Beruflich Dokumente
Kultur Dokumente
Detailed Investment Grade Energy Audit (IGEA) of Pandit Ravi Shankar Shukla
University (PRSU) Campus, Raipur, Chhattisgarh
RfQ No: CREDA/EC/F-11N/9222
Last Date & Time for Submission of Bids: 20th October 2015 (From 11:00AM to 1:00PM)
Address for Submission of Bids:
Chief Engineer
CREDA
2nd Floor, CSERC Building, Shanti Nagar, Raipur 492001 (Chhattisgarh)
Any changes in the RfQ / last date for submission shall be published only in our website:
www.creda.in
DATA SHEET
Purpose
(1) INTRODUCTION
CREDA has been constituted on 25th May 2001 under the Department of Energy,
Government of Chhattisgarh for implementation of various schemes pertaining to
Renewable Energy sources and Energy Conservation activities. The Government of
Chhattisgarh has notified CREDA as the State Designated Agency (SDA) of Bureau of
Energy Efficiency (BEE), Ministry of Power, Govt. of India to coordinate, regulate and
enforce the provision of the Energy Conservation Act-2001 and implement schemes under
the said Act of Ministry of Power, Govt. of India within the State of Chhattisgarh. Under this
mandate, CREDA promotes & implements energy efficiency and conservation activities in
the State of Chhattisgarh.
This RfQ document is for hiring of an Agency for conducting Detailed Investment Grade
Energy Audit (IGEA) of Pundit Ravishankar Shukla University (PRSU) campus, Raipur,
Chhattisgarh. The University is located in the western part of Raipur city and spread on 207
acres of land. The main objective of this RfQ is to identify the energy conservation
opportunities in the energy consuming equipments and to suitably suggest and associate
with PRSU in implementation of energy saving projects to ensure the suggested gains. This
would involve carrying out an in detailed IGEA of the Buildings of PRSU to improve its
overall energy efficiency leading to cost reduction/savings and in particular to review the
present energy consumption scenario, monitor and analyze the use of energy and explore
energy conservation options, submission of a Detailed Audit Report (DAR) containing
recommendations for improving energy efficiency with cost benefit analysis and technical
specifications for any retrofit options with list of suppliers/manufacturers of energy efficient
technologies.
The main source of energy to PRSU is electricity from CSPDCL. The energy cost of PRSU
during the year 2014-15 was Rs. 56.11Lacs.
(vii)
(viii)
(ix)
Infrared Thermography - HT/LT panels where applicable, DBs, MCBs, SMDB (Light
& Power), MDB (Light & Power), Wall & Floor Sockets, Stabilizers, UPS, A/C Units,
Exposed Terminations of Cables, exposed cables/wiring, etc.
Suggestion for reducing the network loss and to improve monitoring system
Exploring the Energy Conservation Measures (ENCON)
(5) FEES
All bids must be accompanied by a non-fundable Bid Processing Fee (BPF) of Rs.
5,000/- (Rupees Five Thousand Only) and Earnest Money Deposit (EMD) of Rs.
50,000/- (Rupees Fifty Thousand Only)
The BPF and EMD shall be in the form of two crossed Demand Draft drawn on any
nationalized/ scheduled bank in favour of CREDA payable at par in Raipur.
These should be included separately from the technical and financial proposals.
Proposals not accompanied by BPF and EMD shall be rejected as non-responsive.
No bidder shall claim for any relaxation in BPF and / or EMD
EMD will be retained as security deposit and will be refunded after the completion of
contract
No interest shall be payable by CREDA on EMD
No bank guarantee will be accepted in lieu of EMD.
The EMD of the unsuccessful bidders would be returned back within one month of
signing of the contract.
The EMD shall be forfeited by CREDA in the following events:
If proposal is withdrawn during the validity period or any extension agreed by the
bidder thereof.
If the proposal is varied or modified in a manner not acceptable to CREDA after
opening of Proposal during the validity period or any extension thereof.
If the bidder tries to influence the evaluation process.
If the bidder withdraws its proposal.
In the event of any refusal or delay on the part of the successful bidder to accept
CREDAs offer for award of work or sign and execute the contract on acceptance of
his bid.
The successful bidder delays the commencement of work as per the contract.
(vi)
The bid and all associated correspondence shall be typed / written in English and
shall conform to prescribed formats, provided that any printed literature furnished by
the bidder may be written in another language so long the same is accompanied by
an English translation in which case, for purposes of interpretation of the bid, the
English translation shall govern. Any interlineations, erasures or over writings shall
be valid only if they are initialled by the authorized person signing the Proposal.
(vii) The bid shall be signed by the Bidder or duly authorized person(s) to bind the Bidder.
The letter of authorization shall be indicated by written Power of Attorney and shall
accompany the Bid.
(viii) Bids received by fax / email shall be treated as defective, invalid and rejected. Only
detailed complete proposals in the form indicated above received prior to the closing
time and date of the proposals shall be taken as valid. CREDA shall not be liable for
any delay in postal / courier services
(ix)
CREDA requires that recipients of this document to maintain its contents in the same
confidence as their own confidential information and refrain from any public
disclosure whatsoever.
(x)
Only the intended bidders confirming to the minimum eligibility criteria shall be
considered
(xi)
The intended bidders are requested to inspect the site, if required, before submitting
the offer. The bidder shall be deemed to have carefully examined the work and site
conditions including labour, the general and special conditions, the job requirements,
schedules of equipments and drawings and shall be deemed to have visited the site
of work, to have fully informed himself regarding the local conditions and carried out
his own investigations to arrive at the matter concerning the contract he shall in good
time, before submitting his bid, ascertain the particulars thereof by contacting the
concerned officials before bidding.
(xii) The rate for work shall be inclusive of all taxes, duties; works contract tax, sales tax,
service tax, VAT etc.
(xiii) The amount quoted shall be written in both words as well as in figures. In case of
any difference of amount in figures and words, the lowest amount shall be
considered
(xiv) Conditional bids will not be accepted and will be summarily rejected.
(xv) CREDA reserves the right to reject any bid without assigning any reason and to
restrict the list to any number deemed suitable by it, if too many applications are
received satisfying the minimum eligibility criteria.
(xvi) The Bidder shall provide name & CV of personnel of the agency who shall be the
Team Head assigned to work at site. The CV must have name of staff,
profession/designation of staff, proposed position in the team, whether employee of
the firm or consultant; if employee, then number of years with the firm, key
qualifications, academic background, experience and languages known.
(xvii) The Bidder shall not sub-let the whole of the works, except where otherwise provided
in the contract. The Bidder shall not sub-let any part of the work, without prior written
consent of CREDA and such consent if given, shall not relieve the Bidder from any
liability or obligation under the contract and he shall be responsible for acts, defaults
or negligence of any sub-contractor, his agents, servants or workmen as fully as if
they were the acts, defaults or negligence of the agency, his agents, servants or
workmen.
(xviii) In the event of the successful Bidder failing to complete the works within the
stipulated or authorized extended period of completion, CREDA may, not
withstanding anything contained to the contrary in the RfQ, cancel the work at any
time without being liable in any manner whatsoever, by giving 7 days notice in writing
to the Bidder and proceed to complete the work or get completed the work through
other bidder, the works which have remained in complete or not done at that time of
such termination at the risk and cost of the Bidder and in which case the EMD of the
bidder shall stand forfeited and be absolutely at the discretion of CREDA.
Commencement of IGEA
Within 15 days of receipt of
order from CREDA
condition that such penalty shall not exceed 5% of the total value of incomplete portion
of the work.
(iv) All applicable taxes as deductable at source will be deducted from the bill amount.
(v) No living accommodation and/or transportation for the personnel of the auditing firm
shall be provided by CREDA.
Annexure A
Format for Covering Letter (On Bidders Letter Head)
Date:
To,
Chief Engineer, CREDA
2nd Floor, CSERC Building, Shanti Nagar, Raipur, CG 492001
Sir,
Sub: Hiring of a Agency for Carrying Out Detailed Investment Grade Energy Audit
(IGEA) of Pundit Ravi Shankar Shukla University (PRSU) Campus, Raipur
1. I/We, the undersigned, having read and examined in detail the RfQ documents do
hereby express our interest to provide carry out energy audit as specified in the RfQ.
2. I/We have read the provisions of RfQ and confirm that these are acceptable to us and
further declare that additional conditions, variations, deviations, if any, found in our
proposal shall not be given effect to.
3. We agree to abide by this proposal consisting of this letter, the Pre-qualification and
Technical Proposal, the duly notarized written power of attorney, and all attachments
4. Until the formal final Contract is prepared and executed between us, this Proposal shall
constitute a binding contract between us.
5. We hereby declare that all the information and statements made in this proposal are
true and accept that any misinterpretation contained in it may lead to our
disqualification.
6. We understand you are not bound to accept any proposal you receive.
7. We understand that you are not bound to accept the lowest or any bid you may receive
8. All personnel listed in the technical proposal will be available to provide the required
services for the work as set out in the technical proposal
9. I / We further understand that pre-qualification and selection of Team Head will be in
accordance with CREDAs terms and conditions subject to the authority of CREDA to
alter or amend the same keeping in view of the exigencies of the work.
10. We have not indulged in any corrupt or fraudulent practices in preparing this proposal.
11. The person signing the cover letter and the proposal has due authorization.
12. We shall bear all costs incurred in connection with the preparation and submission of
the proposal and to bear any further pre-contract costs
13. We are not involved in any major litigation that may have an impact of affecting or
compromising the delivery of services as required under the Project.
14. We are not black-listed by Central/State Government /Public Sector Undertakings in
India.
15. Our correspondence details are as stated below:
1
2
3
4
5
6
7
8
Thanking you,
Yours faithfully
10
ANNEXURE B
Format for Eligibility of Bidder
Sr. No.
1
2
3
Particulars
Name of Bidder
Address of Agency
Year of Registration
Incorporation in India*
Details
/
FY2012-13
FY2013-14
Annual
Turnover from
Consultancy Services** (In
Rs. Lacs)
Annual Profit** (In Rs. Lacs)
11
FY2014-15
Annexure C
Format for Prior Experience of Bidder
Assignment / Job Name:
Nature of Assignment:
Description of Project
Approx. value of the contract (in Rupees):
Location within country:
Duration of Assignment / Job (months):
Name of Client:
Address and Contact Details:
Start date (month/year):
Completion date (month/year):
Work Order Reference No. & Date
Name of senior professional staff of your firm involved
and functions performed
Description of actual Assignment/job provided by your
staff within the Assignment/job along with the
achievements
Note:
(i) Please attach Letter of Intent or Work Order or Certificate of successful completion for
each project, from the respective Client(s).
(ii) Please mentioned clearly the all information for evaluation of minimum technical
requirements. CREDA shall not be responsible for vague/not clearly stated requirements as
required for evaluation.
12
Annexure D
Format for Prior Experience of Team Head
Name
Age
Qualification
Present Designation in the Organization
Experience
Nature of Works Handled
Name of Projects Handled
Date from which employed in your organization
Indicate details of experience for similar projects
Note:
(i) Indicate other points, if any, to show technical and managerial competency to indicate
any important point in your favour.
(ii) Please mentioned clearly the all information for evaluation of minimum technical
requirements. CREDA shall not be responsible for vague/not clearly stated requirements as
required for evaluation.
13
Description of Work
Detailed Investment Grade Energy
Audit of Pandit Ravishankar
Shukla
University,
Raipur
(Chhattisgarh) and submission of
recommendations as per the scope
of the work
Rate (Rs.)
Amount (Rs.)
Lump-sum
-------------------%
-----------
TOTAL
Note: The Quoted rates shall be inclusive of all taxes, duties, works contract tax, sales tax,
service tax, VAT, etc. No extra payment will be made in any account for the above work.
Amount in words (Rupees only)
Amount in Words: Rupees _______________________________________
14