rural electrification corporation ltd a … engagement... · business plan 2030, annual operational...
TRANSCRIPT
1
RURAL ELECTRIFICATION CORPORATION LTD
A Government of India Enterprise
Regd. Office Core-4 SCOPE Complex 7 Lodi Road New Delhi 110003
Tele 24365161 & 41020101 Fax 24360644
E-mail [email protected] Website www.recindia.com
CIN No: L40101DL1969GOI005095
Request for Proposal (RFP or Tender Document/Bid Document)
(Invited through e-Tendering mode only)
for
Engagement of Consultant for formulation of “REC Vision and Strategic
Business Plan 2030, Annual Operational Business Plans 2018-2022"
(QUALITY AND COST BASED SELECTION)
Bid No: REC/CSP/Bid/2017-18/01 Dated:02/08/2017
Description of task, e-tender submission format and procedure is provided in the Bid
document available on REC website (http:// www.recindia.com), e-tendering website
(www.tenderwizard.com/REC) & (www.eprocure.gov.in)
(i) Date of Release of Bid 02.08.2017
(ii) Pre-bid meeting 09.08.2017
(iii) Last Date for Submission of Bids Time : Up to 1500 hours
01.09.2017
(iv) Date of Opening of Technical Bid Time : At or After 1600 hours
01.09.2017
Note: Financial Bids of only those bidders who qualify in the technical evaluation as per criteria specified for technical bid in the Bid document, will be opened.
Online registration shall be done on e-tendering website i.e.
www.tenderwizard.com/REC & in general, activation of registration may take 24 hours
or more subject to the submission of all requisite documents required in the process.
2
Important Notice
1. An incomplete or ambiguous or conditional or late bid is liable to be summarily rejected. 2. The bidder must attest the original Bid document with authorized signature and stamp,
as an acceptance of the BID terms and conditions and submit the same along with the Bid response. In case of non- compliance, the bid is liable to be summarily rejected.
3. The submission and opening of bids will be through e-tendering process.
Financial bid has to be submitted on-line only (no hard copy). Bid Document is to be
downloaded directly from any of the following websites:
http://www.tenderwizard.com/REC
e-tender link in RECL Corporate Website, viz, http://www.recindia.com
From Govt. e-procurement portal (CPP) viz, www.eprocure.gov.in.
Note:
a) To participate in the E-Bid process, it is mandatory for the bidders to register with 'Tender Wizard' and to have valid user ID & Password.
b) For assistance/ any help to the bidders, detailed BIDDER MANUAL for submission of E-Bid is enclosed as Annexure-K.
c) Prospective bidders are advised to obtain digital signature (Level 3) and register themselves at www.tenderwizard.com/REC well in advance. Please note that RECL is in no way responsible, if a bidder fails to apply due to non-possession of Digital Signature and/or non-registration. Prospective bidders are also requested to escalate problem, if any, well in advance. Last minute escalation of any such problem will not be entertained.
d) As a part of pre bid or subsequent to it, if there are changes in submission format, then all the bids submitted till that time will be null and void. The bidder has to resubmit the bids again. RECL does not take any responsibility for any lapse whatsoever on account of this issue.
3
Bid Information
S. No Description Remarks
1. Bid Reference No. REC/CSPi/Bid/2017-18/01
2. Bid Type Open
3. Bid Mode e-procurement
4. Bid Release Date 02.08.2017
5. Pre-Bid Conference date
09.08.2017
6. Last Bid Submission date
01.09.2017
7. Date of Opening of Technical Bid
01.09.2017
8. Location of Bid submission / Opening
Rural Electrification Corporation Limited, Core - IV, Scope Complex, Lodi Road, New Delhi- 110003, India
9. No. of Bids Two(2) 1.Technical Bid 2.Financial Bid
10. Bid Category Services
11. Bid Validity 90 days from the last date of submission of bids.
12. Earnest Money Deposit Not Required
13. Project Period Project period shall include: a)26 weeks from date of placement of LoA by REC for
submission of final report, and b)Implementation Support period for One year from the
date of acceptance of the Final Report by REC.
14. Contact Details E – Tender wizard: Landline:-
1. Help desk No - 011-49424365, [email protected]
2. Sh. Sandeep- 8800496478, [email protected]
RECL:- 1.Ms. Taruna Gupta - AGM (CSP)- 9899298767 2.Mr. Vijay Behra - AM (CSP)- 9599010751
15. Work Item Title/ Description
Engagement of Consultant for formulation of “REC
Vision & Strategic Business Plan 2030 and Annual Operational Business Plans 2018-2022"
4
CONTENTS
S.no Section Description Page No
1. Section I Introduction 5
2. Section II Scope of work 6-8
3. Section III Instruction to Bidders 9-13
4. Section IV Evaluation Criteria 14-17
5. Section V General Terms and Conditions 18-21
6. Section VI Annexures 22-36
ANNEXURE A Technical Bid - Bid Form (including Appendix I) 22-23
ANNEXURE B Technical Bid - Details of Bidder 24
ANNEXURE C Technical Bid - Pre Eligibility Criteria 25-26
ANNEXURE D Technical Bid – Technical Qualification Bid 27
ANNEXURE E Technical Bid - Work Plan and Details of Team 28
ANNEXURE F Technical Bid- Assignments Of Similar Nature Successfully Completed By The Bidder
29
ANNEXURE G Technical Bid- Curriculum Vitae (CV) For Proposed Professional Staff
30-31
ANNEXURE H Technical Bid -Description Of Approach, Methodology And Work/Time Plan
32
ANNEXURE I Financial Bid - Price Schedule 33
ANNEXURE J Performance Bank Guarantee 34-35
ANNEXURE K Bidder Help Manual for E - Bidding 36-37
5
SECTION - I
Introduction
About the Company Rural Electrification Corporation Limited (REC), a NAVRATNA Central Public Sector Enterprise under Ministry of Power, was incorporated on July 25, 1969 under the Companies Act 1956. REC is a listed NBFC (INFRA) institution with a net worth of Rs.33,326 Crore as on 31.03.17. Its main objective is to finance and promote generation, transmission and distribution segments in power sector. REC mobilizes funds from various sources including raising of funds from domestic and international agencies and sanction loans to the State/Central & Private Power utilities, State Government and Private Power developers.
The Corporate Office is located at New Delhi and there are twenty three State Offices located at different state capitals of the country, in addition to a Training Institute, viz. Central Institute for Rural Electrification at Hyderabad. REC is also having two wholly owned subsidiaries – REC Power Distribution Company Limited (RECPDCL) and REC Transmission Projects Company Limited (RECTPCL).
OBJECTIVE OF the RFP The Objective of this assignment is to prepare a ‘Strategic Business Plan for REC that would encompass ‘a comprehensive Vision and Strategic Plan for 2030 and detailed operational plans for the years 2018 to 2022 along with implementation support to facilitate the Company to operationalise the same. The assignment should factor in far reaching technological changes in the power and allied sectors, policies, programmes, and priorities of the Governments (Central, State and the central / state power sector utilities), duly considering the global and national changes and opportunities, with focus on enhancing growth, profitability & sustainability of the company.
6
SECTION II
SCOPE OF THE WORK
Background: REC Limited (“REC”) is a leading power sector financing and development support institution of 48 years standing in India. In addition to financing projects across the power-sector value chain, REC also plays a strategic role in power sector reforms and advancement by acting as the nodal entity, project management and implementing agency for various schemes and programs on behalf of Government of India. REC has pan-India presence and counts amongst its clients and stake holders, all the State Governments, State and Private sector power utilities, national and international financial institutions and state and central government public sector
enterprises. REC is also having two wholly owned subsidiaries – REC Power Distribution Company Limited (RECPDCL) and REC Transmission Projects Company limited (RECTPCL), which provide consultancy and other fee based services to Power Sector players in the fields of DPR preparations, Project execution and Project Management activities for Rural Electrification Projects, Implementation of Smart Grid Projects covering Smart Metering with AMI and any other related activities.
The power sector scenario is undergoing accelerated transformation globally by virtue of technological innovation and response to the climate change protocols. The Government of India has initiated a range of ambitious programmes that are transforming the power sector canvas in the country. On the financing side, several players are accessing foreign capital markets
via USD/ Masala bonds to raise debt at competitive prices. The public and private sector financial institutions are also gearing up to meet the changing sector requirement through new products and service offering, yet maintain long-term profitability and margins. Further, the coming decades are likely to witness unprecedented transformation of the sector. These changes are posing challenges to all stakeholders, especially for institutions like REC Limited. Therefore, ‘business-as-usual’ is no more an option, especially for a financial institution like REC. At the same time, these radical shifts are creating huge opportunities, provided the institutions can adapt themselves to the emerging eco-system, create capacities to manage the change and seize the emerging business opportunities.
Scope of Work In this background, REC has decided to engage the services of a reputed Consultancy Firm for conducting a review of the REC vis-à-vis the existing and emerging business ecosystem and the dynamics of the power sector and recommend a comprehensive and implementable vision, strategy and operational plan that would enable REC to be a leading institution in securing affordable, accessible, quality 24/7 Power for All citizens of India by 2022 and sustain the momentum through the next decade. The study should enable REC to transform itself encompassing - but not limited to - its organisational structure, human resources capacity and capability, functional dynamics, business strategies, operational processes, financial management systems, technology adoption, in order to play the role expected by its stakeholders, especially the Government of India and the investors. The Consultant will study the global and national power sector ecosystem, the policies, priorities and programmes of the Governments, particularly the central government, the regulatory ecosystem, technological changes, financial products and make comprehensive, innovative and ‘out-of-box recommendations, which are implementable within the specified time frame. The Consultant will also provide
recommendations that would enable REC to harness global opportunities, and seize new business opportunities beyond power sector.
7
While the Consultant will provide an innovative framework that is both strategic and operational, it will provide clear and specific vision and strategic plan for period upto 2030 and annualised action plans for the period from 2018 to 2022. Consultant shall also be required to provide support for implementation of the Strategic Business Plan for a period of one year from the acceptance of the final report.
The Major Responsibilities Include:
I. Organisational and Sectoral Assessment
A. Organisational Assessment (including subsidiaries) 1. Review of vision, mission and strategic objectives.
2. Review of products, business verticals, portfolio and performance. 3. Identification of key challenges to growth, adoption of best practices for providing quality
services. 4. Assessment of qualitative and quantitative adequacy of Human Resource, organisation
structure, including field offices.
B. Sector Assessment - Infrastructure 1. Assessment of business environment, regulatory framework, national/ state power
policies, emerging trends, risks and opportunities across the power sector value chain and allied infra sectors.
2. Assessment of State-wise business opportunities in the power sector value chain and allied sectors for the next five years.
3. Assessment of potential opportunities across infrastructure sector, both domestic and international.
4. Assessment of Key policy developments and their implications.
C. Sector Assessment -– Financial 1. Assessment of financing environment, product and segmental strategies of key players in
infrastructure in India covering NBFC-IFCs/ NBFCs/Scheduled Commercial Banks and opportunities for REC.
2. Assessment of emerging trends in financing including sourcing of funds, both domestic and international, including Pension and Infrastructure Funds/ Infrastructure Debt Funds etc.
3. Assessment of financial sector regulatory environment, opportunities & challenges therein.
D. Benchmarking with Indian and global peers; and strategy framework 1. Comparative assessment of business performance and best practices, with Indian and
global peers across the value chain. 2. Assessment of financing products, services and resource mobilization strategies of
domestic peers and learnings/opportunities for REC. 3. Carry out an Analysis through established strategy frameworks like VRIO, PESTLE,
Porter’s Model, etc. and develop a comprehensive SWOT analysis of the company. The outcome of the analysis should lead to a detailed insight into internal and external business environment and serve as a tool for forming the strategy framework for the company.
8
II. Final Deliverable : A comprehensive Report on REC Vision and Strategic Business Plan
2030, Operational Business Plan 2018-2022 , which includes the following:
1. The outcomes of the assessments and review as carried out at Section I (A, B, C & D)
above. 2. Redefined statement of Corporate Vision, mission and strategic objectives. 3. Opportunities in existing and new business areas across relevant infrastructure segment(s),
and suggestions on new products, policies. 4. Annual Operational Business Plans for the period 2018-19 to 2021 -22. 5. Identify avenues to venture into international arena. 6. Strategies for enhancing fee income, other incomes and thus return on deployed capital. 7. Identification of the areas where REC can enter into strategic Alliance(s) with established
market players in target areas.
8. Action Plan on State-wise business opportunities in the power sector value chain and allied sectors for the next five years.
9. Identify competitive sources of resource mobilization and suggest strategies for effective resource mobilization.
10.Suggesting formation of specialised SPVs and Enhancing role of existing subsidiaries/ joint ventures to drive higher revenue and profitability and a greater depth of business.
11.Suggest measures to differentiate from competition, win over business. 12.Key areas for policy advocacy to support business growth, capturing emerging
opportunities and mitigating threats. 13.Suggestions for mitigating the anticipated risks and managing the existing risks. 14.Strengthening customer relationships, advertising, promotion and positioning strategy. 15.Corporate Sustainability targets and Strategy for achieving UN Sustainable Development
Goals(SDGs). 16.Alignment of CSR activities with the strategic goals. 17.Inputs for Branding and positioning of REC in the emerging business landscape. 18.Develop Financial model(s), covering indicative projections of profit and loss statements,
Balance Sheets and Cash Flows from existing and new businesses.
Deliverables for onsite Implementation support
19.Assisting REC and suggesting requisite interventions and actions required for operationalising Annual Plan for 2018-2019
20.Preparing necessary policy framework and documentation 21.Inputs for revisions required, if any, in the Annual Plans for 2019-2020 and onwards 22.Preparatory interventions and actions required for operationalising Annual Plan for 2019-
2020.
9
SECTION - III
INSTRUCTIONS TO BIDDERS
Clause
No.
Heading Description/ Details
3.1 Scope of work /
Responsibilities of
the bidder
Detailed Scope of work covered in section II
3.2 Technical Bid The Technical bid shall consist of Pre Eligibility Criteria documents and Technical
Qualification Documents and shall comprise of Formats as specified in Annexures A,
B, C, D,E,F,G & H. Financial Bid of only those Bidders who satisfy the eligibility
criteria of Technical Bid as specified in Section IV-Evaluation Criteria will be opened.
Technical Bid Documents shall be submitted online and also in hard copy.
No consortium/sub-contracting is permitted with/to other firms.
3.3 Pre-Eligibility
Criteria
Criteria Documents Required
1.
2.a.
b.
c.
The bidder should be a company
incorporated under Companies
Act/LLP as per Government of India
norms.
Bidder should have executed at least
one similar assignment of the award
value of Rs. 3 Crore or two similar
assignments each of Rs. 1.5 Crore value
during last 4 financial years (completed
FYs prior to the date of this Bid).
Similar assignment shall mean
preparation of Strategic Plan for any
Indian FI/Bank/NBFC/Navratna/
Maharatna PSU/ any company having
annual turnover of at least Rs. 20,000
Crore.
Average annual turnover for the
previous 4 completed financial years
should not be less than Rs. 300 crore
from consultancy business from Indian
operations (documentary proof for
turnover to be enclosed)
For the purpose of this assignment,
bidder shall deploy team of at least Seven
(7) identified members* during the
project period with the following
minimum work experience:
1.Project Director- 15 years
2.Team Leader-10 years
3.Power Sector Expert-10 years
4.Financial Services Expert -10 years
5.Project Manager-10 years
6.Team Members(2)-5 years.
Certificate of incorporation/ Registration
certificate/ PAN Card/ GST Registration
Certificate should be provided by the
bidder
Bidder should submit copy of Work
order(s) (mandatory) & any one
document out of the following as a part of
successful completion of the assignment:
1) Proof of settlement/release of final
payment against the contract or
2) Certificate for successful completion of
work issued by the Organisation for which
services were rendered and certified by the
authorized person signing the bid.
Average Annual turnover for the previous
4 completed financial years to be
submitted with financial summary on
cover page on company’s letterhead,
certified by the authorized person signing
the Bid.
Self-Certified CVs may be enclosed, listing
the type of projects/ assignments handled
10
Clause
No.
Heading Description/ Details
d.
All team members should have post
qualification experience and have work
experience in assignments related to
power/infrastructure sectors. Further
members should have experience of
business plans which may include
identification of new business
opportunities, diversification strategies
and action plans for the implementation
of the same and members should have
completed at least one similar
assignment during last five(5) years in
the identified sectors. Also, the
Professionals identified for the
assignment should be permanent full
time employees for at least 3 years with
the firm.
Full time company-roll professional
strength of at least 100 professionals in
consultancy segment in India, as on the
date of submission of bid.
Self-Certified letter on official letterhead of
the bidder.
The bidder must fulfil the above pre-eligibility criteria. Technical Qualification bid of bidders fulfilling the pre-
eligibility will only be further evaluated. Bid(s) without requisite documents and those not fulfilling the pre-
eligibility conditions given above shall be summarily rejected. Undertaking for subsequent submission of any
of the above documents will not be entertained under any circumstances.
REC reserves the right to verify/confirm all documentary evidence submitted by bidders in support of above
mentioned clauses of eligibility criteria.
* Implementation Support Period:
Monthly retainer support that involves a blended time of five(5) days of senior time(Team leader); and 10 days
of mid-level experts (Sector Experts/Project manager/Team Members)
3.4 Financial Bid –
Price Schedule
1. The Financial bid – Price Schedule as per Annexure I has to be submitted
ONLINE ONLY.
2. Bidders shall state their bid price for the payment schedule outlined in Clause 4.2
of section IV and as per the price schedule format given in Annexure I only.
3. The quoted fee / price should be inclusive of all out-of-pocket expenses and any
other incidental expenses.
4. The quoted fee shall be inclusive of all applicable taxes and duties except for the
GST which shall be payable extra as applicable.
5. Prices quoted by the bidder shall be fixed during the period of the services and not
subject to variation on any account. A bid submitted with a conditional price,
quotation will be treated as non-responsive and will be rejected.
6. REC may solicit the bidder’s consent to an extension of the period of bid validity.
The request and the response thereto shall be made in writing e.g. by fax /e-mail.
A bidder granting the request will neither be required nor permitted to modify its
bid, while confirming extension of bid validity. A bidder may refuse the request in
writing to REC, in such a case the bid shall be considered as withdrawn. On expiry
of the bid validity period the bid shall be deemed valid till such time the bidder
does not withdraw its bid formally by a written communication to REC. The bid
shall be deemed to be valid for a period of seven working days on receipt of such
written communication by REC.
7. All prices, related to the bid, shall be expressed in Indian Rupees only.
8. The bidder shall be deemed to have satisfied itself as to the correctness and
sufficiency of the Contract Price, which shall except as otherwise provided for in
the Contract, cover all its obligations under the Contract.
11
Clause
No.
Heading Description/ Details
9. Financial Bid document is not to be uploaded with any other bid documents. It has
to be uploaded separately.
10. Any item indicated in Financial Bid – Price Schedule (Annexure I of Financial
Bid) shall not be left blank/Zero, failing which the bid will be out rightly rejected.
3.5 Cost of Bidding
The bidder shall bear all costs associated with the preparation and submission of its
bid, including post bid discussions, technical or other presentations or visit to the office
or any place in connection with the bid preparation. REC will in no case be
responsible or liable for these costs, regardless of the conduct or the outcome of the
bidding process.
3.6 Preparation &
Submission of Bids
1. Technical Bid and Financial Bid are to be submitted through online mode on
website www.Bidwizard.com/REC. Hard copy of Technical Bid (Pre Eligibility
Criteria & Technical Qualification bid) along with supporting documents duly
certified shall be submitted in separate envelopes duly sealed. The contents
inside the envelope, BID number, bidder’s name & address should be clearly
marked on the top of the sealed envelopes. All the envelopes thus prepared shall be
put in a single sealed envelope clearly mentioning the BID number, bidder’s name
& address on the top of the sealed envelope and should reach REC Corporate
Office: Core 4, Scope Complex, Lodi Road, New Delhi – 110 003 on or before
the last date and time fixed for bid submission. The respective envelopes should
also have “DO NOT OPEN BEFORE….” Super scribed in the front with the date
of opening.
2. The bid should be valid for a period of 90 days from the last date of submission of
bids and should be submitted online & digitally signed, on or before the last
date/time of submission.
3. Financial Bid – Price Schedule as specified in Annexure I is to be submitted
ONLINE ONLY
Note:
a) The hard copy of the bid as prescribed herein is required to be submitted on or
before the last date and time for submission of bid, failing which the bid is liable to be
summarily rejected.
b) The bidder should note that the hard copy should not have any pricing details. In
case of a default/ failure, the financial bid will not be opened at the time of opening of
bids and shall be summarily rejected.
3.7 The Bidding
Document
1. This bidding document includes the following:
a) Notice inviting Tender / Cover page
b) Introduction – Section – I
c) Scope of work – Section – II
d) Instructions to bidders – Section – III
e) Evaluation Criteria – Section-IV
f) General Terms and Conditions of Contract –Section – V
g) Section – VI Annexures (Bid Form, Bidder'’s Detail Form, Pre-Eligibility
Criterion, Technical Qualification Formats, Work Plan and Details of Team,
Price Schedule, PBG and Bidder Help Manual).
2. The bidder is expected to examine all instructions, forms, terms and conditions in
the bidding document. Failure to furnish all information required and/or
False/Incorrect information and/or submission of bid not substantially responsive
to the bidding document in every respect will be at the Bidder’s risk and may result
in rejection of its bid.
3. Prior to the detailed evaluation, REC will determine whether each bid is complete,
and is substantially responsive to the Bidding Document. For the purposes of this
determination, a substantially responsive bid is one that conforms to all the terms
and conditions of the Bidding Document without material deviations, exceptions,
12
Clause
No.
Heading Description/ Details
objections, conditionality or reservations. A material deviation, exception,
objection, conditionality, or reservation is:
a) One that limits in any substantial way the scope, quality, or performance of
the desired services and/or
b) One that limits, in any substantial way the REC rights or the successful
Bidder’s obligations under the Contract; and/or
c) One that is that is inconsistent with the Bidding Document; and/or
d) One that the acceptance of which would unfairly affect the competitive
position of other Bidders who have submitted substantially responsive bids.
4. If a bid is not substantially responsive, it will be rejected by the REC and may not
subsequently be made responsive by the Bidder by correction of the
nonconformity. REC’s determination of bid responsiveness will be based only on
the contents of the bid submitted.
5. Each bidder shall submit only one bid. A bidder who submits more than one bid
will be rejected. Alternative bids will not be accepted.
3.8 Period of Services The schedule of completion of works by the bidder is within 26 weeks of award, for
submission of Final Report to the satisfaction of REC Further, the bidder shall
provide on-site implementation support for a period of 1 year thereafter.
3.9 Submission of Bids
1. Bids must be received by REC on-line through REC E-Procurement Portal along
with the supporting documents not later than the time and date specified on the
cover page of bid document.
2. REC does not own any liability if the hard copy of the bid is submitted somewhere
else and does not reach to the addressee within due date and time.
For any clarification on bid document please contact:
Ms. Taruna Gupta – AGM (CSP)- 9899298767
Mr. Vijay Behra – AM (CSP)- 9599010751
Rural Electrification Corporation Limited
Core 4, SCOPE Complex,
7 Lodi Road, New Delhi – 110 003
3. REC may, at its discretion, extend the deadline for submission of bids.
4. Any bid received by REC after the timeline for submission of bids prescribed by
the REC will be rejected. The decision of REC in this regard shall be final and
binding.
3.10 Bid Opening 1. REC will open the bids in the presence of bidders’ representatives who choose to
attend on date and time mentioned on the cover page at REC Corporate Office.
Not more than one representative of each bidder will be allowed to attend the bid
opening.
2. The date and time for opening of Financial bid will be informed later, only to the
bidders who qualify the Technical bid.
3.11 Criterion for
evaluation of
Technical Bids
1. Technical bid of only those bidders will be evaluated whose Pre Eligibility Criteria
Documents are found in order.
2. Detailed technical evaluation will be carried out based on the Technical Bid along
with all documentary evidence as specified in Section-IV of this document. REC
will determine the substantial responsiveness of each bid to the Bidding
Documents.
3.12 Clarification of
Bids
1. During evaluation of the bids, REC may at its discretion, ask the Bidder for
clarification of its bid. The bidder has to submit the clarification within 5 (five)
working days. The request for clarification and the response shall be in writing and
no change in price or substance of the bid shall be sought, offered or permitted.
2. No Bidder shall contact REC on any matter relating to its bid, from the time of the
bid opening to the time the contract is awarded.
13
Clause
No.
Heading Description/ Details
3. Any effort by a Bidder to influence REC, in its decisions on bid evaluation, bid
comparison or contract award decisions, may result in rejection of the bid and
REC will declare the firm ineligible, for a stated period of time, from participation
in future RFPs/Bids of REC.
4. Unsolicited clarification to the Bid and/or change in price during its validity period
would render the Bid liable for outright rejection.
3.13 Opening of
Financial Bids
1. REC will open the Financial bids of only of those bidders, which have been found
to be technically qualified to undertake the job as stipulated in Section-IV.
2. The Financial Bids of the technically qualified bidders shall be opened in the
presence of their representatives, who choose to be present, on a specified date,
time and Venue.
3. The date and time of opening of financial bids shall be informed to the technically
qualified bidders.
4. The bidder’s name, price of Bids and such other details, as REC at its discretion,
may consider appropriate, will be read out at the time of opening of financial bids.
3.14 Evaluation and
Comparison of Bids
The Evaluation criteria is detailed in Section-IV.
3.15 Performance
Guarantee
1. The successful bidder is required to submit Performance Guarantee of 10% of the
value of work order within 10 days of acceptance of LOA. The performance
guarantee should be valid up to 3 months after project period.
2. The performance guarantee shall be in the form of Bank Guarantee in the format
as prescribed in Annexure-J to be provided to REC Ltd. It should be by a
Scheduled Commercial Bank having its branch at Delhi/New Delhi or in the form
of Bank Draft in favour of REC Ltd drawn on a Scheduled Commercial Bank
payable at New Delhi.
3. In case, the successful bidder is called upon to deposit the Performance Guarantee
and if the successful bidder fails to furnish the same within the prescribed period,
such failure will constitute a breach of conditions and the contract shall stand
cancelled.
4. Payments under the contract shall be released only after furnishing of performance
guarantee by the successful bidder.
3.16 Professional
Liability &
Liquidated damages
(1) The Consultant shall obtain Professional Liability Insurance that covers REC
to the extent of Cost of Bid. A proof of obtainment of the same shall be
submitted to REC within 7 days of Award of Bid.
(2) If the services are not completed within the specified period, Liquidity
Damage (LD) equal to 0.5% of the contract value per week or part thereof
subject to maximum of 5% of the contract value may be levied from the bill of
the consultant. LD can be recovered from any dues of the consultant.
(3) Penalty Charge: In the event of Professional Misconduct and/or change of
more than 2 team members till the time of acceptance of final report by REC
(unless so desired and expressly communicated by REC), a Penalty equal to
1% of the contract value may be levied. Penalty can be recovered from any
dues of the consultant.
The LD shall be applicable only for activities at S.No 1-7 in the timelines in Clause 5.2
in Section-V.
14
SECTION-IV
EVALUATION CRITERIA
TECHNICAL BID EVALUATION
S. No. Parameters Points Maximum
Points
Points
Scored
I. Standing & Experience of the bidder (Total 35
Points)
35
1. Average Annual turnover for the previous 4
completed financial years:
More than Rs. 1,000 Cr
Rs. 500 Cr. And upto 1,000 Cr
Less than Rs 500 Cr.
India turnover of the consulting/strategic advisory
division (excluding IT, Audit, M&A, Tax and
Assurance, outsourcing, risk management, etc.) of
the firm.
20
15
5
20
2. Assignment related to review and preparation of
corporate strategy/ corporate plan/ perspective
plan in the last four(4) financial years of value not
less than Rs. 1 Cr. With a Maharatna/Navratna
CPSE and/or with any Indian FI/Bank/NBFC
having a loan book of at least Rs. 1,00,000 Cr
and/or with any company having annual turnover
of at least Rs. 20,000 Crores:
3 or more assignments
2 assignments
1 assignment
15
10
5
15
II. Experience of the team members proposed (Total
40 Points)
40
Qualification of Team Members (All Full Time)
1. Project Director
Postgraduate with at least 20 years of
experience
Experience in infrastructure sector with
demonstrated capabilities in conceptualising,
strategizing and planning infrastructure
financing with focus on power sector;
infrastructure funding experience – corporate
& project finance, resource mobilisation,
3
3
8
15
S. No. Parameters Points Maximum
Points
Points
Scored
business development
Must have undertaken at least two projects,
each of formulating corporate strategy for a
Maharatna/Navratna and/or Financial
Institution in India
2
2. Team Leader
Postgraduate with at least 15 years of
experience
Extensive experience in formulation of
business/ corporate strategies and plans;
thorough knowledge, expertise and experience
of financial and market analysis, project
finance, fund raising strategies and portfolio
assessment, etc.
Must have undertaken at least one project
developing corporate strategy and operational
plan for a Maharatna/Navratna and/or
Financial Institution in India
3
2
2
7
3. Power Sector Expert
Postgraduate with at least 15 years of
experience
Extensive power sector experience (including
power & utilities; renewable energy;
organizational restructuring; performance
management, etc.); financial and corporate
strategy formulation, business development
Prior experience of undertaking assignments
with Maharatna/Navratna organizations
and/or Financial Institution in India
3
2
2
7
4. Financial Services Expert
Postgraduate with at least 15 years of
experience
Experience of experience of working with
banks, financial institutions, conversant with
current banking and RBI, and other
regulations
Experience in formulation of business plan,
strategy design/development and
implementation, business entry strategies,
performance enhancement solutions for the
Financial Services companies including
insurance
3
2
2
7
5. Project Manager
Postgraduate with at least 10 years of
2
5
16
S. No. Parameters Points Maximum
Points
Points
Scored
experience
Experience in corporate strategy/ business
plan, power sector, project management,
business planning etc.
Must have undertaken at least 1 project of
formulating corporate strategy for a
Maharatna/Navratna and/or Financial
Institution
2
1
6. Team Member (2 Nos.)
Team Member 1: Postgraduate with at least 5
years of experience of power sector,
assessment of current business, review of
internal and external business environment,
assessment of growth potential, evaluating
future growth options, financial modelling.
Team Member 2: Postgraduate with at least 5
years of experience of financial modelling,
project finance, market and financial
assessment and analysis
3
3
6
III. Presentation to REC management 25
The presentation shall cover:
Bidder’s Understanding of the Scope of Work.
Approach and methodology
Work Plan
The presentation shall not exceed 30 minutes.
25
Total 100
1. Alternative professional staff shall not be proposed, and only one curriculum vitae (CV) may be
submitted for each position.
Note:
a) Bidder has to provide copies of supporting documents against each
b) criterion mentioned above, without which the bid may be rejected.
c)The technical Proposal shall include a written statement on bidders’ understanding of ToR, approach
& methodology and Workplan, as per Annexure-H .
d) Technical Qualification: Min Qualification marks for the Technical Bid (Tn) would be 80 (cut off
marks) out of total 100 marks (including presentation marks). The bidder receiving 80 or more than
80 marks shall be treated as technically qualified and be eligible for opening of financial bids.
In the event of technical qualification by only one bidder, REC reserves the right to relax the
qualifying score to ensure more bidders qualify for financial evaluation, provided that the technical
score of the such bidders does not fall short of 70 marks. In such case, all Bidder having score of 70
and above shall be considered technically qualified.
17
2.Financial Bid Evaluation:
1.The selection of consultants shall be based on Quality and Cost based Selection method (QCBS)
with a 70% weightage to technical score and 30% weightage to financial score.
2.The technical proposal shall be evaluated based on several criteria as mentioned under “Technical
Criteria”. Each responsive Proposal will be given a technical score (St).
3.The proposal with the lowest cost (Fm) shall be given financial score (Sf) of 100 points. The financial
scores of other proposal shall be computed as follows.
Sf = 100 x Fm/ F
Where F =Total amount of Financial Proposal
4.Combined Quality and Cost Evaluation – The total score shall be obtained by weighting the
combined quality/ technical and cost scores and adding them, as follows:
S = St x Tw + Sf x Fw
Where S = total score
St = combined technical score
Sf = combined financial score
Tw = weight assigned to technical score i.e. 0.7
Fw = weight assigned to financial score i.e. 0.3
For example, if the combined technical score is 80, financial score is 90, then the total score (S) works out
to
S = 80 x 0.7 + 90 x 0.3 = 83
The successful Bidder shall be the Bidder having the highest total score (S). In the event two or more proposals
have the same scores in the final ranking, the Bidder with the higher technical score shall be treated as the
Successful Bidder. In case, the Technical Score are also the same, then the Bidder with higher financial score
shall be treated as Successful Bidder.
The bidder with the highest combined score will be awarded the works.
The comparison shall be of all-inclusive fee of services (such fee shall include all costs paid or payable)
18
SECTION - V
GENERAL TERMS AND CONDITIONS
Clause
No.
Heading Description/ Details
5.1 Definitions and
Interpretation
In this Biding Document, the following terms shall be interpreted as indicated:
1. “The Contract” means the agreement entered into between the REC and the
Bidder including all the attachments and appendices thereto and all documents
incorporated by reference therein;
2. “The Contract Price” means the price payable to the Bidder under the Contract
for the full and proper performance of its contractual obligations;
3. “The Services” means those services cover in the scope of work as mentioned in
SECTION-II;
4. “REC” means the organization engaging consultants, i.e., Rural Electrification
Corporation Limited, located at Core 4, Scope Complex, 7 Lodi Road, New
Delhi 110 003.
5. “The Bidder” means the firm(s) rendering the services under the Contract;
5.2 Timelines &
Payment
Schedule
The payment to the Consultant under the contract shall be released after achieving
the milestones, to the satisfaction of REC, i.e. on acceptance of relevant deliverables,
as per the following terms:
S.
No
Milestone/
Deliverable
Project Timelines Payment as a %
of total contract
value
1. Acceptance of LoA by the
bidder, submission of
Performance Guarantee and
Professional Liability
Insurance cover.
Within 7 days of
placement of LoA
by REC
-
2. Inception Report Within 2 weeks of
date of LoA.
10%
3. SWOT Assessment Report
covering internal assessment,
review of power and financial
sector environment and
benchmarking.
Within 10 weeks of
placement of LoA.
10%
4. Corporate Strategy Blueprint Within 18 weeks of
placement of LoA.
10%
5. Business Plan including
Financial Model.
Within 22 weeks of
placement of LoA.
20%
6. Final Report and its approval
by REC.
Within 26 weeks of
placement of LoA.
20%
7. Implementation support * After completion of
6 months of
implementation
support on
completion of
deliverables No. 19
& 20.
15%
After completion of
12 months of
implementation
support on
completion of
deliverables No. 21
& 22.
15%
1. Bidder has to deliver the services at S.No 1-7 as per above timelines otherwise,
19
the liquidated damages as specified in Clause No 3.17 shall be applicable.
2. Payments shall be subject to deductions of any amount for which the Bidder is
liable under the agreement against the contract. Further, all payments shall be
made subject to deduction of TDS (Tax deduction at Source) as per the income-
Tax Act, 1961 including addendums from time to time and any other statutory
taxes.
3. REC has the discretion to curtail the implementation Support period from
one(1) year after giving a written notice of 15 days to the Consultant without
assigning any reason whatsoever, in which case payment of the 30 percent of the
Contract value payable for the implementation support would be restricted on
pro rata basis.
4. All Payments shall be made in Indian Rupees only.
5. No Advance Payment will be made by REC on any account.
6. REC shall endeavour to convey acceptance within 30 days of submission of
relevant deliverable.
5.3 Confidentiality Consultant shall during the tenure of the Contract and at any time thereafter keep all
information relating to the work in full confidence and shall not, unless so
authorized in writing by REC, divulge or grant access to any information about the
work or its results and shall prevent anyone becoming acquainted with either
through consultant or its personnel or agents.
5.4 Integrity Pact Signing of Integrity Pact shall be as per CVC/GoI guidelines, as applicable.
5.4 Suspension a) REC may, after giving a written notice of suspension to the Consultant/Service
provider, and considering the representation, if any, submitted to him within a
period of 15 days from receipt of such notice, suspend all payments to the
Consultant/Service Provider, if the Service Provider fails to perform any of its
obligations (including the carrying out of the services) provided that such notice
of suspension:
• Shall specify the nature of the failure and
• Shall direct the Bidder to remedy such failure within a specified period from
the date of receipt of such notice of suspension by the Service Provider.
b) REC may engage some other agency for the completion of suspended work,
which will be carried out at the risk and cost of the Consultant/Service
Provider.
5.4 Execution of
assignment
For execution of complete scope of work, the consultant will establish a team of
qualified professionals as per the requirement of REC. The consultant is solely and
exclusively responsible for all the acts of its team members. The deputed
professionals shall visit REC on regular intervals for completion of all the assigned
work, getting clarifications/ documents and also for rendering of advisory services as
and when required by REC. The deputed professionals shall adhere to the discipline,
decorum and timing of REC. At any point of time during the period of contract,
there shall be no substantial change in composition of firm or team assigned to REC
based on eligibility criterion, without prior approval of REC.
5.5 Arbitration
If any dispute (s) or differences (s) of any kind whatsoever arise between the Parties,
the Parties hereto shall negotiate with a view to its amicable resolution and
settlement . In the event no amicable resolution or settlement is reached between the
parties within 30 days after receipt of notice by one party, then the disputes or
differences as detailed above shall be referred to and settled by the Sole Arbitrator,
appointed by CMD, REC in accordance with the terms of the Arbitration and
Conciliation Act, 1996. The arbitration proceedings shall be in accordance with the
prevailing Arbitration and Conciliation Act, 1996 and Laws of India as amended or
enacted from time to time. The venue of the arbitration shall be New Delhi, India.
The fee & other charges of Arbitrator shall be determined by the arbitrator in terms
of the Act and shall be shared equally between the parties. The arbitrator will give
the speaking and reasoned Award. Notwithstanding any references to Arbitration,
the parties shall continue to perform their respective work/ obligation under the
contract.
5.6 REC’s Right to REC reserves the right to accept or reject any bid(s), and/ or to annul the bidding
20
Accept any Bid
and to Reject any
or All Bids
process and reject all bids at any time prior to Award of Contract, without thereby
incurring any liability to the affected Bidder or Bidder’s or any obligation to inform
the affected Bidder(s) of the grounds for REC’s action.
5.7 Notification of
award
Prior to the expiration of the period of bid validity or extended period, the REC will
place a firm order or notify the successful Bidder in writing that his bid has been
accepted. The notification of Award will constitute the formation of the Contract.
5.8 Corrupt or
Fraudulent
Practices
1. The Bidder shall observe the highest standard of ethics during the rendering of
services and execution of the contract.
2. REC will reject a proposal for award if it determines that the Bidder
recommended for award is engaged in corrupt or fraudulent practices in
competing for the contract in question.
3. REC will declare a firm ineligible, either indefinitely or for a stated period of
time, to be awarded a contract if it at any time determines that the firm was
engaged in corrupt or fraudulent practices in competing for this bid, or in
executing the contract.
5.9 Force Majeure
Clause
For the purposes of this Contract, “Force Majeure” means an event which is beyond
the reasonable control of a Party and which makes a Party’s performance of its
obligations under the Contract impossible or so impractical as to be considered
impossible under the circumstances. Without limiting the generality of the forgoing,
Force Majeure occurrences shall include: acts of nature (including fire, flood,
earthquake, storm, hurricane, or other natural disaster) war, invasion, acts of foreign
combatants, terrorist acts military etc. Party asserting force majeure shall have the
burden of proving proximate cause, that reasonable steps were taken to minimize the
delay and damages caused by events when known.
5.10 Termination
Clause
1. The REC may at any time terminate the Contract for any reason by giving the
bidder a notice of termination at REC's Convenience.
2. The REC, without prejudice to any other rights or remedies it may possess, may
terminate the Contract forthwith in the following circumstances by giving a
notice of termination and its reasons thereof to the bidder : If the Bidder:
a) Assigns or transfers the Contract or any right or interest therein in violation of
the terms of the contract (Assignment) hereof.
b) Has abandoned or repudiated the Contract
c) Has without valid reason failed to commence work / rendering of services
promptly or has suspended the progress of Contract performance for more
than 2 weeks after receiving a written instruction from the REC to proceed
and Persistently fails to execute the Contract without just cause
d) Refuses or is unable to provide sufficient services to execute and complete the
work in the manner specified in the contract.
3. In the event of the termination of the Contract hereof, the REC shall pay to the
bidder the Price, the properly attributable to the parts of the services / facilities
executed by the bidder as of the date of termination. However, no consequential
damages shall be payable by the REC to the bidder in the event of termination.
4. Any sums due to the REC Bidder accruing prior to the date of termination shall
be deducted from the amount to be paid to the Bidder under this Contract.
5. In calculating any money due from the REC to the Bidder, account shall be
taken of any sum previously paid by the REC to the Bidder under the Contract,
including any advance payment paid pursuant to Terms of Payment hereof.
5.11 Compliance of
Various Labour &
Industrial Laws
1. The Bidder shall be responsible for required contributions towards P.F, Pension,
ESI or any other statutory payments to be made in respect of the contract and
the personnel employed for rendering service to REC and shall deposit these
amounts on or before the prescribed dates. The Bidder shall be solely responsible
for discharging all the obligations as provided in the various statutory
enactments. The Bidder shall also be responsible to pay and
administrative/inspection charges thereof, wherever applicable, in respect of the
personnel employed by him for the works of REC.
21
2. The Bidder shall be directly responsible and indemnify REC against all charges,
dues, claims etc. arising out of the disputes relating to the dues and employment
of personnel deployed by him.
5.12 Any Other
Insurance
Required Under
Law Or
Regulations Or
By Employer
Bidder shall carry and maintain any and all other insurance(s) which he may be
required under any law or regulation from time to time without any extra cost to
REC. He shall also carry and maintain any other insurance which may be required
by the REC.
5.13 Miscellaneous 1. It will be imperative on each bidder to fully acquaint itself of all the local
conditions and factors which would have effect on the performance of the work /
rendering of services and its cost.
2. The bidder will abide by all the law of land, whatsoever, for execution of the
defined scope of work.
3. The Bids prepared by the Bidder and all correspondence and documents relating
to the bids exchanged by the Bidder and REC, shall be written in the English
language.
4. The selected Bidder shall perform the services and carry out its obligations under
the Contract with due diligence and efficiency, in accordance with generally
accepted techniques and practices used in the industry and with professional
ethics. The Bidder shall always act, in respect of any matter relating to this
Contract, as faithful advisors to REC and shall, at all times, support and
safeguard REC’s legitimate interests in any dealings with Third parties.
5. Non-Disclosure Clause: The selected bidder shall not, without REC’s prior
written consent, disclose the Contract, or any provision thereof, or any
information, knowledge, specification, work plan, information furnished by or on
behalf of REC or get access to in connection therewith, to any person other than
a person employed by the Bidder in the Performance of the Contract. Disclosure
to any such employed person shall be made in confidence and shall extend only
so far as may be necessary for purposes of such performance.
6. Printed terms and conditions and/or assumptions and/or presumptions etc of the
Bidders will not be considered as forming part of their Bid.
7. Bidder will have to arrange on his own the boarding/lodging for the qualified
professionals deputed for the assignment.
The bidder shall comply with all laws in force in India. The bidder shall
indemnify the REC to the extent the liability, damage, claims; fines, penalties,
and expenses that were caused or contributed by the actions of the successful
bidder.
8. The bidder shall obtain all statutory, legal, external (other than RECL)
permissions which may be necessary for completion of the total scope of the
work. RECL however will assist or sign document which may be necessary for
execution of the same.
9. Bidder will have to arrange on his own the travelling, boarding/lodging and any
other incidental expenses for the deputed professionals for the assignment.
5.14 Governing Law The Contract shall be governed by and interpreted in accordance with laws in force
in India. The Courts of Delhi shall have exclusive jurisdiction in all matters arising
under the Contract.
22
SECTION VI
ANNEXURES
ANNEXURE – A
(To be submitted on the firm’s letter head and signed by an authorized signatory)
BID FORM – Part of Technical Bid (Pre Eligibility Criteria)
(BOTH – ONLINE and HARDCOPY)
To,
The AGM(CSP),
Rural Electrification Corporation Limited,
Core 4, Scope Complex, 7 Lodi Road,
New Delhi – 110 003
Bid No: REC/CSP/Bid/2017-18/01
Sir/Ma’am,
Having examined the bidding documents, we, the undersigned, offer to render the services as Consultant
for " “REC Vision and Strategic Business Plan 2030, Operational Business Plan 2018-2022" as per the
scope of work mentioned in the Bid and in conformity with the bidding documents.
We undertake, if our bid is accepted, to render the services in accordance with the terms and conditions of
the Bid specified in the bidding document.
We agree to abide by this bid for a period of ninety days after the date fixed for opening and it shall remain
binding upon us and may be accepted at any time before the expiration of that period. I/We undertake
that on completion of the validity period, unless the I/We withdraw my/our bid in writing by giving a
notice of seven working days, it will be deemed to be valid until such time that I/we formally withdraw
my/our bid.
1. We declare:
i) that we have a team of qualified professionals as specified in the bidding document and have
infrastructural facilities including manpower that are specialized in the area of consultancy in similar
field;
ii) that our firm have relevant experience and expertise as specified in the bidding document.
We hereby offer to render the services as consultant for the aforesaid work at the prices and fee
mentioned in the online Financial Bid Annexure I.
We enclose herewith the complete Technical Bid as required by you and as specified in Section III.
We enclose herewith Appendix I to this Bid Form on Stamp Paper of Rs 100, undertaking to abide by all
terms and conditions of the Bid Document.
We do hereby undertake, that, until a formal appointment letter is prepared and executed, this bid,
together with your written acceptance thereof and placement of letter of intent awarding the consultancy
work, shall constitute a binding contract between us.
Dated this day of ….. 2017 Signature of Bidder
Details of enclosures. Full Address:____________________
Stamp
Telephone
23
APPENDIX - I
UNDERTAKING ON COMPLIANCE OF SCOPE OF WORK AND BID TERMS &
CONDITIONS OF BIDDING DOCUMENT
(BOTH – ONLINE and HARDCOPY)
I/We hereby undertake that I/we have examined/ perused, studied and understood the Bid No:
REC/CSP/Bid/2017-18/01, dated 02/08/2017 and any corrigendum/ addendum/ clarification etc.
completely and have submitted my/our bid in pursuance and without any material and/or other
deviations to the said documents.
I/We hereby undertake that I/We understand that the Scope of Work and Requirement of this Bid is
indicative only and not exhaustive in any manner and that the final scope of work and specification will be
decided by the REC at their discretion.
I/We hereby undertake that we shall comply with the Scope of work and requirements and Bid terms and
conditions completely and there are no deviations and/or submissions and/or clarifications of any manner
and/or sort and/or kind in this regard from my/our side.
I/We hereby undertake to provide the required services as and when required and/or asked by REC.
I/We hereby undertake that I/We understand that the REC reserves the right to float a separate Bid for
the scope of work and requirements as mentioned in Section – II of this Bid irrespective of the outcome of
this Bid. I/We understand that in such a case I/We shall bid separately for that Bid and in no case our bid
to this Bid shall be deemed as a bid for the said Bid.
I/We hereby undertake that I/We do understand that my/our bid should be as per the Bid document and
should be accordingly submitted to the REC. In case of a failure to comply and/or a variation the REC
has got sole discretion to consider or disqualify my/our bid for the aforementioned Bid and I/We shall be
not having any claim of any sort/kind/form on the same.
I/We agree to bind by this bid for a period of 90 days after the date fixed for opening and it shall remain
binding upon us and may be accepted at any time before the expiration of that period and till the time
I/We after the expiry of the validity period of 90 days formally withdraw my/our response in writing with
a minimum notice period and associated terms and conditions and as specified in the Bid document and in
all such cases my/our bid shall be deemed to be valid.
I/We hereby attach the duly signed and stamped bid document as an acceptance of BID specifications and
terms & conditions with the technical response without any deviations and/or submissions and/or
clarifications of any manner and/or sort and/or kind in this regard from my/our side.
I/We hereby undertake that printed terms and conditions and/or submissions and/or clarifications as
submitted by me/us in my/our bid shall not be considered as forming part of my/ our Bid and shall not be
binding on REC in case of acceptance of my/ our bid and/or award of contract by REC to me/us.
I/We hereby declare that our firm has not been black listed, debarred, banned or disqualified by any
Government or any Government agencies including PSUs during a period of last five years.
I/We hereby affirm that our bid is valid for the period including the deemed period as specified in the Bid
document.
Name of the Signatory:
Signature of Authorized Signatory:
Date:
Place:
Company Name& Seal
Encl: __________________
24
ANNEXURE – B
Details of Bidder (Part of Technical Bid)
(BOTH – ONLINE and HARDCOPY)
(On the letter head of the firm submitting the response document)
Note : Details filled in this form must be accompanied by sufficient documentary evidence, in order to
verify the authenticity and correctness of the information.
S.No. Description Details
(To be filled in by the bidder )
1 Name of the Firm
2 Official Address
3 Phone No. and Fax No.
4 E-Mail address
5 Web Site Address
6 Authorised Representative Name
7 Authorised Representative's Address
8 Authorised Representative's Mobile
Number
9 Authorised Representative's E-Mail
10 Brief description of the Firm including the
details of major clients handled,
specialization, accomplishments and other
relevant information about the Firm
Name of the Signatory:
Signature of Authorized Signatory:
Date:
Place:
Company Name& Seal
25
ANNEXURE – C
Part of Technical Bid (Pre Eligibility Criteria)
(BOTH – ONLINE and HARDCOPY)
(On the letter head of the firm submitting the response document)
Details filled in this form must be accompanied by sufficient documentary evidence, in order to verify
the authenticity and correctness of the information.
S.No Pre-Eligibility Criteria Details Documentary
Proof at Page No
1. The bidder should be a company incorporated under
Companies Act/LLP as per Government of India
norms.
Bidder should have :-
(Certificate of incorporation/Registration
certificate/ PAN Card/GST Registration Certificate
should be provided by the bidder)
2. Bidder should have :-
a) executed at least one similar assignment of the
award value of Rs. 3 Crore or two similar assignments
each of Rs. 1.5 Crore value during last 4 financial years
(completed FYs prior to the date of this Bid).
Similar assignment shall mean preparation of Strategic
Plan for any Indian FI/Bank/NBFC/Navratna/
Maharatna PSU/ any company having annual turnover
of atleast Rs. 20,000 Crore.
b) Average annual turnover for the previous 4
completed financial years should not be less than Rs.
300 crore from consultancy business from Indian
operations (documentary proof for turnover to be
enclosed)
c) For the purpose of this assignment, bidder shall
deploy team of at least Seven (7) identified members
during the report preparation period of 26 weeks and a
team of at least two(2) members during the
implementation support period of one(1) year All team
members should have post qualification experience and
have work experience in assignments related to
power/infrastructure sectors. Further members should
have experience of business plans which may include
identification of new business opportunities,
diversification strategies and action plans for the
implementation of the same and members should have
completed at least one similar assignment during last
five(5) years in the identified sectors.
d) full time company-roll professional strength of at least
100 professionals in consultancy segment in India, as on
the date of submission of bid.
(Proof of execution of services / other credentials e.g.
appointment letter, certificate of completion
26
indicating services provided etc, documentary proof
for turnover, undertaking that not black listed, self-
certified CVs etc as applicable)
3. Eligibility Criteria Documents shall be submitted online
along with the bid and also in hard copy. Bid without
these documents will be rejected outright
Note:
REC reserves the right to verify/confirm all original documentary evidence submitted by bidders in support of
above mentioned clauses of eligibility criteria.
The bidder must fulfill the above eligibility criteria. Technical bid of bidders fulfilling the pre-eligibility criteria
will only be further evaluated and Bid(s) of bidder(s) not fulfilling the criteria given above shall be summarily
rejected. Undertaking for subsequent submission of any of the above documents will not be entertained under
any circumstances.
27
ANNEXURE- D
TECHNICAL QUALIFICATION – (Part of Technical Bid)
(BOTH – ONLINE and HARDCOPY)
S.No Criteria Value/
Remarks
Proof to be attached
(A) (B) (C) (D)
1.0 Standing & Experience of the bidder
1.1 Average Annual turnover for the previous 4
completed financial years.
India turnover of the consulting/strategic
advisory division (excluding IT, Audit, M&A,
Tax and Assurance, outsourcing, risk
management, etc.) of the firm.
Audited Annual Accounts for previous 4
completed financial years.
1.2 Assignment related to review and preparation
of corporate strategy/ corporate plan/
perspective plan in the last four(4) financial
years of value not less than Rs. 1 Cr. With a
Maharatna/Navratna CPSE and/or with any
Indian FI/Bank/NBFC having a loan book of
at least Rs. 1,00,000 Cr and/or with any
company having annual turnover of atleast Rs.
20,000 Crores:
3 or more assignments
2 assignments
1 assignment
Copy of Work Completion Certificate
(Certified by Statutory Auditor)
2.0 Resource Profile
Resume of all key professionals proposed for
the assignment with their experiences on
similar projects. Bidder may provide
additional CVs or resources it deems relevant
to the assignment and the decision of the
Evaluation Committee in the treatment of
such CVs for evaluation shall be final and
binding
Self Certified CVs
3.0 Presentation to the REC at C.O.
Proposed methodology for execution of
proposal and bidder's capability (Facts may be
independently verified)
Self Certified Presentation Copy to be
submitted
Note:
a) Bidder has to provide copies of supporting documents against each criterion mentioned above, without
which the bid may be rejected
28
Annexure-E
WORK PLAN AND DETAILS OF TEAM PERSONNEL AND TASKS ASSIGNED TO EACH
TEAM MEMBER FOR THE PROPOSED ASSIGNMENT – (Part of Technical Bid)
(BOTH – ONLINE and HARDCOPY)
The bidder is required to furnish a work plan for effective execution of the assignment after clear
understanding of the scope of work. The Bidder shall provide the details of the team of qualified
professionals committed for handling REC assignment.
The details of team members proposed for REC assignment is to be provided as below:
S. No. Name of key
personnel
Position Qualification(s) Area(s) of
Expertise
Experience in
Years
Proposed Task
Assignment
Signature: _________________
Full Name: ________________
Address: __________________
Name of all the team members to be provided
29
Annexure F
ASSIGNMENTS OF SIMILAR NATURE SUCCESSFULLY COMPLETED BY THE BIDDER
1. Brief Description of the experience of Bidder (Lead Consultant)
S.
N
o
Name of
assign-
ment
(Brief
Scope) *
Nature of
assignment
Name
of
Project
Name of
client
Cost of
assignm
ent
Date of
commenc
ement
Date of
completio
n
Was
assign
ment
satisfac
torily
comple
ted
1 2A 2B 3 4 5 6 7 8
OTHER ASSIGNMENTS SUCCESSFULLY COMPLETED BY THE BIDDER
2. Brief Description of the experience of Bidder (Lead Consultant)
S.
N
o
Name of
assign-
ment
(Brief
Scope) *
Nature of
assign-ment
Name
of
Project
Name of
client
Cost of
assignm
ent
Date of
commenc
ement
Date of
completio
n
Was
assign
ment
satisfac
torily
comple
ted
1 2A 2B 3 4 5 6 7 8
The firm shall also give details of the on-going similar assignment in the above format.
Signature: _________________
Full Name: ________________
Address: __________________
Note: 1. Please attach documentary proof for award of assignment and successful completion of the
assignment and any other related requirement.
2. Bidders not providing complete information and documentary evidence at the first instance
run the risk of rejection.
30
Annexure G
CURRICULUM VITAE (CV) FOR PROPOSED
PROFESSIONAL STAFF
1. Proposed Position [only one candidate shall be nominated for each position]:
2. Name of Firm [Insert name of firm proposing the staff]:
3. Name of Staff [Insert full name]:
4. Date of Birth: Nationality:
5. Education [Indicate college/university and other specialized education of staff member, giving names of
institutions, degrees obtained, and dates of obtainment]:
6. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]:
7. Employment Record [Starting with present position, list in reverse order every employment held by staff
member since graduation, giving for each employment (see format here below): dates of employment, name of
employing organization, positions held.]:
From [Year]: To [Year]:
Employer:
Positions held:
8. Detailed Tasks Assigned [List all tasks to be performed under this assignment]
9. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned
[Among the assignments in which the staff has been involved, indicate the following information for those
assignments that best illustrate staff capability to handle the tasks listed under Para 5.0 (B) of Section 2]
Name of assignment or project:
Year:
Location:
Client:
Main project features:
Positions held:
Activities performed:
31
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes
myself, my qualifications and my experience. I understand that any wilful misstatement described
herein may lead to my disqualification or dismissal, if engaged.
Date: [Signature of staff member or authorized representative of the staff] Day/Month/Year
Full name of authorized representative:
Signature: _________________
Full Name: ________________
Address: __________________
32
Annexure-H
DESCRIPTION OF APPROACH, METHODOLOGY AND WORK/TIME PLAN FOR
PERFORMING THE ASSIGNMENT
[Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to
present your Technical Proposal divided into the following three chapters:
a) Technical Approach and Methodology,
b) Consultant’s Analysis of the Terms of Reference and Work Plan,
c) Organization and Staffing,
a) Technical Approach and Methodology. In this chapter you should explain your understanding of the objectives of
the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output,
and the degree of detail of such output. You should highlight the problems being addressed and their importance, and
explain the technical approach you would adopt to address them. You should also explain the methodologies you
propose to adopt and highlight the compatibility of those methodologies with the proposed approach.
b) Analysis of TOR and Work Plan. In this chapter you should propose the main activities of the assignment, their
content, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of reports.
The proposed procedure should be consistent with the technical approach and methodology, showing understanding of
the TOR and ability to reach the objectives of the assignment.
c) Organization and Staffing. In this chapter you should propose the structure and composition of your team. You
should list the main disciplines of the assignment, the key expert responsible, and proposed technical and support staff,
for the entire Project Period.
To include details of implementation support, also for manpower to be posted for implementation support
Signature: _________________
Full Name: ________________
Address: __________________
33
ANNEXURE-I
Financial Bid
PRICE SCHEDULE
(Only Online)
S.No Activity as per Scope of Work (TOR) All-inclusive
Lump-sum fee
quoted (Amt in
Rs. Lakh)
1 REC Vision and Strategic Business Plan 2030, Operational Business Plan 2018-2022.
Total
a. All prices to be quoted in Indian Rupees only.
b. The quoted fee should be inclusive of all out-of-pocket, travel, and any other incidental
expenses.
c.The quoted fee should also include the Implementation Support period of one year.
d. The price indicated in the schedule shall be inclusive of all applicable taxes and duties except for
the GST which shall be payable extra as applicable. The Price Offer shall be for the assignment
as per the Scope of work of Bid Document and shall remain FIRM throughout the period of
contract. REC shall not pay and/or reimburse anything over and above the price quoted
except GST which shall be payable extra on quoted price, as applicable. The bidder shall have
valid GST registration and ensure deposit of GST to the tax authorities. The REC reserves the
right to ask the bidder to justify and establish price/rate reasonableness. In the event of an
award of contract, income tax will be deducted by the REC at source as per law.
e. Bidders are required to quote Financial Bid / Price Schedule strictly as sought above.
34
ANNEXURE – J
PROFORMA FOR PERFORMANCE BANK GUARANTEE
Ref. No.................... Bank Guarantee No………..........
Dated ..………………..................
To,
M/s Rural Electrification Corporation Ltd.,
Core 4, Scope Complex,
7 Lodhi Road,
New Delhi – 110003 (INDIA)
(With due stamp duty if applicable)
Dear Sirs,
1. Whereas Rural Electrification Corporation Ltd. incorporated under the Companies Act, 1956, having
its registered office at Core – 4, SCOPE Complex, 7 Lodi Road New Delhi - 110003 - India
(hereinafter called `REC' which expression shall unless repugnant to the context or meaning
thereof include all its successors, administrators, executors and assignees) has awarded a LOI/ Work
Order No. _____________ dated _____________ for (purpose)
_____________________________________________________________ to M/s
____________________________ (hereinafter called the 'Agency' which expression shall unless
repugnant to the context or meaning thereof mean and include all its successors, administrators, executors
and permitted assignees). The Agency having agreed to furnish an unconditional and irrevocable
Bank Guarantee of Indian Rupees (in figures)___________________ (Indian Rupees (in words)
___________________________ only) for the due performance of ‘Agency’s’ obligations as contained
in the Work Order date_________/agreement date _________ which amount is liable to be forfeited on
the happening of any contingencies mentioned in said documents.
2. We (name of the bank)______________________________, registered under the laws
of_____________ having head/registered office at _____________________ (hereinafter referred to as
"the Bank" which expression shall, unless repugnant to the context or meaning thereof, include all its
successors, administrators, executors and permitted assignees) guarantee and undertake to pay REC
immediately on first demand by REC, the amount of Indian Rs. (in figures) __________________ (Indian
Rupees (in words) _________________________________________________ only) in aggregate without
any demur and recourse, and without REC having to substantiate the demand. Any such demand made
by REC shall be conclusive and binding on the Bank irrespective of any dispute or difference raised by the
Agency.
3. The Bank confirms that this guarantee has been issued with observance of appropriate laws of the
country of issue.
4. The Bank also agree that this guarantee shall be irrevocable and governed and construed in accordance
with Indian Laws and subject to exclusive jurisdiction of Indian Courts of the place from where Latter
of Award/LOI/Work Order have been issued.
5. This guarantee shall be irrevocable and shall remain in force upto ___________ .
6. Notwithstanding anything contained hereinabove, our liability under this Guarantee is limited to
Indian Rs (in figures) _________________ (Indian Rupees (in words) ________________ only) and the
claim under this guarantee may be made upto _____________ (i.e Expiry Date).
Any claim under this Guarantee must be received by us before the Expiry Date of this Bank Guarantee. If
no such claim has been received by us by the said date, the rights of REC under this Guarantee will cease.
However, if such a claim has been received by us by the said date, all the rights of REC under this
Guarantee shall be valid and shall not cease until we have satisfied that claim. In witness whereof, the
35
Bank, through its authorized officer, has set its hand and stamp on this ........ day of ...........
at.....................
WITNESS NO. 1
--------------------- --------------------------
(Signature) (Signature)
Full name and official Full name, designation and
Address (in legible letters) official address (in legible
Letters) with Bank stamp.
Attorney as per Power of
Attorney No........….……..
Dated …………………….
36
Annexure-K
Bidder Help Manual for E-Bidding
HELP LINE TO VENDORS
CONTACT:
Helpdesk Nos.
Phone : 011-49424365,
Mr. Sandeep -8800496478,Mr. Krishna : 8800900127
Other Contact Numbers:
1.Ms.Taruna Gupta - AGM (CSP)- 9899298767
2.Mr. Vijay Behra- AM (CSP)- 9599010751
Step 1
Registration Process
Website address: www.Bidwizard.com/REC
•Click on “TenderFreeView” to see (view and download) all the tender notifications and
corrigendum’s.
•Click on “Register Me” Hyperlink and get your User Id and Password.
•(Certain special characters like ~ ` ' # $ % & * ! ( ) ; \ / ? " : < > + - { } [ ] are not allowed in the
company id or any key attributes).
•Once you fill all the details asked by “Register Me” form and obtain your password, contact the
Office of REC to enable your User ID.
•After this, vendor can key in their User Id and Password and get successful entry in to the application.
STEP 2
Participation
Vendor should login with its USER ID and PASSWORD
•After Successful entry into the application click on hyperlink “UnApplied”.
•By clicking on hyperlink “UnApplied” you can see the latest tenders which are floated and other
details relevant to tender.
•On this screen (UnApplied) you will find various gif’s on the left hand side. Click on “Edit form” gif
and see all the documents attached. Please download these documents and go through them.
•Once you have gone through the entire Bid document and you wish to participate in the Bid click on
“Request Tender Form” gif. And Then click on “Submit”.
•Now once you have requested for Bid documents click on “In Progress” stage. You can see the status
as “REQUESTED”.
Note: - will send you forms (Electronic Financial bid & Technical bid sheets) .
•You will get two excel files “Technical Sheet.xls” and “Cost Sheet.xls” along with other documents.
Firstly, you need to download this document by clicking on hyperlink “Click" here to Download
Empty Document.” Then Save the file with the same file name
Note:-
1) You should not change the file name of any Excel file.
2) You should only key in the values in blue cells only.
STEP 3
37
Technical Sheet and Cost Sheet should be uploaded by using “Click here to Upload filled File “. All
other supporting documents could be uploaded using “Click here to Attach General Documents” link
provided below.
•Please don’t change the name of the file as system will not accept any other file name.
Steps for uploading the additional documents (supporting documents) to your account.
1.In the left hand menu click on General Document, general document page will appear
2.Click on upload new file Button for uploading new document, upload sheet will appear
3.Select the file to be uploaded, enter the description and attachment name.
4.Click on Upload file
5.Repeat step 2 and 3 for uploading new files
To change the description and attachment name for the uploaded file use Update existing file button
Note: This is for altering the description and attachment name only
Section 1.02
Section 1.03Attachment of general document to a particular Bid
Go to tender Documents screen of that particular tender
1.Go to Click here to Attach General Documents –Additional documents can be optionally Uploaded
General Document Summary sheet will appear.
2.In General Document Summary screen select the file you want to attach and make necessary changes
for Tender Stage and click Attach file button.
3.If you need to attach any new files for the Bid follow Steps for uploading the Additional documents.
Other details could be scanned and uploaded but ensure that it is smaller in size (i.e. < 1MB for Fast
Uploading of Document). (only.doc, .jpg,.gif,.xls, .bmp, .pdf.)
•The server time will be displayed at the right hand side of the page please follow this time, and all the
actions i.e;(Requesting, Submitting, Opening etc.,) takes place according to this time only.
NOTE :
You will see all the red colored links changing to black color, when you have uploaded.
A) Technical Sheet
B) Cost Sheet or price bid
i)Once you fill the above documents only then you will able to submit the Bid by clicking on the
“Submit the Tender Form” button before the Bid closing date and time.
STEP 4
Acknowledgement
Once you submit the Bid you will get the submitted token number, submitted date and submitted time.
Take the print of that sheet then click on “OK”. Then the status will change to submitted.
STEP 5
OPENING
•After the Bid is opened at the stipulated date and time, the award details can be accessed in the
OPENED/AWARDED stage.
•To view the opened Bids click on the “Opened/Awarded” link then click on edit form to view your
competitors bid sheets who participated with you and who are not disqualified.
Note:
•If you do not get the submitted status and token number, contact Biding authority well in advance.
REC is not responsible for Bid’s not submitted properly. Vendors are requested to undergo training and
get their doubts clarified well in advance.
•If any queries please contact REC Office and if required, personal training would be given. Please feel
free to contact if you have any clarifications regarding E-Tendering.