0% found this document useful (0 votes)
38 views89 pages

NIT No.

Uploaded by

arunknura
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
Download as pdf or txt
0% found this document useful (0 votes)
38 views89 pages

NIT No.

Uploaded by

arunknura
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 89

NIT No.

:214/PR/JBVNL/2024-25

Request for Proposal


for
Appointment of Agency for Providing “Appointment of Agency for Providing
“Optical Character Recognition (OCR) based on Artificial Intelligence
(AI)/Machine Learning (ML) solution for Meter Reading” in
JBVNL

General Manager (Revenue)


Jharkhand Bijli Vitran Nigam Limited
HEC Building, Dhurwa,
Ranchi, Jharkhand - 834004
Phone No.: +91 9431708980, 7992276731
E-mail:[email protected]

Last Date of Submission: 29/10/2024 at 12:00 Hrs.


Cost of Bid Document: Rs. 23,600/- plus GST (Non-Refundable)
Bid Security (EMD): Rs. 24,00,000/-
Table of Contents
Section-I: Bid-Information Sheet ..............................................................................................4
Section- II: Instructions to Bidders ............................................................................................6
1. Definitions...................................................................................................................6
2. Background .................................................................................................................6
3. Introduction ................................................................................................................7
4. Objective ....................................................................................................................7
5. General Instructions .....................................................................................................8
6. Qualification Criteria ....................................................................................................8
7. Tender Document Fee .................................................................................................13
8. Earnest Money Deposit (EMD)......................................................................................13
9. Pre-Bid Meetings, clarifications/amendment of Tender Documents ......................................14
10. Cost of Bidding .......................................................................................................14
11. Language of Bids .....................................................................................................14
12. Submission of Bid ....................................................................................................14
13. Documents Comprising the Bid ..................................................................................16
14. Financial (Price) Bid ................................................................................................17
15. Period of Validity of Bids ..........................................................................................18
16. Deadline for the Submission of Bid .............................................................................18
17. Modifications / Substitution / Withdrawal of Proposals ..................................................18
18. Opening of Technical Proposal ..................................................................................18
19. Evaluation and Comparison of Bids ............................................................................19
20. Confidentiality ........................................................................................................19
21. Evaluation of Technical Proposal ...............................................................................19
22. Evaluation of Financial Proposal ................................................................................22
23. Rejection of Bids .....................................................................................................22
24. Disqualification .......................................................................................................22
25. Acceptance of the Bid and Notification of Award ...........................................................24
26. Agreement /Signing of Contract .................................................................................24
27. Security Deposit (Performance Bank Guarantee & Demand Draft)...................................25
28. Conflict of Interest...................................................................................................26
29. Miscellaneous .........................................................................................................26
30. MSME Policy Applicability .......................................................................................26
31. Gifts & Commissions ...............................................................................................28
32. Rules & Regulations ................................................................................................28
33. Compliance of Labour Legislation ..............................................................................28
34. Safety of Manpower, System and System Security .........................................................28
35. Insurance ...............................................................................................................29
36. Liability for Accidents and Damages ...........................................................................30
37. Fall Back Arrangement ............................................................................................31
38. Subletting of Contract ..............................................................................................31
39. Change in Laws and Regulations ................................................................................31
40. Performance Review ................................................................................................32
41. Settlement of Disputes ..............................................................................................32
42. Governing Laws and Jurisdiction ...............................................................................32
43. Force Majeure ........................................................................................................32
44. Change of Quantity..................................................................................................33
1. General Description ....................................................................................................34
2. Requirement regarding Optical Character Recognition (OCR) based on Artificial Intelligence
(AI)/Machine Learning (ML) solution for Meter Reading through Spot Billing. ............................46
3. Deployment of Manpower ............................................................................................47
4. Eligible Payment ........................................................................................................48
5. Bill verification & Payment Process ...............................................................................48
6. Penalties ...................................................................................................................49
7. Service Level Agreements ............................................................................................49
8. Termination of Contract ..............................................................................................50
Schedule 1: Covering Letter for Submission of Technical & Commercial Proposal ..............................56
Schedule 2A: Power of Attorney to be provided by the Bidding Company/Lead Member in favour of its
representative ....................................................................................................................60
Schedule 2B: Power of Attorney to be provided by each of the other members of the Consortium in favour of
the Lead Member ...............................................................................................................62
Schedule 3: Format for Performance Bank Guarantee ..................................................................64
Schedule 4: Format for Consortium Agreement ..........................................................................67
Schedule 5: Format for Fulfilment of Qualifying Requirement .......................................................71
Schedule 6: Format for undertaking towards Blacklisting and/or debarred .........................................77
Schedule 7: Format for No Deviation Undertaking ......................................................................78
Schedule 8: Covering Letter for Submission of Financial Proposal ..................................................79
Schedule 9: Price Bid ..........................................................................................................81
Schedule 10: Undertaking for Payment of Minimum Wages & To Follow Government Rules ................83
Schedule 11: Affidavit Towards Non-Involvement in Litigations ....................................................84
Schedule 12: Declaration Certificate of Blood Relation ................................................................85
Schedule 13: Declaration Certificate of Tax Clearance .................................................................86
Schedule 14: Format for Financial Qualification Certificate ...........................................................87
Schedule 15: Manufacturer Authorization Form (MAF)................................................................88
Section-I: Bid-Information Sheet
Project summary Appointment of Agency for Providing “Optical Character Recognition
(OCR) based on Artificial Intelligence (AI)/Machine Learning (ML)
solution for Meter Reading in JBVNL”
Project Area The Package wise project area is as below
Package – A: Dhanbad, Dumka, Giridih & Hazaribagh Electric Supply
Area
Package – B: Jamshedpur, Medininagar & Ranchi Electric Supply Area
Project Duration The project duration shall be initially for Three Years, extendable for an
additional two year (One year at a time) based on satisfactory
performance and mutual agreement.
Tender Document Non-refundable Tender Fee of Rs. 23,600/- (Rs. Twenty Three Thousand
Fee and Six Hundred Only) including applicable GST @ 18%, as per relevant
provisions in this document
Bid-Submission Bidders who wish to participate in this Bid will have to register on
and registration http://www.jharkhandtenders.gov.inand must procure Digital Signature
Certificate.
For information on Registration with e-procurement and online Bid
submission, bidder may contact help desk of e-Procurement system at the
following web address: www.jharkhandtenders.gov.in.
Start date for From 09/10/2024 at 10:30 Hrs.
downloading of
Tender document
Last date & time Up to 15/10/2024 at 18:00 Hrs.
for submission of
Pre-bid Queries
Pre-Bid Date 16/10/2024 at 12:30 Hrs.

Last date and time Up to 29/10/2024 by 12:00 Hrs


of receipt of Bids
online
Due date of Technical Bid 30/10/2024 at 12:00 Hrs
opening
Bid to be addressed General Manager (Revenue)
to Jharkhand Bijli Vitran Nigam Ltd
Engineer's Building, Dhurwa
Ranchi - 834004, Jharkhand
Contact No.- +91 9431708980, 7992276731
Email ID: [email protected]
Website www.jharkhandtenders.gov.in
Earnest Money The amount of EMD shall be Rs. 24,00,000/- (Rupees Twenty Four Lacs
Deposit Only), as per relevant provisions in this document
Bid Validity Proposals must be valid for 180 days after the submission date.
Estimated Cost Package A – Rs. 11,80,12,275/-
Package B – Rs. 10,82,41,875/-
Total (Package A & B) – Rs. 22,62,54,150/-
Uploading of Tender is through “e-tendering” basis. Only successfully uploaded
Proposals and other documents to be considered for evaluation. Bidder shall submit the
documents General, Qualification and Technical details as part of Technical Bid
through www.jharkhandtenders.gov.in
Bidder shall submit separate Technical Bid and Price Bid for this Tender.
Necessary technical and financial e-forms for e-tendering of the Bid will
be uploaded on website www.jharkhandtenders.gov.in
The work shall be awarded to the two different agencies separately for
Package – A and Package – B which are technically responsive to the
required qualifications and having lowest price quote in line with the
Award of Work
evaluation criteria laid down under this document. Further, post award of
work, the successful agency shall execute an agreement with the GM
(Revenue), JBVNL Headquarters.
Section- II: Instructions to Bidders

1. Definitions
The following words shall be defined as below for the purpose of this RfP and ensuing
agreement till its execution, if not specifically defined otherwise in this or any related
documents under the purview of this Project:
a) “Addendum/Corrigendum” shall mean in addition to Specifications of Tender document,
any other document issued to the Bidders by JBVNL in the context of this bidding process.
b) “OCR Spot Billing” through Artificial Intelligence Based Meter Reading Solution (AI)
Solution shall mean the process of generating electricity bills on-site at the time of meter
reading through OCR, at consumer premises, in the presence of consumer and handing
over the generated bill to the consumer.
c) “Agency/ies”implies a partnership firm or a Proprietorship firm or a company registered
under Companies Act 2013 (or all the future applicable amendments) fulfilling the
Qualification criteria and/ or responsible for carrying out specific tasks or providing
services related to the scope of work. The terms Agency and Bidder has been
interchangeable in this tender document.
d) “Nodal Officer” is GM (Revenue)or DGM (Revenue) of JBVNL, HQ and responsible for
coordinating & overseeing activities between JBVNL billing software Agency and Optical
Character Recognition (OCR) based spot billing through Artificial Intelligence Based
Meter Reading Solution (AI) Solution provider agency.
e) “Works” shall mean and include the activities highlighted in the scope of work or any
other similar works to be done by the Appointed Agency under the Contract.
f) “OCR” means Optical Character Recognition.
g) “AI” means Artificial Intelligence Based Meter Reading Solution.
h) “OEM” means Original Equipment Manufacturers
i) “TSP” means Technical Solution Providers
j) “ML” means Machine Learning
k) “PAN” means Permanent Account Number
l) “PF” means Provident Fund
m) “RFP” means Request for Proposal
n) “SLA” means Service Level Agreement
o) “LOA” means Letter of Award

2. Background
Jharkhand Bijli Vitran Nigam Limited (JBVNL) is one of the power distribution utility in the
state of Jharkhand. Its creation took place on 06.01.2014 after unbundling of Jharkhand State
Electricity Board. JBVNL came in existence as a company to maintain the power supply
throughout the state as a Distribution Licensee.
Jharkhand State Electricity Board unbundled into four following companies: -
• Jharkhand Urja Vikas Nigam Limited (JUVNL) - Holding Entity
• Jharkhand Bijli Vitran Nigam Limited (JBVNL) - DISCOM
• Jharkhand Urja Sancharan Nigam Limited (JUSNL) - TRANSCOM
• Jharkhand Urja Utpadan Nigam Limited (JUUNL) - GENCO
JBVNL is responsible for power distribution in Jharkhand state which is divided into 7 (Seven)
Electric Supply Areas covering 15(Fifteen) Electric Supply Circles. The Commercial &
Revenue (C&R) department of JBVNL is responsible for overall billing and collection of
JBVNL.
3. Introduction
Electricity is a crucial commodity that powers homes and industries worldwide. Power
distribution organizations are responsible for supplying electricity to consumers through a
complex network of transmission lines and distribution networks. To accurately bill consumers,
meter readings are taken monthly to determine the amount of electricity consumed by each
household or industry.

Typically, a meter reader visits the premises of each consumer and reads the meter, which is
then manually entered into a billing app to generate the monthly bill. However, in many cases,
errors are committed by the meter reader during data entry, either intentionally or
unintentionally. This results in the generation of inaccurate bills, causing the consumer to pay
less than the actual amount due.

The problem of inaccurate billing can have significant financial implications for power
distribution organizations. When aggregated, the revenue loss resulting from inaccurate billing
can be substantial. Therefore, it is imperative for power distribution organizations to implement
measures to reduce the incidence of inaccurate billing.

One potential solution to this problem is to implement an AI/ML Based Meter Reading
Recognition System. This system would involve the use of an OCR-based app to automatically
scan the meter reading, eliminating the need for manual data entry. Once the meter reading is
scanned, the data is transmitted to the billing app, where the bill is generated automatically.

As such, JBVNL invites bids from Agency/ Consortium/ Firm/ TSP/ Company/ State and
Central Government Undertaking for Engagement to provide “Optical Character Recognition
(OCR) based spot billing through Artificial Intelligence Based Meter Reading Solution (AI) for
100% LT consumers (except HT, EHT consumers& High Value i.e., more than 30 kVA/ kW)
in JBVNL

In conclusion, the implementation of AI/ML Based Meter Reading Recognition System would
be a significant step towards reducing the incidence of inaccurate billing and revenue loss for
power distribution organizations. This system would streamline the billing process, reduce the
workload for meter readers, and ensure accurate billing for consumers.

The job involves the execution of work as detailed in “Scope of Work”, however, any work, if
not mentioned specifically but reasonably implied for the successful implementation and good
performance of the Proposed Work, is deemed to be included and to be executed by the
selected bidder.

4. Objective
The proposed initiative under this tender is envisaged to streamline the Billing Management. It
would also assist JBVNL in establishing a robust monthly billing database for consumers with
verified consumer information. The objectives of the solution, amongst others, are as follows:
i. Mobile application and Web Model to carry out the Optical Character Recognition
(OCR) based on AI /ML solution for the electricity meter billing and then pass on the
parameters to JBVNL existing billing server for generation of consumer’s bill.
ii. A comprehensive web-based back-end application to store all the OCR based billing data
of the consumer and further analyze it through business intelligence technology to
provide useful statistical data in the form of billing reports and dashboards.
iii. A supervisor app for the JBVNL officials to analyse the meter images taken by field
meter readers through the OCR based on AI billing application.
iv. The objective of this project is to use Optical Character Recognition (OCR) through
AI/ML based solution for extracting energy meter readings from energy meters for entire
JBVNL LT consumer base other than HT, EHT consumers & High Value i.e., more than
30 kVA/ kW consumers and consumers covered by Smart Metering and AMR i.e.,
approximately 03 lakhs as on date and with the ongoing smart metering implementation
these numbers will decrease with increase in smart metering. This shall eliminate manual
intervention from the meter reading process, ensure 100% accuracy in meter reading,
reduce AT&C losses by increasing billing efficiency and lessen consumer billing related
grievances.

5. General Instructions
5.1. Prospective bidders interested to participate in the bidding process can download the
Tender document from www.jharkhandtenders.gov.in. Bidders are required to submit
their bids online only. While submitting the response to the Tender document, bidders
are required to submit a non-refundable Tender fee and a refundable Earnest Money
Deposit (EMD), as specified in this document.
5.2. The Bidder, in its own interest is requested to read very carefully these instructions and
the terms and conditions as incorporated in the Tender documents, instructions, forms,
terms and general information. Failure to provide information, which is essential to
evaluate the Bid or to provide timely clarification or substantiation of the information
supplied or submission of Bid not substantially responsive to the Tender document may
result in disqualification.
5.3. Submission of the Bid shall be deemed to be the conclusive proof of the fact that the
Bidder has acquainted himself and agrees with all the instructions, terms and conditions
governing the specification, unless otherwise specifically indicated/ commented by him
in its Bid.
5.4. Bids submitted after the time and date fixed for receipt of Bids as set out in the
invitation to Bid shall be rejected and returned to the Bidders.
5.5. This Tender shall be evaluated on Techno-commercial criteria.

6. Qualification Criteria
The Bidders are required to fulfill the following qualification requirements for getting eligible
for evaluation of their Bid:

6.1 General Requirements:

a) Firm's Legal Status


 The firm should be a partnership, proprietorship, or a company registered under
the Companies Act 2013.
 It must have been in operation for at least three years as of the bid opening date.
 The bidder must submit a copy of the Partnership Deed, Registration, Certificate
of Incorporation, or other relevant documents (like Income Tax Returns, GST
Returns, Aadhaar Card, etc., for proprietorship firms).

b) PAN and GSTIN


 The bidder must have a valid PAN and GSTIN.
 Copies of the PAN card and GSTIN registration must be submitted with the bid.

c) P.F./ESI Registration
 The bidder must have P.F. (Provident Fund) and ESI (Employee State
Insurance) registrations according to government/labor laws.
 Copies of these registrations must be included with the bid.

d) Conflict of Interest
 The bidder must not have a conflict of interest regarding the work under this
tender.
 A self-declaration on the bidder's letterhead must be submitted, confirming no
conflict of interest.

e) Non-Blacklist and Legal Status


 The Bidder (lead as well as consortium/ joint venture partner) should not be
blacklisted and/or debarred by any State Electricity Board / Power Sector
Companies / State Govt. / Central Govt. / State and Central Undertakings and/
or convicted by a Court of law and their performance guarantee/security
forfeited due to violation of terms as on date of submission of Bid.
 Further, the bidder should declare its litigation history. Accordingly, an
affidavit shall be submitted in this regard mentioning the nature of litigation in
previously executed work orders. Consistency of litigation history may lead to
disqualification of the bid.
 The Bidder will submit an affidavit in this regard in the prescribed format. If
Bidder hides any fact in this regard, an appropriate action shall be taken and
EMD shall be forfeited.
 An affidavit affirming this must be submitted. Hiding any facts in this regard
may result in appropriate action and forfeiture of the Earnest Money Deposit
(EMD).

f) OEM (Original Equipment Manufacturers) Authorization


 The bidder must either be an OEM or an authorized implementation partner of
OEMs for the proposed products/services.
 If not an OEM, a copy of an agreement between OEM & Bidder and MAF
(Manufacturer Authorization form) issued by the OEM to JBVNL must be
submitted, guaranteeing during the complete course of contract period and its
subsequent extensions, of back-to-back service and support.
 The selected bidder is responsible for extending the agreement if there is a
delay in implementation.

6.2 Technical Requirements:

a) Experience with OCR (AI) Technology


 Bidders must have prior experience in providing OCR technology-based AI
solution for all type meter reading. The solution should be capable of extracting
energy meter readings from photos without manual intervention, for at least
10,00,000 (Ten Lakh) consumer per month over the last three years. The bidder
should have been continuously providing this service for at least one year.
6.3 Financial Requirements:

a) Annual Financial Turnover –


The Average Annual Turnover of the bidder should be Rs. 4,00,00,000/- (Rupees
Four Crores Only) for last three (3) financial years i.e., FY 2020 - 21, FY 2021 - 22
and FY 2022 - 23.
Turnover means the gross receipt through regular operation only, the receipts
through other incomes and excise duty/service tax paid to Govt. will not be
considered while arriving at the total turnover.
The Bidder would be required to submit annual audited accounts for the last three
financial years along with a certificate from a Chartered Accountant (as per the
format provided at for Financial Qualification Certificate) to demonstrate the
fulfilment of the financial criteria. Submission of Certificate from a Chartered
Accountant along with audited Annual Accounts shall be mandatory, failing which
the firm will not be considered eligible to meet the qualifying requirement.

b) Net Worth –
The Bidder must have a positive net worth in each of the last three (3) financial years
i.e., FY 2020 - 21, FY 2021 - 22 and FY 2022 - 23.
Here, net worth means the sum total of the paid up capital and free reserves
(excluding reserves created out of revaluation) reduced by aggregate value of
accumulated losses (including debit balance in profit and loss account for current
year) and intangible assets.
A certified document by a Chartered Accountant (as per the format provided for
Financial Qualification Certificate) along with audited Balance Sheet of the last three
(3) financial years i.e., FY 2020-21, FY 2021-22 and FY 2022-23 needs to be
submitted by the Bidder. Submission of Certificate from a Chartered Accountant
along with audited Balance Sheet shall be mandatory, failing which the firm will not
be considered eligible to meet the qualifying requirement.

c) Liquid Asset –
Liquid Asset (Total Current Assets – Inventories) of the bidder should be Rs.
1,20,00,000 (Rupees One Crore Twenty Lakh Only). If Liquid Asset is not
available, then Line of Credit of INR One Crore Twenty lakh (INR 1,20,00,000/-)
is to be provided from any Nationalized/Scheduled Commercial Bank at a date not
earlier than 3 (three) months from date of tender opening.
A certified document by a Chartered Accountant (as per the format provided for
Financial Qualification Certificate) along with audited Annual Accounts for FY
2023-24 needs to be submitted by the Bidder. Submission of Certificate from a
Chartered Accountant along with audited Annual Accounts shall be mandatory,
failing which the firm will not be considered eligible to meet the qualifying
requirement.

6.4 Criteria for Proprietorship Firm –


In case of Bidder being a Proprietorship firm, the Bidder shall have to submit a copy of
its verified Income Tax Returns (ITR-4), Form 26AS of Income Tax, GST Returns
along with a Certificate from a certified Chartered Accountant in order to prove its
eligibility with respect to the Financial Requirements specified above.
6.5 Requirements in case of Consortium/Joint Venture/TSP
The Joint Venture/ Consortium is restricted to two parties/ partner firms only.
In case of Bidding through Joint Venture/ Consortium, one of the partners shall be
nominated as being partner-in-charge/lead member and this authorization shall be
evidenced by submitting a power of attorney signed by legally authorized signatory of
the other partner. JBVNL shall make all correspondences regarding the tender process
with the Lead Member of the Consortium / Joint Venture only.

a) The Lead member of the Joint Venture/ Consortium should necessarily meet all the
financial criteria as mentioned above. The Technical criteria may be met individually
or collectively by both the members of the Joint Venture/ Consortium.

b) The Lead member shall be authorized to incur liabilities and receive instructions for
and on behalf of both partners of the joint venture and the entire execution of the
Contract including payment shall be done exclusively with the Lead Member.

c) Both the partners of the Consortium shall be jointly and severally liable for the
execution of the Contract in accordance with the Contract terms and a Consortium
agreement to this effect shall be included in the Technical Proposal as per the Format
provided in Schedule 4 in the Tender Document.

d) A firm/company is entitled to form only one joint venture/consortium under this


Tender.
Note:
(i) In case of Joint Venture/Consortium, it is mandatory for the bidder to furnish the Joint
Venture/ Consortium agreement between both the parties stating the share % of the lead
bidder and the support bidder. The party with the higher share would be considered as the
lead bidder by JBVNL.
(ii) The Bidder will be required to continue to maintain compliance with the Qualification
Requirements throughout the Bidding process and till execution of Contract agreement.
(iii) A Bidder shall be disqualified if it is determined by JBVNL at any stage of Bidding process
that the Bidder has made misleading or false representation in the form, statements, and
attachments in the proof of the qualification requirements. Supplementary information or
documentation regarding qualifications may be sought from the Bidders at any time and
must be so provided within a reasonable time frame as stipulated by JBVNL.
(iv) The Bidder should necessarily submit the documentary evidence in regard to the above,
failing which the Bidder may be considered to be disqualified on account of non-
responsiveness.
(v) The provided requirements outline the conditions and obligations for Original Equipment
Manufacturers (OEMs) and Bidders in a procurement process. Here's a summary and
detailed explanation:

 Exclusive MAF Provision:


 If an OEM provides a Manufacturer Authorization Form (MAF) issued to
JBVNL, it cannot issue the same MAF to another bidder for the same project to
avoid a conflict of interest.
 Authorized Implementation Partner:
 The bidder must either be an OEM or an authorized implementation partner
of OEMs for the proposed products and/or services.
 The bidder must possess all necessary authorizations from the OEM to
supply, customize, implement, and support the OEM's solutions.
 MAF and Agreement Submission:
 If the bidder is not an OEM of the proposed products and/or services, they
must submit a copy of an agreement and MAF with their bid.
 This document should guarantee back-to-back service and support from the
OEM to JBVNL for the entire duration of the project.
 Responsibility for Agreement Extension:
 In case there is a delay in the project's implementation, the selected bidder
is responsible for ensuring the extension of the aforementioned agreement with the
concerned OEMs.
 Conflict of Interest:
 Ensuring that an OEM does not provide MAF to multiple bidders for the
same project ensures a fair competition and avoids conflicts of interest.
 Authorization Requirement:
 The bidder must have the necessary authorizations to handle the OEM's
products and services, ensuring they have the capability to deliver and support the
solutions.
 Documentation:
 Proper documentation (agreement or MAF) must be submitted to guarantee
that the OEM will support the project for the specified period.
 Accountability:
 The selected bidder is accountable for extending agreements in case of
project delays, ensuring continuous support from the OEM.
(vi) MAF form provided in schedule -15 of this document.
7. Tender Document Fee
a) Tender Document Fee (Non-Refundable) of an amount of Rs. 23,600/- (Rupees
Twenty Three Thousand Six Hundred Only) (inclusive of GST) will be received
through online mode only. Bidders can use internet banking facility for faster
processing of tender fee. Alternatively, Bidders can use NEFT/RTGS challan generated
for the tender from jharkhandtenders.gov.in portal and upload payment evidence /
detail along with the bid.
b) Further, registered Micro & Small Enterprises shall be exempted from paying the
tender document fees as per Jharkhand Procurement Policy 2014 and clause 31 of
Section II of this RfP. MSME Bidder shall submit sufficient documentary evidence
towards the same.
c) While the Response to the Tender document (to be submitted online by the Bidders)
shall be accompanied with the scanned copies of the NEFT / RTGS payment (with
UTR Number) towards the Tender document fee,
d) Bids, which are not accompanied by the above document fee, shall be rejected by
JBVNL as non-responsive.
e) The Bidder shall be responsible for all the costs associated with the preparation of the
proposal and participation in discussions and negotiations. JBVNL shall not be
responsible in any way for such costs, regardless of the conduct or outcome of this
process.

8. Earnest Money Deposit (EMD)


a. Earnest Money Deposit (EMD) of an amount of Rs. 24,00,000/- (Rupees Twenty Four
Lacs Only) will be received through online mode only. Bidders can use internet banking
facility for faster processing of EMD. Alternatively, Bidders can use NEFT/RTGS
challan generated for the tender from jharkhandtenders.gov.in portal and upload
payment evidence / detail along with the bid. Refund will only be issued to the
originated bank account used for the payment of EMD. So, Bidders are advised NOT to
close Bank Account used for online payment /(NEFT/RTGS) of EMD.

b) Further, registered Micro & Small Enterprises shall be exempted from paying the
Earnest Money Deposit as per Jharkhand Procurement Policy 2014 and as detailed in
this RfP. MSME Bidder shall submit sufficient documentary evidence towards the
same.
c) For unsuccessful Bidders, the EMD shall be refunded after finalization of Tender.
d) For successful Bidder, EMD shall be released on the payment of the performance
guarantee or can be adjusted against security deposit requirements.
e) The following shall cause the forfeiture of EMD
i. If the Bidder modifies/ withdraws its Bid proposal except as per the provisions
specified in the Tender document.
ii. If the Bidder withdraws its Bid proposal before the expiry of the validity period of
the Bid proposal.
iii. If the successful Bidder fails to provide the performance guarantee and execute the
agreement within the stipulated time or any extension thereof provided by JBVNL.
iv. If any information or document furnished by the Bidder turns out to be misleading
or untrue in any material respect.
v. If the selected Bidder does not accept the Letter of Intent unconditionally within
fifteen (15) days of issue of Letter of Intent or the period as extended by JBVNL.

9. Pre-Bid Meetings, clarifications/amendment of Tender Documents


a. The agency or its authorized representative is invited to attend a pre-bid meeting to be held
on the date, time and location specified below. The purpose of the meeting will be to
clarify the exact scope of work, and any issues regarding the bidding documents and the
technical specifications for its clarification, if raised at that stage by the bidders. JBVNL
shall not be under any obligation to entertain /respond to suggestions made or to
incorporate modifications sought for by the prospective bidders.
b. Date & Time of Pre-bid meeting: 16/10/2024 at 12:30 Hrs.
c. Location: JBVNL Headquarter, Ranchi.
d. The Agency requiring any clarification on bidding documents may contact JBVNL in
writing by e-mail at [email protected], not later than 15/10/2024 till 18:00 Hrs.
Any queries sent by the bidders after the date and time notified above shall not be
entertained.
e. At any time prior to the deadline for submission of the Bids, JBVNL may amend the terms
and conditions of Tender document by issuing Corrigendum/Addendum.
f. Any Corrigendum/ Addendum issued shall be a part of the Tender document and shall be
hosted on websitewww.jharkhandtenders.gov.in. All are requested to remain updated with
this website. No separate reply/ intimation will be given elsewhere.
g. To give prospective Bidders reasonable time in which to take a Corrigendum/Addendum
into account in preparing their Bids, JBVNL may, at its discretion, extend the deadline for
the submission of the Bids.
h. Any change in date of submission and opening of Bids would be published in appropriate
manner including the websites mentioned in the NIT.

10. Cost of Bidding


The Bidder shall bear all costs associated with the preparation and submission of its Bid.
JBVNL Headquarter or any of its Electric Supply Area or any Electric Supply Circle or any
other JBVNL office shall not be responsible or liable for those costs, regardless of the conduct
or outcome of the Bidding process.

11. Language of Bids


The Bid, as well as all correspondence and documents relating to the Bid exchanged by the
Bidder and JBVNL shall be written only in English Language. Supporting documents and
printed literature that are part of the Bid may be in Hindi language provided they are
accompanied by an accurate translation of the relevant passages in English language, in which
case, for purposes of interpretation of the Bid, discretion of JBVNL shall be final. Wherever
the information is given in figures, the same should also be mentioned in words.

12. Submission of Bid


a) The Proposal (Techno-commercial Proposal and Financial Proposal) shall be prepared,
scanned and uploaded online at www.jharkhandtenders.gov.in on or before 29/10/2024
by 12:00 hrs. Schedule 1 to 7& 10 to 15 shall constitute Techno-commercial Part-I that
shall be opened on 30/10/2024 at 12:00 Hrs. Price Bid (Part – II) consisting of Schedule
8 & 9 shall be opened later on for which intimation shall be given in future.
b) The Proposal should be digitally signed by an authorized representative of the firm. The
representative’s authorization is to be confirmed by a written power of attorney
accompanying the Proposal failing which, the Bid may be rejected.
c) The Bidder should submit the Bid well in advance before the prescribed time to avoid
any delay or problem during the submission process. Any Bid received by JBVNL after
the due date and time for bid submission shall be declared as late and will be returned
unopened to the Bidder.
d) Physical submission of Bids is not allowed. The bid has to be submitted through online
mode only.
e) Bids submitted by hard copy, fax, telex, telegram or e-mail shall not be entertained and
shall be rejected.
f) The pages and volumes of each part of the Bid scanned and uploaded online shall be
clearly numbered and signed & stamped and the contents of the Bid shall be duly
indexed.
g) The bidder should not tamper with the format of tender specifications and schedules
provided, by making any changes, additions, alterations and modifications.
h) The Bidder must quote the prices strictly in the manner as indicated herein, failing
which Bid is liable for rejection. The Quoted rates should be inclusive of all
government taxes, duties & levies except Goods & Services Tax (GST), as applicable
on the last date of receipt of the bid. The rate/prices shall be entered in words as well as
in figures. In case any difference arises out of quoted rates mentioned in figures and
words, the amount in words would prevail. If the Bidder does not accept the correction
of the errors as above, its Bid will be rejected, and the amount of bid guarantee/security
will be forfeited. These must not contain any additions, alterations, over-writing,
cuttings or corrections and any other marking which leave any room for doubt.
i) No separate declaration offering discount on price will be allowed. The ‘Price per
Captured Meter Reading’ per consumer per month” quoted by the Bidder in Schedule 9
shall be final.
j) Quoted rate must be firm for minimum 3 years and shall only change subject to
statutory variation in GST only. The bidders are advised to consider any expected
escalation in the quoted rate itself.
k) The Bid shall be typed or printed. The Bid shall be signed, and each page of the Bid
shall be initialed by a person or persons duly authorized to sign on behalf of the Bidder
and holding the Power of Attorney as per the format provided of this Tender document.
l) The Bid shall contain no alterations or additions, except those to comply with
instructions issued by JBVNL or as necessary to correct errors made by the Bidder, in
which case such corrections shall be initialed by the person or persons signing the Bid.
m) The Bids, that are incomplete in any respect or not consistent with the requirements as
specified in this Tender Document and / or do not contain the information as per the
specified format provided in the Tender Documents, would be considered non-
responsive and would be liable for rejection.
n) The Bidder shall sign each page of the Tender document including the Annexures &
amendments showing their acceptance to the terms & conditions of the tender
document. This signed copy must be scanned and uploaded along with their technical
proposal. The Bids, that are not accompanied by a signed copy of the Tender document
would be considered non-responsive and would be liable for rejection.
o) No change in, or supplementary information to a Proposal shall be accepted after its
submission. However, JBVNL reserves the right to seek additional information from the
Bidders, if found necessary, during evaluation of the Proposal. Non-submission,
incomplete submission or delayed submission of such additional information or
clarifications sought by JBVNL, may be a ground for rejecting the Proposal.
p) The Bids shall be evaluated as per the criteria as specified in this Tender document.
q) The Bidder should designate one person (“Contact Person” and “Authorized
Signatory”) to represent the Bidder to be in contact with JBVNL. This designated
person should be authorized to perform all tasks including, but not limited to providing
information, responding to enquiries, entering into contractual commitments on behalf
of the Bidder, etc.
r) If any claim made or information provided by the Bidder in the Proposal or any
information provided by the Bidder in response to any subsequent query of JBVNL, is
found to be incorrect or is a material misrepresentation of facts, then the Proposal shall
be liable for rejection.
s) JBVNL reserves the right to reject any or all the Bids without assigning any reasons
whatsoever.

13. Documents Comprising the Bid


a) Techno-commercial Bid (Part-I) shall contain scanned copy of the documents as
detailed below:
i. Proof of payment through NEFT / RTGS (with UTR Number) against Tender
Document fee.
ii. Proof of payment through NEFT / RTGS (with UTR Number) against Earnest
Money Deposit.
iii. Covering Letter as per the format specified in Schedule - 1;
iv. Performa for Power of Attorney to be provided by the Bidding Company/Lead
Member in favour of its representative as specified in Schedule – 2A;
v. In case of a Bidding Consortium, a Power of Attorney in favor of the Lead Member
issued by the other Members of the Consortium shall be provided as per format
attached hereto as Schedule – 2B;
vi. Draft of Performance Bank Guarantee (to be submitted at the time of signing of
agreement) in the form as per Schedule - 3; duly signed as acceptance.
vii. In case of a Consortium, the Consortium agreement between the Members in the
Consortium as per Schedule – 4;
viii. Qualifying Information Requirements as per the formats specified in Schedule - 5;
ix. Certificate of successful execution of the Contract awarded by various utility as
well as number of years of satisfactory operation as on date of Bid opening duly
certified by an officer not below the rank of General Manager (GM)/ equivalent of
the utility.
x. Audited Annual Reports for the last three (3) years (FY 2020-21, FY 2021-22 &
FY 2022-23) for all the corporate entities that are desired to be considered for
evaluation of the Proposal.
xi. Undertaking towards Blacklisting and/or debarred as per the format specified in
Schedule - 6;
xii. Submission of No-Deviation Undertaking as per Schedule - 7
xiii. Submission of Financial Bid (Blank) as per Schedule – 9 as a token of acceptance
of format.
xiv. Submission of Affidavit towards Non-Involvement in Litigations as per the format
specified in Schedule 11.
xv. Submission of Self - Declaration Certificate that none of the person employed in
the erstwhile JSEB/JBVNL or his/her close family member/blood relations/proxies
are related to the bidder directly or indirectly as per the format specified in
Schedule 12.
xvi. Submission of Self-Declaration Certificate of Tax Clearance as per the format
specified in Schedule 13.
xvii. Submission of Financial Qualification Certificate as per the format specified in
Schedule 14.
xviii. Submission of MAF form provided in schedule -15.
xix. Initialed Tender Documents including any corrigendum/amendments (if any) duly
signed as token of acceptance of all terms and conditions of the Tender Document.
b) Part II: Price Bid (Per Captured Meter Reading per Consumer per Month) shall contain
scanned copy of the documents as detailed below:
i. Covering Letter as per the format specified in Schedule - 8;
ii. Price Bid Proposal as per Schedule – 9

14. Financial (Price) Bid


a) All the prices should be quoted only in Indian Rupees (INR) Currency.
b) Prices/ Rates shall be written both in words and figures. There should not be errors and/
or over-writings. Corrections/ alterations, if any, should be made clearly and initialed
with dates by the authorized signatory. Otherwise, price/rates given in words will prevail.
c) The quantity of total no. of consumers mentioned in respective Electric Supply Area is on
average basis and may increase or decrease, however the payment shall be made as per
the actual number of consumers billed during the month.
d) The billing agency shall submit a single quote i.e., the ‘Price per Captured Meter
Reading’ per consumer per month.
e) The price bid quoted by the Bidder i.e., the ‘Price per Captured Meter Reading’ per
consumer per month shall be firm for the entire duration of the contract awarded to the
successful bidder.
f) The quoted price shall not be less than 90% of the estimated rate i.e. Rs. 1.25/- only, per
consumer billed on OK Meter Readings with Valid images passing all defined
validations, per month.
g) In case, JBVNL cancels the contract awarded to the Agency in total or partially, due to
reasons foreseen or unforeseen, the decision of JBVNL shall be final and the Agency
shall have to continue providing its services for the remainder portion of the contract.
h) Further, the payment due to the Agency shall be determined considering the quoted price
bid i.e., Price per Captured Meter Reading per Consumer per Month”.
i) The ‘Price per Captured Meter Reading’ per Consumer per Month quoted by the Bidder
shall be inclusive of all taxes and duties, overheads, out of pocket expenses, travel,
boarding, lodging, visits, and other government levies as applicable but exclusive of
Goods & Service Tax (GST). The applicable rate of GST must be explicitly specified in
the financial offer declaration. This rate of GST shall be revised as and when updated.
15. Period of Validity of Bids
a) The submission of any Bid connected with these documents and specification shall
constitute an agreement that the Bidder shall have no cause of action or claim, against
JBVNL for rejection of its Bid. JBVNL shall always be at liberty to reject or accept any
Bid or Bids at its sole discretion and any such action will not be called into question and
the Bidder shall have no claim in that regard against JBVNL.
b) Each Bid shall indicate that it is a firm and irrevocable offer and shall remain valid and
open for a period of not less than six (06) months from the last date for submission of the
Bids. Non-adherence to this requirement will be a ground for declaring the Bid as non-
responsive.
c) In exceptional circumstances, JBVNL may solicit the Bidder’s consent for extension of
the period of validity. The Bidder will be at liberty to accept it or not. A Bidder accepting
JBVNL’s request for extending the period of validity shall not be permitted to modify its
Bid.

16. Deadline for the Submission of Bid


a) The Bidders should submit their Bids through online mode only
b) JBVNL may, in exceptional circumstances and at its sole discretion, extend the Bid
submission date by issuing a Corrigendum/ Addendum uniformly for all Bidders. In
such a scenario, all rights and obligations of JBVNL and Bidders previously subject to
the deadline shall thereafter be subject to the deadline as extended.

17. Modifications / Substitution / Withdrawal of Proposals


a) A Bidder may modify, substitute, or withdraw its Bid online by the Deadline for
submission of Bid.
b) No Proposal shall be modified, substituted, or withdrawn by the Bidder after the
Deadline.

18. Opening of Technical Proposal


a) The Technical Proposal received online shall be opened on 30/10/2024 at 12:00 hrs, in
the office of General Manager (Revenue) JBVNL, Ranchi. It is clarified that no
representative of any Bidder shall be required to visit JBVNL office at any time during
the bid process.
b) The Financial Proposal received by JBVNL online will remain unopened until the
Technical Proposal has been evaluated for their responsiveness to provisions of this
Tender document.
c) Bids not accompanied with the required tender fee and EMD or due to delayed/late
submission of the same shall not be opened/considered as participation under this
tender.
d) JBVNL would subsequently examine responsiveness of proposals in accordance with
the provisions of this Tender Document.
e) The Financial Bids of only the qualified bidders shall be opened after evaluation of
Technical Proposal. The list of Bidders meeting the qualification criteria whose Price
Bid part shall be opened shall be notified on www.jharkhandtenders.gov.in.
19. Evaluation and Comparison of Bids
a) JBVNL shall determine to its satisfaction whether the Bidder that is selected as having
submitted the best and substantially responsive Bid, is qualified to perform the Contract
satisfactorily.
b) The determination shall be based upon an examination of the documentary evidence of
the Bidder’s qualifications submitted by the Bidder.
c) An affirmative determination shall be a prerequisite for award of the Contract to the
Bidder. A negative determination shall result in disqualification of the Bid, in which
event JBVNL shall proceed to the next best Bid to make a similar determination of that
Bidder’s capabilities to perform satisfactorily.
d) JBVNL in observance of best practices, shall: -
 Maintain the Bid evaluation process strictly confidential.
 Reject any attempts or pressures to distort the outcome of the evaluation,
including fraud and corruption.
 Strictly apply only and all the evaluation and qualification criteria specified in the
Bidding document.

20. Confidentiality
a) Information relating to the examination, evaluation, comparison, and post qualification
of Bids, and recommendation of Contract award, shall not be disclosed to Bidders or
any other persons not officially concerned with such process until publication of the
Contract award.
b) Any attempt by a Bidder to influence the tendering authority or other officials in the
examination, evaluation, comparison, and post qualification of the Bids or Contract
award decisions may result in the rejection of its Bid.
c) From the time of Bid opening to the time of Contract award, if any Bidder wishes to
contact the tendering authority on any matter related to the Bidding process, he is
allowed to do so in writing.

21. Evaluation of Technical Proposal


a) The Techno commercial proposal may be evaluated based upon the evaluation matrix
mentioned here under.

Sr. No. Evaluation Criteria Maximum Marks


Firm’s Credential (50 Marks)
1 Number of average monthly consumers for which the 20 marks
firm have provided OCR technology Based Meter
Reading based on AI/ML Solution, having the
capability of extracting energy meter readings from
energy meters with the help of Optical Character
Recognition (OCR) and without any manual
intervention, to any power distribution/ water /gas
utility in India, for any two (2) consecutive years in past
three (3) years as on March 31, 2024 for
PSUs/Central/State Government entities like Govt.
Discoms/ Distribution License/State Govt. or central
Govt. regulated authorities
Sr. No. Evaluation Criteria Maximum Marks
 Up to 10 Lakh Consumers per month - 15 Marks
 More than 10 Lakh up to 12 Lakh per month - 18
Marks
 More than 12 Lakh per month – 20 Marks

2 Experience with the number of power distribution/ 10 marks


water/ gas utilities in India, for any two (2) consecutive
years in past three (3) years as on March 31, 2024, for
PSUs/ Central or State Government entities like Govt.
Discoms/ Distribution License/ State Govt. or central
Govt. regulated authorities in providing OCR
technology Based Meter Reading through AI Solution.
 One Utility– 5 marks
 Two Utilities – 8 Marks
 More than Two Utilities – 10 Marks

3 Number of years of experience in implementation of 10 marks


software solution for OCR technology Based Meter
Reading based on AI/ML Solution in past three (3)
years as on March 31, 2024, for PSUs/Central/State
Government entities like Govt. Discoms/ Distribution
License/State Govt. or central Govt. regulated
authorities.
 Up to 1 Years – 7 Marks.
 More than 1 Years - 10 Marks

4 Modules covered in any engagement using OCR 10 marks


technology Based Meter Reading through AI/ML
Solution. during past three (3) years as on March 31,
2024, for PSUs/ Central/ State Government entities like
Govt. Discoms/ Distribution License/ State Govt. or
central Govt. regulated authorities out of the below
mentioned list.
1. OCR Mobile App (Integration with Utility’s
Spot Billing App).
2. Mobile In-built AI/ML OCR Model.
3. Web Portal and Dashboard.
4. Supervisor App.
5. Field Force Management.
6. Identity and Access Management.
7. Reporting.
 Module 1 – 3 (Mandatory to be covered): 7 Marks.
 Modules 1 - 7: 10 Marks.
The bidder shall submit a certificate issued from the
PSUs/ Central/ State Government entities like Govt.
Discoms/ Distribution License/ State Govt. or central
Govt. regulated authorities by an official having
designation equivalent or above Deputy General
Sr. No. Evaluation Criteria Maximum Marks
Manager (DGM) as a proof of inclusion of aforesaid
modules under the submitted engagements.
Presentation on Concept (20 Marks)

5 The bidder has to prepare and deliver a presentation on 20 marks


its Solution / Concept demonstration through a Proof of
Concept (POC) using Sample data as provided by
JBVNL to develop and demonstrate an AI-based system
that can
1. Automatically detect and read meter readings
from images.
2. Process the sample data provided by JBVNL.
3. Ensure high accuracy and reliability in reading
detection.
The bidder’s presentation may be evaluated as below
 Concept Clarity (Clear explanation of the
proposed solution and methodology) – 3 Marks
 Implementation (Effective implementation of the
AI models and algorithms) - 7 Marks
 Accuracy (High accuracy in meter reading
detection along with the response time of meter
reading) - 10 Marks

Financial Criteria
6 Average Annual Turnover of last three (3) years (FY 30 marks
2020-21, FY 2021-22 & FY 2022-23)
 Equal to or more than Rs. 4 Crore and less than
5 Crores - 20 Marks
 Equal to or more than Rs. 5 Crores and less than
Rs. 6 Crore - 24 Marks
 Equal to or more than Rs. 6 crore and less than
Rs. 7 Crores - 27 Marks
 Equal to or more than Rs. 7 Crores - 30 Marks

b) The Bidders shall attach work order, including details of estimated value and
Performance certificates/citations confirming the successful and satisfactory execution
of the above-mentioned activities along with the technical Bid duly signed by the
officer not below the rank of General Manager (GM)/ equivalent.
c) Minimum qualifying marks in Techno commercial Evaluation:
In order to be eligible for opening of financial bid, Bidder’s total marks i.e., summation
of Sr. No. (1), (2), (3), (4) , (5) &(6) in the above table should be at least 70. Only those
Applicants whose proposals score 70 (Seventy) marks or more out of the total score of
100 (one hundred) shall be considered as technically qualified bidder and shall be
considered for the opening of financial bid.
Note: Failing to furnish either of the documents mentioned above will lead to non-consideration of
the marks in the evaluation process.
22. Evaluation of Financial Proposal
a) The Price bid shall be invited from the bidders to submit the financial quote in the form
of “Price per Captured Meter Reading per Consumer per Month” in INR.
b) JBVNL will open the price Bids of qualified Bidders online in the office of General
Manager (Revenue), Jharkhand Bijli Vitran Nigam Ltd., Ranchi. In case the opening
date happens to be or is declared a holiday, the Bid shall be opened on the next working
day at the same place and time unless notified otherwise. It is clarified that no
representative of any Bidder shall be required to visit JBVNL office at any time during
the bid process.
c) The financial proposal of the bidders qualified under the techno commercial evaluation
shall be opened and the same shall be identified as L1 (lowest price quote) bidder, L2
(second lowest price quote) bidder and so on.
d) Based upon the same, the L1 bidder shall be invited to choose either Package – A or
Package – B and accordingly the L1 bidder shall inform the JBVNL regarding the
package opted by them. In line with the same, a Letter of Intent shall be issued to L1
bidders against the package opted by them to carry out the scope of work.
e) Then, the L2 bidder shall be invited for award of contract for the other Package (not
opted by the L1 bidder), however, L2 bidder should match the price quoted by the L1
bidder (against the package opted by the L1 bidder). In case, L2 bidder matches the
price of the L1 bidder, the contract for the said package shall be awarded to the L2
bidder at L1 price. However, in case the L2 bidder disagrees to match the L1 price, then
L3 bidders shall be invited to match the L1 price and so on till the contract shall be
awarded to the subsequent techno commercially qualified bidders.
f) In case two bidders are found to be L1, then the bidder with highest mark obtaining in
Techno commercial evaluation shall be invited to opt either of the two packages and
accordingly the next bidders shall be invited to choose the other package at the L1 price.
In case this bidder disagrees to opt for the other package (non-opted by the L1 bidder
having more technical score), then the L2 bidder shall be invited to opt the other
package while matching the L1 price and so on.

23. Rejection of Bids


JBVNL reserves the right to accept or reject any Bid/Tender and to annul the bidding process
and reject all Bids at any time prior to award of Contract, without thereby incurring any
liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or
Bidders of the grounds for the action.

24. Disqualification
JBVNL may at its sole discretion and at any time during the evaluation of Bid, disqualify any
Bidder from the Bidding process if:

a) Any action on the part of the Bidder to revise the rates/prices and modification in
technical or commercial substance of original offer, at their own.
b) Submission of any supplementary information unless & otherwise asked for at its own
instance after the opening of the Bid may result in rejection of the Bid and also debar him
from submission of Bid to JBVNL at least for one year.
c) The Bidder has been disqualified from any other Distribution Utility for any violation of
code of conduct.
d) In case of Bidder not furnishing the desired information in the desired format
e) In case of Bidder not able to produce the original certificate as asked by JBVNL
f) In case of Bidder not adhering to the format of financial offer given with this document
or submitting the filled up financial offer in the Technical Bid itself
g) In case of any foot note or explanatory statement in the financial offer
h) In case of any cover letter with financial offer comprising any supplementary statement
or discount or any condition
i) Does not meet the minimum eligibility criteria as mentioned in the Tender document.
j) During validity of the Bid or its extended period, if any, increases its quoted prices.
k) Has imposed conditions in its Bid.
l) Has submitted financial proposal (Part – II) along with its Technical Proposal (Part-I)

m) Has made misleading or false representations in the forms, statements and attachments
submitted in proof of the eligibility requirements.
n) Has been terminated or suspended from work under any Contract with any State
Electricity Board / Power Sector Companies / State Govt. / Central Govt. / State and
Central Undertakings and/ or convicted by a Court of law and their performance
guarantee/security forfeited due to violation of terms. If Bidder hides any facts in this
regard an appropriate action shall be taken and EMD shall be forfeited.
o) Has submitted Bid which is not accompanied by required documents, Tender Fee and
Earnest Money Deposit (EMD).
p) Has submitted more than one Bid against one Tender through any of its affiliates /
subsidiaries / group companies / parent company. This will cause disqualification of all
Bids submitted by such Bidders including forfeiture of the EMD.
q) Who is found to canvass, influence or attempt to influence in any manner for the
qualification or selection process, including without limitation, by offering bribes or other
illegal gratification shall be disqualified from the process at any stage
r) If the bidder does not fulfil any clause as per the details and requirements of this NIT.
25. Acceptance of the Bid and Notification of Award
a) Prior to the expiration of the period of Bid validity, the tendering authority shall notify
the successful Bidder, in writing, that its Bid has been accepted.
b) The tendering authority shall award the Contract to the Bidder whose Bid has been
determined to be substantially responsive and technically qualified as per the Tender
document.
c) The General Manager (Revenue), JBVNL shall issue a LoI on approval of competent
authority and after ascertaining the budget provisions from Finance wing of JBVNL
Ranchi.
d) As soon as a Bid is accepted by the tendering authority, its written intimation would be
sent to the concerned Bidder in the form of Letter of Intent (LOI). The bidder shall
submit unconditional acceptance to the LOI issued by JBVNL within 15 days. In the
same intimation the Bidder shall be asked to deposit the amount of prescribed Security
Deposit (Performance Bank Guarantee & Demand Draft) for their respective package
within 15 days from the date of issue of acceptance of LoI by the successful bidder in
the office of General Manager (Revenue), JBVNL Headquarter. Post verification of the
amount deposited by the successful bidder against the Security Deposit (Performance
Bank Guarantee & Demand Draft) a Letter of Award (LoA)/ Work Order (WO) shall be
issued to the successful Bidder. The successful Bidder shall execute an agreement in
prescribed format on a non-judicial stamp of Indian Rupees One Thousand (Rs. 1000),
to be arranged by the bidder, within 15 days from the date of issuance of LoA/ WO.
e) The Work Order shall be issued by the General Manager (Revenue) after observing all
the formalities and ensuring that the Security Deposit amount has been submitted by the
Bidder in the office of General Manager (Revenue), JBVNL Headquarter.
f) The EMD of the Bidders whose Bids are not successful shall be refunded soon after the
issuance of work order to the successful Bidder and its performance security deposit is
obtained. Until a formal Work Order is prepared and executed, the Letter of Intent shall
constitute a binding Contract.

26. Agreement /Signing of Contract


a) The successful Bidder shall execute an agreement in prescribed format on a non-judicial
stamp of Indian Rupees One Thousand (Rs. 1000), to be arranged by the bidder, within
15 days from the date of issuance of LoA/ WO, with General Manager (Revenue),
JBVNL Headquarter by signing an agreement in the office of GM (Revenue), JBVNL
Ranchi.
b) The above agreement shall be executed after the successful Bidder deposits the Security
Deposit amount equivalent to 10% of the total contract value (5% in the form of Bank
Guarantee and rest 5% by way of Demand Draft from any Nationalized / Scheduled
Commercial Bank, in the office of General Manager (Revenue), JBVNL Headquarter
after adjusting the EMD amount.
c) The selected Bidder shall unconditionally accept the Letter of Intent, and record on one
(1) copy of each of the Letter of Intent, “Accepted unconditionally” under the signature
of the authorized signatory of the selected Bidder and return such copy of each of the
Letter of Intent to the JBVNL within fifteen (15) days of issue of such Letter of Intent.
d) The Agreements will be executed in line with the timeline prescribed under immediate
clause above. The person to sign the agreements must be duly authorized by the Bidding
entities.

27. Security Deposit (Performance Bank Guarantee & Demand Draft)


a) The successful Bidder, to whom the Contract is awarded, shall be required to submit a
security deposit equivalent to 10% of the total Contract Price for three years in the
office of General Manager (Revenue), JBVNL Headquarter.
b) The Security Deposit shall be submitted in two parts i.e. 5% of the contract value by
way of Demand Draft and balance 5% as Performance Guarantee from any
Nationalized/Scheduled Commercial Bank in the form of Bank Guarantee for a value
equivalent as per the format provided in Schedule – 3.
c) The bank guarantee amount shall be equal to five percent (5%) of the Contract price for
three years and it shall guarantee the faithful performance of the Contract in accordance
with the terms and conditions specified in this document and specification. The PBG
along with the Demand Draft shall be submitted by the bidder, before execution of the
Contract agreement.
d) The performance guarantee shall be valid up to 180 days post completion of Contract
period i.e. (180 days after three years from the date of execution of contract agreement).
In case of any default to fulfil the commitment or failure to perform the work as per
Contract, the security deposit in the form of Demand Draft and the Performance Bank
Guarantee amount shall be forfeited by JBVNL without any condition whatsoever.
e) Failure of the successful Bidder to submit the aforementioned Security Deposit (5% of
contract price as Performance Bank Guarantee and 5% by way of Demand Draft) or
sign the Contract agreement shall constitute sufficient grounds for the annulment
(cancellation/ termination) of the award and forfeiture of the EMD. In that event the
tendering authority may award the Contract to the next least price bidder whose offer is
substantially responsive and is determined by the tendering authority to be qualified to
perform the Contract satisfactorily on the same rate, terms and conditions as defined
under the clause 22 of this tender document.
f) In the event of failure in part of the Agency in compliance of terms & conditions of
Contract and other contractual obligations, JBVNL may forfeit the Security Deposit
(5% of contract price as Performance Bank Guarantee and 5% by way of Demand
Draft) in its favour. Notwithstanding and without prejudice to any rights whatsoever of
JBVNL under the Contract in the matter, the proceeds of the Security Deposit (5% by
way of Demand Draft & 5% as PBG) shall be payable to JBVNL as compensation for
any loss resulting from the Agency's failure to perform/comply its obligations under the
contract. JBVNL shall notify the Agency in writing of the exercise of its right to receive
such compensation within 14 days, indicating the contractual obligation(s) for which the
Agency is at default.
g) The Security Deposit (5% by way of Demand Draft & 5% PBG) shall be returned to the
Agency only after successful completion of the Contract period and settlement of
accounts within six (6) months of completion of contractual period. No interest shall be
paid by JBVNL on the Security Deposit submitted by the Bidder.
h) In case of extension of Contract period beyond 3 years and additional 2 year, the
Agency will be liable to pay the additional amount of Security Deposit (Demand Draft
& PBG) on the extended contract amount.

28. Conflict of Interest


The bidder shall be considered to have conflict of interest with one or more parties in this
bidding process, if:
a) They (Two or more bidder) have a controlling partner in common,
b) They receive or have received any direct or indirect subsidy from any of them; or
c) They have the same legal representative for purpose of this bid; or
d) They have a relationship with each other, directly or through common third parties, that
puts them in position to have access to information about or influence on the bid of
another Bidder, or influence the decisions of the Employer regarding this bidding
process; or
e) A Bidder or any of its affiliates participated as a consultant in the preparation of the
design or technical specification of the services/works that are subject of the bid, or
f) The Bidder directly or indirectly shall not be a dependent agency of the Employer.

29. Miscellaneous
a) The Bidding Process shall be governed by, and construed in accordance with, the laws
of India and the Courts at Ranchi shall have exclusive jurisdiction over all disputes
arising under, pursuant to and/ or in connection with the Bidding Process.
b) JBVNL, in its sole discretion and without incurring any obligation or liability, reserves
the right, at any time, to;

(i) suspend and/ or cancel the Bidding Process and NIT/ or amend and/ or
supplement the Bidding Process or modify the dates or other terms and conditions
relating thereto.
(ii) consult with any Bidder in order to receive clarification or further information.
(iii) retain any information and/ or evidence submitted to JBVNL by, on behalf of,
and/ or in relation to any Bidder; and/ or
(iv) Independently verify, disqualify, reject and/ or accept any and all submissions or
other information and/ or evidence submitted by or on behalf of any Bidder.
(v) Forfeit the deposited EMD pursuant to the provisions as per clause.

c) It shall be deemed that by submitting the Bid, the Bidder agrees and releases JBVNL, its
employees, agents and advisers, irrevocably, unconditionally, fully and finally from any
and all liability for claims, losses, damages, costs, expenses or liabilities in any way
related to or arising from the exercise of any right and/ or performance of any
obligations hereunder, pursuant hereto and/ or in connection herewith and waives any
and all right and/ or claims it may have in this respect, whether actual or contingent,
whether present or future.

30. MSME Policy Applicability


Jharkhand Procurement Policy 2014 shall be applicable to such Micro and Small Units
(MSEsas defined under MSME Act 2006 of Govt of India and JIP-2012) of the State and other
units/ enterprises of the state which fulfill all the following criteria:
a) The manufacturing or Service unit is located within the State of Jharkhand.
b) The Head Office or Corporate Office of such registered unit/company/enterprise is within
the territorial jurisdiction of Jharkhand.
c) “MSE is registered with the Directorate of Industries/District Industries Centre, Khadi and
Village Industries Board, Directorate of Handloom, Sericulture and Handicraft of Jharkhand
Govt, Industrial Area Development Authorities and National Small Industries Corporation
Ltd or any other body specified by Directorate of Industries, Jharkhand Govt from time to
time and other industrial units/enterprises which have submitted IBM and been issued Date
of Production (DOP) certificate by GM, DIC/MD, Industrial Area Development Authorities/
Director, Industries, GoJ or MSEs having Udyog Aadhar Number issued by Ministry of
Micro, Small and Medium Enterprises, Gol to be duly verified, whether unit is existing/
functional and doing regular production at what capacity by GM, DIC/MD, Industrial Area
Development Authorities/Director, Industries, GoJ”.
d) The MSEs /other Enterprises and units must be registered under Jharkhand Goods and
Services Tax (JGST) Act-2017 or The Central Goods & Services Tax (CGST) Act 2017.
e) The MSE /other enterprise and unit must have encouraged local people in employment.
f) The MSE /other enterprise and unit must have complied with all statutory and legal
formalities of concerned regulators/Act.
g) The MSE Unit availing preferential treatment will give an undertaking with respect to (i) to
(vi) above including a categorical statement that the product/services being supplied to
Govt. Deptt. or its agencies has been manufactured/created by the unit located in Jharkhand
only, giving details of batch no./date or any other identifiable tag (GSI etc) as per prevalent
established practice and will have to submit compulsorily duly signed copy of Form
GSTR9C (For units having aggregate yearly turnover of more than 2 crores) as prescribed
under JGST Act-2017”. However, in case of VAT products/services, Form JVAT-409 (For
units having of gross yearly turnover more than 60 lacs) issued by deptt. of Commercial
taxes, Govt. of Jharkhand.
All the necessary documents supporting MSME credibility as per the relevant policies
are to be submitted as part of this tender.
31. Gifts & Commissions
a) Any gift, commission, or advantage given, promised or offered by or on behalf of the
Contractor or his partner, agent, officers, director, employee or servant or any one on his
or their behalf in relation to the obtaining or to the execution of this or any other
Contract with the JBVNL, shall be, in addition to any criminal liability which it may
incur, subject of any loss or damage to the JBVNL resulting from any cancellation.
b) The JBVNL shall then be entitled to deduct the amount so payable from any moneys
otherwise due to the Contractor under the Contract.

32. Rules & Regulations


a) The job shall be carried out as per the rules, regulations and other details for Revenue
Management, Bill generation & distribution, report generation, data collection and
revenue collection as prevailed in JBVNL, which shall be made available to the Agency.
These rules and regulations may be modified by JBVNL from time to time and would be
intimated to the Agency for incorporating the same.
b) The Agency will also follow the labour regulations and the directions of Government and
other authorities enforcing the regulations and comply with any other relevant legislation
in force from time to time.

33. Compliance of Labour Legislation


a) The Agency shall discharge its liability of employer/ Contractor in respect of personnel
to be engaged for service, as said out in EPF and MP Act, 1952, ESI Act, 1948 (in ESI
implemented area), workmen’s compensation act, 1923 (in non ESI implemented area)
Contract Labour (R&A) Act, 1970, Payment of Wages Act, 1936, Minimum Wages
Act, 1948 etc.
b) The Agency is required to get separate code under the provision of EPF and ESI Acts, if
not already taken and deposit the employer’s contribution along with employee
subscription, as per rule and submit copy of challans at the time of claiming payment,
failing which an amount equivalent to employer’s contribution and employees
subscription shall be deducted from his each bill and deposited with the concerned
authorities. The Agency shall be solely responsible for any consequences arising out of
breach of any legislation.

34. Safety of Manpower, System and System Security


a) The agency must maintain safety compliance in its daily activities as per best practices
followed in the industry. In case of non-compliance of same, JBVNL reserves the right
to impose penalty on agency in form of blacklisting of firm or termination of such
manpower with show-cause notice.
b) The JBVNL Authority executing the contract agreement with the Agency i.e. General
Manager-cum-Chief Engineer of the respective Electric Supply Area Board shall issue a
monthly certificate certifying that all the billing activities were carried out properly by
the Agency, along with proper safety equipment / measures and within the stipulated
time period. The certificate shall also denote any applicable penalty to be imposed on
the Agency to be deducted from the monthly bills of the Agency.
c) The Agency shall be fully responsible for upkeep, operation, maintenance, security and
safety of meter books, hardware, software application, documents, data and other
documents and records transferred to it.
d) The Agency shall take foolproof measures for data security and shall not share the
database with any Agency/person without prior written permission of the concerned
General Manager-cum-Chief-Engineer. The database shall also not be utilized by the
Agency for any other purpose whatsoever.
e) The Agency shall have to maintain the confidentiality of the billing information
provided by JBVNL. Leakage of the same is liable to be treated as breach of Contract.

35. Insurance
a) The Agency at his cost shall arrange, secure and maintain all insurance as may be
pertinent to the works and obligatory in terms of law to protect its interest and interest
of the JBVNL against all perils detailed herein. The form and the limit of such insurance
as defined herein together with the under-writer in each case shall be acceptable to the
JBVNL. However, irrespective of such acceptance, the responsibility to maintain
adequate insurance coverage at all time during the period of Contract shall be of Agency
alone. The Agency’s failure in this regard shall not relieve him of any of his contractual
responsibilities and obligations.
b) The Agency shall obtain accident liability insurance for its employees for payment of
compensation on account of injury, fatal or otherwise due to accident during course of
operation carried out by him for the purpose of complying with his contractual
obligations thereof. It shall indemnify JBVNL against any claim from such employees
or damage to property what- so- ever while these arise out of or in consequences of the
execution of works, operation and all activities to be performed till the successful
completion of Contract. The Agency shall be responsible for preference of all claims
and make good the damages or loss by way of repairs and/or replacement of the
equipment, damaged or lost. The transfer to title shall not in any way relieve the Agency
of the above responsibilities during the period of Contract. The Agency shall provide
the JBVNL with copy of all insurance policies and documents taken out by him in
pursuance of the Contract. Such copies of documents shall be submitted to the JBVNL
immediately after such insurance coverage. The Agency shall also inform the JBVNL in
writing at least sixty (60) days in advance regarding the expiry/cancellation and/or
change in any of such documents and ensure revalidation, renewal etc., as may be
necessary well in time. All costs on account of insurance liabilities covered under the
Contract will be on Agency’s account.
c) It will be responsibility of the Agency to lodge, pursue and settle all the claims (for all
the equipment including items provided by JBVNL) with the insurance company in case
of any damage, loss or fire and the JBVNL shall be kept informed about it. The losses,
if any, will have to be borne by the Agency if the claims are not lodged and pursued
properly in time or if the insurance company does not settle the same.
d) The Agency shall replace the lost/-damaged materials promptly irrespective of
settlement of the claims by the underwriters and ensure the work progresses as per the
agreed schedule.
36. Liability for Accidents and Damages
a) The Agency shall be responsible to provide group accidental insurance to its employees
and in case of any accident occurring to any of the employees engaged by the agency,
no compensation shall be payable by JBVNL. The Agency on demand from JBVNL
shall have to produce the copy of the valid insurance policy, covering the names of the
employees engaged. The agency shall also be responsible for the safety of its employees
and in case of any safety threat from public, natural calamity otherwise causing harm to
its employees, JBVNL will not be liable for any compensation to the agency and its
employees.
b) If any fatal / non-fatal accident (Human / Animal) occurs due to any Electrical
equipment, the agency shall be held responsible and be liable to pay compensation
under Compensation Act 1923 or as per office order no. 105 of JBVNL dated on
16.01.2015 & office order no. 1924 dated on 29.09.2016 as amended from time to time
(Whichever is applicable).
c) The appointed Agency shall be liable for and shall indemnify JBVNL in respect of any
injury to person or property resulting from the negligence of the Agency/ its manpower
or from defective work but not from any other cause. Agency shall fully cooperate for
investigation in the matter.
d) Suppression of information of any electrical accidents will lead to the automatic
termination of the contract.
e) In the event of fatal/non-fatal electrical accident, the Agency shall take immediate step
to inform such accidents to the Executing Authority immediately. The Executing
Authority shall also take further action & inform such accident to Electrical Inspector &
designated Police Station of the area immediately. Agency shall cooperate with Police,
Electrical Inspector and JBVNL officers for investigation in the matter.
f) In case any incident is found out/reported where information regarding any electrical
accident is not communicated or deliberately delayed from agency’s end then JBVNL
reserves the right to take appropriate action including termination of contract.
g) For non-fatal electrical accident, the Agency needs to take immediate step to hospitalize
the affected employee and shall bear the complete cost of treatment/compensation if
any. JBVNL shall not be responsible to pay such cost/compensation.
h) Provided that the Agency shall not be liable for any loss or profit or loss of Contract or
any other claim made against the JBVNL not already provided for in the Contract, not
for any injury or damage caused by or arising from the acts of the JBVNL or of any
other person or due to circumstances over which the Agency has no control, not shall
his total liability for loss, damage or injury under this clause exceed the total value of
the Contract.
i) The Agency will indemnify and save harmless the JBVNL against all actions, suits,
claims, demands, costs, or expenses arising in connection with injuries (other than such
as may be attributable to the JBVNL or his employees) suffered prior to the date when
the work shall have been taken over hereof by persons employed by the Agency on the
work, whether at common law or under the workman's compensation Act-1923 or any
other statute in force at the date of Contract relating to the question of the liability of
employees for injuries suffered by employees and will if called upon to do so take out
the necessary policy or policies of insurances to over such indemnity.
j) The Agency shall insure against such liabilities with an insurer approved by the
Engineer and shall continue such insurance, during the whole of the time that any
person(s) are employed by him on the works and shall when required produce to the
General Manager (Revenue) JBVNL or General Manager-cum-Chief Engineer, and
concerned Electrical Superintending Engineer of the respective Electric Supply Circle
such policy of insurance and the receipt for payment of the current premium.

37. Fall Back Arrangement


a) In the event of failure of the Agency to fulfil its obligations, duties and responsibilities
as per the agreement terms, JBVNL shall inter-alia have the right, at any time to resort
to fall back arrangement on its own.
b) Under this plan, JBVNL shall take charge of all facilities and systems whether in
operation or under execution after giving one month suitable notice as provided in the
agreement and can recover from the security deposit the losses suffered due to such
failure. If the security deposit is insufficient, the Agency shall pay the difference to
JBVNL failing which JBVNL shall have right to recover the sum through legal or other
means.
c) The JBVNL shall have the right in such circumstances to manage the system itself after
taking charge of the facilities as above or through any other Agency as it may deem fit
and no claim of Agency for compensation in this respect shall be entered.
d) The JBVNL shall have the right in such circumstances to blacklist/bar/disqualify the
Agency from participation in any future tender of JBVNL.

38. Subletting of Contract


The Agency shall not be allowed to sublet/ subcontract the Contract to any other Contractor.

39. Change in Laws and Regulations


Unless otherwise specified in the Contract, if after the date of the Submission of Bids, any law,
regulation, ordinance, order or bylaw having the force of law is enacted, promulgated,
abrogated, or there is any change in the place of the business that subsequently affects the
Contract price, then such Contract Price shall be correspondingly revised, to the extent that the
Contractor has thereby been affected in the performance of any of its obligations under the
Contract.
40. Performance Review
a) The performance of the Agency will be reviewed on quarterly yearly basis (i.e. after
completion of every three months) by a committee constituted by the General Manager
(Revenue) in which GM cum CE (of the electric supply area of their respective
package) will be one of the members. The review committee for each Electric Supply
Area shall comprise of the Gm (Revenue), concerned General Manager-cum-Chief
Engineer (Electric Supply Area), GM (IA&FM), GM (IT), DGM (Revenue), Senior
Manager (Accounts) and Senior Manager (Revenue) or any other authorized
representative as decided by the General Manager (Revenue) as per the Electric Supply
Area of their respective package.
b) In case Agency fails to deliver satisfactory performance, then penalties shall be
applicable from time to time as per Clause of this RfP.
c) The agency shall be paid the service charges post deduction of the associated penalties,
contract may be rescinded/terminated, and the Agency shall be barred from participating
in future JBVNL tenders.

41. Settlement of Disputes


In the event of a dispute or difference of any kind whatsoever shall arise between the Parties in
connection with or arising out of the agreement or the breach, termination or validity hereof,
the Parties shall endeavor to resolve such dispute in good faith in the first instance within 30
(thirty) days of the notice of such a dispute by mutual discussions between the Parties. The
decision of MD, JBVNL shall be final for any depute arise under this RfP

42. Governing Laws and Jurisdiction


This agreement shall be governed by and construed in accordance with the Laws of India. Any
legal proceedings in respect of any matters, claims or disputes arising out of or in connection
with this agreement shall be under the jurisdiction of court in Ranchi.

43. Force Majeure


If at any time during the continuance of the work the performance in whole or in part by either
party of any obligation under this Contract, shall be prevented or delayed by reasons, of any
war, hostility, acts of public enemy, Civil Commotion, sabotage, floods, explosion, epidemics,
fires or other acts of God, strikes and lockout, (for which certificate of labour commissioner be
produced) (hereinafter referred to as 'eventualities') then, provided notice of the happening of
any such eventuality is given by either party to the other within 15 days from the date of
occurrence thereof, neither party shall by reasons of such eventuality be entitled to terminate
this Contract nor shall either party have any claim for damages against the other in respect of
such non-performance or delay in performance and execution of work under this Contract shall
be resumed as soon as practicable after such eventuality has cease.
44. Change of Quantity
a) The JBVNL reserves the right to increase or decrease the number of consumers as
specified in the accompanying technical specifications as may be necessary, at the time
of award of Contract or during the execution of the Contract. Any item can be deleted in
total, if not required during execution. It is intimated that all the consumers under the
respective package included in this specification are to be handled by the Agency.
b) However, any specific group of consumers based on category or any other criteria may
be included / excluded from the scope of Contract at any time during the execution of
the Contract and shall be sole discretion of the Nigam.
c) JBVNL reserves the right to appoint, at any time during the contract period, distribution
franchisee for any area falling under JBVNL or install smart meters in certain areas or if
due to any other technological advancement the requirement, JBVNL may terminate the
contract as per clause 7 of Section III.
d) JBVNL reserves the right of increasing or decreasing the area of operation of the
Agency at any time during the execution of the Contract and there is no minimum
commitment of work.
Section-III: Scope of Work (SoW)

1. General Description
JBVNL is seeking a technology partner to implement an Optical Character Recognition
(OCR) based on Artificial Intelligence (AI)/Machine Learning (ML) solution for Meter
Reading through Spot Billing. This app will be seamlessly integrated with the existing
billing application to enhance the accuracy and efficiency of billing operations.
The key objectives of this project are to empower the Discom to conduct billing
operations using AI/ML technology for precise and efficient meter reading. The
technology partner will be engaged in the following manner:
 Mobile App with Integrated AI/ML Model: Develop a mobile app with
integrated AI/ML models to perform AI/ML Based Meter Reading Recognition
System on electricity meters and transmit the data to the existing billing
application for bill generation.
 Web-Based Back-End Application: Create a comprehensive web-based
application to store all AI/ML Based Meter Reading Recognition System -based
billing data. This application will utilize business intelligence technology to
analyze the data and generate useful statistical reports and dashboards.
 Supervisor App: Develop an app for field supervisors to review and analyze
meter images captured by meter readers using the AI/ML Based Meter Reading
Recognition System based billing system.
 Live Tracking Enablement: Provide an app feature that enables live tracking of
Meter Readers/RRFs/Supervisors.
 Self-Training and Real-Time Support: Include functionalities for self-training
and real-time support for users.
 Ranking and Dashboard Features: Implement a ranking system for Meter
Readers/RRFs/Supervisors and provide a dashboard for meter readers as the home
screen in the MR app.
 Web Portal with Dashboards and Reporting: Develop a web portal with
dashboards and required reporting features for real-time monitoring.

Detailed scope of work for the modules mentioned above is outlined as follows:

S. No. Scope of Work


Module1: Mobile Application:

A mobile app with integrated AI/ML model will be used to perform Optical Character
Recognition (OCR) based spot billing System on electricity meters and transmit the parameters to
the existing billing app for bill generation.
1.1 1. App Integration: The AI Based android app provided by the successful bidder
must be integrated with the Spot Billing application of JBVNL via app to app
integration. The provided AI/ML app shall only get accessed by JBVNL’s
authorized Meter Readers and work only if accessed and redirected by JBVNL’s
Spot Billing app. The provided app shall be restricted to open or work
independently. Meter Readers should be able to download the app from a secured
site with an SSL certificate.
2. Compatibility: App should be compatible and worked on Basic specification of
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

S. No. Scope of Work


mobile attached as Annexure II which will be used by Meter Readers.
3. App Registration and Login: App must have an interface for the meter reader to
register with his basic details, generate login credentials and login to the app.
4. App Dashboard: The app home page must have a dashboard that will
statistically depict the counts of Billing done by the meter reader along with its
counts.
5. Meter Image capture: When redirected from the billing app for meter image
capture, the app has to open the mobile camera for capturing the meter image.
The image capture screen must have focus area box so the meter reader can focus
on the dial of the meter.
6. Defective and Door lock meters: The app must have an option to specify if the
Meter is defective or door locked and a provision to capture the image of the
same.
7. Billing Parameters: The app shall have screens to capture meter images and
perform AI/ML Based Meter Reading Recognition System based extraction for
the required billing parameters requested by the billing app. For domestic tariffs,
the app will guide the meter reader to capture images for both kWh readings. For
commercial and other tariffs, the app will guide the meter reader to capture
images for kVAh and MDI as defined by the DISCOM’s tariff schedule or as may
be finalized by JBVNL.
8. In case of reading status is captured as “Running OK”, the AI system shall extract
the Meter reading, meter reading parameter (As defined by the DISCOM’s tariff
schedule or as may be finalized by JBVNL) and meter serial number. The meter
reading shall be stopped with exception logging to AI server and not to be passed
on to Spot Billing system if any of following validations fails-

a)
Incorrect reading
b)
Photo of a photo
c)
Unclear Image
d)
Wrong parameter (e.g. Kwh in place of kvah etc.)
e)
Non-Meter image
f)
Any other validations provided by JBVNL
g)
Partial capture of meter display area
h)
Meter image but not capturing meter read panel Discom may consider for any
relaxation as per actual field condition.
9. Capturing of Meter Number: The app must have a screen to capture the meter
number.
10. OCR Extraction: Each time the Meter image is captured the integrated AI/ML

35
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

S. No. Scope of Work


based model in the app must extract the meter reading text from the image.
11. Exceptions: If the integrated AL/ML model has not accurately extracted the
reading then an option has to be provided in the app interface to manually enter
the reading and capture the exception by selecting it from the standard list of
exceptions which are “Unclear Image”, “Foggy Meter”, “Day light Reflection”,
“Display Broken Back Light Reflection (Green and low display brightness)” etc.
However, this option shall be made available only after three attempts or as
defined by JBVNL.
12. Data Response to the billing app: Once the data is submitted the same has to be
received by the billing app in less than 3 Seconds. A copy of OCR Based billing
data shall be stored locally in the database of the phone before it is synced to the
back end server .
13. Data Sync and Security: The app should support seamless data synchronization
by sending captured data to the server provided by the agency. The data from the
app must be sent in JSON format for further processing or storage, ensuring that
data captured through app is securely transmitted to the backend system.
14. Real-time Validation Capability: The app should have the capability to validate
following parameters in real-time:

S.
Possible Scenarios Test Criteria
No.
1 Clear Image  Should Auto extract the Value
& unit
 Detects and alerts the Meter
2 Unit is not visible reader in real time.
 Data is logged for analysis.
 Detects and alerts the Meter
3 Unclear image reader in real time.
 Data is logged for analysis.
 Detects and alerts the Meter
4 Unit mismatch reader in real time.
 Data is logged for analysis.

Wrong parameters (MDI, kWh,  Detects and alerts the Meter


5 reader in real time.
kVAh)
 Data is logged for analysis.

6 Suppressed reading  Detects and alerts the Meter


reader in real time.

36
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

S. No. Scope of Work


 Data is logged for analysis.
Detects and alerts the Meter
7 Higher value reader in real time.
 Data is logged for analysis.
 Detects and alerts the Meter
8 Non meter capture reader in real time.
 Data is logged for analysis.
 Detects and alerts the Meter
9 Spoof (Photo of a Photo/Video) reader in real time.
 Data is logged for analysis.
 Detects and alerts the Meter
Meter number mismatch reader in real time.
10
 Data is logged for analysis.
11 Any other criteria as defined by DISCOM from time to time

15. Each image capture pertaining to meter reading parameter shall be given a unique
image name with accurate time-stamp and GPS tag.
16. Capturing and processing images from gallery of the mobile phone shall not be
allowed in any case.
17. The app shall be able to capture image in both offline and online modes however
app shall enforce the user to keep mobile data and GPS in ON condition. The app
shall store image locally in mobile as well with proper encryption so that same
cannot be read or altered directly.
18. In case no internet is available to mobile app, the app shall capture all images of
reading parameters and save it at defined storage of mobile in any encrypted
format with an indication to Spot Bill App with no reading data transfer to Spot
Billing app. If meter reading is retried for such consumer, app will look into for
any locally stored and processed image and pass onto AI/ML engine for
validation & processing and pass on the data to Spot Billing app immediately
once internet is available.
19. In above case, if after coming in online mode and upon retry of billing in Spot
Billing App, the validation of previously captured image fails, the same failure
information will be reverted back to Spot Billing App with NO reading data and
Meter Reader will then have to go back to Consumer premise for recapturing the
image.
20. The AI based solution shall be hosted on MeitY empaneled cloud/data centers
only. Successful bidder shall submit hosting environment empanelment details.
Successful bidder has to demonstrate the solution before DISCOM in 7 days from
the date of issuance of Letter of Award to them. Solution shall be made live after

37
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

S. No. Scope of Work


fulfilling all conditions.

Module 2: Integrated AI/ML Model:

A comprehensive web-based back-end application to store all the OCR based billing data of the
consumer and further analyze it through business intelligence technology to provide useful
statistical data in the form of reports and dashboards
2.1 1. Platform: must be built on AI/ML platform and should have a good efficiency on
embedded devices.
2. Reading Extraction: The model should accurately extract the specified with the
desired accuracy.
3. Performance: The solution should achieve high processing speed while
minimizing battery consumption and device stress.
4. Retrainable: The solution should allow for retraining on user-provided images or
curated datasets containing new readings or challenging scenarios.
5. Training Data: The solution should be trained on a good neural network with
diverse dataset representing various meter designs, reading formats to minimize
bias and ensure accurate performance across different configurations.
6. Model Scalability: The AI/ML based extraction model should be designed with
scalability in mind, allowing it to handle a growing volume of meter images
efficiently. Additionally, optimization techniques should be implemented to
ensure the model's performance on mobile devices without compromising speed
and accuracy.
7. Testing: Rigorous testing and validation procedures should be conducted to
ensure the model's reliability, robustness, and compliance with the specified
requirements. This includes both unit testing and end-to-end testing scenarios.
8. The AI/ ML model shall accurately extract the meter readings in line with desired
parameters and with all mentioned validations within specified time and log all
exceptions.

38
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

S. No. Scope of Work


2.2 Backend Application (Dashboard)
1. Should have a robust application dashboard that will statistically display the OCR
based billing information grouped by parameters like day, month, billing agency,
Locations upto the level of Electric Supply Section.
2. It should have a module that will display all the Meter Images along with its OCR
based extracted value. User should be able to filter these images based on “date”
“AI/ML BASED METER READING RECOGNITION SYSTEM status”,” meter
Reader ID”, billing agency, “Consumer ID etc.
3. It should have a Location tracking module which will track the whereabouts of a
Meter Reader and geographically represent them on a map and also depict the
AI/ML BASED METER READING RECOGNITION SYSTEM based billing
information of the consumer on a geographical map interface with rich mark ups
and pop ups. The Map shall have AI/ML BASED METER READING
RECOGNITION SYSTEM billing status filters which are “success”, “failure”
and “exception” categories.
4. It should have a notification module through which automated mobile
notifications can be sent to the meter readers who are underperforming. Option
has to be provided to send individual as well as bulk notifications with provision
to view the delivery status of sent notifications.
5. It should have a Meter reader Module which shall display the complete summary
of meter readers with respect to AI/ML based meter reading recognition system
based billing. The summary should include information like Meter reader Name,
ID, Total number of consumers billed ,Total number of consumers with meter
defective, Total number of consumers with door locked, Total ok consumers
billed through AI/ML BASED METER READING RECOGNITION SYSTEM
and AI/ML BASED METER READING RECOGNITION SYSTEM Accuracy.
Clicking on
6. each of these fields should take the user to the details page.
7. An exhaustive set of reports as mentioned in “Reports” section has to provide in
the reporting module to view and analyse the AI/ML BASED METER
READING RECOGNITION SYSTEM based billing data with respect to
Location, Billing agency, Meter readers, AI/ML BASED METER READING
RECOGNITION SYSTEM exceptions and AI/ML BASED METER READING
8. RECOGNITION SYSTEM performance parameters. Reports will have filters
based on time, date, location, billing agency and AI/ML BASED METER
READING RECOGNITION SYSTEM billing parameters.
9. Dashboards and Reports access to be provided to all field and HQ users of

39
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

S. No. Scope of Work


DISCOM and users of billing agencies. This access shall be available till at least
6 months after contract period is over.
10. Provision of Application management to
deploy/update/track/remove/blacklist/whitelist applications may also be
embedded in the system.
Module 3: Supervisor’s Application

A supervisor app for the field supervisor to analyze the meter images taken by their meter readers
through the AI/ML based meter reading recognition system based billing.
3.1 1. A mobile app must be provided to the supervisor for validating the AI/ML based
meter reading recognition system -based billed meter images
2. The app will feature a dashboard displaying all meter readers reporting to the
supervisor, showing the AI/ML based meter reading recognition system billing
counts, including success and failure percentages.
3. The supervisor will have the option to view meter images and validate the
exceptions provided by the meter reader for meters whose readings were not
detected by the AI/ML based meter reading recognition system app.
4. While validating images, there should also be an option to flag faulty meters.
5. The Supervisor App should be utilized for:
a) Tracking the progress of meter reading and the performance of meter readers.
b) Alerting and controlling meter readers for improper meter reads, if any.
6. The supervisor dashboard should reflect all the counts related to the meter readers
mapped, including:
a) Meter reads done till now/today.
b) Active/inactive meter readers in real time.
c) Meter readers with the highest/lowest exceptions and highest/lowest meter
reads.
d) Meter reader-wise performance, i.e., bills generated by meter readers in With
Exception/Without Exception & Field Issue categories.
e) Supervisors should be notified with a popup about their meter readers
generating bills between 9 PM to 5 AM.
f) Supervisors should have the facility to track the current location of meter
readers while the app is running.
Module 4: Live Tracking of Meter Readers/ RRFs/Supervisors

40
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

S. No. Scope of Work


4.1 1. The app should have an option for live tracking of the meter reader while the app
is running.
2. Live tracking should be always on and should not be disabled, while running the
app.
3. Once live tracking is enabled, the complete movement of the meter reader should
be tracked in real-time and plotted on a map, which can be monitored through a
portal provided to DISCOMs.
4. Both meter readers and supervisors will be tracked with geo-locations.
5. The module must be customizable to meet the specific needs and business
processes of the DISCOMs.
Module 5: Self Training and Real time support
5.1 1. The app should include a self-training feature to ensure every meter reader
understands how to use it effectively. This should be followed by a self-test.
2. Various test scenarios should be incorporated into the app.
3. Meter readers should only be permitted to perform actual billing after
successfully passing the self-test.
4. Self-test statistics should be made visible on the portal for supervisors, managers,
and utility officials.
5. The app should offer real-time chat support, allowing meter readers to receive
immediate assistance in the field for any AI/ML BASED METER READING
RECOGNITION SYSTEM service-related issues.
Module 6. Ranking of Meter Readers/ Supervisors and Dashboard for Meter Reader (Home
Screen in MR App).

41
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

S. No. Scope of Work


6.1 1.Billing Quality Check: Each Meter Reader/RRF should have the option to
monitor their billing quality. This includes metrics such as the total number of
billed consumers, bills without exceptions, and bills with exceptions. Exceptions
should be classified and available for review on a daily, weekly, fortnightly, and
monthly basis, or as required by DISCOM.
2. Performance Quantification and Ranking: The app should have a feature to
quantify the performance of Meter Readers & Supervisors. It should dynamically
assign a rank to each Meter Reader, Supervisor, and Zonal Manager based on
their performance.
3. Personalized Performance Insights: The app should provide personalized
insights to each Meter Reader to help them improve their performance and rank.
4. Annual Reward and Recognition Program: An annual reward and recognition
program should be conducted to motivate and acknowledge the best-performing
Meter Readers.
5. Supervisor and Zonal Manager Data: The above data should also be available
at the Supervisor and Zonal Manager levels to evaluate their performance.
Module: 7: Web Portal with Dashboards and Required Reporting

42
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

S. No. Scope of Work


7.1 1. Real-Time Monitoring: The portal shall provide a real-time view of meter
reading operations and the quality of meter readings conducted through AI/ML
BASED METER READING RECOGNITION SYSTEM -based services.

2. Detailed Reports to be Provided:


a) Meter Reading Summary: This report should provide the summary of total
count of meters read and OCR billed by meter readers, grouped and segregated
by “ Total meters Read”, ”OCR success”, ”OCR success with exception”,
”OCR Failed”, ”Door Locked”, ”Meter Defective”.
b) Meter Reading Details: This report should provide the list of consumers billed
by meter readers. It should display a tabular representation of consumers
grouped by meter readers and segregated by all the meter reading parameters
like “KWH Reading, ”KVAH Reading”, ”Maximum Demand”, ”OCR status”,
”OCR exception”, ”Door Lock” or “Meter Defective” .
c) Location wise Summary: This Report should provide the AI/ML BASED
METER READING RECOGNITION SYSTEM reading summary for a
Location. The data should aggregate and render at all levels of location
hierarchy
d) Consumer Wise List: This Report should provide the list of consumers who
were billed through AI/ML based meter reading recognition system grouped by
their location and meter readers. clicking on the consumers record entire history
of the AI/ML based meter reading recognition system based billing along with
the meter images has to be displayed.
e) Spot Billing Agency wise Summary: This Report should provide the AI/ML
BASED METER READING RECOGNITION SYSTEM reading summary of
billing agencies displaying the parameters like Total meters Read, OCR
success, OCR success with exception, OCR Failed, Door Locked/Meter
Defective
f) AI/ML BASED METER READING RECOGNITION SYSTEM
Summary: This Report should display the summary of AI/ML BASED
METER READING RECOGNITION SYSTEM based billing count segregated
by Total meters Read, OCR success, OCR success with exception, OCR Failed,
Door Locked/Meter Defective and Option should be provided to display the
data with filters such as “meter Reader ID”,” Location”, ”OCR based billing
parameters”
g) OCR Meter image Cards: This Report shall display the images of the meter
taken during OCR based billing with parameters like OCR reading detected,
OCR success status, Meter Reader ID, Consumer Name, OCR exception
reading entered by the Meter Reader and Option shall be provided to view the
images by date, location and meter reader ID
h) OCR Accuracy Report: This report should render the OCR accuracy data in

43
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

S. No. Scope of Work


terms of percentage against the total OCR billed data ie total consumers billed
through OCR/Total meters read through OCR against how many were
successful. This report should be generated based on parameter like, MR ID,
Location, Date.
i) MR wise reading accuracy Report: This Report should show the OCR based
billing accuracy percentage of each meter reader for a selected month. It should
show the count of total meters read against how many were successful.
j) OCR Failed Report Section Wise: This report should show the list of
consumers whose meters could not be billed through OCR. The list has to be
available section wise and billing month wise.
k) Month Wise OCR Accuracy Report – Location Wise: This report should
show the OCR reading accuracy trends across all the months for a selected year
grouped by locations.
l) Month Wise OCR Accuracy Report-Meter Reader Wise: This report should
show the OCR reading accuracy trends across all the months for a selected year
grouped by meter readers.
m) Meter Reading Reports-List of Consumer Billed: This Report should provide
the list of consumers that were billed through OCR along with all the
parameters of OCR based billing. The data has to be displayed with consumers
list based on by their location and meter Readers.
n) List of Consumers billed on “OK” Status: This Report should provide the list
of consumers there were billed through OCR ie Consumers whose status were
not “meter defective” or “Door Locked”
o) Meter Reading Reports -List of Consumer Billed on “OCR Success” Status
:This Report should provide the list of consumers who were billed through
OCR and the readings were successfully detected. The data has to be displayed
location and meter reader ID wise
p) Meter Reading Reports -List of Consumer Billed on “OCR Success with
exception” Status: This Report should provide the list of consumers who were
billed through OCR and the readings were not successfully detected but
manually entered by the meter reader, recording the field level exceptions. The
data has to be displayed location and meter reader ID wise.
q) Summary of Exceptions: This should give the statistical count of field level
exceptions segregated by various field level exception parameters like Incorrect
Parameter, Invalid Image, Meter Mismatch, Parameter is unclear, Spoof,
Unclear Image, Stain decimal, Meter Height, Dirty Meter, Day light Reflection,
Display Broken, Parameters Not Available in the meter
r) List of Consumers with defective meters: This Report should provide the list
of consumers who were not billed through OCR since their meters were either
defective or their premises door locked. The data has to be displayed location
and meter reader ID wise with date filters
s) List of Consumers with Door Locked: This Report should provide the list of

44
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

S. No. Scope of Work


consumers whose door was locked. The data has to be displayed location and
meter reader ID wise with date filters.
t) List of Abnormalities Report: These reports should show the count of all the
abnormalities at various location levels i.e. the list of consumers who were not
billed successfully through OCR has to be summed up and shown, segregated
by various categories of abnormalities.
u) Meter Reader Wise Performance: This report has to calculate and show the
performance of meter readers with respect to OCR based meter reading. The
performance has to be calculated on the metrices like OCR reading accuracy
above 50%,Defective meters percentage below 33%,Door Lock percentage
below 2%.
v) Location Wise Performance: The meter reader performance report defined
above has to be also made available Location wise.
w) Agency Wise Performance: The meter reader performance report defined
above has to be also made available billing agency wise.
x) OCR Month on Month Performance: This report should display all the
months for a given year as columns and OCR accuracy has to be populated
below it based on parameters selected like Agency, Location.
y) Month Wise Comparison Report: This report should display all the months
for a given year as columns, all the exceptions as rows and the intersecting cells
has to show the percentage count. This will depict the OCR exception trend
across all the months for a location/agency.
z) Abnormalities: This report should display all the months for a given year as
columns, all the abnormalities as rows and the intersecting cells has to show the
percentage count. This will depict the OCR abnormalities trend across all the
months for a location/agency.
aa) OCR failed in previous month but Successful in the current month: This
should be a location and meter reader wise report showing the count of OCR
based reading that were successful in the previous month but was unsuccessful
in the current month.
bb) OCR Successful in previous month but Failed in the current month: This
should be a location and meter reader wise report showing the count of OCR
based reading that were unsuccessful in the previous month but was successful
in the current month.
cc) Meter Defective aging Report: This will be a consumer wise report displayed
at the section level. It will have the list of consumers whose meters have been
defective since a given time period ranging from 3 months to 1 year.
dd) Door Locked Aging Report: This will be a consumer wise report displayed at
the section level. It will have the list of consumers whose meters have been
defective since a given time period ranging from 3 months to 1 year.
ee) Analysis of Bill Generation Time: This report, available on dashboards, details
the hour-wise bill generation by Meter Readers/RRFs, including exception

45
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

S. No. Scope of Work


classifications. Reports should be accessible daily, weekly, monthly, and for
specific time periods as required by DISCOMs.
ff) Quarterly/Half Yearly and Yearly Reports: These reports provide OCR
performance data, including consumers billed at least once without exceptions
in a quarter, 6 months, and 12 months.
gg) Meter Number Mismatch: Reports on meter number mismatches will be
generated by Meter Reader, Section, Sub-division, and Division.
hh) Impact Report: This monthly report highlights improvements realized after
implementing OCR services, such as enhanced billing quality, shorter billing
cycles, increased units billed, and revenue impact.
ii) The above reports should also be generated by Section, Sub-division, Division,
and Circle for the defined periods. Door Locked aging Report.
jj) Any other AI/ML Based Meter Reading Recognition System related reports
asked by DISCOM from time to time must be provided with in the prescribed
time.

2. Requirement regarding Optical Character Recognition (OCR) based on Artificial


Intelligence (AI)/Machine Learning (ML) solution for Meter Reading through Spot
Billing.
To ensure ease of usage by Meter Readers, and enhance system efficiency, the Optical
Character Recognition (OCR) based on Artificial Intelligence (AI)/Machine Learning
(ML) solution for Meter Reading through Spot Billing must meet the following
minimum requirements:

Sr. Description Requirement


No
1 Auto Extraction Time (in < 1 Sec
offline mode)x
2 Auto Extraction Time (in < 1 sec
online mode)
3 Validation Time < 10 Sec
4 Data Response to the Billing < 10 Sec
App of DISCOM
5 Application Size < 20 MB

46
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

6 Smartphone Compatibility Should be compatible with every make &


model of smartphone

3. Deployment of Manpower
The agency shall be responsible for deployment of adequately trained resource at JBVNL
HQ.
Number of
S. No. Particular Details
Resource
1 Project Manager 1 Nos. a. Job Role:
 End to End responsibility of project
deliverable.
 Weekly review of the project with the
nodal officer.
 Monthly review of the project with
management.
 Conducting training for system users and
IT / admin team.
 Discussion with the officials of JBVNL
and finalize high-level design covering
workflows and functional requirements.
 Development & finalization of SRS
requirements with the officials of JBVNL
b. Qualification/Experience:
 B. Tech./BE/BCA/MCA with relevant
experience
c. Place of deployment: JBVNL HQ, Ranchi
2 IT Expert 1 No. a. Job role:
 Key nodal person of the bidder.
 Monthly review of the project with
management.
 Development & finalization of SRS
requirements with JBVNL and its
officials.
 Training of system users and IT / admin
team and submission of user manual and
admin manual.
b. Qualification/experience:
 B. Tech./BE/BCA/MCA with relevant
experience
c. Place of deployment: JBVNL HQ, Ranchi

47
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

3 Application 1 No. a. Job role:


Development  Design & Development of OCR based
Expert spot billing system using AI/ML
application/software, its configuration &
troubleshooting.
 Design & Development of Mobile App,
Dashboard and its configuration.
 Testing & Deployment of all modules.
b. Qualification/Experience:
 B. Tech./B.E. with relevant experience
c. Place of Deployment: JBVNL HQ, Ranchi
at least for initial 3 months and thereafter
off-site for balance contract period, however,
he needs to visit client site whenever
required by JBVNL.
Note- “If an agency requires additional employees to execute the specific work, its cost
shall be to the account of agency only. For example, if a company hires more employees
to monitor and execute the said work then the associated costs would be categorized as
agency costs and JBVNL shall not reimburse the same to the agency.”

4. Eligible Payment
To be paid monthly by JBVNL to the agency in line with the price quoted by the bidder
multiplied by number of consumers whose meter reading are being captured through
OCR technology, deducted by penalty or any other charges as may considered deemed fit
by JBVNL defined under the RfP during a particular month.

5. Bill verification & Payment Process


a) Payment authority shall be Sr. Manager (Accounts), JBVNL HQ
b) The agency shall submit its invoice (along with a detailed report, as may be required by
JBVNL, in line with clause no. 5.2 & 5.3 below) on monthly basis in the office of GM
(Revenue). The GM (Revenue) shall acknowledge the receipt of invoice from the
agency. The GM (Revenue) shall send the invoice to the Electrical Executive Engineer
(EEE), Revenue at JBVNL HQ for its verification. The EEE (Revenue), JBVNL HQ
shall thoroughly verify the invoice along with the Penalties and SLAs as mentioned in
the above clause. Post verification, the concerned EEE shall verify the payment amount
post deduction of the penalties and send the same to DGM (Revenue – HQ). The DGM
(Revenue – HQ) shall then countersign the invoice after its verification and send the
same to GM (Revenue – HQ) for its verification and onward payment to the agency
through the paying authority.

48
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

6. Penalties
1. Application uptime of 95% and above is to be maintained.
Parameter Criteria Penalty
>=95% No Penalty
>=90% & <95% 5% Penalty on the quoted
rate
Application uptime >=80% & <90% 10% Penalty on the quoted
rate
<80% 20% Penalty on the quoted
rate
2. Any new reports format required by the DISCOMs should be made available within
3 days failing which a penalty of Rs. 5000/- per day of delay shall be levied

7. Service Level Agreements


Service level agreement is detailed below for various service components. SLA
measurement shall be carried out on monthly basis.

S.
Service Parameter Service Level Validation Penalty
No.
1 The Supplier 100% Report If the
should take negligence is
backup as per found in
the backup monthly audit,
schedule the Bidder
defined by would be
utility- on penalized a
monthly basis sum of Rs.
Backup/
10,000/- per
Restore
negligence.
Management
2 Utility would 100% Report Rs 10,000/- for
periodically every restore
(once a quarter test failure
on a Random
day) request the
Supplier to
restore the
backup data

49
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

S.
Service Parameter Service Level Validation Penalty
No.
3 Any incident For any
where in security
system incident
compromised, detected the
privacy Bidder would
breached, data be penalized a
is corrupted, sum of INR 1
data is mined or Lakhs. This
any case penalty is
wherein data applicable per
theft occurs incident. These
(including penalties will
Security and
internal not be part of
Privacy breach
incidents) overall SLA
including Data
impacting penalties cap
Theft / Loss/
business per month. In
Corruption
operations in a case of serious
major way. breach of
security
wherein the
data is stolen,
mined, privacy
breached or
corrupted,
Client reserves
the right to
terminate the
contract.

8. Termination of Contract

8.1 Termination for Default


a) JBVNL may, without prejudice to any other remedy for breach of Contract,
by Notice of default sent to the Contractor terminate the Contract in whole or
in part:
i. if the Contractor fails to provide acceptable quality of Services within
the period specified in the Contract as per Scope of work.
ii. if the Contractor commits any breach of the Contract and fails to
remedy or rectify the same within the period of two weeks (or such
longer period as JBVNL in its absolute discretion decide to provide

50
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

iii. If, as the result of Force Majeure, the Contractor is unable to perform
a material portion of the Services for a period of not less than sixty
(60) days.
b) In the event JBVNL terminates the Contract in whole or in part, JBVNL may
procure, upon such terms and in such manner as it deems appropriate,
Services similar to those undelivered or not performed, and the Agency /
Contractor shall compensate JBVNL for any additional costs towards
selection / engagement of new Agency for such similar Services. However,
the Agency / Contractor shall continue performance of the Contract to the
extent not terminated.

8.2 Termination for Insolvency


GM (Revenue) may at any time terminate the Contract by giving Notice to the
Agency / Contractor if the Agency / Contractor becomes bankrupt or otherwise
insolvent. In such event, termination will be without compensation to the
Contractor, provided that such termination will not prejudice or affect any right of
action or remedy that has accrued or will accrue thereafter to the JBVNL.

8.3 Termination for Non-Performance


Should the Agency fail substantially to perform in accordance with the terms and
conditions of this contract, this contract may be terminated by JBVNL in
accordance with this section. JBVNL shall first notify in writing the Agency of
the specific failure to perform which notice shall demand that such non-
performance be cured or remedied within not less than ten (10) days of the date of
the delivery of such notice. In the event the Agency fails to timely cure or remedy
such non - performance following such notice and demand, JBVNL may elect to
terminate the contract by notifying the Agency in writing of its election to
terminate for non-performance, which termination shall be effective upon the
non-performing Party's receipt of such notice of termination. JBVNL may take
decision regarding forfeiture of the security deposit in the form of Demand Draft
and the Performance Bank Guarantee amount in case of non-performance.

8.4 Termination by JBVNL


JBVNL reserves the right to terminate the contract, without providing any reason
whatsoever, at any time during the contract period by giving one month’s notice
to the Agency. If JBVNL terminates the contract at any time within one (1) year
from the date of signing of the contract agreement with the Agency, JBVNL shall
pay to the Agency a lump sum amount equivalent to one (1) month’s average
monthly invoice as termination cost (“Termination Payment”) as full and final
settlement of all contractual obligations of JBVNL as per the Contract. It is to be
clarified that the Termination Payment shall be over and above the payment

51
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

against the actual work done till date the Notice for Termination is issued by
JBVNL.

8.5 Consequence of Termination


Upon Termination of the Contract, the Contractor shall:
a) Prepare and present a detailed exit plan within five calendar days of
termination notice receipt to JBVNL (“Exit Plan”)
b) JBVNL will review the Exit plan. If approved, Contractor shall start working
on the same immediately. If the plan is rejected, Contractor shall prepare
alternate plan within two calendar days. If the second plan is also rejected,
JBVNL will provide a plan for Contractor and it should be adhered by in
totality.
c) The Contractor and JBVNL will sign a completion certificate at the end of
successful completion (all points tracked to closure) of the Exit Plan.

8.6 Payment upon Termination


Upon termination of this Contract pursuant JBVNL shall make the following
payments to the Contractor:
a) Contract Fee for Services satisfactorily performed prior to the effective date
of termination; after adjustment of the dues to the JBVNL
b) Except in the case of termination pursuant failure to perform, insolvency of
the Contractor, deliberate false submission by the Contractor or for failure to
comply with the final decision of an arbitration process, reimbursement of
any reasonable cost incident to the prompt and orderly termination of the
Contract.

8.7 Handing over on Termination


a) The Agency shall cooperate in handing back the facilities, records, database
backup, documents, manuals etc. in hard and in soft form in good working
order to GM (Revenue), JBVNL HQ after termination of agreement. The
hardware owned and deployed by the Agency may be kept by it upon
termination of the Contract.
b) Upon termination of the agreement, the Agency’s authority to act shall
immediately cease. In order to smooth the handing over process and not
hampering the work, JBVNL shall arrange to award the Contract to other firm
or may execute the work departmentally at-least 3 months before expiry of this
Contract. The Agency’s staff may require to work along with the new Agency
for remaining period of Contract to understand the process by new Agency.

52
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

9. Miscellaneous Work
It is to be noted that at any time during the tenure of the Agency’s contract, JBVNL may
ask the Agency to provide some additional services related to the consumer service. All
such agreed services will be separately paid on the approved rate of JBVNL.

53
Annexure-A: No. of Consumers (Electric Supply Area Wise)
Package-A
Estimated
No. of Effective Consumer (Approx)
Electric Supply Cost for
Area three years
DS DS
LTIS CS Other TOTAL in Rs.
Urban Rural
DHANBAD 3,373 60,809 2,03,307 2,97,903 3,289 5,68,681 2,55,90,645
DUMKA 1,887 40,531 93,665 4,86,894 5,612 6,28,589 2,82,86,505
GIRIDIH 2,552 47,677 1,18,915 5,97,847 9,497 7,76,488 3,49,41,960
HAZARIBAGH 2,828 49,355 1,47,318 4,38,078 11,158 6,48,737 2,91,93,165
TOTAL 10,640 1,98,372 5,63,205 18,20,722 29,556 26,22,495 11,80,12,275
Package-B
Estimated
No. of Effective Consumer (Approx)
Electric Supply Cost for
Area three years
DS_ DS_
LTIS CS Other TOTAL in Rs.
Urban Rural
JAMSHEDPUR 3,610 45,841 2,43,486 3,62,459 3,251 6,58,647 2,96,39,115
MEDININAGAR 1,493 29,794 74,010 5,09,610 41,176 6,56,083 2,95,23,735
RANCHI 3,828 78,330 3,44,726 6,38,037 25,724 10,90,645 4,90,79,025
TOTAL 8,931 1,53,965 6,62,222 15,10,106 70,151 24,05,375 10,82,41,875
Total JBVNL 19,571 3,52,337 12,25,427 33,30,828 99,707 50,27,870 22,62,54,150
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

ANNEXURE- B.–TECHNICAL SPECIFICATIONS OF DEVICE


Smart Phone Specification:
S.No Description Minimum Requirement
1 Operating System Android 13 and above
2 Carrier Network Dual SIM, 4G-LTE and above
3 Connectivity Bluetooth-4.0 version or higher, WiFi–LAN
4 Data WiFi, 3G/ 4G–LTE /5G(optional)
Size - 5 inches or more Resolution; 480 x 584
5 Display Resolution
pixels or higher
Internal memory RAM–4GB and above
6 Memory
Storage memory–32GB and above
7 Camera Rear–16MP or higher with auto-focus Flash
8 Processor Quad core or higher
GPS/AGPS and should be able to get accurate GPS
9 Location
Coordinates without Mobile network.
Should be sufficient for accommodating entire day
10 Battery spot Bill & Collection work. Same may be achieved
with external Power banks.
#Vendors need to get the Mobile device make and model approved and
compatibility checked from JBVNL IT Cell before putting in use.

55
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Schedule 1: Covering Letter for Submission of Technical & Commercial Proposal

(The covering letter should be on the Letter Head of the Bidding Company/ Lead Member of
the Bidding Consortium)

Date:
Place:
From,

(Insert name and address of Bidding Company/ Lead Member of the Bidding
Consortium)
Tel.#:
Fax#:
E-mail address#

To,
General Manager (Revenue)
Jharkhand Bijli Vitran Nigam Ltd
Engineer's Building, Dhurwa
Ranchi - 834004, Jharkhand
Contact No.- 8987504018, 9661842194
Email ID: [email protected]
Sub: Technical Proposal for Appointment of Agency for Providing “Optical Character
Recognition (OCR) based on Artificial Intelligence (AI)/Machine Learning (ML)
solution for Meter Reading” of Jharkhand Bijli Vitran Nigam Ltd.
Dear Sir,
With reference to your NIT No.______ dated ………….., I/we, having examined the
Tender documents and understood their contents, hereby submit my/our Bid for the aforesaid
Project. The Bid is unconditional and unqualified.
1. I/ We acknowledge that the JBVNL will be relying on the information provided in the Bid
and the documents accompanying the Bid for selection of Agency for aforesaid Project, and
we certify that all information provided therein is true and correct; nothing has been omitted
which renders such information misleading; and all documents accompanying the Bid are
true copies of their respective originals.
2. This statement is made for expressing purpose of qualifying as a Bidder for the undertaking
the aforesaid Project.
56
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

3. I/ We shall make available to the JBVNL any additional information it may find necessary or
require to supplement or authenticate the Bid.
4. I/ We acknowledge the right of JBVNL to reject our Bid without assigning any reason or
otherwise and hereby waive, to the fullest extent permitted by applicable laws, our right to
challenge the same on any account whatsoever.
5. I/ We certify that in the last three (3) years, we ……………….. or our/ their Associate have
not been barred by Central/ State Govt./, or any entity controlled by it from participating in
the Bidding of any their project or transaction.
6. I/ We declare that:
(a) I/ We have examined and have no reservations to the Tender documents,
including any Addendum issued by the JBVNL;
(b) I/ We do not have any conflict of interest in accordance with the Tender
document; and
(c) I/We have not directly or indirectly or through an agent engaged or indulged in
any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice in respect of any tender or Request for Proposal issued by or
any agreement entered into with the JBVNL or any other public sector enterprise
or any government, Central or State; and
(d) I/ We hereby certify that we have taken steps to ensure that in conformity with the
provisions of the Tender document, no person acting for us or on our behalf has
engaged or will engage in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice; and

7. I/ We understand that JBVNL may cancel the bidding process at any time and that
JBVNL are neither bound to accept any Bid that it may receive nor to invite the Bidders
to Bid for the Project, without incurring any liability to the Bidders.
8. I/ We certify that in regard to matters other than security and integrity of the country, we
have not been convicted by a Court of Law or indicted or adverse orders passed by a
Regulatory Authority which could cast a doubt on our ability to undertake the Project or
which relates to a grave offence that outrages the moral sense of the community.
9. I/ We further certify that in regard to matters relating to security and integrity of the
country, we have not been charge-sheeted by any Agency of the Government or convicted
by a Court of Law.
10. I/ We undertake that in case due to any change in facts or circumstances during the
Bidding Process, we are attracted by the provisions of disqualification in terms of the
guidelines referred to above, we shall intimate the JBVNL of the same immediately.

57
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

11. I/ We hereby irrevocably waive any right or remedy which we may have at any stage at
law or howsoever otherwise arising to challenge or question any decision taken by the
JBVNL in connection with the selection of the Bidder, or in connection with the Bidding
Process itself, in respect of the above mentioned Project and the terms and
implementation thereof.
12. I/We offer an Earnest Money Deposit for Rs [……………………..] to the JBVNL in
accordance with the Tender document.
13. The documents accompanying the Bid, and as specified in the Tender document, have
been submitted in the manner prescribed in respect thereof in the Tender document.
14. I/We agree and understand that the Bid is subject to the provisions of the Tender
documents. In no case, I/We shall have any claim or right of whatsoever nature if the
Project is not awarded to me/us or our Bid is not opened or rejected.
15. I/We agree and undertake to abide by all the terms and conditions of the Tender
document.
16. I/ We shall keep this offer valid for one hundred and eighty (180) days from the Bid
Opening Date (Part-I) specified in the Tender document.
17. I/ We hereby submit our technical and financial Bid for undertaking the aforesaid Project
in accordance with the Tender documents and the agreement.
18. We as the Bidding Company, designate Mr./Ms.
……………………………………..[mention name, designation, contact address, phone
no., fax no. etc.] as our representative who is authorized to perform all tasks including,
but not limited to providing information, responding to enquiries, entering into
contractual commitments on behalf of the Bidder, etc. in respect of the Project.

In witness thereof, I/we submit this Bid under and in accordance with the terms of the Tender
document.
Date:
Place:

Yours faithfully,
(Signature, name and designation of the of the Authorized signatory)
Name and seal of Bidder/Lead Member

58
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

59
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Schedule 2A: Power of Attorney to be provided by the Bidding Company/Lead Member in


favour of its representative

Power of Attorney
(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of
execution)
(This Power of Attorney should be notarized, and the signature of attorney should be attested by
the executants. Non-compliance shall be considered as Nonresponsive and Bid shall be rejected.)
Know all men by these presents, ………………………………………………….(name of the
Bidding Company and address of the registered office) does hereby constitute, appoint and
authorize Mr./Ms. ………………………………name, designation………..,contact
address…………….,) phone no. including mobile no……………., fax no…………..., e-mail) as
our true and lawful attorney, to do in our name and on our behalf, all such acts, deeds and things
necessary in connection with or incidental to submission of its Bid for the Project in response to
the NIT No. _____ dated _______________ issued by Jharkhand Bijli Vitran Nigam Ltd
(JBVNL), including signing and submission of the Bid and all documents specified in the Tender
document, including, undertakings, letters, certificates, acceptances, clarifications, guarantees,
entering into contractual commitments on behalf of the Bidder, etc. in respect of the Project etc.
making representations to JBVNL and providing information/ responses to JBVNL, representing
us in all matters before JBVNL named in the Tender document, and generally dealing with
JBVNL in all matters in connection with our Bid for Appointment of Agency for Providing
“Optical Character Recognition (OCR) based on Artificial Intelligence (AI)/Machine Learning
(ML) solution for Meter Reading”, in JBVNL.
………………………………..(name of the Bidding Company) hereby agree to ratify all acts,
deeds and things done by our said attorney pursuant to this Power of Attorney and that all acts,
deeds and things done by the aforesaid attorney shall and shall always be deemed to have been
done by us,
All the terms used herein but not defined shall have the meaning ascribed to such terms under the
Tender document.

Signed by the within named


…………………………….[Insert the name of the Executants]
through the hand of

Mr. ………………………………..
(duly authorized signatory)
Dated this ___ day of 2024

60
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Accepted
Signature of Attorney
(Name, designation and address of the Attorney)

Attested
(Signature of Executant)
(Name, designation and Address of the Executant)

Signature and stamp of


Notary of the place of execution

61
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Schedule 2B: Power of Attorney to be provided by each of the other members of the Consortium
in favour of the Lead Member

Power Of Attorney

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of
execution)
(This Power of Attorney should be notarized and the signature of attorney should be attested by
the executants. Non-compliance shall be considered as Non responsive and Bid shall be
rejected.)

KNOW ALL MEN BY THESE PRESENTS THAT M/s…………….…………….[Name of the


Consortium member company] having its registered office at …………………………..……..,
…..,..…and M/s …………………….….[Name of the Consortium member company] having its
registered office at ………………………………….. , have formed a Bidding Consortium
named …………. (insert name of the Consortium if finalized) (hereinafter called the
‘Consortium’) vide Consortium Agreement dated………..………………..(copy enclosed) and
having agreed to appoint M/s……………………………..……[Name & Address of the Lead
Member Company] as the Lead Member of the said Consortium do hereby constitute, nominate
and appoint M/s…………….…………..a company incorporated under the laws of
……….………and having its Registered /Head Office at ……………………..……….as our
duly constituted lawful Attorney (hereinafter called as Lead Member) to exercise all or any of
the powers for and on behalf of the Consortium in regard to submission of the Bid against NIT
No.______ dated ________ _______________ issued by Jharkhand Bijli Vitran Nigam Ltd
(JBVNL). We also authorize the said Lead Member to undertake the following acts:

i) To submit on behalf of Consortium Members, Bid in response to Tender document.

ii) To do any other act or submit any information and document related to the above Bid, if
required.

It is expressly understood that in the event of the Consortium being selected as Successful
Bidder, this Power of Attorney shall remain valid, binding and irrevocable until the Bidding
Consortium executes the Contract agreement.
We as the Member of the Consortium agree and undertake to ratify and confirm all whatsoever
the said Attorney/Lead Member has done on behalf of the Consortium Members pursuant to this
Power of Attorney and the same shall bind us and deemed to have been done by us.

62
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

IN WITNESS WHEREOF M/s …………………………………………..……., [Name of the


Consortium member company], as the Member of the Consortium have executed these presents
on this……….. day of ........under the Common Seal of our company.

For and on behalf of Consortium Member


M/s………………………….

--------------------------------

(Signature of person authorized by the board)

(Name
Designation
Place:
Date:)

Accepted

---------------------------------

(Signature, Name, Designation and Address


of the person authorized by the board of the Lead Member)

Attested

---------------------
(Signature of the executants)

------------------------------
(Signature & stamp of Notary of the place of execution)

Place:----------------
Date:------------------

63
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Schedule 3: Format for Performance Bank Guarantee

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of
execution.)
Ref.: ………………………..
Date: ……………………….
Bank Guarantee No…….….
1. In consideration of the __________ [Insert name of the Bidder], a Company registered
under provision of the Companies Act, 1956 or a Corporation constituted by a statutory Act
of State or Union Government] and having its registered office at_________________[and
acting on behalf of its Consortium] (hereinafter referred to as the “Selected Bidder” which
expression shall unless repugnant to the subject or context or meaning thereof include
its/their executors administrators, successors and assignees) submitting the Bid inter alia
for Appointment of Agency for Providing “Optical Character Recognition (OCR) based
on Artificial Intelligence (AI)/Machine Learning (ML) solution for Meter Reading
through Spot Billing”, in JBVNL.(herein after referred to as “the Project”) in response to
the NIT No. ____ dated _____ issued by Jharkhand Bijli Vitran Nigam Limited
((hereinafter referred to as “JBVNL”) and JBVNL considering such response to the
Tender documents of _________ [Insert name of the Bidder] and selecting the Bid of the
Bidder and issuing Letter of Intent No. ______ dated ______to ___________ [Insert name
of the Bidder] as per the terms of the Tender document and the same has been accepted by
the Selected Bidder resulting in a Contract to be entered into for delivery of Services. As
per the terms of the Tender document, we [Name of the Bank] having our registered office
at ___________ and one of its branches at (hereinafter referred to as the “Bank”), at the
request of the Selected Bidder, do hereby in terms of the Tender document, irrevocably,
unconditionally and without reservation guarantee the due and faithful Fulfilment and
compliance of the terms and conditions of the Tender documents by the said Bidder and
unconditionally and irrevocably undertake to pay forthwith to the JBVNL an amount of
Rs. ____[…] (Rupees _____[…..] only) as Bid Security (hereinafter referred to as the
“Bid Security”) as our primary obligation without any demur, reservation, recourse,
contest or protest and without reference to the Selected Bidder if the Selected Bidder shall
fail to fulfil or comply with all or any of the terms and conditions contained in the said
Tender documents.
2. Any such written demand made by the JBVNL stating that the Selected Bidder is in
default of the due and faithful Fulfilment and compliance with the terms and conditions
contained in the Tender documents shall be final, conclusive and binding on the Bank.
3. We, the Bank, do hereby unconditionally undertake to pay the amounts due and payable
64
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

under this Guarantee without any demur, reservation, recourse, contest or protest and
without any reference to the Selected Bidder or any other person and irrespective of
whether the claim of the JBVNL is disputed by the Selected Bidder or not merely on the
first demand from the JBVNL stating that the amount claimed is due to the JBVNL by
reason of failure of the Selected Bidder to fulfill and comply with the terms and
conditions contained in the Tender documents for any reason whatsoever. Any such
demand made on the Bank shall be conclusive as regards amount due and payable by the
Bank under this Guarantee. However, our liability under this Guarantee shall be restricted
to an amount not exceeding Rs. ***** (Rupees ***** only).
4. This Guarantee shall be irrevocable and remain in full force for a period of Three years
from the date of issuance of Letter of Intent No. ____ dated _____ inclusive of a claim
period of ninety (90) days or for such extended period as may be mutually agreed between
the JBVNL and the Selected Bidder, and agreed to by the Bank, and shall continue to be
enforceable till all amounts under this Guarantee have been paid.
5. We, the Bank, further agree that the JBVNL shall be the sole judge to decide as to whether
the Bidder is in default of due and faithful Fulfilment and compliance with the terms and
conditions contained in the Tender documents and the decision of the JBVNL that the
Selected Bidder is in default as aforesaid shall be final and binding on us, notwithstanding
any differences between the JBVNL and the Selected Bidder or any dispute pending before
any Court, Tribunal, Arbitrator or any other Authority.
6. The Guarantee shall not be affected by any change in the constitution or winding up of the
Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or the Bank
with any other person.
7. In order to give full effect to this Guarantee, the JBVNL shall be entitled to treat the Bank
as the principal debtor. The JBVNL shall have the fullest liberty without affecting in any
way the liability of the Bank under this Guarantee from time to time to vary any of the
terms and conditions contained in the said Tender documents and from time to time any of
the powers exercisable by it against the Selected Bidder and either to enforce or forbear
from enforcing any of the terms and conditions contained in the said Tender Documents or
the securities available to the JBVNL, and the Bank shall not be released from its liability
under these presents by any exercise by the JBVNL of the liberty with reference to the
matters aforesaid or by reason of time being given to the Selected Bidder or any other
forbearance, act or omission on the part of the JBVNL or any indulgence by the JBVNL to
the Selected Bidder or by any change in the constitution of the JBVNL or its absorption,
merger or amalgamation with any other person or any other matter or thing whatsoever
which under the law relating to sureties would but for this provision have the effect of
releasing the Bank from its such liability.
65
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

8. Any notice by way of request, demand or otherwise hereunder shall be sufficiently given
or made if addressed to the Bank and sent by courier or by registered mail to the Bank at
the address set forth herein.
9. We undertake to make the payment on receipt of your notice of claim on us addressed to
[name of Bank along with branch address] and delivered at our above branch who shall be
deemed to have been duly authorized to receive the said notice of claim.
10. We hereby expressly agree that we shall not require any proof in addition to the written
demand by JBVNL, made in any format, raised at the above mentioned address of the
Bank, in order to make the said payment to JBVNL.
11. It shall not be necessary for the JBVNL to proceed against the Selected Bidder before
proceeding against the Bank and the guarantee herein contained shall be enforceable
against the Bank, notwithstanding any other security which the JBVNL may have obtained
from the said Bidder or any other person and which shall, at the time when proceedings
are taken against the Bank hereunder, be outstanding or unrealized.
12. We, the Bank, further undertake not to revoke this Guarantee during its currency except
with the previous express consent of the JBVNL in writing.
13. The Bank declares that it has power to issue this Guarantee and discharge the obligations
contemplated herein, the undersigned is duly authorized and has full power to execute this
Guarantee for and on behalf of the Bank.
14. This BANK GUARANTEE shall be interpreted in accordance with the laws of India and
the courts at Ranchi shall have exclusive jurisdiction.
15. For the avoidance of the doubt, the Bank’s liability under this guarantee shall be restricted
to Rs ……………. (Rupees……………………………………only). The Bank shall be
liable to pay the said amount or any part thereof if the JBVNL serves a written claim on
the Bank, on or before […………… (indicate date falling three years and six months
falling after the LOI issue date)].

Signed and Delivered by __________ Bank


By the hand of Mr./Ms __________ , its___________ and authorized official.
(Signature of the Authorised Signatory)
(Official Seal)

66
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Schedule 4: Format for Consortium Agreement

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of
execution)

THIS Consortium Agreement (“Agreement”) executed on this_______________ day of


___________ Two thousand _________between M/s [insert name of Lead
Partner]_______________________________________________ a Company incorporated
under the laws of _____________________ and having its Registered Office at
___________________ (hereinafter called the “Lead Partner”, which expression shall include its
successors, executors and permitted assigns) and M/s
____________________________________ a Company incorporated under the laws of
____________________________________ and having its Registered Office at
____________________________________ (hereinafter called the “Partner”, which expression
shall include its successors, executors and permitted assigns), for the purpose of submitting Bid
and entering into a contract (in case of award) against the NIT No. ____ dated ____issued by
Jharkhand Bijli Vitran Nigam Limited, incorporated under _______ and having its registered
office at __________ (Hereinafter called the “JBVNL”)

WHEREAS JBVNL invited Bids as per the above mentioned Tender document for Appointment
of Agency for Providing “Optical Character Recognition (OCR) based on Artificial Intelligence
(AI)/Machine Learning (ML) solution for Meter Reading through Spot Billing”, in JBVNL.

Clause 6, Section – II, forming part of the Tender documents, stipulates that a Consortium of two
firms as partners, meeting the qualifying requirement as applicable may Bid, provided the
Consortium fulfils all other requirements of Clause 6, Section – II and in such a case, the Bid
shall be signed by all the partners so as to legally bind all the Partners of the Consortium, who
will be jointly and severally liable to perform the Contract and all obligations hereunder.

The above Clause further states that the Consortium agreement shall be attached to the Bid and
the contract performance guarantee will be as per the format enclosed with the Tender
Document.

AND WHEREAS the Bid has been submitted to the JBVNL vide Bid proposal No………….
dated ……………. by Lead Partner based on the Consortium agreement between all the Partners
under these presents.
67
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

NOW THIS INDENTURE WITNESSETH AS UNDER:


In consideration of the above premises and agreements all the Partners to this Consortium do
hereby now agree as follows:

1. In consideration of the award of the Contract by the JBVNL to the Consortium, we, the
Partners to the Consortium agreement do hereby agree that M/s
……..……………………... shall act as Lead Partner and further declare and confirm that
we shall jointly and severally be bound unto the JBVNL for the successful performance of
the Contract and shall be fully responsible for the performance of the Services in
accordance with the Contract.
2. In case of any breach of the said Contract by the Lead Partner or other Partner of the
Consortium agreement, the Partner do hereby agree to be fully responsible for the
successful performance of the Contract and to carry out all the obligations and
responsibilities under the Contract in accordance with the requirements of the Contract.
3. Further, if the JBVNL suffers any loss or damage on account of any breach in the Contract
or any shortfall in the performance of the Services in meeting the performance guaranteed
as per the specification in terms of the Contract, the Partner of these presents
undertake to promptly make good such loss or damages caused to the JBVNL, on its
demand without any demur. It shall not be necessary or obligatory for the JBVNL to
proceed against Lead Partner to these presents before proceeding against or dealing with
the other Partner.
4. The financial liability of the Partners of this Consortium agreement to the JBVNL, with
respect to any of the claims arising out of the performance of non-performance of the
obligations set forth in the said Consortium agreement, read in conjunction with the
relevant conditions of the Contract shall, however, not be limited in any way so as to
restrict or limit the liabilities of any of the Partners of the Consortium agreement.
5. It is expressly understood and agreed between the Partners to this Consortium agreement
that the responsibilities and obligations of each of the Partners shall be as per the terms and
conditions of the RfP issued by JBVN for selection of new OCR based AI solution provider
Agency. It is further agreed by the Partners that the above sharing of responsibilities and
obligations shall not in any way be a limitation of joint and several responsibilities of the
Partners under this Contract.
6. This Consortium agreement shall be construed and interpreted in accordance with the laws
of India and the courts of Ranchi shall have the exclusive jurisdiction in all matters arising
thereunder.
7. In case of an award of a Contract, we the Partners to the Consortium agreement do hereby
68
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

agree that we shall be jointly and severally responsible for furnishing a contract
performance security for value of 10% of the Contract Price – 5% in the form of a Bank
Guarantee from a Nationalized / Scheduled Commercial Bank in favour of the JBVNL and
balance 5% by way of a Demand Draft.
8. It is further agreed that the Consortium agreement shall be irrevocable and shall form an
integral part of the Contract, and shall continue to be enforceable till the JBVNL discharges
the same. It shall be effective from the date first mentioned above for all purposes and
intents.

IN WITNESS WHEREOF, the Partners to the Consortium agreement have through their
authorised representatives executed these presents and affixed Common Seals of their
companies, on the day, month and year first mentioned above.

1. Common Seal of ………………… has For lead Partner


been affixed in my/our presence pursuant to
the Board of Director's resolution (Signature of authorised
dated……………………….. representative)

Signature... …………………. Name


Designation

Name…………………….. Common Seal of the company


Designation…………………….

2. Common Seal of ………………… has For other Partners


been affixed in my/our presence pursuant to (Signature of authorised
the Board of Director's resolution dated
………………….. representative)

69
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Signature... …………………. Designation


Name…………………….. Common Seal of the company
Designation…………………….

WITNESSES:
1. ………………………………….. 2. …………………………………

(Signature) (Signature)
Name ……………………………… Name …………………………
(Official address) (Official address)
……………………………… ………………………………
……………………………… ………………………………
……………………………… ………………………………

70
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Schedule 5: Format for Fulfilment of Qualifying Requirement

(To be submitted on the Letter Head of the Bidding Company/ Lead Member of the Bidding
Consortium)

We, the undersigned ……. [insert name of the ‘Bidder’] having read, examined and understood
in detail the Qualification Requirements as mentioned in this Tender document, hereby submit
our response providing following information:

1. Company Details (Individual Bidder or Individual Members of Bidding Consortium)


(Enclose self-attested copies of all the documents mentioned below)

Name of the Bidder


Registered office address of the Bidder
Address for Correspondence
Name of Authorized Signatory
Contact Person
Address of Agency’s registered office
Contact Number
Email ID & Fax No.
Sl.
Name of Document Details
No.
Reg. No -
………………………
Reg. Date -
Registration of Firm / Agency / Company.
………………………
1 (Attach Copy)
Issuing Department -
………………………
Validity of Registration -
………………………
Details of the Bidder: (Private/Public Limited
2 Company/LLP/Proprietorship/Partnership) and (Sole
Bidder/Lead Partner/Other Partner)

71
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Proof of financial capability


3
(Attach Solvency Certificate of Bank)
Proof of Net Worth of last three (3) financial years i.e.
4
FY 2020-21, FY 2021-22 and FY 2022-23 (Attach Copy)
5 Quoted Price is Firm YES/NO
Details of experience of previous similar work(s)
undertaken by the Bidder as per the requirement of this
6
RfP
(Attach WO and Performance certificate copies)
7 PAN (Attach Copy)
Goods & Services Tax (GST) Registration Certificate GST Registration Number -
8
(Attach copy) ...............................
Registration number -
ESI and EPF Registration Certificate .......................................
9
(Attach copy) Validity of registration -
…................................
10 Acceptance of Terms of payment YES/ NO
11 Acceptance of Liquidated Damages Clause YES/ NO
12 Acceptance of Termination Clause
13 Acceptance of Terms of Security Deposit YES/ NO
Notarized Affidavit regarding Blacklisting/ Debarred on a
14 stamp of Rs. 100.
If blacklisted, then give details and present status.

15 No Litigation Affidavit on a stamp of Rs. 100 or Above.

2. Fulfilment of Technical Qualifying Requirement (Individual Bidder or Individual


Members of Bidding Consortium)
2.1 Number of average monthly consumers for which the firm have provided OCR technology
for Meter Reading based on AI Solution, having the capability of extracting energy meter
readings from energy meters with the help of Optical Character Recognition (OCR) and
without any manual intervention, to any power distribution/ water /gas utility in India, for
any two (2) consecutive years in past three (3) years as on March 31, 2024 for
PSUs/Central/State Government entities like Govt. Discoms/ Distribution License/State
Govt. or central Govt. regulated authorities
72
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Sl. Name of Brief Number of Period of Documentary Page


No. Utility Scope of Consumers Execution Evidence No.
Work (Monthly (From
Avg,) DD/MM/YYYY
to
DD/MM/YYYY)

2.2 Experience with the number of power distribution/ water/ gas utilities in India, for any two
(2) consecutive years in past three (3) years as on March 31, 2024, for PSUs/ Central or
State Government entities like Govt. Discoms/ Distribution License/ State Govt. or central
Govt. regulated authorities in providing OCR technology Based Meter Reading through AI
Solution.

Sl. Name of Brief Number of Period of Documentary Page


No. Utility Scope of Consumers Execution Evidence No.
Work (Monthly (From
Avg,) DD/MM/YYYY
to
DD/MM/YYYY)

2.3 Bidders experience in implementation of software solution OCR technology Based Meter
Reading based on AI Solution for any two (2) consecutive years in past three (3) years as
on March 31, 2024, for PSUs/Central/State Government entities like Govt. Discoms/
Distribution License/State Govt. or central Govt. regulated authorities.

73
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Sl. Name of Brief Number of Period of Documentary Page


No. Utility Scope of Consumers Execution Evidence No.
Work (Monthly (From
Avg,) DD/MM/YYYY
to
DD/MM/YYYY)

2.4 Modules covered in any engagement using OCR technology Based Meter Reading through
AI Solution. during past three (3) years as on March 31, 2024, for PSUs/ Central/ State
Government entities like Govt. Discoms/ Distribution License/ State Govt. or central Govt.
regulated authorities out of the list (OCR Mobile App (Integration with Utility’s Spot
Billing App), Mobile In-built AI/ML OCR Model, Web Portal and Dashboard. Supervisor
App, Field Force Management. Identity and Access Management. Reporting)

Sl. Name of Brief Number of Period of Documentary Page


No. Utility Scope of Consumers Execution Evidence No.
Work (Monthly (From
along with Avg,) DD/MM/YYYY
Modules to
Covered DD/MM/YYYY)

Notes:

(a) The Bidder shall attach in documentary evidence column, details of work order and
Performance certificates/citations confirming the successful execution of the above-
mentioned activities along with the technical Bid duly signed by the officer not below the
rank of General Manager (GM)/ equivalent.
(b) The work orders/ Performance certificates/citations submitted by the Bidder must
indicate the total no. of Consumers as well as period of execution for which the bidder
has prepared electrical energy bill of all types of electrical energy meters.

74
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

3. Fulfilment of Financial Qualifying Requirement (Individual Bidder or Individual


Members of Bidding Consortium)

Under this head, the annual turnover (i.e. Sales from core activities) during the past three (3)
years for the Bidding Company should be mentioned clearly.

Particulars of Name of the Bidder to be Annual Annual Annual


the Bidder considered for Evaluation Audited Audited Audited
of Financial Capability turnover turnover turnover
(in Rs.) (in Rs.) (in Rs.)
FY 2020-21 FY 2021-22 FY 2022-23
Bidding
Company
Particulars of Name of the Bidder to be Net Worth Net Worth Net Worth
the Bidder considered for Evaluation (in Rs.) (in Rs.) (in Rs.)
of Financial Capability FY 2020-21 FY 2021-22 FY 2022-23
Bidding
Company
Particulars of Name of the Bidder to be Liquid Liquid Liquid
the Bidder considered for Evaluation Assest Assest Assest
of Financial Capability (in Rs.) (in Rs.) (in Rs.)
FY 2020-21 FY 2021-22 FY 2022-23
Bidding
Company
Note: The Bidder would be required to submit annual audited accounts for the last three
financial years along with a certificate from a Chartered Accountant to demonstrate the
fulfilment of all the financial criteria.

We, the undersigned declare that the information contained in and attached to this form is true
and accurate as of the date of Bid submission.

Authorized Signature:
Name and Title of Signatory:
Name of Bidder:
Address:
75
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

76
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Schedule 6: Format for undertaking towards Blacklisting and/or debarred

(To be submitted with Technical Proposal on a non-judicial stamp paper of Rs. 100/-)

This undertaking is being submitted in respect of Technical Proposal for “Appointment of


Agency for Providing “Optical Character Recognition (OCR) based on Artificial Intelligence
(AI)/Machine Learning (ML) solution for Meter Reading through Spot Billing” in JBVNL.”, in
response to the NIT No. ____ dated ______ (“Tender document”) document issued by the
Jharkhand Bijli Vitran Nigam Limited.

We hereby confirm the following:

1. We have never been blacklisted and/or debarred by any State Electricity Board / Power
Sector Companies / State Govt. / Central Govt. / State and Central Undertakings and/ or
convicted by a Court of law as on date of submission of Bid.
2. We have not been terminated or suspended from work under any Contract with the relevant
authority and our performance guarantee/security have not been forfeited due to violation
of terms.
3. We understand and agree that if this information is found to be incorrect at any stage before
technical and financial evaluation; our proposal will be considered as non-responsive and
rejected accordingly.
4. We further understand and agree that if the project is awarded to us on the strength of this
undertaking and this undertaking is found to be incorrect post award of project, then our
agreement with JBVNL shall be terminated.

(Signature, Name and Designation of the


Authorized signatory of the Bidder)
Place:
Date: Seal of the Bidder

77
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Schedule 7: Format for No Deviation Undertaking

(To be submitted with Technical Proposal on a non-judicial stamp paper of Rs. 100/-)

This undertaking is being submitted in respect of Technical Proposal for “Appointment of


Agency for Providing “Optical Character Recognition (OCR) based on Artificial Intelligence
(AI)/Machine Learning (ML) solution for Meter Reading through Spot Billing”, in JBVNL., in
response to the NIT No. ____ dated ______ (“Tender document”) document issued by the
Jharkhand Bijli Vitran Nigam Limited.

We hereby confirm the following:

1. We have examined the Tender documents and understood their contents, hereby submit our
Bid for the aforesaid Project. The Bid is unconditional and unqualified.

2. We confirm that we have not taken any deviation and exceptions from the specifications,
Tender documents and its subsequent amendments.

3. We understand and agree that if this information is found to be incorrect at any stage before
technical and financial evaluation; our proposal will be considered as non-responsive and
rejected accordingly.

(Signature, Name and Designation of the


Authorized signatory of the Bidder)
Place:
Date: Seal of the Bidder

78
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Schedule 8: Covering Letter for Submission of Financial Proposal

(The covering letter should be on the Letter Head of the Bidding Company/ Lead Member of
the Bidding Consortium)

Date:
Place:
From,

(Insert name and address of Bidding Company/ Lead Member of the Bidding
Consortium)
Tel.#:
Fax#:
E-mail address#

To,
General Manager (Revenue)
Jharkhand Bijli Vitran Nigam Ltd
Engineer's Building, Dhurwa
Ranchi - 834004, Jharkhand
Contact No.- 8987504018, 9661842194
Email ID: [email protected]

Sub: Financial Proposal for Appointment of Agency for Providing “Optical Character
Recognition (OCR) based on Artificial Intelligence (AI)/Machine Learning (ML)
solution for Meter Reading through Spot Billing” in JBVNL.

Ref: Your NIT No. ___ dated _____


Dear Sir,

Having examined the Tender Document, we, the undersigned, offer to provide the OCR spot
billing generation system as required and outlined in the above-mentioned Tender document of
Jharkhand Bijli Vitran Nigam Limited (JBVNL).

(a) We attach hereto the Price part proposal as required by the Tender document, which
constitutes our Bid proposal.

79
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

(b) We undertake, if our Bid is accepted, to adhere to the implementation of OCR based AI
solution JBVNL consumer billing put forward in the Tender document or such adjusted
plan as may subsequently be mutually agreed between us and JBVNL or its appointed
representatives.
(c) If our Bid is accepted, we will submit a Security Deposit equivalent to 10% of the total
Contract price – 5% by way of Demand Draft in favor of JBVNL and balance 5% in the
form of a Performance Bank Guarantee in the format given in this Tender document issued
by a Nationalized/Scheduled Commercial Bank in India.
(d) We agree for unconditional acceptance of all the terms and conditions in the Tender
document and also agree to abide by this Bid response for a period of Six months from the
date of submission of bid and shall remain binding upon us, until within this period a
formal Contract is prepared and executed, this Bid proposal, together with your written
acceptance thereof in your notification of award, shall constitute a binding Contract
between us.
(e) We confirm that the information contained in this Bid proposal or any part thereof,
including its exhibits, schedules and other documents and instruments delivered or to be
delivered to the JBVNL is true, accurate and complete. This Bid proposal includes all
information necessary to ensure that the statements therein do not in whole or in part
mislead the JBVNL as to any material fact.
(f) We agree that you are not bound to accept the lowest or any Bid response you may receive.
We also agree that you reserve the right in absolute sense to reject all or any of the
products/ services specified in the tender response without assigning any reason
whatsoever.
(g) It is hereby confirmed that I/We are entitled to act on behalf of our
corporation/company/firm/organization and empowered to sign this document as well as
such other documents, which may be required in this connection.

(Signature, Name and Designation of the


Authorized signatory of the Bidder)
Place:
Date: Seal of the Bidder

Address:

80
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Schedule 9: Price Bid


NIT No. /PR/JBVNL/2023-24

Name of the Bidder:


Address :
Tel./Mobile/Fax no. :

Billing Price Per Consumer:


Item Unit Total Financial Price / Total Quoted Rate (excluding
GST)
“Price per Captured In Rupees Rate in Figures
Meter Reading per Rate in Words
Consumer per Month

Notes:

(a) The Bidder shall quote its price up to two (2) decimal places. It is clarified that for the
purpose of evaluation of bids, JBVNL shall consider quotation only up to two (2) decimal
places.
(b) The above quoted price shall be firm for the entire duration of the contract.
(c) The Bidder must quote the prices strictly in the manner as indicated herein, failing which
Bid is liable for rejection. The Quoted rates should be inclusive of all taxes, duties &
levies applicable on the last date of receipt of the bid. The rate/prices shall be entered in
words as well as in figures. In case any difference arises out of quoted rates mentioned in
figures and words, the amount in word would prevail. If the Bidder does not accept the
correction of the errors as above, its Bid will be rejected, and the amount of bid
guarantee/security will be forfeited. These must not contain any additions, alterations,
over-writing, cuttings or corrections and any other marking which leave any room for
doubt.
(d) No separate declaration offering discount on price will be allowed. The Billing Price per
consumer per month in the price schedule shall be final.
(e) The above Quoted rate (excluding GST) must be firm for the entire duration of the
contract. Change in rate of Goods & Service Tax (GST) shall be considered subject to
statutory variations. The applicable Goods & Service Tax (GST) shall be paid by JBVNL
at actual on submission of Documentary Evidence. Certificate of TDS deduction shall be
issued by payment making authority.
81
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

(f) In case, JBVNL cancels the contract awarded to the Agency in total or parts, due to
reasons foreseen or unforeseen, the decision of JBVNL shall be final and the Agency
shall have to continue providing its services for the remainder portion of the contract.

(Signature, Name and Designation of the


Authorized signatory of the Bidder)
Place:
Date: Seal of the Bidder
Address of the Bidder:

82
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Schedule 10: Undertaking for Payment of Minimum Wages & To Follow Government Rules

(To be submitted with Technical Proposal on a non-judicial stamp paper of Rs. 100/-)

I / We undertake that I / We are aware of Minimum Wage Act-1948 and accordingly


orders issued by the District Collector of concerned district in respect of minimum wages to be
paid to labourers / employees.
I also undertake that in case of order placed on me for Optical Character Recognition
(OCR) based spot billing through Artificial Intelligence Based Meter Reading Solution (AI), I /
We would pay wages not less than the minimum wage ordered by respective District Collector. I
/ We would also follow other directives issued by District Collector in this respect and rules &
guidelines issued by Govt. of India / Govt. of Jharkhand for engaging labourers / employees.

(Signature, Name and Designation of the


Authorized signatory of the Bidder)
Place:
Date: Seal of the Bidder

83
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Schedule 11: Affidavit Towards Non-Involvement in Litigations

(To be submitted with Technical Proposal on a non-judicial stamp paper of Rs. 100/-)

Shri…………………………. of M/s……………………………………. with head


office……………….. being their authorized signatory, do hereby solemnly affirm and declare
that M/s…………………………………….. has not been involved in any litigations.

If this declaration is found wrong at any subsequent time and further, I understand to compensate
the JBVNL, for the consequences arising out of wrong declaration.

(Signature, Name and Designation of the


Authorized signatory of the Bidder)
Place:
Date: Seal of the Bidder

84
Jharkhand Bijli Vitran Nigam Limited,
NIT No. 214/PR/JBVNL/2024-25

Schedule 12: Declaration Certificate of Blood Relation

(To be submitted with Technical Proposal)


(To be submitted on non-judicial stamp paper of Rs. 100/-)

It is hereby declared that none of the persons employed in JBVNL, or his/her close family
member/blood relations / proxies are related to M/s ……………………………………….
directly or in directly.

(Signature, Name and Designation of the


Authorized signatory of the Bidder)
Place:
Date: Seal of the Bidder

85
Schedule 13: Declaration Certificate of Tax Clearance

(To be submitted with Technical Proposal)

It is hereby declared that payment of applicable Tax and GST of M/s


........................................................is cleared & nothing is due with Tax Department.

(Signature, Name and Designation of the


Authorized signatory of the Bidder)
Place:
Date: Seal of the Bidder
Jharkhand Bijli Vitran Nigam Limited,

Schedule 14: Format for Financial Qualification Certificate

(To be submitted with Technical Proposal)


[On Letterhead of Chartered Accountant for the bidder (Lead Member) for which the below
details are provided.)

Name of the Entity …….. (Insert name of Bidder/ Lead Member of JV/ Other Member, based on
the entity whose audited accounts used to provide the following)

S. Ref. Clause Financial Qualification FY 21-22 FY 22-23 FY 23-24


No. RFP and
(Rs. Crs.) (Rs. Crs.) (Rs. Crs.)
related
amendment
1 6.3.1 Annual Financial Turnover – for the financial
year ending.
(Turnover means the gross receipt through regular
operation only, the receipts through other incomes
and excise duty/service tax paid to Govt. will not be
considered while arriving the total turnover.)
2 6.3.2 Net Worth– as on 31st March financial year
ending
net worth means the sum total of the paid up capital
and free reserves (excluding reserves created out of
revaluation) reduced by aggregate value of
accumulated losses (including debit balance in
profit and loss account for current year) and
intangible assets.
3 6.3.3 Liquid Assets – as on 31st March financial year
ending
Liquid Asset = (Total Current Assets – Inventories)

It is certified that all the figures mentioned above are based on audited accounts read with
auditors report and Notes to Accounts, etc. and pursuant to the requirements of the tender
document for and related amendments, if any.

(Signature & Seal of Authorized Signatory for (Signature & Seal of Practicing Chartered

87
Jharkhand Bijli Vitran Nigam Limited,

which POA attached) Account)


Name of Authorized Signatory: Name of Certifying Chartered Accountant:
Designation: Name of Firm:
Date & Place UDIN No:
Date & Place:

Schedule 15: Manufacturer Authorization Form (MAF)

Manufacturer Authorization Form (MAF)


(On a Non-Judicial Stamp Paper of INR 100 duly notarized)

No. Dated:

To: JBVNL, Jharkhand

Subject: Manufacturer Authorization for Tender Reference No. ……………………….

Sir,

We, ……………………… having our registered office at ……………………….., confirm that


……………….. having its registered office at ………………… is our authorized partner for
Providing “Optical Character Recognition (OCR) based on Artificial Intelligence (AI)/Machine
Learning (ML) solution for Meter Reading through Spot Billing.
We hereby authorize ……………………………… (hereinafter, the "Bidder'') to submit a bid,
and
subsequently negotiate and sign the Contract with you against the tender Implementation of
Optical Character Recognition (OCR) based on Artificial Intelligence (AI)/Machine Learning
(ML) solution for Meter Reading through Spot Billing in JBVNL Tender No.: ………………..
Dated: …………… on behalf of ………………………..

We hereby extend our full support during contract period (and during any extension) as per the
requirement, with respect to the services offered by the above firm in reply to this Invitation for
Bids and will provide back-to-back service and support to JBVNL up to 3 (three) years (and
during any extension) from the date of operational acceptance of the project.

Thanking You,

For and on behalf of …………………….

88
Jharkhand Bijli Vitran Nigam Limited,

Signed:

Date: ……………………

In the capacity of ……………………. and this should be signed by a person having the power of
attorney to legal bind the OEM/manufacturer.
Date: ……………..
Place: …………….
(Signature)
(Printed Name)

(Designation) ……………………
(Common Seal) …………………

89

You might also like