Sunteți pe pagina 1din 64

GOVERNMENT OF TAMILNADU

COMMISSIONERATE OF MUNICIPAL ADMINISTRATION


TAMIL NADU

INVITES REQUEST FOR PROPOSALS for Independent Auditors from UNFCCC


(United Nations Framework Climate Change Control) accredited
DOEs (Designated Operational Entities)

TO MEASURE AND VERIFY THE INVESTMENT GRADE AUDIT AND THE


ENERGY SAVINGS ACHIEVED BY THE ESCO THROUGH ENERGY SAVING
MEASURES IN STREET LIGHTING FOR 9 CITY MUNICIPAL CORPORATIONS
AND 2 REGIONS (35 MUNICIPALITIES)

SINGLE COVER SYSTEM


Page |2

Table of Contents

Section I. Instructions to Tenderers (ITT)


A. Scope of the Tender ............................................................................................................................ 4
B. Eligible Tenderers............................................................................................................................... 4
C. Conditions of the contract .................................................................................................................... 6
D. Regarding The Contents of Tender Document...................................................................................... 8
E. Preparation of Tender. .....................................................................................................................10
F. Submission and Opening of Tender. .................................................................................................12
G. Evaluation and Comparison of Tender. ...........................................................................................14
H. Award of Contract. .........................................................................................................................16
Section II. Terms of Reference. ........................................................................................................................19
Section III. Basic Qualification Criteria. ........................................................................................................22
Section IV. Financial Proposal. .....................................................................................................................22
Annexure 1 : Letter Pro forma. .....................................................................................................................23
Annexure 2 : Organization Profile. ...............................................................................................................25
Annexure 3 : Technical Experience. ..............................................................................................................26
Annexure 4 : List of Key Personnel. ..............................................................................................................27
Annexure 5: Historic Contract Non-Performance Information Form. .............................................................29
Annexure 6: Financial Capability of the Tenderer..........................................................................................30
Annexure 7: Financial Proposal Submission for Tiruppur Corporation ..........................................................31
Annexure 8: Financial Proposal Submission for Tiruppur Region ..................................................................33
Annexure 9: Financial Proposal Submission for Coimbatore Corporation.......................................................35
Annexure 10: Financial Proposal Submission for Tiruchirappalli Corporation ...............................................37
Annexure 11: Financial Proposal Submission for Thanjavur Corporation ......................................................39
Annexure 12: Financial Proposal Submission for Erode Corporation.............................................................41
Annexure 13: Financial Proposal Submission for Salem Corporation.............................................................43
Annexure 14: Financial Proposal Submission for Madurai Corporation ........................................................45
Annexure 15: Financial Proposal Submission for Vellore Corporation ...........................................................47
Annexure 16: Financial Proposal Submission for Thoothukudi Corporation ..................................................49
Annexure 17: Financial Proposal Submission for Tirunelveli Corporation ......................................................51
Annexure1 8: List Of Instruments Used By The M&V Agency For The Project. .......................................53
Annexure 9: Declaration Letter. ....................................................................................................................54
Appendix1: Power of Attorney for signing of Tender document. .................................................................55
Guidelines on the Technical Scopes of Work For Municipal
Energy Efficiency Investment Grade Audits....................................................................................................56
Page |3

Letter of Invitation
14, 08, 2013
Tender No: [4/EEP/2012/13]
Dear Sir,

1. The Commissioner of Municipal Administration, Tamil Nadu (“TENDER INVITING


AUTHORITY”) now invites Tender on behalf of the 9 Corporations -Tiruppur City
Municipal Corporation, Coimbatore City Municipal Corporation, Tiruchirappalli City
Municipal Corporation, Erode City Municipal Corporation, Salem City Municipal
Corporation, Madurai City Municipal Corporation, Vellore City Municipal Corporation,
Thoothukudi City Municipal Corporation and Tirunelveli City Municipal Corporation)
and 2 Regions - Tiruppur Region: comprising of 16 Municipalities and Thanjavur Region:
comprising of 19 Municipalities; for the work of “Project specific Measurement and
Verification for the energy savings achieved by the ESCO through energy saving measures
in street lighting for 9 City Municipal Corporations and 2 Regions”.
2. The successful Tenderer/s will be selected from the eligible Tenderers in accordance with
the evaluation criteria of the Tender Document.
3. The Financial bids shall be sealed in separate envelopes for each of the 9 City
Municipal Corporations and 2 Regions and submitted in accordance with the instructions
mentioned in this document.

4. Contracting Agency address for Communication:


Title : Commissioner of Municipal Administration, Tamil Nadu
Address: Commissioner of Municipal Administration Office,
Ezhilagam Annex Building,
Chepauk, Chennai 600 005.
Phone No: 044- 28549921
Please mark Subject as “Project Specific Measurement and Verification plan for
Verification for the energy savings achieved by the ESCO through energy saving
measures in street lighting for 9 City Municipal Corporations and 2 Regions” in the
Cover of the letter.

YOURS TRULY,

Commissioner of Municipal Administration,


Tamil Nadu
Page |4

Section I: Instructions to Tenderers (ITT)

A. Scope of the Tender

1. The Commissioner of Municipal Administration, Tamil Nadu invites sealed tenders in


Single Cover system (Price Bid) on behalf of the 9 Corporations Tiruppur City Municipal
Corporation, Coimbatore City Municipal Corporation, Tiruchirappalli City Municipal
Corporation, Erode City Municipal Corporation, Salem City Municipal Corporation,
Madurai City Municipal Corporation, Vellore City Municipal Corporation, Thoothukudi
City Municipal Corporation and Tirunelveli City Municipal Corporation) and 2 Regions -
Tiruppur Region: comprising of 16 Municipalities and Thanjavur Region: comprising of
19 Municipalities; ,from t h e e l i g i b l e T e n d e r e r s for the work “Project specific
Measurement and Verification for the energy saving achieved by the ESCO through
energy saving measures in street lighting for 9 City Municipal Corporations and 2
Regions”
2. Total Period of the Project: 5 Years.(Extendable up to 10 Years)
3. Scope of Work:
3.1. Project specific Measurement and Verification (M&V) for the above mentioned 9
City Municipal Corporations and 2 Regions.
3.2. To review the correctness of Investment Grade Audit (IGA) done by the ESCO and
establish the Baseline Energy Consumption for the Street lighting.
3.3. To check conformity with ESCO’s RFP Tender proposal (Manufacturer, Ratings,
etc.) through Physical verification of supplied materials at Corporation/Region’s
stores. 100% verification to be done for each lot and validation certificate to be
given.
3.4. To measure, verify and review the Substantial Completion of Energy Saving
Measures as per the submitted Tender and IGA Report.
3.5. To verify if the materials installed by the ESCO are as per the ESCOs RFP tender
proposal (Manufacturer, Ratings, etc.) and issue a validation certificate for the same.
3.6. After the Substantial Completion of Energy Saving Measures the frequencies of
review of guaranteed energy savings will be half yearly for the first year and yearly till
the end of the project period.
3.7. To submission of validation report 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 promote
Energy Efficiency.

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

C. Conditions of the Contract


1. Terms of Agreement
1.1. The agreement shall be made between the CORPORATION/REGION and the
successful bidder as decided by the TENDER INVITING AUTHORITY.
2. Scope of Work
2.1. Project specific Measurement and Verification (M&V) for the above mentioned 9 City
Municipal Corporations and 2 Regions.
2.2. To review the correctness of Investment Grade Audit (IGA) done by the ESCO and
establish the Baseline Energy Consumption for the Street lighting.
2.3. To check conformity with ESCO’s RFP Tender proposal (Manufacturer, Ratings, etc.)
through Physical verification of supplied materials at Corporation/Region’s stores. 100%
verification to be done for each lot and Stores Validation certificate to be given. Lot size
shall be of a minimum value of Rs.50, 00,000 (Rupees Fifty lakhs only).
2.4. To measure, verify and review the Substantial Completion of Energy Saving Measures as
per the submitted Tender and IGA Report. To verify if the materials installed by the
ESCO are as per the ESCOs RFP tender proposal (Manufacturer, Ratings, etc.).
2.5. To measure, verify and review the Substantial Completion of Energy Saving Measures in
the 9 City Municipal Corporations and 2 Regions as per the IGA. The substantial
completion shall be done with the minimum offered area equal to or greater than 5 wards
in each of the Municipal Corporations or Regions.
2.6. After the Substantial Completion of Energy Saving Measures the frequencies of review
of guaranteed energy savings will be half yearly for the first year and yearly till the end of
the project period.
2.7. For establishing the actual Baseline consumption, field verification of the IGA data is to
be done physically for 10% of the switching points selected on a random sampling basis.
2.8. For Measurement &Verification of energy savings sampling is to be done as per the
following table and 100% from logs created by Central Monitoring System during each
stage of work.
Table of activities to be done through the Project Period:

Stage Description of work

Physical Verification of IGA carried out by ESCO model at 10 percent of switching


1 points by random 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% verification
2
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 (zone-wise) completed through PPP model at 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 Central Monitoring Station. To
3
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 energy savings done through PPP model at 10
4 percent sampling basis. [Please refer “Year 1 – 1st half yearly Energy savings
validation certificate” Pg. No: 63]
Page |7

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).

4. Failure to provide the services within time


4.1. Should the Tenderer fail to provide the Measurement & Verification services within the
time-frame specified in Clause 3 of the Conditions of Contract, the respective City
Municipal Corporation/Region may at its discretion allow an extension of time subject to
recovery from the Tenderer, the amount as mentioned below.
Page |8

PERIOD OF % OF VALUE OF CONTRACT TO


EXTENSION/DELAY BE RECOVERED AS PENALTY
UP TO 5 DAYS OF
2% OF VALUE OF CONTRACT
EXTENSION
MORE THAN 5 DAYS AND
5% OF VALUE OF CONTRACT
UP TO 10 DAYS EXTENSION
MORE THAN 10 DAYS
10% OF VALUE OF CONTRACT
EXTENSION

4.1.1. Fraction of a day in reckoning the period of delay in commissioning shall be


eliminated if it is less than half a day.
4.1.2. The maximum amount of agreed liquidated damages shall be 10%.
4.1.3. The above liquidated damages clause is subject to any force majeure situation
beyond the control of the Tenderer.
4.1.4. To invoke the benefit of provision of force majeure, sufficient notice of one week
should be given.
4.2. When a Tenderer is unable to complete the work within the specified or extended
period, the Corporation/Region shall be entitled to arrange the completion of work from
elsewhere without notice to the Tenderer but on his (i.e Tenderer’s) account and risk, the
work of any part thereof which the Tenderer has failed to complete or if not available,
the best and nearest available substitute thereof, or to cancel the contract of such work
and Tenderer shall be liable for any loss or damage which the Corporation/Region may
sustain by reasons of such failure on the part of the Tenderer. But the Tenderer shall not
be entitled to any gain on such purchases made against default. The recovery of such loss
or damages shall be made from any sum occurring to the Tenderer under this contract. If
recovery is not possible from the bill and the Tenderer fails to pay the loss or damages
within one month, the recovery shall be made under law for the time being in force.

5. Conflict between Energy Saving Company implementing Energy Savings(ESCO) and


Third-party M&V Agency :
In case of conflict between the ESCO implementing the Energy Saving Mechanisms as
part of the PPP Project and the Tenderer handling Measurement & Verification services,
the decision of the respective City Municipal Corporation/Region would be superseding.
In case of any further grievance the decision of the Commissioner of Municipal
Administration shall be final and binding.

D. Regarding the Contents of Tender document


6. Clarification of Tender document, Site Visit, Pre-Bid Meeting
6.1. A prospective Tenderer requiring any clarification of the Tender document shall contact
the TENDER INVITING AUTHORITY in writing at the TENDER INVITING
AUTHORITY‟S address provided in the Letter of Invitation or raise his enquiries
during the pre-bid meeting if provided for in accordance with Section I, Part D Clause
24. The TENDER INVITING AUTHORITY will respond in writing to any request for
clarification, provided that such request is received no later than one week prior to the
deadline for submission of Tender. The TENDER INVITING AUTHORITY shall
forward copies of its response to all Tenderer who have acquired the Tender document,
including a description of the inquiry but without identifying its source. Should the
TENDER INVITING AUTHORITY deem it necessary to amend the Tender
document as a result of a request for clarification, it shall do so as under Section I, Part
Page |9

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

7. Amendment of Tender document


7.1. Addendum to the Tender documents may be issued by TENDER INVITING
AUTHORITY not less than one (1) week prior to the deadline for submission of
Tender.
7.2. Any addendum issued shall be part of the Tender documents and shall be communicated
in writing to all who have been obtained the Tender document from the TENDER
INVITING AUTHORITY.
7.3. No amendment or other variation of the Contract shall be effective unless it is in writing,
is dated, expressly refers to the Contract, is approved by the TENDER SCRUTINY
COMMITTEE, and is signed by a duly authorized representative of each party hereto.

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.

10. Language of Tender


10.1. The Tender, as well as all correspondence and documents relating to the Tender
exchanged by the Tenderer and the TENDER INVITING AUTHORITY, shall be
written in the language English. Supporting documents and printed literature that are
part of the Tender may be in another language provided they are accompanied by an
accurate translation of the relevant passages in the language English, in which case, for
purposes of interpretation of the Tender, such translation shall govern.

11. Documents Comprising the Tender


11.1. The Tender shall comprise the following:
Letter of Tender;
Tender Processing fee (enclose DD ;
EMD (Earnest Money Deposit);
Power of Attorney for signing the Tender;
Documents establishing the required Eligibility;
Annex 7: Financial Proposal Form.
11.2. If the Tenderer proposes any deviations, reservations or omissions in any of the Tender
Documents, its Tender will be treated as non-responsive and rejected.

12. Letter of Tender, and Securities


12.1. The Letter of Tender and Schedules and all other data/information shall be prepared
using the relevant forms furnished in Annexure Forms. The forms must be completed
without any alterations to the text, and no substitutes shall be accepted. All blank spaces
shall be filled in with the information requested.

13. Tenderer‟s Financial Offer


13.1. The Tenderer’s Tender Financial Offer (TFO) shall be mentioned in the currency
“Indian Rupees.”
13.2. All duties, taxes, and other levies payable by the Tenderer under the Contract shall be
deemed to have been included in the TFO.

14. Documents Establishing the Qualifications of the Tenderer


14.1. To establish its qualifications to perform the Contract in accordance with Section I,
Part G. Evaluation and Qualification Criteria, the Tenderer shall provide the information
requested in the corresponding information sheets included in form A4, Tender Forms.

15. Period of Validity of Tender


15.1. Tender shall remain valid for of six months after the deadline of tender submission
after the Tender submission deadline date prescribed by the TENDER INVITING
P a g e | 11

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.

17. Format and Signing of Tender


17.1. The Tenderer shall submit the financial bids in separate sealed envelope or through an e-
tendering system in accordance with the instructions given in the TDS. In case of online
tendering the procedures are as given in Section I, Part D.
17.2. In case of documents submitted offline, the Tenderer shall prepare one original of the
documents comprising the Tender as described in Section I, Part D, Clause 18 and clearly
mark it “ORIGINAL”. In addition, the Tenderer shall submit copies of the Tender, in
the number specified in the TDS and clearly mark them “COPY”. In the event of any
discrepancy between the original and copies, the original shall prevail.
17.3. The original and all copies of the tender shall be typed or written in indelible ink and shall
be signed by a person duly authorized to sign on behalf of the Tenderer. This
authorization shall consist of a written confirmation and shall be attached to the tender.
The name and position held by each person signing the authorization must be typed or
printed below the signature. All pages of the tender documents submitted shall be bound
P a g e | 12

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

F. Submission and Opening of Tender


18. Sealing and Making of Tender
18.1. In case the documents are submitted offline, the Tenderer shall enclose the original and
all copies of the Tender, in separate sealed envelopes, duly marking the envelopes as
“Original”, and “Copy”.
18.1.1. All envelopes shall:
18.1.1.1. Bear the name and address of the Tenderer
18.1.1.2. Be addressed to the TENDER INVITING AUTHORITY in accordance
with address provided in the “Letter of Invitation”. Bearing the specific
identification as “Project Specific Measurement and Verification plan for
energy savings achieved by the ESCO through energy saving measures
in street lighting for 9 City Municipal Corporations and 2 Regions”
18.1.1.3. Bear a warning not to open before the time and date for tender opening.
18.1.2. If all the envelopes are not sealed and marked as required, the TENDER
INVITING AUTHORITY will take no responsibility for the misplacement or
premature opening of the tender.
18.2. In case the documents are submitted through online e-tendering system, the Tenderer
should follow the instructions as given below;
18.2.1. Tenderer should do the registration in the tender site https://tntender.gov.in using
the option available. Then the Digital Signature registration has to be done with the
e-token, after logging into the site. The e-token may be obtained from an authorized
Certifying Authorities.
18.2.2. Tenderer should then login to the site by giving user id / password as chosen during
registration.
18.2.3. The e-token that is registered should be used by the Tenderer only and should not
be misused by others.
18.2.4. The Tenderer can update well in advance, the documents such as certificates,
purchase order details etc., under „My Documents’ option and these can be selected
as per tender requirements and then sent along with tender documents during tender
submission.
18.2.5. After downloading / getting the tender schedules, the Tenderer should go through
them carefully and then submit the documents as asked, otherwise, the tender will be
rejected.
18.2.6. If there are any clarifications, this may be obtained online through the tender site, or
through the contact details mentioned in TDS. Tenderer should take into account of
the corrigendum published, if any, before submitting the tender online.
18.2.7. Tenderer, in advance, should get ready the tender documents to be submitted as
indicated in the tender schedule and they should be in PDF/xls/rar/dwf formats. If
there is more than one document, they can be clubbed together.
18.2.8. Tenderer should get ready the EMD as specified in the tender. The original should
be posted/couriered/given in person to the Tender Inviting Authority, within the
tender submission date & time for the tender.
18.2.9. The Tenderer reads the terms & conditions and accepts the same to proceed further
to submit the tender.
18.2.10. The Tenderer has to submit the tender document online well in advance before
the prescribed time to avoid any delay or problem during the submission process.
P a g e | 13

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. Deadline for Submission of Tender


19.1. Tender must be received by the TENDER INVITING AUTHORITY, no later than the
date and time indicated in the Communication address as indicated in the “Letter of
Invitation”. When so specified in the Section I, Part D, Clause 18, Tenderer shall have
the option of submitting their Tender electronically.
P a g e | 14

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.

20. Late Tender


20.1. The TENDER INVITING AUTHORITY shall not consider any Tender that
arrives after the deadline for submission of Tender, in accordance with Section I,
Part D, Clause 19. Any Tender received by the TENDER INVITING
AUTHORITY after the deadline for submission of Tender shall be declared late,
rejected, and returned unopened to the Tenderer.

21. Withdrawal, substitution, and Modification of Tender


21.1. A Tenderer may Withdraw, Substitute or Modify his tender after submission subject
to section 10(3) Rule 23 and Rule 27.4 of Tamil Nadu Tender Transparency Act.

22. Tender Opening


22.1. The Tender shall be opened by the TENDER INVITING AUTHORITY
18.9.2013 at 16.00 in the presence of Tenderer’ designated representatives.

G. Evaluation and Comparison of Tender


23. Confidentiality
23.1. Information relating to the evaluation of Tender and recommendation of contract
award shall not be disclosed to Tenderer or any other persons not officially
concerned with such process until information on Contract award is communicated
to all Tenderer.
23.2. Any attempt by a Tenderer to influence the TENDER INVITING AUTHORITY
in the evaluation of the Tender or Contract award decisions may result in the
rejection of its Tender.

24. Clarification of Tender


24.1. To assist in the examination, evaluation, and comparison of the Tender, and
qualification of the Tenderer, the TENDER INVITING AUTHORITY may, at its
discretion, ask any Tenderer for a clarification of its Tender. Any clarification
submitted by Tenderer that is not in response to a request by the TENDER
INVITING AUTHORITY shall not be considered.
24.2. The TENDER INVITING AUTHORITY’S request for clarification and the
response shall be in writing. No change in the prices or substance of the Tender
shall be sought, offered, or permitted, except to confirm the correction of arithmetic
errors discovered by the TENDER INVITING AUTHORITY in the evaluation of
the Tender, in accordance with Section I, Part D, Clause 24.
24.3. If a Tenderer does not provide clarifications of its Tender within seven (07) days
from the TENDER INVITING AUTHORITY’s request for clarification, its
Tender shall be rejected.

25. Deviations, Reservations, and Omissions


25.1. During the evaluation of Tender, the following definitions apply:
25.1.1. “Deviation” is a departure from the requirements specified in the Tender document;
25.1.2. “Reservation” is the setting of limiting conditions or withholding from complete
acceptance of the requirements specified in the Tender document; and
P a g e | 15

25.1.3. “Omission” is the failure to submit part or all of the information or documentation
required in the Tender document.

26. Determination of Responsiveness


26.1. The Tender will be considered as non-responsive and rejected under any of the following
conditions:
26.1.1. If the Tenderer is not an “Eligible Tenderer” in accordance with the Section IV.
then its Tender will be considered as non-responsive and rejected.
26.1.2. Tender is not accompanied by the EMD equivalent to the amount and in the form
as stipulated.
26.1.3. All Tender forms are not filled and signed by the Tenderer.
26.1.4. Any willful misstatements or incorrect information provided in the Tender.
26.1.5. A Tender valid for a shorter period than specified in Section I, Part C, Clause 15
shall be rejected by the TENDER INVITING AUTHORITY as non-responsive.

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.

26.3. If a Tender is not substantially responsive to the requirements of the Tender


document, it shall be rejected by the TENDER INVITING AUTHORITY and may
not subsequently be made responsive by correction of the material deviation,
reservation, or omission.

27. Nonmaterial Nonconformities


27.1. Provided that a Tender is substantially responsive, the TENDER INVITING
AUTHORITY may waive any nonconformity in the Tender that do not constitute a
material deviation, reservation, or omission.
27.2. Provided that a Tender is substantially responsive, the TENDER INVITING
AUTHORITY may request that the Tenderer submit the necessary information or
documentation, within seven days, to rectify nonmaterial non-conformities in the
Tender related to documentation requirements. Requesting information or
documentation on such nonconformities shall not be related to any aspect of the
TFO. Failure of the Tenderer to comply with the request may result in the rejection
of its Tender.

28. Correction of Arithmetic Errors


28.1. Provided that the Tender is substantially responsive, the TENDER INVITING
AUTHORITY shall correct arithmetical errors on the following basis:
28.1.1. If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price
shall be corrected, unless in the opinion of the TENDER INVITING
AUTHORITY there is an obvious misplacement of the decimal point in the unit
price, in which case the total price as quoted shall govern and the unit price shall be
corrected;
P a g e | 16

28.1.2. If there is an error in a total corresponding to the addition or subtraction of


subtotals, the subtotals shall prevail and the total shall be corrected; and
28.1.3. If there is a discrepancy between words and figures, the amount in words shall
prevail, unless the amount expressed in words is related to an arithmetic error, in
which case the amount in figures shall prevail subject to Section I, Part E, Clause
28.1.1 and 28.1.2 above
28.2. If the Tenderer does not accept the correction of errors, its Tender shall be
disqualified.

29. Evaluation of Tender


29.1. The Tender shall be evaluated as below:
29.1.1. The factor used to arrive at the best financial forthe evaluation of the financial
offer is the Lowest Total Contract Value.
29.2. If the Tender, which results in the best TFO, is seriously unbalanced or front loaded in
the opinion of the TENDER INVITING AUTHORITY, the TENDER INVITING
AUTHORITY may require the Tenderer to produce detailed price analyses for any or all
items of the Bill of Quantities, to demonstrate the internal consistency of those prices
with the construction methods and schedule proposed. After evaluation of the price
analyses, taking into consideration the schedule of estimated Contract payments, the
TENDER INVITING AUTHORITY may require that the amount of the performance
security be increased at the expense of the Tenderer to a level sufficient to protect the
TENDER INVITING AUTHORITY against financial loss in the event of default of the
successful Tenderer under the Contract.
30. Evaluation of the bid will be done for each Corporation/ Region individually. i.e. The
successful financial bid will be chosen individually for each Corporation/Region
individually.

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.

33. Notification of Award


33.1. Upon successful completion of the negotiation by reaching mutual agreement on the
Tenderer’s offer, prior to the expiration of the period of Tender validity, the TENDER
INVITING AUTHORITY shall notify the successful Tenderer, in writing, that its
Tender has been accepted. The Tenderer shall not proceed with the work till the Letter
of Intent has been issued by Tender Inviting Authority
33.2. Until a formal contract is prepared and executed, the notification of award shall
constitute a binding Contract.
P a g e | 17

34. Signing of Contract


34.1. Promptly after notification, the TENDER INVITING AUTHORITY shall send the
successful Tenderer the Letter of Intent and negotiations thereof for conducting the
activities mentioned in the scope of work. After acceptance of the Tenderer, the
TENDER INVITING AUTHORITY shall issue the Letter of Acceptance and send the
Contract Agreement to the Tenderer.
34.2. Within ten(10) days, of receipt of the Letter of Acceptance and Contract Agreement, the
successful Tenderer shall prepare, sign, date, and submit it to the TENDER INVITING
AUTHORITY. In case the Tenderer fails to sign the Contract Agreement within the
number of days as specified, its Letter of Intent is liable to be terminated and the
EMD is liable to be forfeited.

35. Performance Security


35.1. Performance Security shall be in the form of an unconditional and irrevocable bank
guarantee issued by any scheduled bank in India that is acceptable to the TENDER
INVITING AUHTORITY, using the format given in the Tender Document. The
amount of performance security shall be five (5%) of the value of Contract as arrived by
the Tenderer. The performance security shall be valid for the entire Contract Period.
35.2. Within ten (10) days of the receipt of the Letter of Acceptance, Tenderer shall
furnish the performance security along with the signed Contract Agreement, in
accordance with the conditions of contract using for that purpose the Performance
Security Form, or another form acceptable to the TENDER INVITING AUTHORITY.
35.3. Failure of the successful Tenderer to submit the abovementioned Performance Security
or sign the Contract shall constitute sufficient grounds for the annulment of the award
and forfeiture of the EMD. In that event the TENDER INVITING AUTHORITY may
award the Contract to the next best Tenderer

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. Termination of Agreement


37.1. Under the conditions defined below, the TENDER INVITING AUTHORITY shall
terminate the Letter of Intent issued to the selected Tenderer. In such event, the TENDER
INVITING AUTHORITY shall award the work to next best Tenderer, without any liability
of whatsoever nature from the first Tenderer.
37.1.1. Any of the activity mentioned in the scope of work is delayed by more than 50% of the
stipulated time for completion as stated in Section I, Part C, Clause 3 of Conditions of
Contract after considering any time extension given in writing by the TENDER
INVITING AUTHORITY.
37.1.2. If the selected Tenderer drops out from negotiating and signing the Agreement after
acceptance of the bid by the TENDER INVITING AUTHORITY.
37.1.3. If the selected Tenderer does not sign the Agreement within the stipulated time period as
stated in Section I, Part F, Clause 33.
37.1.4. The selected Tenderer becomes insolvent or bankrupt or enter into any agreements with
their creditors for relief of debt or take advantage of any law for the benefit of debtors or
go into liquidation or receivership whether compulsory or voluntary
P a g e | 18

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.

39. Safety Mandate


39.1. The Tenderer is to ensure high standards of safety while handling equipments used in the
projects and safe working conditions for the manpower involved.

40. Payment Terms


40.1. The payment towards the project expense shall be paid after 100% completion of each of
the activity as per the following table for the project period of 5 years.
40.2. No advance payment will be made. 100% payment will be made within 30 days after
submission of bill after acceptance of Measurement & Verification Report.
Table Indicating Percentage of Payment through different Stages of the Project:

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

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 energy savings
done through PPP model at 10 percent sampling
4 5%
basis. [Please refer “Year 1 – 1st half yearly Energy
savings validation certificate” Pg. no :63 ]
2nd Half yearly verification on the energy savings
done through PPP model at 10 percent sampling
5 5%
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 sampling basis -
6 10%
Year 2. [Please refer “Year 2 Energy savings
validation certificate”]
Yearly verification on the energy savings done
through PPP model at 10 percent sampling basis -
7 10%
Year 3. [Please refer “Year 3 Energy savings
validation certificate”]
Yearly verification on the energy savings done
through PPP model at 10 percent sampling basis -
8 10%
Year 4. [Please refer “Year 4 Energy savings
validation certificate”]
Yearly verification on the energy savings done
through PPP model at 10 percent sampling basis -
9 10%
Year 5. [Please refer “Year 5 Energy savings
validation certificate”]

Section II: Terms of Reference

1. Throughout these Tender Documents:


1.1. The term “in writing” means communicated in written form and delivered against
receipt;
1.2. Except where the context requires otherwise, words indicating the singular also include
the plural and words indicating the plural also include the singular; and “day” means
calendar day
2. Throughout the tender document, the following definitions apply:
2.1. “Deviation” is a departure from the requirements specified in the Tender document;
2.2. “Reservation” is the setting of limiting conditions or with holding from complete
acceptance of the requirements specified in the Tender document; and
2.3. “Omission” is the failure to submit part or all of the information or documentation
required in the Tender document.
2.4. “Adjudicator” means the person or persons appointed by the TENDER INVITING
AUTHORITY or the TENDER INVITING AUTHORITY itself, to make a decision on
or to settle any dispute or difference between the TENDER SCRUTINY COMMITTEE
and the Tenderer referred to him
P a g e | 20

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

equipment/facilities, or revised operations and maintenance procedures, to reduce energy


usage and costs, by improving efficiency of use.
2.19. “Energy Savings” means the energy savings is a reduction of energy consumption and
electrical demand resulting from the ESCO‟s energy saving measures taking into
considerations quality of power supply. Energy savings shall be determined by
comparing the energy baseline with the energy consumed (or demand) after implementation
of energy saving measures.
2.20. “CORPORATION/REGION” means the person having ownership of the Facilities,
which includes the legal successors or permitted assigns of the
CORPORATION/REGION.
2.21. “CC” means the Conditions of Contract hereof.
2.22. “Month” means calendar month of the Gregorian calendar.
2.23. “BEE” means Bureau of Energy Efficiency. The Bureau of Energy Efficiency is an
agency of the Government of India, under the Ministry of Power created in March 2002
under the provisions of the nation's 2001 Energy Conservation Act. The agency's
function is to develop programs which will increase the conservation and efficient use of
energy in India.
2.24. “Operational Acceptance” means the acceptance by the CORPORATION/REGION
of the Facilities (or any part of the Facilities where the Contract provides for acceptance
of the Facilities in parts), which certifies the ESCO’s fulfillment of the Contract in
respect of technical standards and the functional guarantees related to energy savings
(both energy units and cost) and acceptance of the Measurement & Verification protocol.
2.25. “TENDER SCRUTINY COMMITTEE” means the committee headed by the
TENDER INVITING AUTHORITY Sheet or as amended by the TENDER
INVITING AUTHORITY from time to time, having authorities as defined there in.
2.26. “Substantial Completion Date” means the date on which the Measurement and
Verification Agency i.e. the Successful Tenderer certifies that the ESM Installations are
substantially complete and are achieving savings equal to or greater than the Guaranteed
Savings.
2.27. “Termination Value” means the amount the CORPORATION/REGION may pay to
Tenderer after the first year of Substantial Completion Date to terminate this agreement
for convenience. This amount shall be the total price less any payments already made.
2.28. “Measurement and Verification Agency” means any person, real or juridical, or entity
other who carries the Measurement and Verification for the Investment Grade Audit and
ESM by ESCO.
2.29. “Time for Completion” means – The time period from the date of issue of Letter of
Acceptance till the Substantial Completion Date including any reasonable extension of
time as accepted by the CORPORATION/REGION.
P a g e | 22

Section IV: Basic Qualification Criteria

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.

A. Annexures for submission of Proposal

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

Annexure 1: Letter Performa

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:

1. Name of the Tenderer

2. Full Address of the Tenderer

Name of the Contact Person to whom all


3. reference regarding shall be made
regarding this tender.
Designation of the Contact Person to
whom all reference regarding shall be
4. made regarding this tender. The
Designation of the Contact person should
not be below the rank of Project Manager
Address of the Contact Person to whom
5. all reference regarding shall be made
regarding this tender.
Telephone number with STD code and
Cellular Number of the Contact Person to
6.
whom all reference regarding shall be
made regarding this tender.
E-mail of the Contact Person to whom all
7. reference regarding shall be made
regarding this tender.

Telephone number with STD code of the


8.
Company.
P a g e | 24

3. Documents forming part of the proposal.

Annexure 1: Letter Performa.

Annexure 2: Organization Profile.

Annexure 3: Technical Experience.

Annexure 4: List of Key Personnel

Annexure 5: Historic Contract Non-Performance Information Form

Annexure 6: Financial Capability of the Tenderer

Annexure 7: Financial Proposal Submission for Tiruppur Corporation

Annexure 8: Financial Proposal Submission for Tiruppur Region

Annexure 9: Financial Proposal Submission for Coimbatore Corporation

Annexure 10: Financial Proposal Submission for Tiruchirappalli Corporation

Annexure 11: Financial Proposal Submission for Thanjavur Corporation

Annexure 12: Financial Proposal Submission for Erode Corporation

Annexure 13: Financial Proposal Submission for Salem Corporation

Annexure 14: Financial Proposal Submission for Madurai Corporation

Annexure 15: Financial Proposal Submission for Vellore Corporation

Annexure 16: Financial Proposal Submission for Thoothukudi Corporation

Annexure 17: Financial Proposal Submission for Tirunelveli Corporation

Annexure 18: List of instruments used by the M&V agency for the project

Appendix 1: Format for Power of Attorney for signing of tender.

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

Annexure 2: Organizational Profile

1. Name of the Company/Firm:

2. Year of Registration/Certificate of Incorporation:

3. Number of Permanent:

4. Total no of BEE Certified Energy Auditors working in the Company for a minimum period of
1 year.:

5. Registered office address of the company:

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

List of documents to be submitted:

1. Company Profile,

2. Brochure,

3. Audited Financial Report for the FY 2010 to 2011, FY 2011 to 2012 , FY 2012 to 2013,

4. Copy of IT returns filed with the Income Tax Authority of India.


P a g e | 26

Annexure 3: Technical Experience

[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

(The Tenderer has to include the Total lighting load


and number and type of lamps here)

Approx. value of the contract (in Rupees):

Name of Employer

Address and contact details:

Approx. value of the Assignment/job provided by


your firm under the contract (in Rupees):

Total number of BEE Certified Energy Auditors


involved in the project.
P a g e | 27

Annexure 4: List of Key Personnel

[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:

Years with Firm/Entity:

Membership in Professional Societies:

Detailed Tasks Assigned:

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:

[Signature of staff member and authorized representative of the Firm] Day/Month/Year


P a g e | 28

Full name of staff member:_____

Full name of authorized representative: _________

Educational
S. No Personnel Designation Certification
Qualification
P a g e | 29

Annexure 5: Historic Contract Non-Performance Information Form

Contract Performance Record

 Contract non-performance did not occur during the FIVE years


 Contract(s) not performed during the FIVE years
Year Non Contract Identification Total Contract
performed Amount (current
portion of value, Rupee
contract equivalent)

[insert [insert amount Contract Identification: [indicate complete contract name/ [insert amount]
year] and percentage] number, and any other identification]

Name of Client: [insert full name]


Address of Client: [insert street/city/country]
Reason(s) for non performance: [indicate main reason(s)]
P a g e | 30

Annexure 6: Financial capability of the Tenderer

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.

Financial information in Rupees Historic information for previous three years


(„000s)
Year 1 Year 2 Year 3
Information from Income Statement

Total Revenue (TR)

Profits Before Taxes (PBT)

Profits After Taxes (PAT)


P a g e | 31

Annexure 7: Financial Proposal Submission for Tiruppur City Municipal Corporation

No Of Service
Per Unit Cost Total Cost
S.No Description Connections/
(In INR) (In INR)
Switching Points

Physical Verification of IGA carried


out by ESCO at 10 percent of
1. switching points on a random 230
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 -
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 230
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 230
model at 10 percent sampling basis.
2nd Half yearly verification on the
5 energy savings done through PPP 230
model at 10 percent sampling basis.
Yearly verification on the energy
6 savings done through PPP model at 10 230
percent sampling basis - Year 2.
P a g e | 32

Yearly verification on the energy


7 savings done through PPP model at 10 230
percent sampling basis - Year 3.
Yearly verification on the energy
8 savings done through PPP model at 10 230
percent sampling basis - Year 4.
Yearly verification on the energy
9 savings done through PPP model at 10 230
percent sampling basis - Year 5.

10 Sub – total (A)

To submit validation opinion of this project as a Clean Development


Mechanism project with UNFCCC/Central Government Nodal Agency/
11 State Government Nodal Agency for availing Carbon Credits/RECs
(Renewable Energy Certificates)/any such incentivized instruments that
promotes Energy Efficiency.

12 Sub – total (B)

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.

5. Sub total (A): Sum of S.No: 1 to 9,

Sub-total (B): S. No: 11 and

Grand total: Sum of Sub-total (A) + Sub-total (B)


P a g e | 33

Annexure 8: Financial Proposal Submission for Tiruppur Region

No Of Service
Per Unit Cost Total Cost
S.No Description Connections/
(In INR) (In INR)
Switching Points

Physical Verification of IGA carried


out by ESCO at 10 percent of
1. switching points on a random 244
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
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 244
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 244
model at 10 percent sampling basis.
2nd Half yearly verification on the
5 energy savings done through PPP 244
model at 10 percent sampling basis.
Yearly verification on the energy
6 savings done through PPP model at 10 244
percent sampling basis - Year 2.
P a g e | 34

Yearly verification on the energy


7 savings done through PPP model at 10 244
percent sampling basis - Year 3.
Yearly verification on the energy
8 savings done through PPP model at 10 244
percent sampling basis - Year 4.
Yearly verification on the energy
9 savings done through PPP model at 10 244
percent sampling basis - Year 5.

10 Sub – total (A)

To submit validation opinion of this project as a Clean Development


Mechanism project with UNFCCC/Central Government Nodal Agency/ State
11 Government Nodal Agency for availing Carbon Credits/RECs (Renewable
Energy Certificates)/any such incentivized instruments that promotes Energy
Efficiency.

12 Sub – total (B)

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

5. Sub total (A): Sum of S.No: 1 to 9,

Sub-total (B): S. No: 11 and

Grand total: Sum of Sub-total (A) + Sub-total (B)


P a g e | 35

Annexure 9: Financial Proposal Submission for Coimbatore City Municipal Corporation

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

Yearly verification on the energy


6 savings done through PPP model at 160
10 percent sampling basis - Year 2.
Yearly verification on the energy
7 savings done through PPP model at 160
10 percent sampling basis - Year 3.
Yearly verification on the energy
8 savings done through PPP model at 160
10 percent sampling basis - Year 4.
Yearly verification on the energy
9 savings done through PPP model at 160
10 percent sampling basis - Year 5.

10 Sub – total (A)

To submit validation opinion of this project as a Clean Development


Mechanism project with UNFCCC/Central Government Nodal Agency/
11 State Government Nodal Agency for availing Carbon Credits/RECs
(Renewable Energy Certificates)/any such incentivized instruments that
promotes Energy Efficiency.

12 Sub – total (B)

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

5. Sub-total (A): Sum of S.No: 1 to 9,

Sub-total (B): S. No: 11 and

Grand total: Sum of Sub-total (A) + Sub-total (B)


P a g e | 37

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

Yearly verification on the energy


7 savings done through PPP model at 10 109
percent sampling basis - Year 3.
Yearly verification on the energy
8 savings done through PPP model at 10 109
percent sampling basis - Year 4.
Yearly verification on the energy
9 savings done through PPP model at 10 109
percent sampling basis - Year 5.

10 Sub – total (A)

To submit validation opinion of this project as a Clean Development


Mechanism project with UNFCCC/Central Government Nodal Agency/
11 State Government Nodal Agency for availing Carbon Credits/RECs
(Renewable Energy Certificates)/any such incentivized instruments that
promotes Energy Efficiency.

12 Sub – total (B)

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

5. Sub-total (A): Sum of S.No: 1 to 9,

Sub-total (B): S. No: 11 and

Grand total: Sum of Sub-total (A) + Sub-total (B)


P a g e | 39

Annexure 11: Financial Proposal Submission for Thanjavur Region

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

Yearly verification on the energy


6 savings done through PPP model at 265
10 percent sampling basis - Year 2.
Yearly verification on the energy
7 savings done through PPP model at 265
10 percent sampling basis - Year 3.
Yearly verification on the energy
8 savings done through PPP model at 265
10 percent sampling basis - Year 4.
Yearly verification on the energy
9 savings done through PPP model at 265
10 percent sampling basis - Year 5.

10 Sub – total (A)

To submit validation opinion of this project as a Clean Development


Mechanism project with UNFCCC/Central Government Nodal Agency/
11 State Government Nodal Agency for availing Carbon Credits/RECs
(Renewable Energy Certificates)/any such incentivized instruments that
promotes Energy Efficiency.

12 Sub – total (B)

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

5. Sub-total (A): Sum of S.No: 1 to 9,

Sub-total (B): S. No: 11 and

Grand total: Sum of Sub-total (A) + Sub-total (B)


P a g e | 41

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

Yearly verification on the energy


6 savings done through PPP model at 186
10 percent sampling basis - Year 2.
Yearly verification on the energy
7 savings done through PPP model at 186
10 percent sampling basis - Year 3.
Yearly verification on the energy
8 savings done through PPP model at 186
10 percent sampling basis - Year 4.
Yearly verification on the energy
9 savings done through PPP model at 186
10 percent sampling basis - Year 5.

10 Sub – total (A)

To submit validation opinion of this project as a Clean Development


Mechanism project with UNFCCC/Central Government Nodal Agency/
11 State Government Nodal Agency for availing Carbon Credits/RECs
(Renewable Energy Certificates)/any such incentivized instruments that
promotes Energy Efficiency.

12 Sub – total (B)

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

5. Sub-total (A): Sum of S.No: 1 to 9,

Sub-total (B): S. No: 11 and

Grand total: Sum of Sub-total (A) + Sub-total (B)


P a g e | 43

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

Yearly verification on the energy


6 savings done through PPP model at 146
10 percent sampling basis - Year 2.
Yearly verification on the energy
7 savings done through PPP model at 146
10 percent sampling basis - Year 3.
Yearly verification on the energy
8 savings done through PPP model at 146
10 percent sampling basis - Year 4.
Yearly verification on the energy
9 savings done through PPP model at 146
10 percent sampling basis - Year 5.

10 Sub – total (A)

To submit validation opinion of this project as a Clean Development


Mechanism project with UNFCCC/Central Government Nodal Agency/
11 State Government Nodal Agency for availing Carbon Credits/RECs
(Renewable Energy Certificates)/any such incentivized instruments that
promotes Energy Efficiency.

12 Sub – total (B)

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

5. Sub-total (A): Sum of S.No: 1 to 9,

Sub-total (B): S. No: 11 and

Grand total: Sum of Sub-total (A) + Sub-total (B)


P a g e | 45

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

Yearly verification on the energy


6 savings done through PPP model at 94
10 percent sampling basis - Year 2.
Yearly verification on the energy
7 savings done through PPP model at 94
10 percent sampling basis - Year 3.
Yearly verification on the energy
8 savings done through PPP model at 94
10 percent sampling basis - Year 4.
Yearly verification on the energy
9 savings done through PPP model at 94
10 percent sampling basis - Year 5.

10 Sub – total (A)

To submit validation opinion of this project as a Clean Development


Mechanism project with UNFCCC/Central Government Nodal Agency/
11 State Government Nodal Agency for availing Carbon Credits/RECs
(Renewable Energy Certificates)/any such incentivized instruments that
promotes Energy Efficiency.

12 Sub – total (B)

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

5. Sub-total (A): Sum of S.No: 1 to 9,

Sub-total (B): S. No: 11 and

Grand total: Sum of Sub-total (A) + Sub-total (B)


P a g e | 47

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

Yearly verification on the energy


6 savings done through PPP model at 125
10 percent sampling basis - Year 2.
Yearly verification on the energy
7 savings done through PPP model at 125
10 percent sampling basis - Year 3.
Yearly verification on the energy
8 savings done through PPP model at 125
10 percent sampling basis - Year 4.
Yearly verification on the energy
9 savings done through PPP model at 125
10 percent sampling basis - Year 5.

10 Sub – total (A)

To submit validation opinion of this project as a Clean Development


Mechanism project with UNFCCC/Central Government Nodal Agency/
11 State Government Nodal Agency for availing Carbon Credits/RECs
(Renewable Energy Certificates)/any such incentivized instruments that
promotes Energy Efficiency.

12 Sub – total (B)

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

5. Sub-total (A): Sum of S.No: 1 to 9,

Sub-total (B): S. No: 11 and

Grand total: Sum of Sub-total (A) + Sub-total (B)


P a g e | 49

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

Yearly verification on the energy


6 savings done through PPP model at 75
10 percent sampling basis - Year 2.
Yearly verification on the energy
7 savings done through PPP model at 75
10 percent sampling basis - Year 3.
Yearly verification on the energy
8 savings done through PPP model at 75
10 percent sampling basis - Year 4.
Yearly verification on the energy
9 savings done through PPP model at 75
10 percent sampling basis - Year 5.

10 Sub – total (A)

To submit validation opinion of this project as a Clean Development


Mechanism project with UNFCCC/Central Government Nodal Agency/
11 State Government Nodal Agency for availing Carbon Credits/RECs
(Renewable Energy Certificates)/any such incentivized instruments that
promotes Energy Efficiency.

12 Sub – total (B)

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

5. Sub-total (A): Sum of S.No: 1 to 9,

Sub-total (B): S. No: 11 and

Grand total: Sum of Sub-total (A) + Sub-total (B)


P a g e | 51

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

Yearly verification on the energy


6 savings done through PPP model at 221
10 percent sampling basis - Year 2.
Yearly verification on the energy
7 savings done through PPP model at 221
10 percent sampling basis - Year 3.
Yearly verification on the energy
8 savings done through PPP model at 221
10 percent sampling basis - Year 4.
Yearly verification on the energy
9 savings done through PPP model at 221
10 percent sampling basis - Year 5.

10 Sub – total (A)

To submit validation opinion of this project as a Clean Development


Mechanism project with UNFCCC/Central Government Nodal Agency/
11 State Government Nodal Agency for availing Carbon Credits/RECs
(Renewable Energy Certificates)/any such incentivized instruments that
promotes Energy Efficiency.

12 Sub – total (B)

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

5. Sub-total (A): Sum of S.No: 1 to 9,

Sub-total (B): S. No: 11 and

Grand total: Sum of Sub-total (A) + Sub-total (B)


P a g e | 53

Annexure 18: List of instruments used by the M&V agency for the project

The instruments are to be calibrated in the respective year.

YEAR OF
S.NO LIST OF INSTRUMENTS
CALIBRATION

10

11

12

13

14

15
P a g e | 54

Annexure 19: Declaration Letter

Declaration on the official letter head should be submitted including the following

We are not blacklisted by any Central/State government/Public Sector Undertaking in India

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

Appendix 1: Power of Attorney for signing of Tender document

FORMAT FOR POWER OF ATTORNEY


FOR SIGNING OF APPLICATION
(On Non – judicial stamp paper of Rs. 100/-
duly attested by a Notary Public)

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)

(Name, Title and Address)

Accept

......................(Signature)

(Name, Title and Address of the Attorney)

Notes:

To be executed by the Sole Applicant or all partners in the firm.


The mode of execution of Power of Attorney should be in accordance with the procedure, if any, laid down
by the applicable law and the charter documents of the executant(s) and when it is so required the same
should be under common seal affixed in accordance with the required procedure.
Also, wherever required, the executant(s) should submit for verification the extract of the charter documents
and documents such as a resolution / Power of attorney in favour of the Person executing this Power of
Attorney for the delegation of power hereunder on behalf of the executant(s).
For a Power of Attorney executed and issued overseas, the document will also have to be legalised by the
Indian Embassy and notarised in the jurisdiction where the Power of Attorney is being issued. However,
the Power of Attorney provided by Applicants from countries that have signed the Hague Legislation
Convention, 1961 are not required to be legalised by the Indian Embassy if it carries a conforming
Appostille certificate.
P a g e | 56

Guidelines on the Technical Scopes of Work for Municipal

Energy Efficiency Investment Grade Audits

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:

S.N Role of Third party


Description of Process Role of ESCO
o. M&V

System Mapping & Detailed Audit of Individual Systems


Verify if Sketch has
Sketch of the distribution system Prepare the Sketch as required
been prepared and
indicating type of lamps, / Validate and correct the
1 check for accuracy
approximate distance between poles, sketch if already available with
during random
road width, etc. Corporation
physical verification
Identify switching points/ service
Identify the points of data
2. connections where data collection is -
collection
to be done
Data Collection
Identify all switching points Verify the locations
Identify locations of all street light
3. and tabulate them with during random
switching points
locations physical verification
Identify the number and type Verify the data during
Number and type of fixtures in each
4. of fixtures switching point random physical
switching point
wise verification
Measure and verify
the parameters in
Measurement of electrical
Measurement of electrical parameters 10% of the switching
5. parameters in all switching
in each switching point points selected on a
points
random sampling
basis
Baseline Calculations and Adjustments
6. Arrive at the Baseline Energy To validate the
Using the measurement of electrical Consumption using the data baseline energy
parameters in each switching point to collected from each switching consumption as given
arrive at the Baseline Energy point and also submit the by the ESCO for all
Consumption methodology of Baseline switching points.
Calculations and Adjustments Validation shall
P a g e | 57

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.

The procedure FOR ESTABLISHMENT OF BASELINE CALCULATION

Operating hours = As mentioned in Project Asset Information

(30 minutes to be added for Manual Switching)

No. of metering points, details as per the following format

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

FTL T5 HPM HPSV CFL MHL Based


V on kW
(125/ (70/15 (250/ reading
250) 0/250 400) taken
/400) through
clamp
meters

Calculated annual energy consumption = 365 days x Operating hours x kW = in kWh


P a g e | 58

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)

Pole „A‟ Pole „B‟

A1 C1 B1

C2 C4

A2 C3 B2

Avg. Lux = (A1+A2+B1+B2)/16 + (C1+C2+C3+C4)/8 + D/4

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

IGA validation certificate


[To be printed in M&V agency’s letter pad]

To,
The Commissioner
Name of the Corporation/ Region
Place

Sub: IGA validation certificate

Dear Sir/ Madam,

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).

S. No Criteria Result Remarks


Is the baseline methodology adopted Yes/ No
1.
by the ESCO fair?
Is the Physical verification of baseline Yes/No
data collection done by the ESCO
2. within acceptable deviations?
* Attach the comparison chart
Total Baseline consumption of _____
__________ Corporation/ Region (kWh/
3. year)
* Attach the energy consumption of all
switching points – individually
Has all poles been numbered and has Yes/ No
the GIS information of all lamps,
4.
poles, switching points been taken
during the IGA by the ESCO
Has all the service connections or
switching points load measured and Yes/No
the ratings of the controllers fixed?
5 *Attach the load details of the all
switching points- individually
(The same shall be used by the ESCO
for manufacturing the controllers)

Certified by

(Signature with seal)


Name of the Authorized Signatory
Designation
Seal of the Agency
P a g e | 60

Stores validation certificate


[To be printed in M&V agency’s letter pad]

To,
The Commissioner
Name of the Corporation/ Region
Place

Sub: Stores validation certificate

Dear Sir/ Madam,

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

(Signature with seal)


Name of the Authorized Signatory
Designation
Seal of the Agency
P a g e | 61

Installed materials validation certificate


[To be printed in M&V agency’s letter pad]

To,
The Commissioner
Name of the Corporation/ Region
Place

Sub: Installed materials validation certificate

Dear Sir/ Madam,

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.

Quantity Quantity Adherence:


Total inspected of
Details of Same/ Not
S. Description of quantity (at 10% of Installed
inspected same - as
No Materials installed total materials
quantity supplied in
(in No‟s) quantity offered for
the stores
installed) verification
Energy Sc.No:
efficiency Location:
Luminaries: Pole Nos:
1. Product A From___ To
1 2. Product B ___
. Quantity:
.
.
Street light Sc.No:
2 controllers Location:
Voltages Sc.No:
3 Controllers Location:
Individual Sc.No:
Lamp Location:
4 Monitoring Pole Nos:
[ILM] Devices From___ To
___Quantity:
Central Control Place:
5 & Monitoring
Centre [CCMC]
Certified by
(Signature with seal)
Name of the Authorized Signatory
Designation
Seal of the Agency
P a g e | 62

EEM‟s substantial completion validation certificate


[To be printed in M&V agency’s letter pad]

To,
The Commissioner
Name of the Corporation/ Region
Place

Sub: EEM‟s substantial completion validation certificate

Dear Sir/ Madam,

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

(Signature with seal)


Name of the Authorized Signatory
Designation Seal of the Agency
P a g e | 63

Year 1 – 1st half yearly Energy savings validation certificate


[To be printed in M&V agency’s letter pad]

To,
The Commissioner
Name of the Corporation/ Region
Place

Sub: Year 1 – 1st half yearly Energy savings validation certificate

Dear Sir/ Madam,

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

(Signature with seal)


Name of the Authorized Signatory
Designation Seal of the Agency

THE ABOVE CERTIFICATE FOR THE REST OF THE PROJECT.


P a g e | 64

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

S-ar putea să vă placă și