencies’ inspection
and audit rights when necessary.
7.1.2. Shall reject a proposal for award if it determines that the Tenderer recommended for
award has, directly or through an agent, engaged in corrupt, fraudulent, collusive,
obstructive or coercive practices in competing for the Contract in question
7.1.3. Shall cancel the contract if it determines at any time that the Tenderer is engaged in
corrupt, fraudulent, collusive, obstructive or coercive practices during the
procurement or the execution of that contract; and
7.1.4. Shall debar the Tenderer from any future contracts with the TENDER INVITING
AUTHORITY in case the Tenderer has indulged in Corrupt practices
Page |6
2nd Half yearly verification on the energy savings done through PPP model at 10
5 percent sampling basis. [Please refer “Year 1 – 2nd half yearly Energy savings
validation certificate”]
Yearly verification on the energy savings done through PPP model at 10 percent
6
sampling basis - Year 2. [Please refer “Year 2 Energy savings validation certificate”]
Yearly verification on the energy savings done through PPP model at 10 percent
7
sampling basis - Year 3. [Please refer “Year 3 Energy savings validation certificate”]
Yearly verification on the energy savings done through PPP model at 10 percent
8
sampling basis - Year 4. [Please refer “Year 4 Energy savings validation certificate”]
Yearly verification on the energy savings done through PPP model at 10 percent
9
sampling basis - Year 5. [Please refer “Year 5 Energy savings validation certificate”]
2.9. The M&V done through field verification on every switch point for validating energy
savings should be done in a way such that it the same verified switch point shall not be
repeated during the contract period.
2.10. Submission of validation opinion of the Energy Saving PPP project for Street lighting
as a Clean Development Mechanism project with UNFCCC/Central Government Nodal
Agency/ State Government Nodal Agency for availing Carbon Credits/RECs
(Renewable Energy Certificates)/Any such incentivized instruments that promotes
Energy Efficiency.
3. Completion Time:
3.1. The Tenderer shall review the Investment Grade Audit (IGA) of the respective City
Corporation/ Region within twenty one (21) days from the date of intimation by the
Tender Inviting Authority.
3.2. The tenderer shall inspect, verify and issue the Stores Validation Certificate within five
(5) days from the date of intimation by the Tender Inviting Authority / respective
Corporation/Region.
3.3. The Tenderer shall measure and verify the Substantial completion of the respective
ward/zone in the respective City Corporation/ Region within twenty one (21) days
from the date of intimation by the Tender Inviting Authority.
3.4. The Tenderer shall measure and verify the completion of Energy Saving Measures done
by the respective City Municipal Corporation/Region within twenty one (21) days from
the date of intimation by the Tender Inviting Authority which is half yearly in the first
year and yearly till the end of the project period.
3.5. The Contract Period may be extended up to 10 Years based on the decisions by
TENDER INVITING AUTHORITY at the end of 5th year, the TIA may at its
discretion, extend the project period by amending the contract agreement, in which case
all rights and obligations of the TIA and tenderer as may be agreed upon the mutual
agreement).
D, Clause7.
6.2. The Tenderer is required to visit and examine the Site and its surroundings and obtain
for itself and on its own responsibility all information that may be necessary for
preparing the tender and entering into a contract for construction of the Works. The
costs of visiting the Site shall be at the Tenderer’s own expense. The Tenderer is required
to review the documents, prior to submission of its Tender. There shall be no
discriminatory access to the site and to information for all potential Tenderer. All
information relating to the Project Site shall be provided by the EXECUTIVE
AUTHORITY OF THE CORPORATION/REGION.
6.3. The Tenderer and any of its personnel or agents will be granted permission by the
EXECUTIVE AUTHORITY OF THE CORPORATION/REGION to visit the Site
and surrounding lands for the purpose of such visit, but only upon the express condition
that the Tenderer, its personnel, and agents will release and indemnify the TENDER
INVITING AUTHORITY and the CORPORATION/REGION and its personnel and
agents from and against all liability in respect thereof, and will be responsible for death or
personal injury, loss of or damage to property, and any other loss, damage, costs, and
expenses incurred as a result of the inspection. The TENDER INVITING
AUTHORITY may fix a time-frame during which all Tenderer may visit the
CORPORATION/REGION upon prior intimation.
6.4. The Tenderer’s designated representative is required to attend a pre-bid meeting,
Section I, Part D, Clause 6. The purpose of the meeting will be to clarify issues and to
answer questions on any matter that may be raised at that stage.
6.5. The Tenderer is requested to submit any questions, in writing, to reach the TENDER
INVITING AUTHORITY not later than one week before the meeting
6.6. Minutes of the pre-bid meeting, including the text of the questions raised, without
identifying the source, and the responses given, together with any responses prepared
after the meeting, will be transmitted promptly to all Tenderer who have acquired the
Tender documents. Any modification to the Tender documents that may become
necessary as a result of the pre-bid meeting shall be made by the TENDER INVITING
AUTHORITY exclusively through the issue of an Addendum and not through the
minutes of the pre-bid meeting.
6.7. Nonattendance at the pre-bid meeting shall not be a cause for disqualification of an
Tenderer
8. Disclaimer
8.1. The TENDER INVITING AUTHORITY is not responsible for the completeness of
the Tender documents and their addenda.
8.2. The Tenderer is expected to examine all instructions, forms, terms, and specifications in
the Tender document. Failure to furnish all information or documentation required by
the Tender documents may result in the rejection of the Tender.
P a g e | 10
E. Preparation of Tender
9. Cost of Tender
9.1. The Tenderer shall bear all costs associated with the preparation and submission of its
Tender, and the TENDER INVITING AUTHORITY or CORPORATION/REGION
shall not be responsible or liable for those costs, regardless of the conduct or outcome of
the Tendering.
9.2. The Document may be purchased from the Office of Commissioner of Municipal
Administration, Tamil Nadu or the document can be downloaded at the website
https://tntenders.gov.in, http://www.tn.gov.in/cma/ at free of cost. The tender
processing fee of Rs.5, 000/- has to be paid to the TIA , a Demand Draft for the same
should be taken in favor of The Commissioner of Municipal Administration, payable at
Chennai and the same shall be enclosed along with the EMD during submission.
AUTHORITY. A Tender valid for a shorter period shall be rejected by the TENDER
INVITING AUTHORITY as non-responsive.
15.2. In exceptional circumstances, prior to the expiration of the Tender validity period, the
TENDER INVITING AUTHORITY may request Tenderer to extend the period of
validity of their Tender. The request and the responses shall be made in writing. If an
EMD is requested, it shall also be extended for thirty (30) days beyond the deadline of
the extended validity period. Tenderer may refuse the request without forfeiting its EMD.
A Tenderer granting the request shall not be required or permitted to modify its Tender.
16. EMD
16.1. Unless otherwise specified in the tender document, the Tenderer shall furnish as part of
its Tender, an EMD (Rs. 1, 50, 000) in Crossed Demand Draft payable at Chennai in
favor of the Commissioner of Municipal Administration, Tamil Nadu issued by a
scheduled bank in India that is acceptable to the TIA and in the currency specified in the
clause Section I – III -13.1.
16.2. The EMD shall be in the form of Demand Draft. The EMD shall be valid for a period
of signing the agreement, beyond the original validity period of the Tender, or beyond
any period of extension if requested.
16.3. Any Tender not accompanied by an enforceable and compliant EMD shall be rejected by
the TENDER INVITING AUTHORITY as non-responsive. Any Tender not
accompanied by the Document Fee receipt or the Document Fee Demand Draft
shall be rejected by the TENDER INVITING AUTHORITY as non-responsive.
16.4. The EMD of unsuccessful Tenderer shall be returned within sixty (60) days after issue of
Letter of Intent to the successful Tenderer.
16.5. The EMD of the successful Tenderer shall be returned as promptly as possible once the
successful Tenderer has signed the Agreement and furnished the details as required by
the TENDER INVITING AUTHORITY
16.6. The EMD may be forfeited:
16.6.1. If a Tenderer withdraws its Tender during the period of Tender validity specified by
the Tenderer on the Letter of Tender Form, except as provided in Section I, Part F,
Clause 36 ;
16.6.2. If the successful Tenderer fails to:
16.6.2.1. Sign the Contract in accordance with Section I, Part F, Clause 33; or
16.6.2.2. Furnish a performance security in accordance with Section I, Part F, Clause
34
16.6.3. If any other requirements as stated in the Tender document are not fulfilled
16.7. The EMD of shall be in the name of the Tenderer submitting the Tender.
and all the pages shall be numbered. All pages of the tender where entries or amendments
have been made shall be signed or initialed by the person signing the tender.
17.4. Any inter-lineation, erasures, or overwriting shall be valid only if they are signed or
initialed by the person signing the Tender
18.2.11. After the tender submission, the acknowledgement number, given by the e-
tendering system should be printed by the Tenderer and kept as a record of evidence
for online submission of that particular tender.
18.2.12. The details of the Earnest Money Deposit document submitted physically to the
Department and the scanned copies furnished at the time of tender submission
online should be the same otherwise the Tender will be summarily rejected
18.2.13. The Tender Inviting Authority will not be held responsible for any sort of delay
or the difficulties faced during the submission of tender online by the Tenderer.
18.2.14. The Tenderer may submit the tender documents only by online mode
through the site (https://tntender.gov.in) by using e -token Only .
18.2.15. The tendering system will give a successful tender updation message after
uploading all the tender documents submitted & then a Tender summary will be
shown with the tender no, date & time of submission of the tender with all other
relevant details. The documents submitted by the Tenderer will be digitally signed
using the e-token of the Tenderer and then submitted.
18.2.16. The tender summary has to be printed and kept as an acknowledgement as a
token of the submission of the tender. The tender summary will act as a proof of
tender submission for a tender floated and will also act as an entry point to
participate in the tender opening date.
18.2.17. Tenderer should log into the site well in advance of tender submission so that he
submits the tender in time i.e on or before the tender submission end time. If there
is any delay, due to other issues, the Tenderer has only been responsible.
18.2.18. Each document to be uploaded through online for the tender should be less than
2 MB. If any document is more than 2MB, it can be converted to rar/zip format and
then the same can be uploaded. However if the file size is less than 1 MB the
transaction uploading time will be very fast. The total size of the documents in all the
covers put together, should be less than or equal to 12MB.
18.2.19. The Tenderer should see that the tender documents submitted should be free
from virus and if the documents could not be opened, due to virus, during tender
opening, the tender is liable to be rejected
18.2.20. The time settings fixed in the server side & displayed at the top of the tender site,
will be valid for all actions of requesting, tender submission, tender opening etc., in
the e-tender system. The Tenderer should follow this time during tender submission.
18.2.21. All the data being entered by the Tenderer would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered will not
viewable by unauthorized persons during tender submission & not be viewable by
anyone until the time of tender opening. Overall, the submitted tender documents
become readable only after the tender opening by the authorized individual.
18.2.22. The confidentiality of the tender is maintained since the secured Socket Layer
128 bit encryption technology is used. Data storage encryption of sensitive fields is
done.
18.2.23. The Tenderer are requested to submit the tender through the online e-
tendering system to the Tender Inviting Authority well before the tender submission
end date & time (as per Server System Clock).
18.2.24. The Tenderer should logout of the tendering system using the normal logout
option available at the top right hand corner and not by selecting the (X) option in
the browser.
19.2. The TENDER INVITING AUTHORITY may, at its discretion, extend the deadline for
the submission of Tender by amending the Tender document with Section I, Part D,
Clause 15, in which case all rights and obligations of the TENDER INVITING
AUTHORITY and Tenderer previously subject to the deadline shall thereafter be subject
to the deadline as extended.
25.1.3. “Omission” is the failure to submit part or all of the information or documentation
required in the Tender document.
26.2. A substantially responsive Tender is one that meets the requirements of the Tender
document without material deviation, reservation, or omission. A material deviation,
reservation, or omission is one that,
26.2.1. If accepted would
26.2.1.1. Affect in any substantial way the scope, quality, or performance of the
Works specified in the Contract; or
26.2.1.2. Limit in any substantial way, inconsistent with the Tender document, the
TENDER INVITING AUTHORITY’S or CORPORATION’S/REGION’s
rights or the Tenderer’s obligations under the proposed Contract; or
26.2.1.3. If rectified, would unfairly affect the competitive position of other
Tenderer presenting substantially responsive Tender.
31. TENDER INVITING AUTHORITY‟S Right to Accept Any Tender, and to Reject
Any or All Tender
31.1. The TENDER INVITING AUTHORITY reserves the right to accept or reject any
tender and to annul the Tendering and reject all tender at any time prior to contract
award, without thereby incurring any liability to Tenderer. In case of annulment, all
Tender submitted and specifically, Tender securities, shall be promptly returned to the
Tenderer.
H. Award of Contract
32. Negotiations
32.1. The TENDER INVITING AUTHORITY shall invite the successful Tenderer whose
offer has been determined to be the best and is substantially responsive to the Tender
document, provided further that the Tenderer is determined to be qualified to perform
the Contract satisfactorily, for negotiations.
32.2. In the event that the negotiations do not result into a mutual agreement within 14 days
from the date of beginning of the negotiations, the TENDER INVITING
AUTHORITY shall reject the Tender and invite the next best Tenderer for negotiations.
36. Carbon Credits through Clean Development Mechanism (CDM) / RECs / Any
such instruments
36.1. The implementation of the projects will also help in reducing the carbon emissions as a
result of reduced specific energy consumption in street lighting operations. The IGA
report and the baseline data will serve as the basis of the CDM project.
36.2. The CDM Project/ Project for RECs or any such instruments shall be facilitated by the
Tenderer for the necessary approvals and procedures during the Contract period along
with the Third-party Measurement & Verification Agency.
37.1.5. The selected Tenderer fails to comply with any final decision reached as a result of
arbitration proceedings pursuant to dispute resolution
37.1.6. The selected Tenderer involved in the corrupt, coercive, collusive, obstructive and
fraudulent activities.
37.1.7. Any willful misstatement or incorrect information provided by the selected Tenderer.
37.2. If the selected M&V agency chooses to withdraw from the project due to unforeseen
circumstances, the TIA should be notified at least 60 days before the next scheduled
M&V activity and subjected to the discretion of the TIA. The decision taken by the TIA
shall be binding and final in the above case.
38. Damages
38.1. The Tenderer is to ensure that no loss to the assets or to the functionality of the
equipments takes place during the entire course of measurement process due to
negligence/incorrect deployment on the part of the Tenderer. In case of any damages on
account of above the Tenderer shall be responsible for necessary immediate rectification.
38.2. The Tenderer will be solely responsible for the deployed manpower, Instruments/
gadgets used during the execution of the contract and necessary insurance cover as
deemed fit by the bidder to be taken before the commencement of the activity.
Percentage of Value of
Contract ( Amount
quoted by the Successful
Stage Description
Tenderer in Sub – total
(A) ) that will be paid at
End of Activity
Physical Verification of IGA carried out by ESCO
at 10 percent of switching points on a random
1 5%
sampling basis. [Please refer “IGA validation
certificate” Pg .no:59]
To check conformity with ESCO’s RFP Tender
proposal through Physical verification of supplied
materials at Corporation/Region’s stores. 100%
2 25%
verification to be done for each lot and Stores
Validation certificate to be given.[ Please refer
“stores validation certificate” Pg. no 61]
Measurement and Verification of substantial
completion of the Energy efficiency measures
minimum 5 wards completed through PPP model at
3 selected on a 10 percent of switching points on a 20%
random sampling basis. For the remaining 90
percent of the switching points, savings to be
verified through data log in the Central Monitoring
P a g e | 19
2.5. “Assets or Facilities” means the Municipal assets and facilities that are considered
under Measurement and Verification.
2.6. “Baseline Conditions” means the operating and technical conditions prior to
implementation of the energy saving measures (“ESM”), which will be used as a basis for
measurement & verification of the actual savings that would have accrued due to the
implementation of the ESMs
2.7. “Tender Conditions” means the Terms of Reference, Conditions of Contract and any
minutes of the negotiations.
2.8. “Commissioning” means operation of the Assets/ Facilities or any part thereof by the
Tenderer following Substantial Completion, which operation is to be carried out by the
Tenderer, for the purpose of carrying out Guarantee Test(s)
2.9. “Contract” means the Contract Agreement entered into between the
Corporation/Region and the Tenderer together with the Contract Documents and the
Letter of Intent referred to therein; they shall constitute the Contract, and the term “the
Contract” shall in all such documents be construed accordingly.
2.10. “Contract Documents” means the documents listed in Form of Contract Agreement
(including any amendments thereto).
2.11. “TENDER INVITING AUTHORITY” is the Commissioner of Municipal
Administration, who has the authority to sign and execute this Contract including the
issue of notices and instruction, and termination under this Contract, on behalf of the
Corporation/Region.
2.12. “Contract Period” means the period for which this Contract is valid, which is equal to
the Performance Period starting from the date of Substantial Completion. In case of any
extension of the Time for Completion, the Contract Period shall be equally extended
without reducing the Performance Period.
2.13. “Tenderer” means the person(s) who’s Tender to perform the Contract has been
accepted by the TENDER INVITING AUTHORITY, and includes the legal successors
or permitted assigns of the Tenderer.
2.14. “Tenderer‟s Equipment” means all plant, facilities, equipment, machinery, tools,
apparatus, appliances or things of every kind required in for measurement and
verification that are to be provided by the Tenderer.
2.15. “Tenderer‟s Representative” means any person nominated by the Tenderer and
approved by the TENDER INVITING AUTHORITY.
2.16. “Effective Date” means the date of fulfillment of all conditions in the Form of
Contract Agreement, for the purpose of determining the Time for Completion.
2.17. “Energy Baseline” means the energy baseline is a calculation or measure of each type
of energy consumed in existing facilities, prior to the installation of energy saving
measures, and presented in specific energy consumption units. The Energy Baseline shall
be accurately defined, as mutually discussed, finalized and agreed amongst the ESCO,
CORPORATION/REGION, TENDER INVITING AUTHORITY and Tenderer.
2.18. “Energy Saving Measure (ESM)” means the installation of new equipment,
modification or alteration of existing CORPORATION’s/REGION’s
P a g e | 21
S. No Criteria Evidences
1. Suitable Certificate or proof should be
provided to the Tender Inviting Authority to
The Tenderer should be prove that
accredited with United Nations 1.1. the Company is accredited with
Framework Convention on UNFCCC and
1. Climate Change (UFCCC) and 1.2. BEE certified auditors / auditors
shall employ Bureau of Energy qualified under lighting sector of
Efficiency (BEE) certified UNFCCC scheme to be involved in the
auditors. project.
1.3. The employment certificate of the BEE
auditors with the company
Section V: Financial Proposal
The Tenderer should submit the financial proposal in the below format as per the annexure 7 in
Section 4.
Financial proposal is to be submitted as per formats along with necessary documents listed and
also submit the technical details of the Tenderer in the below formats. The Tenderers are
instructed to examine all the terms and instruction in the Tender document. Failure to provide all
requested details and information will be at Tenderer’s risk and may result in the rejection of the
proposal. The financial proposal should be submitted in a separate sealed cover marked as
“Financial Proposal”. Further each proposal should bear the following identification “To Measure
and Verify Energy Savings done by the ESCO implementing Energy Efficiency Projects for street
lighting including Investment Grade Audit in street lighting for 9 City Municipal Corporations
and 2 Regions”.
P a g e | 23
To
The Commissioner,
Chennai City Municipal Corporation,
Ezhilagam Annex Building,
Chepauk, Chennai 600 005.
Sir,
Sub: To Measure and Verify Energy Savings done by the ESCO implementing Energy Efficiency
Projects for street lighting including Investment Grade Audit in street lighting for 9 City
Municipal Corporations and 2 Regions
1. The Undersigned Consultant, having read and examined all the details in the Tender document
and herewith submit the proposal for Measuring and Verifying Energy Savings done by the
ESCO implementing Energy Efficiency Projects including Investment Grade Audit in9 City
Municipal Corporations and 2 Regions Street Lighting.
2. Correspondence Details:
Annexure 18: List of instruments used by the M&V agency for the project
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
(Authorized signatory)
Name:
Designation:
Seal:
Date:
Business Address:
Note: The authorized Signatory for the signing of the tender should not be below the rank of zonal manager.
P a g e | 25
3. Number of Permanent:
4. Total no of BEE Certified Energy Auditors working in the Company for a minimum period of
1 year.:
6. Mailing address:
7. Telephone Number:
8. Cellular Number:
FY FY FY
2010 TO 2011 TO 2012 TO
2011 2012 2013
9. Annual Turnover of the company:
10. Annual Profit
1. Company Profile,
2. Brochure,
3. Audited Financial Report for the FY 2010 to 2011, FY 2011 to 2012 , FY 2012 to 2013,
[Using the format below provide information on each project that has been taken up by the firm.
Do not mention the projects that have been taken up by the company as a consortium. Only
maximum of 5 projects can shown as experience. Suitable Performance Certificate has to be
submitted otherwise the experience will not be counted. Work orders without performance
certificates will not be counted]
Name of Firm:
Assignment/job name:
Nature of Assignment:
Description of Project
Name of Employer
[Use the format below to show the experience of the Tenderer employers and also details of
Energy Auditors Employed in the Company. Certificate of Employment has to be submitted for
each employee. For BEE certified energy auditors suitable certificates has to be submitted]
Name of Firm:
Name of Staff:
Profession:
Key Qualifications:
[Give an outline of staff member’s experience and training most pertinent to tasks on assignment. Describe degree
of responsibility held by staff member on relevant previous assignments and give dates and locations. Use about half
a page.]
Education:
[Summarize college/university and other specialized education of staff member, giving names of schools, dates
attended, and degrees obtained. Include all certifications such as B License and C License certificates for the
technicians and supporting staffs. Use about one quarter of a page.]
Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held by staff member
since graduation, giving dates, names of employing organizations, titles of positions held, and locations of
assignments. For experience in last ten years, also give types of activities performed and ULB references, where
appropriate. Use about two pages.]
Languages:
[For each language indicate proficiency: excellent, good, fair, or poor; in speaking, reading, and writing]
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly
describe my qualifications, my experience, and me.
Date:
Educational
S. No Personnel Designation Certification
Qualification
P a g e | 29
[insert [insert amount Contract Identification: [indicate complete contract name/ [insert amount]
year] and percentage] number, and any other identification]
Use the below format for showing financial capabilities of the Tenderer. The details provided by
the Tenderer should be certified by CA. IT returns filed with Income Tax authority should
submit.
No Of Service
Per Unit Cost Total Cost
S.No Description Connections/
(In INR) (In INR)
Switching Points
GRAND TOTAL (IN INR): Sub – total (A) + Sub – total (B)
Note :
1. No. of Service Connections/Switching points mentioned above is based on the corporation’s present details,
the mentioned value are subject to vary, the true value can be ascertained only after the IGA.
2. The grand total amount quoted will used to ascertain the Lowest Tenderer L1. The payment will be made
as per Clause 40.
3. The quoted amount should be all inclusive of all types of taxes, no extra payment other than quoted
amount will be paid by the TIA
4. If the contract period is extended, the same conditions in this tender document shall prevail. For Payment
after 5 years ,if extended, the same annual amount of the 5th year will be paid for the remaining number of
years upto which the tender is extended If the contract period is not extended after 5th years no payments
shall be paid.
No Of Service
Per Unit Cost Total Cost
S.No Description Connections/
(In INR) (In INR)
Switching Points
GRAND TOTAL (IN INR): Sub – total (A) + Sub – total (B)
Note :
1. No. of Service Connections/Switching points mentioned above is based on the corporation’s present details,
the mentioned value are subject to vary, the true value can be ascertained only after the IGA.
2. The grand total amount quoted will used to ascertain the Lowest Tenderer L1. The payment will be made
as per clause 4.
3. The quoted amount should be all inclusive of all types of taxes, no extra payment other than quoted
amount will be paid by the TIA.
4. If the contract period is extended, the same conditions in this tender document shall prevail.For Payment
after 5 years ,if extended, the same annual amount of the 5th year will be paid for the remaining number of
years upto which the tender is extended If the contract period is not extended after 5th years no payments
shall be paid
No Of Service
S.No Description Connections/ Per Unit Cost Total Cost
Switching (In INR) (In INR)
Points
Physical Verification of IGA carried
out by ESCO at 10 percent of
1. switching points on a random 160
sampling basis. [Please refer “IGA
validation certificate” Pg. no: 59]
To check conformity with ESCO’s
RFP Tender proposal through
Physical verification of supplied
materials at Corporation/Region’s
2 stores. 100% verification to be done -
for each lot and Stores Validation
certificate to be given.[ Please refer
“stores validation certificate”
Pg. no: 60]
Measurement and Verification of
substantial completion of the Energy
efficiency measures minimum 5 wards
completed through PPP model at
selected on a 10 percent of switching
points on a random sampling basis.
For the remaining 90 percent of the
switching points, savings to be
verified through data log in the 160
3.
Central Monitoring Station. To check
conformity with ESCO’s RFP Tender
proposal through Physical verification
of installed materials at 10 percent of
switching points on a random
sampling basis. [Please refer “EEM’s
installation and substantial
completion validation certificate Pg.
No: 62”]
1st Half yearly verification on the
4 energy savings done through PPP 160
model at 10 percent sampling basis.
2nd Half yearly verification on the
5 energy savings done through PPP 160
model at 10 percent sampling basis.
P a g e | 36
GRAND TOTAL (IN INR): Sub – total (A) + Sub – total (B)
Note :
1. No. of Service Connections/Switching points mentioned above is based on the corporation’s present details,
the mentioned value are subject to vary, the true value can be ascertained only after the IGA.
2. The grand total amount quoted will used to ascertain the Lowest Tenderer L1. The payment will be made
as per clause 4.0
3. The quoted amount should be all inclusive of all types of taxes, no extra payment other than quoted
amount will be paid by the TIA.
4. If the contract period is extended, the same conditions in this tender document shall prevail.For Payment
after 5 years ,if extended, the same annual amount of the 5th year will be paid for the remaining number of
years upto which the tender is extended If the contract period is not extended after 5th years no payments
shall be paid
Annexure 10: Financial Proposal Submission for Tiruchirappalli City Municipal Corporation
No Of
Service
S.No Description Per Unit Cost Total Cost
Connections
(In INR) (In INR)
/ Switching
Points
Physical Verification of IGA carried
out by ESCO at 10 percent of switching
1. points on a random sampling basis. 109
[Please refer “IGA validation
certificate” Pg. no: 59]
To check conformity with ESCO’s
RFP Tender proposal through Physical
verification of supplied materials at
Corporation/Region’s stores. 100% -
2
verification to be done for each lot and
Stores Validation certificate to be
given.[ Please refer “stores validation
certificate” Pg. no: 60]
Measurement and Verification of
substantial completion of the Energy
efficiency measures minimum 5 wards
completed through PPP model at
selected on a 10 percent of switching
points on a random sampling basis. For
the remaining 90 percent of the
switching points, savings to be verified
3. through data log in the Central 109
Monitoring Station. To check
conformity with ESCO’s RFP Tender
proposal through Physical verification
of installed materials at 10 percent of
switching points on a random sampling
basis. [Please refer “EEM’s installation
and substantial completion validation
certificate Pg. No: 62”]
1st Half yearly verification on the
4 energy savings done through PPP 109
model at 10 percent sampling basis.
2nd Half yearly verification on the
5 energy savings done through PPP 109
model at 10 percent sampling basis.
Yearly verification on the energy
6 savings done through PPP model at 10 109
percent sampling basis - Year 2.
P a g e | 38
GRAND TOTAL (IN INR): Sub – total (A) + Sub – total (B)
Note :
1. No. of Service Connections/Switching points mentioned above is based on the corporation’s present details,
the mentioned value are subject to vary, the true value can be ascertained only after the IGA.
2. The grand total amount quoted will used to ascertain the Lowest Tenderer L1. The payment will be made
as per clause 40
3. The quoted amount should be all inclusive of all types of taxes, no extra payment other than quoted
amount will be paid by the TIA.
4. If the contract period is extended, the same conditions in this tender document shall prevail.For Payment
after 5 years ,if extended, the same annual amount of the 5th year will be paid for the remaining number of
years upto which the tender is extended If the contract period is not extended after 5th years no payments
shall be paid
No Of
Service
S.No Description Per Unit Cost Total Cost
Connections
(In INR) (In INR)
/ Switching
Points
Physical Verification of IGA
carried out by ESCO at 10 percent
1. of switching points on a random 265
sampling basis. [Please refer “IGA
validation certificate” Pg. no: 59]
To check conformity with ESCO’s
RFP Tender proposal through
Physical verification of supplied
materials at Corporation/Region’s
2 stores. 100% verification to be done -
for each lot and Stores Validation
certificate to be given.[ Please refer
“stores validation certificate”
Pg. no: 60]
Measurement and Verification of
substantial completion of the
Energy efficiency measures
minimum 5 wards completed
through PPP model at selected on a
10 percent of switching points on a
random sampling basis. For the
remaining 90 percent of the
switching points, savings to be
3. verified through data log in the 265
Central Monitoring Station. To
check conformity with ESCO’s
RFP Tender proposal through
Physical verification of installed
materials at 10 percent of switching
points on a random sampling basis.
[Please refer “EEM’s installation
and substantial completion
validation certificate Pg. No: 62”]
1st Half yearly verification on the
4 energy savings done through PPP 265
model at 10 percent sampling basis.
2nd Half yearly verification on the
5 energy savings done through PPP 265
model at 10 percent sampling basis.
P a g e | 40
GRAND TOTAL (IN INR): Sub – total (A) + Sub – total (B)
Note :
1. No. of Service Connections/Switching points mentioned above is based on the corporation’s present details,
the mentioned value are subject to vary, the true value can be ascertained only after the IGA.
2. The grand total amount quoted will used to ascertain the Lowest Tenderer L1. The payment will be made
as per clause 40
3. The quoted amount should be all inclusive of all types of taxes, no extra payment other than quoted
amount will be paid by the TIA.
4. If the contract period is extended, the same conditions in this tender document shall prevail.For Payment
after 5 years ,if extended, the same annual amount of the 5th year will be paid for the remaining number of
years upto which the tender is extended If the contract period is not extended after 5th years no payments
shall be paid
Annexure 12: Financial Proposal Submission for Erode City Municipal Corporation
No Of
Service
S.No Description Per Unit Cost Total Cost
Connections
(In INR) (In INR)
/ Switching
Points
Physical Verification of IGA
carried out by ESCO at 10 percent
1. of switching points on a random 186
sampling basis. [Please refer “IGA
validation certificate” Pg. no: 59]
To check conformity with ESCO’s
RFP Tender proposal through
Physical verification of supplied
materials at Corporation/Region’s
2 stores. 100% verification to be done -
for each lot and Stores Validation
certificate to be given.[ Please refer
“stores validation certificate”
Pg. no: 60]
Measurement and Verification of
substantial completion of the
Energy efficiency measures
minimum 5 wards completed
through PPP model at selected on a
10 percent of switching points on a
random sampling basis. For the
remaining 90 percent of the
switching points, savings to be
3. verified through data log in the 186
Central Monitoring Station. To
check conformity with ESCO’s
RFP Tender proposal through
Physical verification of installed
materials at 10 percent of switching
points on a random sampling basis.
[Please refer “EEM’s installation
and substantial completion
validation certificate Pg. No: 62”]
1st Half yearly verification on the
4 energy savings done through PPP 186
model at 10 percent sampling basis.
2nd Half yearly verification on the
5 energy savings done through PPP 186
model at 10 percent sampling basis.
P a g e | 42
GRAND TOTAL (IN INR): Sub – total (A) + Sub – total (B)
Note :
1. No. of Service Connections/Switching points mentioned above is based on the corporation’s present details,
the mentioned value are subject to vary, the true value can be ascertained only after the IGA.
2. The grand total amount quoted will used to ascertain the Lowest Tenderer L1. The payment will be made
as per clause 40
3. The quoted amount should be all inclusive of all types of taxes, no extra payment other than quoted
amount will be paid by the TIA.
4. If the contract period is extended, the same conditions in this tender document shall prevail.For Payment
after 5 years ,if extended, the same annual amount of the 5th year will be paid for the remaining number of
years upto which the tender is extended If the contract period is not extended after 5th years no payments
shall be paid
Annexure 13: Financial Proposal Submission for Salem City Municipal Corporation
No Of
Service
S.No Description Per Unit Cost Total Cost
Connections
(In INR) (In INR)
/ Switching
Points
Physical Verification of IGA
carried out by ESCO at 10 percent
1. of switching points on a random 146
sampling basis. [Please refer “IGA
validation certificate” Pg. no: 59]
To check conformity with ESCO’s
RFP Tender proposal through
Physical verification of supplied
materials at Corporation/Region’s
2 stores. 100% verification to be done -
for each lot and Stores Validation
certificate to be given.[ Please refer
“stores validation certificate”
Pg. no: 60]
Measurement and Verification of
substantial completion of the
Energy efficiency measures
minimum 5 wards completed
through PPP model at selected on a
10 percent of switching points on a
random sampling basis. For the
remaining 90 percent of the
switching points, savings to be
3. verified through data log in the 146
Central Monitoring Station. To
check conformity with ESCO’s
RFP Tender proposal through
Physical verification of installed
materials at 10 percent of switching
points on a random sampling basis.
[Please refer “EEM’s installation
and substantial completion
validation certificate Pg. No: 62”]
1st Half yearly verification on the
4 energy savings done through PPP 146
model at 10 percent sampling basis.
2nd Half yearly verification on the
5 energy savings done through PPP 146
model at 10 percent sampling basis.
P a g e | 44
GRAND TOTAL (IN INR): Sub – total (A) + Sub – total (B)
Note :
1. No. of Service Connections/Switching points mentioned above is based on the corporation’s present details,
the mentioned value are subject to vary, the true value can be ascertained only after the IGA.
2. The grand total amount quoted will used to ascertain the Lowest Tenderer L1. The payment will be made
as per clause 40
3. The quoted amount should be all inclusive of all types of taxes, no extra payment other than quoted
amount will be paid by the TIA.
4. If the contract period is extended, the same conditions in this tender document shall prevail.For Payment
after 5 years ,if extended, the same annual amount of the 5th year will be paid for the remaining number of
years upto which the tender is extended If the contract period is not extended after 5th years no payments
shall be paid
Annexure 14: Financial Proposal Submission for Madurai City Municipal Corporation
No Of
Service
S.No Description Per Unit Cost Total Cost
Connections
(In INR) (In INR)
/ Switching
Points
Physical Verification of IGA
carried out by ESCO at 10 percent
1. of switching points on a random 94
sampling basis. [Please refer “IGA
validation certificate” Pg. no: 59]
To check conformity with ESCO’s
RFP Tender proposal through
Physical verification of supplied
materials at Corporation/Region’s
2 stores. 100% verification to be done -
for each lot and Stores Validation
certificate to be given.[ Please refer
“stores validation certificate”
Pg. no: 60]
Measurement and Verification of
substantial completion of the
Energy efficiency measures
minimum 5 wards completed
through PPP model at selected on a
10 percent of switching points on a
random sampling basis. For the
remaining 90 percent of the
switching points, savings to be
3. verified through data log in the 94
Central Monitoring Station. To
check conformity with ESCO’s
RFP Tender proposal through
Physical verification of installed
materials at 10 percent of switching
points on a random sampling basis.
[Please refer “EEM’s installation
and substantial completion
validation certificate Pg. No: 62”]
1st Half yearly verification on the
4 energy savings done through PPP 94
model at 10 percent sampling basis.
2nd Half yearly verification on the
5 energy savings done through PPP 94
model at 10 percent sampling basis.
P a g e | 46
GRAND TOTAL (IN INR): Sub – total (A) + Sub – total (B)
Note :
1. No. of Service Connections/Switching points mentioned above is based on the corporation’s present details,
the mentioned value are subject to vary, the true value can be ascertained only after the IGA.
2. The grand total amount quoted will used to ascertain the Lowest Tenderer L1. The payment will be made
as per clause 40
3. The quoted amount should be all inclusive of all types of taxes, no extra payment other than quoted
amount will be paid by the TIA.
4. If the contract period is extended, the same conditions in this tender document shall prevail.For Payment
after 5 years ,if extended, the same annual amount of the 5th year will be paid for the remaining number of
years upto which the tender is extended If the contract period is not extended after 5th years no payments
shall be paid
Annexure 15: Financial Proposal Submission for Vellore City Municipal Corporation
No Of
Service
S.No Description Per Unit Cost Total Cost
Connections
(In INR) (In INR)
/ Switching
Points
Physical Verification of IGA
carried out by ESCO at 10 percent
1. of switching points on a random 125
sampling basis. [Please refer “IGA
validation certificate” Pg. no: 59]
To check conformity with ESCO’s
RFP Tender proposal through
Physical verification of supplied
materials at Corporation/Region’s
2 stores. 100% verification to be done -
for each lot and Stores Validation
certificate to be given.[ Please refer
“stores validation certificate”
Pg. no: 60]
Measurement and Verification of
substantial completion of the
Energy efficiency measures
minimum 5 wards completed
through PPP model at selected on a
10 percent of switching points on a
random sampling basis. For the
remaining 90 percent of the
switching points, savings to be
3. verified through data log in the 125
Central Monitoring Station. To
check conformity with ESCO’s
RFP Tender proposal through
Physical verification of installed
materials at 10 percent of switching
points on a random sampling basis.
[Please refer “EEM’s installation
and substantial completion
validation certificate Pg. No: 62”]
1st Half yearly verification on the
4 energy savings done through PPP 125
model at 10 percent sampling basis.
2nd Half yearly verification on the
5 energy savings done through PPP 125
model at 10 percent sampling basis.
P a g e | 48
GRAND TOTAL (IN INR): Sub – total (A) + Sub – total (B)
Note :
1. No. of Service Connections/Switching points mentioned above is based on the corporation’s present details,
the mentioned value are subject to vary, the true value can be ascertained only after the IGA.
2. The grand total amount quoted will used to ascertain the Lowest Tenderer L1. The payment will be made
as per clause 40
3. The quoted amount should be all inclusive of all types of taxes, no extra payment other than quoted
amount will be paid by the TIA.
4. If the contract period is extended, the same conditions in this tender document shall prevail.For Payment
after 5 years ,if extended, the same annual amount of the 5th year will be paid for the remaining number of
years upto which the tender is extended If the contract period is not extended after 5th years no payments
shall be paid
Annexure 16: Financial Proposal Submission for Thoothukudi City Municipal Corporation
No Of
Service
S.No Description Per Unit Cost Total Cost
Connections
(In INR) (In INR)
/ Switching
Points
Physical Verification of IGA
carried out by ESCO at 10 percent
1. of switching points on a random 75
sampling basis. [Please refer “IGA
validation certificate” Pg. no: 59]
To check conformity with ESCO’s
RFP Tender proposal through
Physical verification of supplied
materials at Corporation/Region’s
2 stores. 100% verification to be done -
for each lot and Stores Validation
certificate to be given.[ Please refer
“stores validation certificate”
Pg. no: 60]
Measurement and Verification of
substantial completion of the
Energy efficiency measures
minimum 5 wards completed
through PPP model at selected on a
10 percent of switching points on a
random sampling basis. For the
remaining 90 percent of the
switching points, savings to be
3. verified through data log in the 75
Central Monitoring Station. To
check conformity with ESCO’s
RFP Tender proposal through
Physical verification of installed
materials at 10 percent of switching
points on a random sampling basis.
[Please refer “EEM’s installation
and substantial completion
validation certificate Pg. No: 62”]
1st Half yearly verification on the
4 energy savings done through PPP 75
model at 10 percent sampling basis.
2nd Half yearly verification on the
5 energy savings done through PPP 75
model at 10 percent sampling basis.
P a g e | 50
GRAND TOTAL (IN INR): Sub – total (A) + Sub – total (B)
Note :
1. No. of Service Connections/Switching points mentioned above is based on the corporation’s present details,
the mentioned value are subject to vary, the true value can be ascertained only after the IGA.
2. The grand total amount quoted will used to ascertain the Lowest Tenderer L1. The payment will be made
as per clause 40
3. The quoted amount should be all inclusive of all types of taxes, no extra payment other than quoted
amount will be paid by the TIA.
4. If the contract period is extended, the same conditions in this tender document shall prevail.For Payment
after 5 years ,if extended, the same annual amount of the 5th year will be paid for the remaining number of
years upto which the tender is extended If the contract period is not extended after 5th years no payments
shall be paid
Annexure 17: Financial Proposal Submission for Tirunelveli City Municipal Corporation
No Of
Service
S.No Description Per Unit Cost Total Cost
Connections
(In INR) (In INR)
/ Switching
Points
Physical Verification of IGA
carried out by ESCO at 10 percent
1. of switching points on a random 221
sampling basis. [Please refer “IGA
validation certificate” Pg. no: 59]
To check conformity with ESCO’s
RFP Tender proposal through
Physical verification of supplied
materials at Corporation/Region’s
2 stores. 100% verification to be done
for each lot and Stores Validation
certificate to be given.[ Please refer
“stores validation certificate”
Pg. no: 60]
Measurement and Verification of
substantial completion of the
Energy efficiency measures
minimum 5 wards completed
through PPP model at selected on a
10 percent of switching points on a
random sampling basis. For the
remaining 90 percent of the
switching points, savings to be
3. verified through data log in the 221
Central Monitoring Station. To
check conformity with ESCO’s
RFP Tender proposal through
Physical verification of installed
materials at 10 percent of switching
points on a random sampling basis.
[Please refer “EEM’s installation
and substantial completion
validation certificate Pg. No: 62”]
1st Half yearly verification on the
4 energy savings done through PPP 221
model at 10 percent sampling basis.
2nd Half yearly verification on the
5 energy savings done through PPP 221
model at 10 percent sampling basis.
P a g e | 52
GRAND TOTAL (IN INR): Sub – total (A) + Sub – total (B)
Note :
1. No. of Service Connections/Switching points mentioned above is based on the corporation’s present details,
the mentioned value are subject to vary, the true value can be ascertained only after the IGA.
2. The grand total amount quoted will used to ascertain the Lowest Tenderer L1. The payment will be made
as per clause 40
3. The quoted amount should be all inclusive of all types of taxes, no extra payment other than quoted
amount will be paid by the TIA.
4. If the contract period is extended, the same conditions in this tender document shall prevail.For Payment
after 5 years ,if extended, the same annual amount of the 5th year will be paid for the remaining number of
years upto which the tender is extended If the contract period is not extended after 5th years no payments
shall be paid
Annexure 18: List of instruments used by the M&V agency for the project
YEAR OF
S.NO LIST OF INSTRUMENTS
CALIBRATION
10
11
12
13
14
15
P a g e | 54
Declaration on the official letter head should be submitted including the following
We hereby assure that the above mentioned details are true and can be subjected appropriate
action if the details provided by us are found to be false.
Signature:
Name:
Designation:
Seal
The signatory for the declaration letter shall not be below the rank of Chief Executive Officer (CEO) of the
respective firm.
P a g e | 55
POWER OF ATTORNEY
Know all men by these presents, we (name and address of the registered office of the Sole
Applicant / Lead Partner/ Partner) do hereby constitute, appoint and authorize Mr. / Ms. ---------
--------------- -------------------------------------------------------------------- R/o (name and address of
residence) who is presently employed with us and holding the position of ------------------ as our
attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in
connection with or incidental to the bid of the consortium consisting of , and (please state the
name and address of the partners of the consortium) for the “ To measure and Verify Energy
savings done by the ESCO implementing Energy Efficiency Projects including Investment Grade
Audit in 9 City Municipal Corporations and 2 Regions Street lighting, including signing and
submission of all documents and providing information / responses to the respective
Corporation/Region representing us in all matters in connection with our bid for the said Project.
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to
this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and
shall always be deemed to have been done by us.
For (Signature)
Accept
......................(Signature)
Notes:
This part of the document explains detailed IGA process conducted by the ESCO. It is included
here so that the M&V agency can use it as guidance and to understand its role during verification.
The M&V Agency shall verify the IGA submitted by the ESCO and establish the Baseline Energy
Consumption through 10% physical verification.
The Investment Grade Audit conducted by the ESCO documents current technical conditions
and presents the technical descriptions of the proposed energy efficiency measures along with an
assessment of the expected energy and O&M cost savings.
At a minimum, the technical scope of work performed by the ESCO on an IGA includes the
following:
include physical
verification of 10% of
switching points and
appraisal of the
methodology adopted
by the ESCO in
calculating the
baseline energy
consumption.
Illumination Levels
7. Average Illumination levels in each Illumination levels to be Verify the measured
type of street and type of lamp measured at different lamp illumination for
arrangement fixtures, type of lamp accuracy during
arrangements, road-width etc. random physical
verification.
Nam Average
e illumination
and
1
Sl. locat Road (Lux)
ph/ Load
No ion categ Type of lamp including ballast watt loss
(kW)
. of ory
3 ph
mete
ring
point
Base line consumption shall be derived from last one year/three years consumption data. Base
line adjustment shall be on the basis of effective number of lamps in operation or difference
between connected load and actual bills divided by the effective hours of operation.
Illumination level shall be measured by the following International method (Nine point method)
A1 C1 B1
C2 C4
A2 C3 B2
If span is not fixed for a particular switching point, then at least three spans shall be selected for
measurement of illumination level; minimum span, maximum span and the average span.
P a g e | 59
To,
The Commissioner
Name of the Corporation/ Region
Place
This is to certify that M/s ______________ has completed the IGA in _______
Corporation/ Region. The IGA and its report is ___ _______(adhering/ not adhering) to
the conditions of the RFP tender and is found_________( satisfactory/ not satisfactory).
Certified by
To,
The Commissioner
Name of the Corporation/ Region
Place
This is to certify that M/s ______________ has supplied the materials to _________
Corporation/ Region. The materials are ___ _______(adhering/ not adhering) to the
ESCO’s RFP Tender proposal (including Manufacturer, Ratings, etc.) and is found_________
( satisfactory/ not satisfactory) as per the following criteria.
Manufacturer/
Quantity
S. Description of ratings as per Adherence: Quantity
offered for
No Materials ESCO‟s Tender YES/ NO supplied
verification
proposal
Energy
efficiency
Luminaries:
1. Product A
1. 2. Product B
.
.
.
Street light
2.
controllers
Voltages
3.
Controllers
Individual Lamp
4. Monitoring
[ILM] Devices
Central Control
5. & Monitoring
Centre [CCMC]
Certified by
To,
The Commissioner
Name of the Corporation/ Region
Place
This is to certify that M/s ______________ installed the materials supplied in the stores
of _______ Corporation/ Region. The installed materials and its quality is found___
_______(same/ not same) as the materials supplied in the stores and is
found____________( satisfactory/ not satisfactory) as per the following criteria.
To,
The Commissioner
Name of the Corporation/ Region
Place
This is to certify that M/s ______________ commissioned the EEM‟s supplied and
installed at_______ Corporation/ Region. The commissioned EEM‟s and its quality is
found___ _______(adhering/ not adhering) the conditions of the tender and the ESCO‟s
RFP tender proposal and is found____________( satisfactory/ not satisfactory) as per the
following criteria.
Adherence
S. Description of Baseline Values to proposal: Remarks
No work Values Achieved
YES/ NO
Total baseline
consumption as
1. per IGA
(in kWh)
Energy savings (to filled as
2 guranteed per ESCO‟s
(in %) Proposal)
Energy savings (to filled as
3 (in kWh) per ESCO‟s
Proposal)
Actual (to filled as
4 Consumption per ESCO‟s
(in kWh) Proposal)
* Please find the attached report of M&V done at 10 percent of switching points on a
random sampling basis. For the remaining 90 percent of the switching points, savings
verified through data log in the Central Monitoring Station.
Certified by
To,
The Commissioner
Name of the Corporation/ Region
Place
This is to certify that M/s ______________ has _________( achieved/ not achieved) the
desired savings at_______ Corporation/ Region. The energy savings is found to be ___
_______(adhering/ not adhering) the conditions of the tender and the ESCO‟s RFP
tender proposal and is found____________( satisfactory/ not satisfactory) as per the
following criteria.
Adherence
S. Description of Baseline Values to proposal: Remarks
No work Values Achieved
YES/ NO
Total baseline
consumption as
1. per IGA
(in kWh)
Energy savings (to filled as
2 (in %) per ESCO‟s
Proposal)
Energy savings (to filled as
3 (in kWh) per ESCO‟s
Proposal)
Actual (to filled as
4 Consumption per ESCO‟s
(in kWh) Proposal)
* Please find the attached report of M&V done at 10 percent of switching points on a
random sampling basis.
Certified by
ACRONYMS
S.No Parameter Details
1 BEE Bureau of Energy Efficiency
2 CCMC Central Control and Monitoring Centre
3 CDM Clean Development Mechanism
4 EMD Earnest Money Deposit
5 ESM Energy Saving Measures
6 ESCO Energy Service Company
7 GIS Geographical Information System
8 ILM Individual Lamp Monitoring
9 IGA Investment Grade Audit
10 LED Light Emitting Diode
11 M&V Measurement &Verification
12 O&M Operation &Maintenance
13 RFP Request For Proposal
14 PPP Public Private Partnership
15 STD Subscriber Trunk Dialing
16 UNFCC United Nations Framework Convention on Climatic Change