0% found this document useful (0 votes)
20 views34 pages

Bihar Electricity Regulatory Commission RFP for Consultancy Services

Uploaded by

DEVAVRATA SHUKLA
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
20 views34 pages

Bihar Electricity Regulatory Commission RFP for Consultancy Services

Uploaded by

DEVAVRATA SHUKLA
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 34

Bihar Electricity Regulatory Commission

Vidyut Bhawan-II, Nehru Path, Patna 800 021

Notice No.- 05 Dated- 07.06.2024

TENDER NOTICE

(Request for Proposal (RfP) for Engagement of Institutional Consultants)


Bihar Electricity Regulatory Commission (herein after referred as “BERC” or
“Commission”) invites bids from reputed and experienced consultancy firms/ Institutions
for: -
Assisting the Commission on day-to-day basis on various Regulatory issues
(Technical/Commercial/Financial/ Legal matters etc.) related to power sector as required
from time to time, such as review of existing Regulations for amendments and / or repealing,
Formulation of new Regulations, Guidelines etc. Compliance of various
functions/provisions/parameters in consonance with Electricity Act, 2003, Rules, Policies,
Guidelines and conducting study of best practices, analyzing data developing benchmarks,
and/or any other action required to help the Commission in adjudication of cases, Regulatory
issues, Capacity buildings and any other matters as specified by the commission.

The RFP documents, eligibility criteria and other details are available for download on
Commission's website www.berc.co.inand may also be obtained from the office of the
Commission. The last date for submission of offer is 10.07.2024 at 3.30 P.M.

Sd/-
Secretary, BERC
BIHAR ELECTRICITY REGULATORY COMMISSION

Vidyut Bhawan-II, J.L. Nehru Path, Patna 800021

REQUEST FOR PROPOSAL (RFP)

Engagement of Institutional Consultant for a period of three years which


may be extendable further up to two years on mutually agreed terms on
day-to-day basis, for assisting the commission on various Regulatory issues
(Technical/Commercial/Financial/ Legal matters etc.) related to power
sector as required from time to time, such as review of existing
Regulations for amendments and/ or repealing, Formulation of new
Regulations, Guidelines etc. Compliance of various
functions/provisions/parameters in consonance with Electricity Act, 2003,
Rules, Policies, Guidelines and conducting study of best practices,
analyzing data developing benchmarks, and/or any other action required
to help the commission in adjudication of cases, Regulatory issues,
Capacity buildings and any other matters as specified by the commission.
Notice Inviting Tender Details
S.No Description Detail
1 Client Name Bihar Electricity Regulatory Commission
Secretary,
Bihar Electricity Regulatory Commission,
Office Address Ground Floor, Vidyut Bhawan-II,
2
Nehru Path (Bailey Road), Patna 800 021.
Email [email protected] Phone 0612-2504489

Notice/Bid
3 Number Notice No.- 05, Dated: 07.06.2024

Tender Subject Engagement of Institutional Consultant for assisting the


commission on day-to-day basis on various Regulatory issues
(Technical/Commercial/Financial/ Legal matters etc.) related to
4 power sector as required from time to time, such as review of
existing Regulations for amendments and / or repealing,
Formulation of new Regulations, Guidelines etc. Compliance of
various functions/provisions/parameters in consonance with
Electricity Act, 2003, Rules, Policies, Guidelines and conducting
study of best practices, analyzing data developing benchmarks,
and/or any other action required to help the commission in
adjudication of cases, Regulatory issues, Capacity buildings and
any other matters as specified by the commission
Period of Work 03(three) years from the date of issuance of LOA
5
extendablefurther up to 2 (two) years on mutually agreed
terms.
6 Tender Type Open
7 Tender Category Services (Consultancy support)
Earnest Money
8 Deposit Rs.4,00,000/-(Rupees Four Lack only) in the form of demand
Draft
In favour of "Bihar Electricity Regulatory Commission" payable
EMD Payable to at Patna and should be placed in a separate sealed envelope
9 Clearly marked as “BID SECURITY” on the top of it
Cost of RfP The bidder shall submit a crossed Demand Draft ofRs.10,000/-
Document (Rupees Ten thousand only)(non-refundable), along with the
10 bid towards cost of RfP Document.
Tender start date
11 08.06.2024
12 Pre-Bid Meeting 01.07.2024 at 11:00 A.M at BERC.

13 Bid Submission 10.07.2024 at 03:30 P.M


Closing Date
14 Technical Bid 11.07.2024 at 02:30 P.M

15 Presentation Tentatively within a week from date of opening of the technical part
of the tender. Date & Time will be intimated through e-mail
separately at least 2 (two) days in advance.
16 Financial Bid To be intimated to the eligible bidders through e-mail separately.
1. INTRODUCTION

1.1 The Bihar Electricity Regulatory Commission (hereinafter referred to as


“Commission” or “BERC”), a body corporate has been established under Section
17 of the Electricity Regulatory Commission Act, 1998 (now under section 82 of
the Electricity Act, 2003). The Electricity Generation, Distribution, Transmission
Companies and SLDC of the State of Bihar are the regulated entities of the
Commission.
1.2 As per Section 86 of the Electricity Act 2003, the State Commission is mandated
to discharge the following functions, namely:
a) Determine the tariff for generation, supply, transmission and wheeling of
electricity, wholesale, bulk, or retail within the State. Provided that where open
access has been permitted to a category of consumers under section 42, to
determine the charges inter-alia Transmission Charges, wheeling charges and
surcharge etc. thereon, if any, for the said category of consumers in consonance to
rules and regulations in force;
b) regulate electricity purchase and procurement process of distribution licensees
including the price at which electricity shall be procured from the generating
companies or licensees or from any other sources through agreements for
purchase of power including purchase from market for distribution and supply
within the State;
c) facilitate intra-state transmission and wheeling of electricity;

d) issue licenses to persons seeking to act as transmission licensees, distribution


licensees and electricity traders with respect to their operations within the State;
e) promote co-generation and generation of electricity from renewable sources of
energy by providing suitable measures for connectivity with the grid and sale of
electricity to any person, and specify, for purchase of electricity from such
sources, a percentage of the total consumption of electricity in the area of a
distribution licensee;
f) adjudicate upon the disputes between the licensees, generating companies and to
refer any dispute for arbitration;
g) levy fee for the purposes of the Act;
h) specify State Grid Code consistent with the Grid Code specified under clause (h)
of sub-section (1) of Section 79;
i) specify or enforce standards with respect to quality, continuity and reliability of
service by licensees;
j) fix the trading margin in the intra-state trading of electricity, if considered,
necessary; and
k) Discharge such other functions as may be assigned to it under this Act.
Section 181 of the Electricity Act also empowers the Bihar Electricity Regulatory
Commission to make Regulations consistent with the Electricity Act and the
Rules generally to carry out the provisions of the Act.
With a view to receive proper advise and consultation on the requisite technical,
legal, commercial and other related matters to facilitate smooth discharge of the
above functions the Bihar Electricity Regulatory Commission intends to appoint
technically qualified and professionally managed Consultancy Firms/Institutions
to assist the Commission in respect of tasks listed under Section 2 of this
document.

2. SCOPE OF WORK
The scope of work is as detailed below but shall not be limited to:
2.1 Providing Support and assistance to the Commission on day-to-day basis on various
Regulatory issues (Technical/Commercial/Financial/ Legal matters etc.) related to
power sector as required from time to time. The work includes review of existing
Regulations for suitable amendments and / or repealing as per requirement,
Formulation of new Regulations, Guidelines etc. Compliance of various Rules,
Policies, Guidelines, directives of the competent authority in consonance with
Electricity Act, 2003, Conducting study of best practices, analyzing data,
developing benchmarks, and/or any other action required to assist the commission
in efficient and proper discharge of its functions, Regulatory issues, Capacity
buildings and any other matter as required by the commission, The duration of the
assignment will be 3 (three) years from the date of issue of Letter of Acceptance. However,
this may be extended for a further period of 2 (two) years as per the requirement of the
Commission on mutually agreed terms and conditions. In case the Commission intends to
extend the time period as per above, it shall communicate the same to the Consultant
before of expiry of the initial contract period of 3 (three) years.
2.2 Deliverables and timelines:

Scope of
Key Activities Schedule of completion
Work
Review of existing Regulations in
conformity with latest Rules,
Policies, Guidelines issued by the
competent authority in the light of
Electricity Act, 2003, for suitable
amendments and/or repealing as the
Within the contract period
case may be.
having individual
As mentioned
tasks/milestones as
in Clause 2 Assisting the Commission on various
decided by the
above Regulatory issues (Technical
commission from the start
/Commercial/Financial/ Legal
date of the contract.
matters etc. of power sector) related
to Tariffs, Power purchase,
Generation, Transmission,
Distribution, SLDC, Trading, Open
Access/GNA, Grid Code/Supply
Code, Standard of Performance
Scope of
Key Activities Schedule of completion
Work
(SOP), Renewable Energy etc.

Assisting the Commission in court


proceedings (other than the tariff
petition(s) filed by the regulated
entity(ies) under relevant MYT
Regulations) including evaluation of
petitions filed, preparation of draft
RoP, Preparation of draft Order etc.

Assisting the Commission in


Compliance of various statutory
functions as required under
Electricity Act, 2003, and/or any
other relevant Act/Rules/Regulation/
Guidelines.

Capacity buildings and any other


matter as specified by the
commission with regards to
assistance in regular monitoring,
coordination, recording and
documentation as well as to provide
information and analysis on best
practices across National &
international power sector.

2.3 Broad approach to be adopted for the completion of activities mentioned


in the Scope of work/activities:

1) Review of existing regulations and to suggest required amendments or altogether


replacing completely with new Regulations by repealing existing Regulations in
consonance with the Act, Rules, Policies, Guidelines and Statutes, its incorporation
as and when required from time to time.
2) Formulation of new Regulations in consonance with Electricity Act, 2003,
including latest Rules, Policies and Guidelines etc. from time to time.
3) Monitoring of relevant functions of regulated entities of the State with respect to
various parameters to evaluate compliance of provisions of Act, Rules &
Regulations and Directives of Commission by them.
4) Analyzing compliance report submitted by the regulated entities on various
directives issued to them from time to time and also in Commission's tariff
order/separate order and to assist in formulating consolidated fresh directives (in
consonance with Tariff Orders and various Rules, Policies, guidelines), suggesting
ways and means to improve the functioning of the Licensee(s) so as to ensure
protection of consumer’s interest and to improve consumer services. Compliance
of various mandates of Ministry of Power (MoP), Ministry of New and Renewable
Energy (MNRE), Central Electricity Authority (CEA), Forum of Regulators (FOR)
etc.
5) Assistance in analysis of Petitions filed, discussions / conferences with the
Commission/ Commission’s advocates as per requirement, attending the hearing(s)
before the Commission and preparation of draft RoP, and draft order(s) as and
when required.
6) Assistance in analysis of appeals related to the Commission filed before the
Appellate Tribunal for Electricity (APTEL), High Court(s), Supreme Court etc. -
including discussions/conferences with the Commission/ Commission’s advocates,
preparation of parawise Statement of Facts (SoF) and/or points for written
submissions to be filed before aforesaid Tribunal/Court(s), assessment of impact of
judgements/orders of aforesaid Tribunal/Court(s) and its compliance through
suitable order(s).
7) Providing Consultancy on other Regulatory (Technical/Commercial/Financial/
Legal) matters of power sector related to its entire value chain (Generation,
Transmission, Distribution, SLDC, retail and bulk tariff, Power purchase, Trading,
Open Access/GNA, Grid Code/Supply Code, Renewable/ Green Energy etc.) to fit
in the dynamics of power sector and also in consonance with Electricity Act 2003,
existing and related Rules, Policies, Guidelines, of the State/Central Governments.
8) Capacity buildings and any other matter as specified by the commission with
regards to assistance in regular monitoring, coordination, recording and
documentation.
9) Analysis of prevalent best practices being followed by national & international
power sector including regulatory practices being adopted by other SERCs of the
country and give suggestion to the commission for betterment.
10) Any other work not specifically mentioned above but are found essential and
important in course of discharge of day-to-day functions of the commission.
3. ELIGIBILITY AND QUALIFICATION REQUIREMENT

(a) The bidder must be a registered firm/legal entity. Joint


venture/consortium/association of independent consultants shall not be allowed.
(b) The bidder must have sound understanding of the assignment mentioned under
Scope of Work. The bidder should have adequate technical, financial,
commercial and legal knowledge with practical experience of Indian power
sector.
(c) The bidder should have clear understanding of the Electricity Act, 2003, Rules
and Regulations made thereunder, applicable Policies, Legal matters related to
Power sector, Regulatory framework, developments and reforms at Central and
State levels.
(d) The bidder must have completed at least three assignments, of providing
consultancy to Ministry of Power/Ministry of New and Renewable Energy,
Government of India/ CEA/State/Joint/Central Electricity Regulatory
Commissions on retainership basis in regulatory and other related matters for
aggregated period of at least three years during the last seven years preceding the
last date for submission of bids. The bidder is required to submit work order(s)
indicating the value of work awarded along with a certificate from the respective
Client(s) declaring that the work has been completed satisfactorily. Submission
of completion certificate is essential.
(e) The bidder should have minimum average audited annual turnover (MAAT) of
Rs. 100 (Hundred) crores from their consultancy business during each of the
three financial years 2021-22 to 2023-24 and it should have adequate financial
capability and status to meet the financial obligations pursuant to the services
covered in the Bid document substantiated by the admissible documents/proofs.
(f) The bidder should have a Permanent Account Number (PAN) & Goods and
Service Tax Number (GST).
(g) The bidder should have sufficient required manpower with required experience
and skills to carry out the works as per terms of reference.
(h) The resources proposed must be a full-time regular employee of the
firm/company.
(i) The Consultant appointed by the Commission shall in no case represent or give
opinion or advice on the specific matters covered in the RfP simultaneously or
concurrently to any regulated entity of the Commission. The Consultants shall
inform the Commission their existing assignments with the regulated entities of
the commission, if any, which may have bearing on the regulatory advice
covered under this RfP.
The bidder shall be required to disclose conflict of interest if any in the bid
clearly. The Commission shall be at liberty to reject the bid or terminate the
contract at any stage without any liability if such conflict of interest comes to its
knowledge.
It shall also be incumbent upon to bidder to not accept any assignment
under any of the regulated entities of this Commission during the entire tenure of
the contract.

4. INFORMATION TO BE FURNISHED BY THE BIDDERS


4.1 The bidder shall be required to deploy a dedicated team of 03 (three) experts
(key persons) of different required fields with experience of more than five years
in Regulatory matters of electricity sector which may include providing
consultancy to Ministry of Power/Ministry of New and Renewable Energy,
Government of India/ CEA/ State/Joint/Central Electricity Regulatory
Commissions in regulatory and other related matters so as to be capable of
understanding and successfully executing each and every assignment as specified
in the Scope of work. The team shall be required to be deployed specifically for
the Commission during entire period of contract and be present physically in the
office on all working days. However, if necessary, the team may be required to
be present on non-working days also as per requirement. For the extended hours
of work including weekends and holidays, the Consultant shall not be entitled for
any compensation.
In addition to the above, the bidder may, for their convenience deploy and
designate one Team Leader, who shall be the nodal point for the contract
execution and be responsible for actions and conduct of key persons also. The
team leader may not be required to be present in the office of the commission,
but he shall be required to be present before the commission for discussion,
advise and/or any other matter as per requirement of the commission.
4.2 The bidder must furnish the details of experience relating to works as mentioned
under “Scope of Work” with documentary proof in the prescribed format
(Annexure-T-2).
4.3 Documentary evidence in support of requirements under clause 3(d) to 3(g)
above and all other information mentioned in various clauses of RfP document
must be submitted.

5. INFORMATION AND INSTRUCTIONS TO BIDDERS

5.1 Bidders are required to furnish all information and documents as specified in the
RfP in English language only.
5.2 Bid documents shall be neatly printed/ typed in three copies. Every page of the
bid document shall be signed by the authorized signatory with a seal. Additions,
alterations, and over-writings, if any, in the bid document or accompanying
documents must be initialed by the person(s) who signs the bid.
5.3 The bidder shall properly check the documents before submission to ensure that
all information / documents required are included. In this context a check list is
given at Annexure: T3. The bidder shall give a list of enclosures / documents
enclosed with the Bid.
5.4 The bidder shall be required to submit the details of all assignments / contracts as
required under para 3 (d) of the RfP along with documentary proof in support
thereof.
5.5 Bid shall be liable for rejection on the any of the following grounds:
5.5.1 incomplete Bid;
5.5.2 bid not meeting the technical / commercial conditions laid down in the RfP
documents;
5.5.3 terms and conditions / technical response / quoted price is vague and
ambiguous;
5.5.4 bid not accompanying Earnest Money Deposit (EMD) and payment against
cost of RfP and the required documents;
5.5.5 bid not valid for the specified period;
5.5.6 bidder should furnish only the relevant information /documents as required in
this RFP document in this regard and not unnecessary/irrelevant
information/ documents.
5.6 The Commission reserves the right to cancel the Bid process at any stage without
assigning any reason.

6 PRE-BID MEETING, AMENDMENT OF RfP DOCUMENT:

6.1 Bidders who require any clarifications on any point of the RFP documents may
participate through their authorized representative in the pre-bid meeting which
shall be conducted on 01.07.2024 at 11:00 A.M in the BERC office situated at
Vidyut Bhawan II, Nehru Path, Patna (Bihar).
The bidder who wishes to convey their query/suggestion(s) without
attending the pre-bid meeting may send their query/suggestion(s) through e-mail on
or before the date and time fixed for the Pre-Bid meeting. Any such
query/suggestion(s) received after the scheduled date and time of Pre-bid meeting
shall not be entertained.
The Commission on examining the suggestions/ queries raised in Pre-Bid meeting,
may respond by way of amending the RfP and /or issuing clarification on the points
raised. Such amendment / clarification will be duly notified on Commission’s
website and will also be sent to all such prospective bidders participated in Pre-Bid
meeting through email. Such amendment/clarifications will be treated as part of RfP
document.
6.2 At any time prior to last date of bid submission including any extended date of bid
submission, if any, the Commission, may add/delete/modify any portion of the RfP
document suo-motu by issuing amendment. Such amendment(s) shall be put on the
website of the Commission for information to all.
6.3 Amendment in the RfP document due the reasons mentioned under 6.1 and/or 6.2
above may result in extension in bid submission date which will be notified on
Commission‟s website separately. The amended RfP in such case shall be binding
on all bidders.
6.4 Although details included in RfP document have been compiled taking all
reasonable care, it is bidders' responsibility to satisfy themselves that the
information/documents submitted with the bid documents are adequate and that
there is no conflict between the bid documents and stipulations given in the RfP. In
case of any such conflict in any document after signing of agreement with
Commission, interpretation of BERC shall be final.

7 PROCEDURE FOR SUBMISSION OF BID:


7.1 The bidder shall submit the bid in two parts:
Part I – Technical Bid
Part II – Financial Bid
The bidders are required to submit their bid in one single sealed envelope clearly
super scribed on top as “Bid for Engagement of Institutional Consultant on day-
to-day basis for assisting the Commission on various Regulatory issues
(Technical/Commercial/Financial/ Legal matters etc.) related to power sector
as assigned from time to time on day-to-day basis”, containing separate sealed
envelopes each for Part-I (Technical Bid), Part- II (Financial Bid) accompanied
with the covering letter in the format annexed at Annexure–T4 (Proposal
submission form) and Annexure–F1 (Financial Proposal submission form).
7.2 The sealed envelope for Technical Bid super scribed as “Part I–TECHNICAL BID”
on the top of the envelope, shall contain, among others, earnest money & cost of
RfP, prequalification documents, experience documents, terms & conditions,
photocopies of PAN/Income Tax returns, GST registration etc. as per tender
document.
7.3 The sealed envelope containing Financial Bid shall be super scribed as “PART II –
FINANCIAL BID” for the work as stated in scope of works on the top of the
envelope.
7.4 The bidder shall submit two crossed Demand Drafts, along with the bid. One
demand draft of Rs.10000/- (Rupees Ten thousand only) (non-refundable) towards
application fee of RfP and the second demand draft towards Earnest money as ‘Bid
Security’ amounting to Rs. 400,000/- (Rupees Four lakh only). Both DDs shall be
in favour of "Bihar Electricity Regulatory Commission" payable at Patna and
placed securely with Technical Bid preferably in a third separate sealed envelope
clearly marked “BID SECURITY” on the top of it.

8 EARNEST MONEY:
8.1 The bidder shall furnish along with the bid, earnest money of Rs. 400,000/-
(Rupees Four lakh only) as Bid Security in the form of Demand Draft payable to
Bihar Electricity Regulatory Commission payable at Patna as referred in Clause
7.4.
8.2 Earnest money of unsuccessful Bidders shall be returned within 30 days of
finalization of Bid.
8.3 Earnest money of successful bidder shall be returned within one month of signing
of contract agreement.
8.4 Earnest money will be forfeited, if:
i) A Bidder withdraws his Bid during its validity period specified in the RfP.
ii) A successful Bidder fails to sign contract agreement within the date specified by
the BERC.
iii) A successful Bidder fails to furnish performance security as mentioned under
clause 20 hereinafter.
9 TECHNICAL BID:

9.1 The Technical Bid (Part-I) shall comprise the following:


i) Detailed Proposal.
ii) Manpower details along with qualifications, experience, and curriculum vitae of
key personnel/personnel proposed to be deployed for the required assignment
(Annexure-T-1).
iii) Relevant details and experience of the bidder in prescribed format (Annexure-T-2).
iv) Copies of Registration and Copies of Memorandum of Association and Articles of
Association in case bidder is a company. In case of registered firm copy of
registration certificate.
v) Indication of price in Technical Proposal in any manner shall lead to outright
rejection of Bid.
9.2 Approach and Methodology
The consultant, under Scope of Assignment, for which they have expressed their interest
to participate shall provide and present:
▪ Structured approach and methodology for analysis of existing Regulations/ Codes for
their amendments and/or repealing with new Regulations/ Codes; formulation of new
Regulations/ Codes, if not catered in existing documents of the commission in
consonance with Electricity Act, 2003, prevailing Rules, Policies, guidelines including
preparation of consultative paper having all calculations, references etc. complete in all
respect and preparation of detailed Draft and Final Order after following due procedures.
▪ Structured approach and methodology for analysis of Petitions filed in consonance with
Electricity Act, 2003, prevailing Rules, Policies, guidelines, existing orders etc. All
calculations, references etc. complete in all respect including daily RoP, detailed Draft
and Final Order after following due procedures.
▪ Structured approach and methodology for monitoring regulated entities including SLDC
of the State of Bihar on various regulatory parameters in consonance with the Act, Rules
& Regulations.
▪ Structured approach and methodology for analyzing compliance report on various
directives issued to the Licensees/Utilities by the Commission and in formulating
consolidated fresh directives (considering Tariff Orders and various Rules, Policies,
guidelines), ways and means to improve the functioning of the Licensee(s) so as to
ensure protection of consumer’s interest and to improve consumer service. Compliance
to various mandate by Ministry of Power (MoP), Ministry of New and Renewable
Energy (MNRE), Central Electricity Authority (CEA), Forum of Regulators (FOR) and
or any other competent authority etc.
▪ Structured approach and methodology in analysis of various appeals filed before
APTEL, High Court(s), Supreme Court including preparation of parawise Statement of
facts, points for written submissions, assessment of impact of judgements/orders of
aforesaid Tribunal/Court(s) and compliance through suitable order(s) of the
Commission.
▪ Structured approach and methodology on other Regulatory
(Technical/Commercial/Financial/ Legal etc.) matters related to entire value chain of
power sector (Generation, Transmission, Distribution, SLDC, Tariffs, Power purchase,
Trading, Open Access, Renewable etc.) to fit in the fast dynamics of power sector and
also in consonance with Electricity Act, 2003, existing and new Rules, Policies,
Guidelines, of the State/Central Governments.
▪ Structured approach and methodology for Capacity building, assistance in regular
monitoring, coordination, recording and documentation with complete model.
▪ Structured approach and methodology for analysis of best practices of national &
international power sector including regulatory practices being adopted by CERC/other
SERCs of the country with complete model, calculations, references etc.
▪ Previous experience including a specific case study if available.
Timeline including milestones for different works mentioned above, stages of the
assignment, content, or index of deliverables (presentations or reports containing
analysis, comments and recommendations) to be submitted to the Commission at
different stages of the assignment.
10 FINANCIAL BID:
10.1 The Financial Bid shall include consultancy fees for the work as mentioned under
“Scope of work”.
10.2 The Bidder should quote the cost of work including all Taxes, in legible manner both in
words and figures in respect of the works specified in the RfP. in Indian Rupees as per
Annexere-F1.
10.3 Tax deduction at source as per Income Tax, GST Act and other statutory deductions
shall be made from the amount payable to the consultant.
11 VALIDITY OF BID:
The Bid Proposal shall be valid for a period of 120 days from the date of opening of
Part-I of the bid. Bids with lesser validity are liable to be rejected forthwith.

12 PREPARATION COST:
The Bidder shall be responsible for all the costs associated with the preparation of the
bid and participation in discussions and negotiations.

13 DUE DATE:
13.1 The Bidder shall submit the Bid proposals latest by 10.07.2024 at 03:30 P.M at the
following address:
Secretary,
Bihar Electricity Regulatory Commission,
Ground Floor, Vidyut Bhawan-II,
NehruPath (Bailey Road), Patna 800 021.
Commission may at its discretion, may extend the last date and time for submission of
BID.
13.2 The Bidder has the option of sending Bid by registered post /courier or to
submit it in person. Bid submitted by telex /telegram/fax/other mode shall not be
considered under any circumstances. BERC takes no responsibility for any delay, loss
or non- receipt of bids sent by post/courier/or any other means.
13.3 Bids received after the due date and time shall not be considered.

14 OPENING OF TECHNICAL BID:


The Part-I i.e., Technical Bids shall be opened at on 11.07.2024 at 02:30 P.M in the
Secretariat of Commission by a Committee constituted by the Commission for this
purpose in presence of the Bidders or their authorized representatives, whosoever
may be present. In the event of date specified for bids opening, being declared a
holiday then the bid shall be opened on next working day at scheduled time.

15 EVALUATION CRITERIA:
15.1.1 Proposals will be evaluated based on the technical and financial bids. Technical bids
shall be evaluated first. Technical part will include presentation also. Bidders who
meet the minimum eligibility criteria as stipulated in the RFP shall be called for
presentation (part of technical evaluation). Date and time for presentation will be
intimated separately through e-mail at least two (2) days in advance.
15.1.2 The bids securing minimum qualifying score in the evaluation of technical bids,
shall be considered as responsive bids, and financial part of responsive bids only will
be opened.
15.1.3 Responsive Bids shall only be taken up for evaluation of financial bids.

15.2 Technical Bid Evaluation

15.2.1 The Consultancy Evaluation Committee (CEC) Constituted by the Commission


shall evaluate the bids through “Combined-Quality-Cum-Cost-Based System
(QCBS)” based on predetermined-weightage allocated for each of the parameters.
15.2.2 Evaluation of technical bids will be done by the CEC considering the criteria fixed
by the Commission. Each criterion shall be marked on a scale of 1 to 100 and then
the marks for each criterion shall be weighted to arrive at weighted average
technical scores. Marks as under will be used by the CEC to calculate the weighted
average technical score for each proposal.

Criterion Marks
(i) (Bidder’s Relevant experience for the assignment (in terms of
length of experience and no. of assignments)
25
(a) Length of experience- 10 marks
(b) No. of assignment- 15 marks
(ii) Adequacy/quality of the proposed work plan and its methodology
proposed (Bidders to give Power Point Presentation (PPT) for 10
evaluation).
(iii) Qualification, competence, and experience of the key personnel
proposed for the assignment in the relevant field.
General qualification - 25 marks
55
(iv) Adequacy for assignment (no. of relevant
assignments handled) - 25marks
(v) Indian experience - 5 marks

(vi) The extent of transfer of knowledge to staff of the commission. 10

Total 100

The proposal shall be evaluated on the following basis: -

15.2.3 Bidder’s (Consultancy Firm/Agency/Institution) relevant experience for the


assignment: Experience in the relevant field and number of relevant completed
assignment within specified period only.
a) Length of experience: Minimum 3 (three) years of experience in the relevant field is
essential.
b) No. of assignments: Minimum 3 (three) relevant Assignments for aggregated period
of at least three years must be completed successfully in immediately preceding 7
(seven) Financial Years. Relevant assignments must have started and completed
within the specified period only.
15.2.4 General qualification of the individual proposed to be engaged: General education,
Length of experience & position held, Time of working with consulting firm as
regular staff etc.
15.2.5 Adequacy for the assignment: Experience in the relevant field and number of relevant
completed assignment within specified period only.
15.2.6 Indian experience: Knowledge of the entire value chain of the Indian Electricity
Sector, administrative system, organization, and culture (in India).
15.2.7 The bidders who have secured minimum 60 (sixty) Marks out of 100, in technical
evaluation as per criteria laid down above shall be considered as responsive and will
be shortlisted for further evaluation.
15.2.8 After the technical evaluation is completed, the Commission shall inform those
consultants who did not obtain the minimum qualifying marks in technical evaluation
or whose technical bids were considered non-responsive and their financial proposal
will be returned unopened on completion of the bid selection process.
The detailed criteria for evaluation of technical bids is also enclosed as Annexure-I
for information to the bidders.
Note:
a) Submission of completion certificate evidencing the execution of the work
from the respective Clients as mentioned in clause 3(d) is mandatory for
consideration of the assignment for evaluation.
b) Updated curriculum vitae (CV) mentioning qualifications and relevant
experience (with documentary support) has to be submitted for each of the
proposed resource persons.
c) Resource persons of the team proposed in the bid document shall continue
throughout the duration of the assignment. In the event of any of the resource
person not being available for any unavoidable reason other resource person of
the Consultant with equivalent level of qualification and relevant experience
shall be deployed subject to prior approval of the Commission. Failure to meet
the criteria shall be construed as non-compliance of the terms of assignment
thereby making the Consultant liable for suitable action as per bid documents
and contract agreement.
d) Responses of bidders(s) not fulfilling the eligibility criteria conditions shall be
summarily rejected.
16 Financial evaluation
16.1 Those bidders who secure the minimum qualifying marks in the technical evaluation
shall be informed about the date and time of opening of financial proposal for being
present at the opening, if they so desire.
16.2 The financial proposals of technically qualified bidders will be opened by CEC in
the presence of their authorized representatives who may opt to be present for the
purpose. The quoted prices shall be read aloud and recorded in the proceedings.
16.3 The proposal with lowest quoted total price will be given a financial score of 100
and other financial proposals shall be given financial scores that are inversely
proportional to their quoted prices.

e.g., financial score of firm A = 100 x LQP/(QP)A


Where LQP = Lowest quoted price and (QP)A = Quoted price of firm A
17 Evaluation of financial and technical scores:

The total score shall be determined by weighting the technical and financial scores
and adding them. The weight given to the technical and financial proposals shall be
in the ratio of 70:30.
i.e. Technical Proposal: 0.7
Financial Proposal: 0.3
The bidder obtaining maximum score as per the above evaluation criteria (L1) shall
be the successful bidder for further action as per terms of the RfP.
Note: If two or more than two bidders get equal highest combined score then the
successful bidder shall be decided through draw of lottery in presence of the bidder’s
authorized representative.
18 Negotiation:
18.1 The successful bidder shall be invited for negotiation. The aim is to reach an
agreement on all points and to finalize the draft contract agreement document.
18.2 Negotiation will include discussion on the proposed methodology, work plan,
staffing, activities chart, staff and material logistics, and reporting as also the inputs
required to ensure satisfactory implementation of the assignment, but will not
include negotiation on financial bid.
18.3 In the event of the successful bidder not responding to negotiation/clarification as
required for as mentioned in clause 18.2 above, the Commission shall reserve the
right to reject the proposal and forfeit the Earnest Money and assign the work to the
L2 bidder.
18.4 The Commission may require specific assurances from the bidder that the key
member mentioned in the proposal will be available for the assignment and no
member of the team will be changed without prior consent of the Commission and in
case Commission is not satisfied with the working of any member of the team, he
shall be replaced by the bidder without delay, with the approval of the Commission.
19 Award of Contract: -
19.1 The successful bidder shall be required to execute a Contract Agreement as
mentioned in the RfP within the time limit specified therein.
19.2 Failure on the part of successful bidder to execute Contract Agreement within the
time schedule as specified in the RfP may lead to cancellation of the bid and
forfeiture of bid security (EMD) and other consequential action as mentioned under
para 18.3 hereinabove.
20 Performance Security:
The successful bidder shall have to deposit performance security in shape of
irrevocable Bank Guarantee for 10% of the total value of work valid for a period from
the date of contract agreement till six months after successful completion of the
contract, after which it shall be released. In the event of extension of
assignment/Contract, the Performance Bank Guarantee shall be suitably extended by
the Consultant. The Performance Bank Guarantee and/or the extended Bank
Guarantee shall be kept as security for performance of the contract/work and shall, if
need be, invoked for breach of any of the terms of the Agreement and/or for non-
performance by the Consultant.
21 Terms of Payment: -
The terms of payment shall be as under:
Payment for the period of engagement of consultancy services shall be made
proportionately on monthly basis within 30 days of submitting the bills, complete in
all respect subject to satisfactory performance as decided by the officer in charge of
the work. Further applicable deductions at source as per Income Tax, GST Act and
other statutory deductions shall be made from the amount payable to the consultant.
22 Confidentiality: -
The successful bidder shall maintain secrecy of all sources / information / data related
with the assignment. The successful bidder shall furnish bond of confidentiality of
data / information handed over to them or processed by them for undertaking the
consultancy job. The Consultant shall be duly bound to hand over the entire
record of assignment to the BERC before the expiry of the contract.
23 Miscellaneous: -
23.1 The successful bidder shall have to submit the required reports /papers/ studies in
hard copy as well as soft copy.
23.2 The persons deployed by the successful bidder shall be required to be available in the
office of the commission on all working days during the entire period of contract. The
Commission may provide space in the Commission office for working of the
Consultant without any logistical support, which shall be arranged by the successful
bidder on its own cost and risk.
23.3 From the time of opening of Bid and till its finalization, no correspondence of any
type shall be entertained, unless called for by the BERC. Any type of uncalled
clarifications on prices and/or rebates shall not be accepted. Unilateral
correspondence/ clarification/rebate/additions/ canvassing etc. from bidder side may
lead to cancellation of bid.
23.4 In the event of failure of consultant to successfully execute the work under contract
agreement within the specified time schedule, BERC may consider getting the work
done at the risk and cost of the consultant and may also impose penalty as the
Commission may deem fit in the matter.
24 Penalty
24.1 In case of failure to complete any of the tasks listed in the RfP or failure to
complete the assignment in time to the satisfaction of the Commission or for not
making available the services of any individual professional committed by the
Consultant and /or any contravention of the covenants of the Contract, an amount
proportionate to the incomplete work and /or an amount as determined by the
Commission for delay in completion of the assignment, or such contravention shall
either be recovered from the payable professional fee or by invoking Bank
Guarantee or both.
24.2 Non-compliance of Para 18.4 of RfP shall also attract following penalty:
▪ If the team member who is supposed to be available before the Commission for the
completion of scope of work is not available then a suitable proportionate amount
would be deducted from the monthly bills of the firm.
▪ If suitable replacement of team member is not made available by Consultancy Firm
with prior approval of the Commission, then suitable deduction from the monthly
bill(s) of the firm shall be made for the period of such occurrence.
25 Any dispute in connection with the bid is subject to Patna jurisdiction only.

***********
ANNEXURE: T1
Format of Curriculum Vitae
(CV) for Key Professional Staff
(who would be working on the
proposed assignment) along
with relevant experience as per
clause 3 of RfP
(Provide separate sheet for each Staff/ Resource personal along with documentary support)

Name and address of the bidder:

1.Proposed designation in this assignment

2. Name
3.Date of birth and nationality
*4. Designation in the bidding firm
*Specify nature of employment with bidder firm (permanent
payroll of bidder/ on contract /any other mode of
engagement)
5.Years of working with bidding firm
6.Details of task assigned in the bidding firm
7. Academic qualifications from Graduation onwards
(a) Degree (with specialization if any)
(b) Institute/college and University/Board
(c) Year of passing
(d) Membership in professional societies
8.Overall experience of providing consultancy in
regulatory matters to
CERC/SERC/JERC/MoP/MNRE/CEA
9. Details of relevant professional experience as per < Works undertaken that illustrate capability
clause 3 to handle the task assigned. Use up to one
(a) Title and description of assignment page for objective, scope of work and outcome
(b) Name, address and contract number of the client of each assignment >
(c) Contract value of assignment (in Indian Rs.)
(d) Duration of assignment (Start date
andcompletion date)
(e) Position held in the assignment

Certification:
I, the undersigned, certify that, to the best of my knowledge this biodata correctly describes myself,
my qualifications and my experience.

Date: Signature of the Professional Staff/Resource Person

Date:

Signature:
Name and
Designation of
Signatory:
Name of the
Firm:
Address:
ANNEXURE: T2

Name and address of the bidder:

I. FIRM’SGENERALINFORMATION

a. Name and address of the firm:

b. Name and designation of the authorized signatory:

c. Contact address of the authorized signatory:(e-mail/telephone/mobile)

d. Net-worth/Turnover of the firm: (as per clauses 3 (e) supported by


Annual Statement of Accounts of last three Financial Years i.e. FY
2023-24, FY 2022-23 and FY 2021-22)
e. PAN, TAN and GST Number of the firm:

II. FIRM’SASSIGNMENTS
(Format for relevant assignment(s) carried out in last seven years as per
clause 3(d) that best illustrate experience/qualifications) (Provide
separate sheet for each assignment along with documentary support
including copy of work order/contract, completion certificate etc.)

1.Titleanddescriptionof assignment
2.Name, address and contact number
ofthe client
3.Contract value of assignment (in
IndianRs.)
4.Duration of assignment (Start date
andcompletion date)
5. Key professional staff including
senior staff (as Project Director/
Coordinator, Team Leader)
involvedin the assignment (attach
profiles) along with their duration
of assignment
6.Any other relevant information

Date: Signature:

Name and Designation of Signatory:


Name of the
Firm:
Address:
ANNEXURE: T3

CHECK LIST

This check list is only to assist the bidder in preparing the bid document and covers only
certain important items required for evaluation of proposal and is not exhaustive. It is the
responsibility of the bidder to ensure submission of all necessary data / information as
called for in the RFP document. Please attach index, flag, give clear reference for the
supporting documents and all information sought in RFP to locate easily.

Please tick to ensure compliance.

1. Whether the Bid Document is in English language?


2. Whether requisite cost towards RFP document and bid security for proposal in
appropriate form has been enclosed?
3. Has the Bid been submitted in three sets?
4. Whether the following documents have been submitted with the proposal?
a) Experience of bidder and its team proposed (Annexure T-1, T-2,)
b) Profile of the bidder
c) Details of the structure of the bidder organization for implementation of the
task under reference as well as Memorandum of Association and Articles of
Association, Certificate of Incorporation etc.
5. Whether Technical Proposal and Financial Proposal for the assignment have been
placed in separate sealed envelopes with proper subscription.
6. Whether the three sealed envelopes of Bid have been placed in a sealed packet with
subscription as per RFP.
7. Whether a list of documents, data, brochures etc. submitted in support of the claims
mentioned in the BID has been enclosed, flagged and page numbered?
8. Whether the authorized signatory has signed each page of the Bid?

(Authorized Signatory)
(Name & Title of Signatory)
Name and Address of the Firm
with seal
ANNEXURE: T4

PROPOSAL SUBMISSION FORM

No. Date:

To

The Secretary
Bihar Electricity Regulatory Commission,
Vidyut Bhawan - II
Nehru Path (Bailey Road), Patna - 800 021

Sir,

Sub: For providing consultancy services to BERC for assisting the commission
on day-to-day basis in the activities as mentioned in the scope of work of
the tender xxxx.

1.0 With reference to the Bid documents we, the undersigned, having examined the
Bid Documents (insert numbers.............), including Addenda (Nos………), hereby
offer to provide the consultancy services for providing services to BERC.

2.0 Attachments to the Proposal Submission Form:


In line with the requirement of the Bid Documents, we enclose herewith the
following attachments to the Bid Form:
a. Attachment 1:
(i) Tender document fee Rs. 10000/- (Rupees Ten thousand) (Demand
draft No…………. dated…………. Drawn in favour of Bihar
Electricity Regulatory Commission, payable at Patna.
(ii) Earnest Money of Rs. 400,000/- (Rupees Four Lack) in the shape of
Demand Draft No. dated drawn in
favour of the Bihar Electricity Regulatory Commission, payable at
Patna.
b. Attachment 2:
Power of attorney duly notarized by a Notary indicating that the person(s)
signing the bid document have the authority to sign the bid and that the bid
is binding upon us during the full period of its validity.

3.0 We are also submitting our proposal, which includes the "Technical Bid" and the
"Financial Bid" in separate sealed envelopes. Authorized signatory has signed each
page of the proposal.
4.0 We certify that during this assignment we shall not take up any assignment with
the power utilities of Bihar regulated by the Commission, namely BSP(H)CL,
BSPGCL, BSPTCL, BGCL, SLDC, NBPDCL and SBPDCL or with any other
organizations working with which would constitute conflict of interest.
5.0 We understand that you are not bound to accept any bid, you may receive.
6.0 We, hereby, declare: -
(i) that only the persons or firms interested in this proposal as Principals are
named here and that no persons or firms other than those mentioned herein
have any interest in this proposal or in the contract to be entered into, if the
award is made on us;
(ii) that this proposal is made without any connection with any other person,
firm or party;
(iii) that submitting this proposal is in all respects for and in good faith, without
collusion or fraud.

Thanking you,

Dated this .................day of..................


Yours faithfully,

(Authorized Signatory)
(Name & Title of Signatory)
Name and Address of the Firm with
seal

(Bidders may note that no prescribed proforma has been enclosed for Power of Attorney and Bidders may
use their own proforma for furnishing the required information with the Bid.)
ANNEXURE: F1

FINANCIAL PROPOSAL SUBMISSION FORM

No. Date:

To,
Secretary
Bihar Electricity Regulatory Commission
Vidyut Bhawan - II
Nehru Path (Bailey Road),
Patna – 800 021

Sub: For providing consultancy services to BERC for assisting the


commission on day-to-day basis in the activities as mentioned in the
scope of work of the Tender No. xxxxx..

Sir,

We, the undersigned, offer our financial proposal to provide the consultancy
services as per tender No… dt………... in accordance with your Bid Documents
(RFP) and our Technical Proposal. Our attached Financial Proposal is

(i) Rs. ..............................for the scope of services as mentioned in tender no. xxxxx
Sr.
Resource Rate/Person Month (INR/Month)
No.
1 Resource 1
2 Resource 2
3 Resource 3
5 .. ..
4 TOTAL

The indicated amount is firm and is inclusive of our professional fee, profits and all
applicable taxes and levies. No price variation and extra payment will be claimed in
excess of this amount.

Our Financial Proposal shall be binding upon us up to expiration of the validity period of
the proposal. Each page of the proposal has been signed by the authorized signatory.

We understand you are not bound to accept any proposal that you receive.

(Authorized Signatory)
(Name & Title of Signatory)
Name and Address of the Firm with seal
ANNEXURE: F2

SUMMARY OF COSTS

Sr.
Costs Amount (s) Rs.
No.
1 Total cost (including manpower cost)

Applicable Taxes (Provide details)

(i)
2
(ii)

(iii)

3 Total Amount of the Bid Proposal (1+2)

Total Amount (In words) Rupees )

(Authorized Signatory)
(Name & Title of Signatory)
Name and Address of the Firm
with seal
Annexure-I
For information to the bidders
-------------------------------------------------------------------------------------------------------------
Criteria for Evaluation of Technical Bids invited for providing consultancy
services to BERC

The eligibility criteria under Para 3 of the RFP states as under: -


"3. ELIGIBILITY AND QUALIFICATION REQUIREMENT: -
a. The bidder must be a registered firm/legal entity. Joint
venture/consortium/association of independent consultants shall not be
allowed.
b. The bidder must have sound understanding of the assignment
mentioned under Scope of Work. The bidder should have adequate
technical, financial, commercial and legal knowledge with practical
experience of Indian power sector.
c. The bidder should have clear understanding of the Electricity Act, 2003,
Rules and Regulations made there under, applicable Policies, Legal
matters related to Power sector, Regulatory framework, developments
and reforms at Central and State levels.
d. The bidder must have completed at least three assignments, of
providing consultancy to Ministry of Power/Ministry of New and
Renewable Energy, Government of India, CEA, State/Joint/Central
Electricity Regulatory Commissions on retainership basis in regulatory
and other related matters for aggregated period of at least three years
during the last seven years from the last date for submission of bids.
The bidder is required to submit work order(s) indicating the value of
work awarded along with a certificate from the respective Client(s)
declaring that the work has been completed satisfactorily. Submission of
competition certificate is essential.
e. The bidder should have minimum average audited annual turnover
(MAAT) of Rs. 100 (Hundred) crores from their consultancy business
during each of the three financial years 2021-22 to 2023-24 and it
should have adequate financial capability and status to meet the
financial obligations pursuant to the services covered in the Bid
document substantiated by the admissible documents/proofs.
f. The bidder should have a Permanent Account Number (PAN) & Goods and
Service Tax Number (GST).
g. The bidder should have sufficient required manpower with required
experience and skills to carry out the works as per terms of reference.
h. The resources proposed must be a full-time regular employee of the
firm/company.
i. The Consultant appointed by the Commission shall in no case represent
or give opinion or advice on the specific matters covered in the RfP
simultaneously or concurrently to any regulated entity of the
Commission. The Consultants shall inform the Commission their existing
assignments with the regulated entities of the commission, if any, which
may have bearing on the regulatory advice covered under this RfP.
The bidder shall be required to disclose conflict of interest if any in
the bid clearly. The Commission shall be at liberty to reject the bid or
terminate the contract at any stage without any liability if such conflict
of interest comes to its knowledge.
It shall also be incumbent upon to bidder to not accept any assignment
under any of the regulated entities of this Commission during the entire
tenure of the contract.”
The Consultation Evaluation Committee will analyze the above
eligibility criteria specified in different sections of para 3 of RFP
document along with following technical evaluation criteria for each of
the Bidders as per para no.15 of RFP document:

Technical Evaluation

Para 15.2.2of RFP:- Evaluation of technical bids will be done by the CEC considering
the criteria fixed by the Commission. Each criterion shall be marked on a scale of 1 to 100
and then the marks for each criterion shall be weighted to arrive at weighted average
technical scores. Marks as under will be used by the CEC to calculate the weighted
average technical score for each proposal.
Sr No Criteria Marks
(i) Bidders relevant experience for the assignment (In terms of length 25
of experience and no. of assignment)
(a) Length of experience – 10 marks
(b) No. of assignments – 15 marks
(ii) Adequacy/quality of the proposed work plan and its methodology 10
proposed (Bidders to give Power Point Presentation (PPT) in this
regard)
(iii) Qualification, competence and experience in the relevant field of
the key personnel proposed for the assignment (Total marks 55
distributed below)
(a) General qualification 25
(b) Adequacy for assignment (no of assignments handled) 25
(c) Indian experience 05
(iv) The extent of transfer of knowledge to staff of the commission 10
Total full marks 100
The Evaluation Committee will evaluate the bids in respect of each
criterion mentioned above as detailed below:-

15.2.2(i) Evaluation Criteria for Marking Bidder's Relevant Experience


for the assignment- Full Marks-25
As per clause 15.2.2 (i) of the RFP document twenty-five (25) marks is
assigned for "Bidder’s Relevant experience for the assignment (in terms of length
of experience and no. of assignments)”. The above twenty-five (25) marks shall be
spread to hundred (100) for purpose of marking as detailed below and then
reduced to weighted average of 25 marks.

Sl. Particulars Full Marks Spreaded


Marks (Out
of 100)
(a) Length of experience 10 50
(b) No. of assignments 15 50

(a) Length of experience:


Ten (10) marks assigned for the Length of experience will be spreaded to
50 marks as below for allotting marks:
Bidder’s experience in handling Assignments related to
Formulation/Review/Amendment of Regulation/Regulatory work on
behalf of SERC/JERC/CERC/MNRE/MoP/CEA-
i. Minimum Experience of 3 (three)years- 30 Marks;
ii. Experience of more than 3 (three) years
and less than 7(Seven) years– 40 Marks;
iii.Experience of 7 years and more– 50 Marks

(b)No. of assignments (No. of assignment handled):


The 15 marks assigned for the number of assignments handled in
immediately preceding seven financial years will be spreaded to 50
marks as below for evaluation purpose:

No. of assignment Assignment related to formulation of Regulations Full marks


started and completed and/or regulatory work on behalf of CERC/
during FY 2017-18 to SERC /JERC/MoP/MNRE/FOR/CEA
2023-24

(a) At least three 30

(b) Four to Five 40 50

(c) Above Five 50

The bids of eligible firms received in response to the Request for Proposal (RFP)
for the Bidder's relevant experience for the assignment in respect of each bidder
will be analyzed on the basis of the evaluation criteria and the method stated
above including the allocation of marks relevant to the assignment.
15.2.2 (ii) The Adequacy / Quality of the Proposed Work Plan and its

Methodology Full Marks - 10

As per the method fixed in the RFP the above 10 marks shall be spread to 100
(Hundred) marks for the purpose of marking as detailed below in table and then
the marks allotted would be reduced to weighted average of 10 marks

Sl. Particulars of Adequacy/Quality of the proposed work plan and Full


No. its methodology marks
(a) Adequacy/quality of the proposed work plan and its methodology 100
proposed (Bidders to give Power Point Presentation (PPT) in this
regard)

The Committee will evaluate the approach/work plan and methodology proposed
during presentation and accordingly will award the marks as mentioned above.
15.2.2 (iii), Qualification, competence and experience in the relevant field of the personnel proposed for the assignment,
Adequacy of Assignment, Indian experience Full Marks-55
15.2.2 (iv),
15.2.2 (v)

As per clause 15.2.2 (iii), 15.2.2 (iv),15.2.2 (v) of the RFP document fifty-five (55) marks is assigned for "Qualification
competence and experience in the relevant field of the personnel proposed for the assignment." The above fifty-five(55)
marks shall be spread to hundred (100) for purpose of marking as detailed below and then reduced to weighted average of
55 marks.

Sl. Particulars Full Marks Spreaded Marks


(i) General Qualification 25 45
(ii) Adequacy for assignment (No. of assignment handled) 25 45
(iii) Indian Experience 5 10

(i) General Qualification:

The 25 marks assigned to general qualification is spread to 45 marks as below for allotting marks:

A. General education Marks


assigned -
20
(a) Graduate in Economics/Commerce/Maths/Statistics 12
(b) PG (Economics/Commerce/Maths/Statistics.)/B.Tech/MCA/LLB 14
(c) M.Tech. (Elect, Computer, Electronics/Power System)/MBA/PGDMA/CA/CS/ICWA/LLM 16
(d)B.Techor M.Tech. or Masters in Maths/Commerce/Economics/LLB +MBA(Fin)/PGDMA 20
(e) Ph.D in (Elect./Power System/Electricity tariff/Gen/transmission/distribution/ operation of electricity) 20
B. Length of experience & position held Marks
assigned-
20
(a) Upto3years 12
(b) 04-07 Years 16
(c) More than 07 Years 20

Marks
C. Time with consulting firm as regular staff in relevant field assigned-
5
(a) 3Year 3
(b) 4-5 Years 4
(c) More than 5 Years 5
(ii)Adequacy for assignment:
The 25 marks assigned to adequacy of assignment is spread to 45 marks as below for al lotting marks.
No. of assignment Assignment related to formulation of Regulations Full marks
started and completed and/or regulatory work on behalf of CERC/
during FY 2017-18 to SERC /JERC/MoP/MNRE/FOR/CEA
2023-24

(a) At least three 27

(b) Four to Five 36 45

(c) Above Five 45


(iii) Indian Experience-
The 05 marks assigned for the Indian experience is spread to 10 marks as below for allotting marks
Marks assigned-10

Knowledge of Administrative system, Organization & culture at the local/regional level


(a) Experience of three year 6
(b) Experience of five Years 8
(c) Experience of six& more years 10

Under these criteria for allocation of marks to the different bidders, relevant qualification and experience of their personnel
will be considered for evaluation and based on above, evaluation of respective bidders will be done.
15.2.2 (vi)Marks allotted in the extent of transfer of knowledge to staff of the Commission

As per clause 15.2.2(vi) of the RFP evaluation of bids for the extent of transfer of knowledge to staff of the Commission is to be done for
a score of 10 marks. As per the method fixed in the RFP the above 10 marks shall be spread to 100 for the purpose of marking as
detailed below in table and then the marks allotted would be reduced to weighted average of 10 marks.

Marks Allotted to

Particular Full Marks


Name of bidder Name of bidder 2 Name of bidder 3 Name of bidder 4 Name of bidder 5
1
Spread Marks 100
Reduced to weighted 10
average of 10 Marks
Chart showing criteria wise total marks allotted to each bidder after evaluation of Technical Bid

Sr No Criterion of Para 16.5 of RFP Full Marks Total Total Total Total
marks marks marks marks
obtained obtained obtained obtained
by Bidder by Bidder by Bidder by Bidder
1 2 3 4
(i) Bidders relevant experience for the assignment (In terms of 25
length of experience and no. of assignment)
(a) Length of experience – 10 marks
(b) No. of assignments – 15 marks
(ii) Adequacy/quality of the proposed work plan and its methodology 10
proposed (Bidders to give Power Point Presentation (PPT) in this
regard)
(iii) Qualification, competence and experience in the relevant field of
the key personnel proposed for the assignment (Total marks 55
distributed below)
(a) General qualification 25
(b) Adequacy for assignment (no of assignments handled) 25
(c ) Indian experience 05
(iv) The extent of transfer of knowledge to staff of the commission 10
Total Marks 100
Status on the basis of marks obtained in technical bids
Bihar Electricity Regulatory Commission
Reference 15.5 of RFP

Comparative Statement of Manpower details based on information submitted by the bidders in Annexure T1 of RFP.

Name of Bidders
No. of No. of Assignment Indian
Time with Assignment related to other experience
consulting related to regulatory work (No. of
Sl. Name and Length of firm as preparation of year)
Particulars
No. educational Experience staff in regulations
qualifications (No. of year) relevant beside other
field (No. of regulatory
year) work.

1 Resource 1

2 Resource 2

3 Resource 3

You might also like