signature of tender issuing officer

21
0 Tender Document for Design, Supply, Installation, Commissioning and annual maintenance for Five year Of Solar powered fencing system At Village Paav jugpuda, Tok Paav (Chagal Pungra), Block Ukhimath, Distt. Rudraprayag NOTICE. No. 03/UREDA/RPG /SP/SOLAR FENCE/2021-22 Name of Firm…………………… SIGNATURE OF TENDER ISSUING OFFICER ……… UTTARAKHAND RENEWABLE ENERGY DEVELOPMENT AGENCY (UREDA) VIKAS BHAWAN, RUDRAPRAYAG (UTTARAKHAND). E-mail: [email protected]

Upload: others

Post on 15-Jun-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SIGNATURE OF TENDER ISSUING OFFICER

0

Tender Document for

Design, Supply, Installation, Commissioning and annual

maintenance for Five year

Of

Solar powered fencing system

At

Village Paav jugpuda, Tok Paav (Chagal Pungra), Block

Ukhimath, Distt. Rudraprayag

NOTICE. No. 03/UREDA/RPG /SP/SOLAR FENCE/2021-22

Name of Firm……………………

SIGNATURE OF TENDER ISSUING OFFICER ………

UTTARAKHAND RENEWABLE ENERGY DEVELOPMENT AGENCY

(UREDA)

VIKAS BHAWAN, RUDRAPRAYAG (UTTARAKHAND). E-mail: [email protected]

Page 2: SIGNATURE OF TENDER ISSUING OFFICER

1

Uttarakhand Renewable Energy Development Agency

(UREDA)

Vikas Bhawan, Rudraprayag -246171 (Uttarakhand) Tel: 7351476411, E-mail: [email protected]

“Procurement Notice”

Tender Notice

NOTICE. No. 03/UREDA/RPG/SP/SOLAR FENCE/2021-22

Sealed and separate tenders are invited from the Experience firms who have

relevant experience with proven record in this field for Design, Supply, Installation,

Commissioning and annual maintenance for five years of solar powered fencing

system to control animals.

Sl.

No.

Name of site/Village Tentative

length of

Solar

fencing

EMD

(In Rs)

Date & time of

opening

Tender

Place of opening

Tender

1 Village Paav

Jugpuda Tok Paav

(Chagal Pungra),

Block Ukhimath,

Distt. Rudraprayag

1.0 KM No EMD

amount is

Required

05.08.2021

at 3.30 A.M. UREDA Office

Vikas Bhawan

Rudraprayag.

The tender document shall be issued to only those contractor/firms who have

done similar nature of minimum 05 km. work in the Last 3 years. Experience

certificates will have to be submitted at the time of issued of tender document.

The tender document can be obtained from the office of the undersigned on any

working day during office hours from 22.7.2021 to 05.08.2021 by paying Rs. 1500.00

+18% GST for each tender document, through Bank draft in favour of PROJET

OFFICER UREDA, RUDRAPRAYAG, payable at Rudraprayag. The tender shall be

received upto 11.00 A.M. Till the date of opening of the tender. The tender should be

submitted in two separate sealed envelopes i.e. Technical bid (part-I) and Financial

bid (part-II) with EMD decliearation as mentioned above in the form of F.D.R.

pledged to PROJET OFFICER UREDA, Rudraprayag. The technical bid shall be

opened on the due date and time. The financial bid shall be opened after technical bid

at the same date. The undersigned reserves the right to reject any or all the tenders

without assigning any reason.

PROJECT OFFICER

UREDA, RUDRAPRAYAG

Page 3: SIGNATURE OF TENDER ISSUING OFFICER

2

From,

(Full name and address of the Tenderer)

To,

The Project officer,

Ureda office

Vikas Bhawan, Rudraprayag.

Subject: Submission of Tender in response to tender notice no.

02/UREDA/RPG/SP/SOLAR FENCE/2021-22 Dated 08.16.2021

Sir,

I/We hereby submit our offer for the above-mentioned notice. We have

examined the nature, details & specifications of the work and have carefully noted the

instructions and conditions mentioned in the Tender document. The complete Tender

document is being submitted in original as issued by office of UREDA Rudrapryag.

Date

Yours faithfully,

(Signature of the tenderer with seal)

Page 4: SIGNATURE OF TENDER ISSUING OFFICER

3

PARTICULARS OF TENDER

1 Tender Notice 02/ UREDA/RPG/SP/Solar Fence/2021-22

2 Particulars of the work Design, Supply, installation, commissioning

and annual maintenance for Five year of

Solar powered fencing system at Village

Paav jugpuda Tok Paav (Chagal

Pungra), Block Ukhimath, Distt.

Rudraprayag

3 Period of rate contract One Year

4 Cost of Tender document Rs. 1500/- + 18% GST

5 Last date & Time of submission of

Tender

05.08.2021 upto 11:00 AM

6 Amount of Earnest Money deposit No EMD amount is Required

7 Period of validity of Tender for

acceptance

Six months

8 Date and Time of opening of Tender 05.08.2021 at 3:30 PM

9 Place of opening of Tender PROJECT OFFICE, UTTARAKHAND

RENEWABLE ENERGY AGENCY (UREDA),

VIKAS BHAWAN, RUDRAPRAYAG.

10 (a) Name and Address of Firm to

whom Tender document is issued

Signature of Officer Issuing Tender

Page 5: SIGNATURE OF TENDER ISSUING OFFICER

4

GENERAL PARTICULAR OF THE TENDERER

SCHEDULE –A

1 Name of the Firm/Tenderer :

2 Postal Address :

3 Telephone/E.mail ID :

4 Nature of the firm (Individual/partnership/ Pvt. Ltd/Public

Ltd.Co./Public Sector Undertaking) Attach attested copy of

certificate of Registration & Partnership deed/ Memorandum

Of Association.

:

5 Name and designation of the representative of the tenderer to

whom all references shall be made.

:

6 Bussiness of the firm :

7 Number of years for which business as mentioned At S.No. 6

is being carried out

:

8 Financial capacity to take up the work (Attach Balance Sheets

of last three years)

(Torn over above 30.0 Lakh Last in 3 Year)

:

9 Name & Address of the Indian/Foreign Collaboration, if any. :

10 Has the Tenderer any relative working in any Dept., if yes

state the name and designation.

:

11 Annexure: :

a) Earnest Money Deposit F.D.R. No. . . . . . . . . . . .

Dated ……… for Rs ........... (Rs......................................)

In favour of .Project officer ureda Rudraprayag.

:

b) Facility of Sales and service Centers/dealers In

Uttarakhand State. (Indicate Name of cities)

:

c) Copy of the latest Income Tax Clearance Certificate

(To be enclosed)

:

d) Copies of Registration Certificates Of Trade Tax/GST to be

enclosed (Write S.T/GST. Registration No.)

:

e) Reference or any other information attached by the tenderer

(Please mention No. Of pages & No. Of drawing)

:

f) Details of experience (To be enclosed at annexure 1 and 2) :

Signature of Tenderer

With seal

Page 6: SIGNATURE OF TENDER ISSUING OFFICER

5

INSTRUCTIONS TO TENDERER AND TERMS & CONDITIONS

(A) EARNEST MONEY AND VALIDITY OF TENDER:

1. Earnest Money shall be exempted only this offer as per rule and tenderer shall be provid bid

security decelaration.

2. Tender is liable to be disqualified and shall not be considered at all, if not accompanied by the

requisite Earnest Money in the form, as stated above.

3. No interest shall be payable on the amount of Earnest Money and the same will be released (after

the tenders has been decided) to those tenderres who fail to get the contract.

4. The Earnest Money of the accepted tenders shall be released after the completion of work.

5. Validity of the offer for acceptance will be six months from the date of opening of financial bid.

(B) SECURITY MONEY

1. A security money equivalent of the 3% of the total contract value shall be deposited by the firm

after signing of contract (If the firm fails to deposit the said money within a week after singing the

contract, it will stand cancelled). The amount should be deposited in the form of demand draft in

the favour of Project Officer UREDA, Rudraprayag, payable at Rudraprayag from any

Nationalised Bank.

2. Security money deposited by the contractor at the time of signing of contract agreement will

also be released after 5 years from date of testing & commissioning.

(C) CASTING AND OPENING OF TENDER

1. Each tender is a separate independent document and should not be combined with any other tender

in any matter/manner. Transfer of document purchased by one applicant to another is not

permissible.

2. The tender should be neatly filled-in with ink, preferably typed. Tenders filled in by pencil or

otherwise shall not be considered. Every page of the tender document should be signed with seal

by the tenderer under his signature and the tenderer under his signature should attest all cutting and

correction.

3. Project Officer UREDA may at his discretion, extend the deadline for submission of the tender.

4. Tender should be submitted complete in all respect with all schedules, document etc. of the tender

document issued by UREDA PROJECT RUDRAPRAYAG. None of the pages of the original

tender document issued should be removed.

5. The tender may be deposited by hand in the office premises or may be sending by registered post

so as to reach this office by due date and time. No tender shall be entertained after due date & time

and the delay on any account shall not be accepted. UREDA PROJECT RUDRAPRAYAG takes

no responsibility for delay, loss or non-receipt of document sent by post/courier or other means.

No separate receipt will be given on submission of the tender.

6. UREDA reserves the right to reject any or all the tenders or accept any tender in total or in parts or

work may be divided among various tenderers, without assigning any reason thereof.

7. UREDA reserves the right, to increase or decrease the quantity of goods without any change in

price or other terms and conditions, at the time of award of contract.

8. Before submission of the tender, tenderers are required to make themselves fully conversant with

the scope of the work, assumed requirements & specifications, terms and conditions as specified in

the tender document so that no ambiguity exists later on. Any applicant wishing to undertake visit

to sites, to become familiar with site conditions, may do so. All cost towards site visit shall be

borne by the contractor.

Page 7: SIGNATURE OF TENDER ISSUING OFFICER

6

9. All information in the tender shall be English. Information in any other language should be

accompanied with its translation in English.

10. The tender must contain the name, resident and places of the business of the person submitting the

Tender. The representative should bring an authority later from the tenderer having his signatures

attested.

11. In case of any doubt regarding the contents and meaning of the tender document, the tenderer may

contact UREDA for clarification of such doubt, prior to submitting the tender.

12. The tender must be complete in all technical and commercial aspects and should contain test

certificates, drawings, information etc. Any queries made by UREDA should be promptly replied

within the following time schedule.

a. Email- to be replied by Fax/Email. 04 days

b. Query by letter- to be replied by letter 10 days

13. Any approach from the tenderer, his representative or agent trying to influence the decision on the

tendering officials or otherwise shall make tender liable to be summarily rejected.

14. Any tender which deviates from terms and conditions and other details specified in the Tender

document shall be liable to be rejected.

15. The tender shall be opened on due date and time, in the presence of tenderers or their authorized

representative who choose to be present. Under any unavoidable circumstances the change in the

date of opening the tender will be communicated to the tenderer by Telephone/Email/ Letter.

16. Tender should be submitted in two separate envelopes. First sealed envelope, bearing tender notice

number and super scribed "Technical bid (Part-I)" should contain earnest money security, technical

specification, brochure literature etc. and all the paper of the tender document, duly signed except

price bid. The Second envelope, bearing tender notice number and super scribed "Price bid (Part-

II)" should contain price bid only. Anything in regard of financial conditions, payment terms, rebate

etc. in the price bid would make the tender invalid. Both these envelopes should be kept in one

envelope before submitting the tender. The name of site and Tender Notice No should be written on

this envelope.

17. The first envelope i.e. technical bid shall be opened at the time and date mentioned in the tender

notice.

18. UREDA will review the technical bid to determine whether the tenders are substantially responsive

to the requirement of the tender. Tender will be considered non-responsive and liable for rejection

for the following reasons:

� Tender is not received by the due date and time.

� Tender is not accompanied by bid security.

� Document has not been purchased by the bidder in his own name.

� Experience certificate is not attached with the offer.

� Detailed Drawings of Fencing and layout of proposed site are not enclosed with the offer

19. The financial bid (second envelope) shall be opened only of tenderer whose bid is found responsive

to the requirement of the tender. UREDA shall take up detailed evaluation of the responsive bid

only.

20. The procedure of opening of the Tender shall be as under:

a. The first envelope (part one) shall be opened at the time and date mentioned in the tender

notice or in the tender document.

b. The tenderer should be present or authorize a knowledgeable representative to discuss and

provide relevant information on any matter concerned with the tender.

21. Tenders of those firms or individuals, who are either themselves technically capable or who are

accredited representative technically expert firms and who give satisfactory evidence of such

experience shall only be considered.

Page 8: SIGNATURE OF TENDER ISSUING OFFICER

7

22. The tenderer may provide additional information separately regarding technology, design,

specification etc. Proposed to improve the utility, performance, efficiency or economy of the

system. Such information will not be binding on UREDA but may be considered on its merit.

23. The tenderer will declare the name of the employee of UREDA and his relationship with him, in

case any employee of UREDA is a relative of the tenderer.

24. On acceptance of the tender, the tenderer will execute an agreement which will be treated as

contract for the tender work on Non-judicial stamp paper of Rs. 100/- or as specified by UREDA PROJECT, RUDRAPRAYAG within the intimated period. All expenses and duties on this account

shall be born by the contractor.

25. Before award of work the contractor shall deposit the security money as specified in B.1

26. In the event, the successful tenderer fails to sign the contract with UREDA, RUDRAPRAYAG

within specified time or withdraws his offer within the validity period or fails to accept the order

for any reason what so ever, then the earnest Money deposited by him shall be forfeited by

UREDA, RUDRAPRAYAG.

27. The tender price will be in Indian rupees and inclusive of all taxed and duties and no extra claim

on this account will be entertained by UREDA, RUDRAPRAYAG. The tenderer will be totally

responsible for the complying with all rules and requirements concerning all taxes and duties.

28. The rates in Price bid will be valid for the period of one year and UREDA, RUDRAPRAYAG will

only issue work orders. Form time to time as per requirement of UREDA

RUDRAPRAYAG.

29. Preference will be given to the firm who are having experience in the construction, operation and

maintenance of such type of projects and having well past record, character and financial solvency.

Page 9: SIGNATURE OF TENDER ISSUING OFFICER

8

SCOPE OF WORK

The scope of work includes designing, supply, installation, testing, commissioning and five year

maintenance of solar power fencing system at Village Paav Jugpuda, Tok Paav (Chagal

Pungra), Block Ukhimath, Distt. Rudraprayag to protect from animals. The total distance of

the fence is about 1.0 KM.

The scope of work shall also include the following:

A. For design supply, installation and commissioning

1. Collection of all relevant site data which could be required of proper designing and successful

layout, installation and commissioning of the system.

2. Realistic and pragmatic engineering designing of all the necessary device/components and sub-

system that are required for system. This shall have to be carried out keeping in view the collected

field data, general technical requirements/specification.

3. The design detail should clearly indicate the number of wire/lines, distance between wires/lines,

number of section, number of post, number of corner, number pull through post, number of

intermediate post and other accessories, justify, effectiveness against each animal to be controlled.

4. Supply and transportation of all required material, components, device, sub-systems and

equipment to the site and arrangement of safe-keeping and storing them at site.

5. All the civil works related with installation, commissioning of system.

6. All arrangement at site, required tolls, labor work, engagement of laborer, civil construction work

etc all other required work for successful implementation of project on turnkey basis.

7. Supply installation of all essential signboards, markers etc and all essential and required documents

and manuals, clearly explaining the operation and maintenance and trouble shooting of various

portion of the system.

8. Imparting necessary training during installation, commissioning and after commissioning of the

plant to the technicians/users as well as classroom training in fault diagnosis and equipment repair.

9. The entire system must confirm to all the relevant national and international standards of safety.

Page 10: SIGNATURE OF TENDER ISSUING OFFICER

9

B. For Five years maintenance

The technician/trained staff of the contractor shall visit at least once every 3 month to the site of the power

fence and also as and when called by the authorized concerned officials of the department, in case of any

problem and there is no restriction to the number of visits.

During the visits the following shall be taken care of:

1. The entire fence will be inspected in the presence of the concerned officials.

2. Any defects or problem on the entire fence line will be noted and if possible rectified on the spot.

3. Any components/accessories needed to be replaced during the maintenance contract period shall

be borne by the contractor.

4. The technician/trained staff will check the fence voltage at various points and in all the section to

detect any leakage, check for shorts in the fence line. Replace any faulty insulators, tighten all

joints and connections.

5. The technician/trained staff will also check the battery and top it up with distilled water, check the

solar panel and clean the glass surface, check the connections to the battery and energizer, check

the battery voltage and apply petroleum jelly to the battery terminals after cleaning it.

6. The technician/trained staff will check all intermediate posts and corner posts and insure that they

are standing erect and correct if required, tighten all the fence lines and insure that the fence

maintains its shape. They will also check the earthing connection to super earth kits and tighten if

needed and watered in dry seasons.

7. The technician/trained staff will train the customer in maintenance of solar power fence system to

insure continuous working.

8. The technician/trained staff will record his inspection chart in the logbook, kept at the customers

place and also get signature of the concerned customer in his diary/inspection chart for the visit

and service rendered by him.

Page 11: SIGNATURE OF TENDER ISSUING OFFICER

10

Section – 5

General Technical Specification

Description Specification Remarks

Basic Units:

Energizer Switch to high, medium and low power settings.

Solar panel option to recharge 12-Volt battery.

Full and reduced power output terminal can be

operated at once or on different fences independently.

Output characteristic of the energizer should be as

follows:

Peak o/p voltage not more than 10 kv on 50k load.

O/p energy 3.5 J minimum.

Pulse duration 0.01- 300 milli-sec.

Pulse interval 1.1- 1.4 sec.

Peak current 7.0- 8.0 Amp. - High

RMS Current 3.4-2.8 Amp. -High

Charge 1.0-1.4 milli. -Col.-High

Fib. Energy 3.5-4.5 MCA- High

Must Conform to IEC

60335-2-76 and IS 8437

and all National and

International Standards

of safety.

Solar PV

Module

60 Watts, 12 Volts rating with minimum 20 years

warrantee against manufacturing defects.

Must be of reputed

company.

Module stand MS Hot dip galvanized to minimum of 30 microns

zinc coating thickness tilted to 13-15 degrees.

To suit PV module

Battery 12 Volts, 60 Ah low maintenance battery with 5 year

guarantee

Must be of reputed

company.

Lightening

diverter kit

Must be capable of diverting stray lighting. The

diverter assembly must be adjustable for spark gaps.

Adequate earthing to be provided.

With proper earthing

system

Accessories: Earthing

System

Must contain earth mixture capable of retaining

moisture.

8-mm. Diameter stainless steel rod- non-rusting

quality of at least 4 feet length.

Technical specification

must be provided.

Strain

Insulators

End strain insulator must be of Polycarbonate material

and should withstand 15 kv voltages.

Rainwater run-off should

be provided on the

insulator and UV

stabilized.

Reel

Insulators

Must be of virgin plastic material. Polypropylene or

equivalent.

UV stabilized.

High tensile

wire

2.5 mm. wire diameter High tensile wire with

minimum of 230-300 gms./sq.m zinc coated thickness.

UTS 140.5kg/mm2 Break strength of 740 kgs. Zn

purity above 99%.

Long life for more

Than 5 year to be

guaranteed

Page 12: SIGNATURE OF TENDER ISSUING OFFICER

11

14g Wire 14 g Wire for binding reel insulators. High quality Zn

Coating

Wire

Tighteners

In suit tightners for proper tensioning of wires should

be made from Al-alloy non-rusting quality.

Tension

springs

Spring steel capable of taking compression loads.

Galvanized.

Joining

clamps

Positive locking mechanism. Zinc coating of more

than 25 microns.

Warning signs Polyethylene plastic with statutory colour and signs. Yellow with black

lettering in local

language

Leadout cable Must be double insulated withstanding 15 KV

voltages. Inner core wire must be hot dip galvanized.

For under gate and base

unit connections.

Rope gate kit Steel rope with handle and spring assembly.

Handle made of polyethylene.

Length of rope to suit

gate width.

Tool kit Should contain: Wire tightener handle, Twisting tool,

Pliers, Double ended spanner for joining clamp

tightening.

Posts:

Corner/End/

Pull through

posts

50NB Class ‘B’ pipe-8.5 feet long Hot dip galvanized

to more than 60 microns. Stay support 25-mm.

diameters with brackets also hot dip galvanized.

Must include fasteners.

Intermediate

posts

25X25X3 mm. ‘T’ post hot dip galvanized more than

60 microns 8.5 feet long.

Testers:

Digital volt

meter

Must display fence voltage digitally upto 12 kv only.

Made of non-shocking plastic.

Xenon flash

tube

Xenon tubes capable of flashing with each pulse to

monitor the fence working. Must be visible from a

distance of 1000m.

Neon tester 5 Neon light measuring the fence for excellent, very

good, good and poor marking.

Page 13: SIGNATURE OF TENDER ISSUING OFFICER

12

Annexure-1

Schedule of experience (for Supply and installation)

sl. no. Detail of work

carried out

Name of

site and

adress

Year Depart/Agency

for which work

carried out

Cost of

work.

Signature

(Name & Seal of the Tenderer)

Page 14: SIGNATURE OF TENDER ISSUING OFFICER

13

Annexure-2

Format for monthly maintenance Report.

1 Name of the site :

2 Report pertains to plantation :

3 Date of maintenance; check up:

4 Length of the fence (meters) :

5 No. of stands :

6 Average distance between posts :

7 Date of installation :

8 Installed by :

9 Energizer used :

10 Serial no. :

11 Distance from the shed

Base unit:

12 Energizer working Yes/No

13 Energizer Voltage(with fence disconnected) : Kv

14 Battery voltage(use millimeter not DVM) : Volts

15 Specific gravity (with battery disconnected) : Volts

16 Solar panel voltage(with battery disconnected) : Volts

17 Connections from control unit : satisfactory/ not satisfactory

18 Condition of solar panel : satisfactory/ not satisfactory

19 Remark on base unit condition: : satisfactory/ not satisfactory

Fence Condition

20 Corner posts

: satisfactory/ not satisfactory

21 Main post ( grouting and vertical position):

: satisfactory/ not satisfactory

22 Support post (grouting and condition ) :

: satisfactory/ not satisfactory

23 Intermediate post

: satisfactory/ not satisfactory

Condition of insulators

24 PP insulators (If any has been replaced mention the exact

number replaced.)

: satisfactory/ not satisfactory

25 Super strain insulators (If any has been replaced mention

the exact number replaced.)

satisfactory/ not satisfactory

Signature

(Name & Seal of the Tenderer)

Page 15: SIGNATURE OF TENDER ISSUING OFFICER

14

FINANCIAL BID

TENDER NO:- . 03/UREDA/RUDRAPRAYAG/SP/SOLAR FENCE/2021-22

Design, supply, installation, testing and commissioning and annual maintenance for five

years, of solar powered fencing system at Village Paav Jugpuda, Tok Paav (Chagal

Pungra), Block Ukhimath, Distt. Rudraprayag.

(A) For the Item Rate

S.N, Items Quantity Unit Rates( in `) Amount (in `) 1 Energizer B250 1 Nos

2 Console Box (With Post) 1 Nos

3 Lightning Divertor - Regular /

Imported

1 Nos

4 Solar PV 60 W 1 Nos

5 Solar PV Stand with Post 1 Nos

6 Super Earth Kit 202 1 Nos

7 Battery 60 AH 1 Nos

8 H.T. Wire in Mtr. 8200 Mtrs

9 14G Wire 500 Mtrs

10 PP Reel Insulator 1050 Nos

11 Super Strain Insulator 350 Nos

12 Permanent Wire Tightener 94 Nos

13 Tension Spring 45 Nos

14 Joint Clamp 220 Nos

15 DI Cable 80 Nos

16 Warning Sign Board - Hindi 15 Nos

17 Rope Gate Kit 16 Ft 40 Nos

18 Neon Tester 1 Nos

19 Xenon Flash Tube 1 Nos

20 Section/Corner/Post 50 Nos

21 Iron Angle for Inter mediate

Posts/Corner/ Post - Length 6'6''

120 Nos

22 Tool Kit 1 Nos

23 Cut out Switch 1 Nos

24 DVM3 1 Nos

Total :-

GST @ 5%:-

Total Material cost :-

Note:

(a) Certified that rates quoted above are as per specification, terms and condition mentioned in the

tender.

(b) The rates are inclusive of all taxes & duties what so ever.

(Signature of Tenderer)

Page 16: SIGNATURE OF TENDER ISSUING OFFICER

15

GENERAL CONDITION OF CONTRACT

1. DEFINITIONS:

1.1 In the deed of contract unless the context otherwise requires:-

a) UREDA PROJECT, RUDRAPRAYAG shall mean The Director or his representative of UREDA and

shall also include its successors in interest and assignees. The contractor shall mean the person whose

tender has been accepted by UREDA and shall include his legal representatives, successor in interest

and assignees.

b) The contractor shall be deemed to have carefully examined all the papers, drawings etc., attached to

the contract deed. If he shall have any doubt, as the meaning of any portion or any

condition(s)/specifications etc., he should before signing the contract set forth the particulars thereof

and submit them to UREDA PROJECT, RUDRAPRAYAG in order that doubt(s) may be removed.

c) An agreement shall be entered between UREDA PROJECT, RUDRAPRAYAG and the firm for the

execution of the project with in six months from the date of the signing of the agreement. However the

supplier may be asked to supply the systems earlier, in case of some urgency and suppliers are bound

to fulfill the requirements. In case the contractor fails to execute the said supply/work within stipulated

time, UREDA PROJECT, RUDRAPRAYAG will be at liberty to get the work executed from the open

market without calling any tender and without any notice to the contractor, at the risk and cost of the

contractor. Any additional cost incurred by UREDA PROJECT, RUDRAPRAYAG shall be recovered

from the contractor. If the cost of executing the work as aforesaid shall exceed the balance due to the

contractor and the contractor fails to make good the additional cost, UREDA PROJECT,

RUDRAPRAYAG may recover it from the contractor's pending claims against any work in UREDA

PROJECT, RUDRAPRAYAG or in any other lawful manner.

(d) The rates decided for various items/sub-components/works/services, etc. shall remain valid for a

period of one year from the date of signing the agreement. This period may further be increased by

UREDA PROJECT, RUDRAPRAYAG, after receiving the consent of contractor, in case he is willing

to work on the same rates, even after expiry of the validly period of rates. UREDA PROJECT,

RUDRAPRAYAG, may issue work order for the other sites/villages on the same rates, till the validity

period of rates or during any such extended period. 2. LIQUIDATED DAMAGE:

2.1 If the contractor fails to complete the work/ perform the services within the time period

specified in the agreement, the UREDA PROJECT, RUDRAPRAYAG shall without prejudice

to its other remedies under the contract, deduct from the contract price as liquidated damage, a

sum equivalent to 1% of the contract price for delay of each week or part of week, until actual

completion, up to a maximum deduction of 10% of the contract price. Once the maximum is

reached, the UREDA PROJECT, RUDRAPRAYAG may consider termination of the contract.

2.2 This excludes delay in the completion of the work due to unforeseen causes beyond the control

and without fault and negligence of the tenderer including (but not restricted to) act of God, or

public enemy, action of Govt. in its sovereign capacity etc. In the event of any of the aforesaid

contingencies, UREDA PROJECT, RUDRAPRAYAG will be promptly kept informed by the

tenderer by telegram/telex/fax, followed by confirmation in writing with documentary proof

within 15 days of the commencement of force major circumstances. Under such circumstances

reasonable extension of time shall be granted by UREDA PROJECT, RUDRAPRAYAG.

Page 17: SIGNATURE OF TENDER ISSUING OFFICER

16

3. The contractor shall have to comply with all the rules, regulations, laws and bylaws for the time being

in force and the instructions if any, of the organization, in whose premises the work has to be done.

UREDA PROJECT, RUDRAPRAYAG shall have no liability in this regard.

4. The contract shall not without the consent of UREDA PROJECT, RUDRAPRAYAG, in writing

transfer, assign or sublet the work under this contract or any substantial part thereof to any other

party.

5. UREDA PROJECT, RUDRAPRAYAG shall have at all reasonable time, access to the works being

carried out by the contractor under this contract. All the work shall be carried out by the contractor to

the satisfaction of UREDA PROJECT, RUDRAPRAYAG

6. IF any question, dispute or difference what so ever shall arises between UREDA PROJECT,

RUDRAPRAYAG and the contractor in connection with this agreement except as to matters, the

decisions for which have been specifically provided, either party may forthwith give to the other,

notice in writing of existence of such question, dispute or difference and the same shall be referred to

the sole arbitration of the Director, UREDA, Uttarakhand or a person nominated by him. This

reference shall be governed by the Indian Arbitration Act, 1996 and the rules made there under. The

award in such arbitration shall be final and binding on both the parties. Work under the agreement

shall continue during the arbitration proceedings unless the UREDA PROJECT, RUDRAPRAYAG or

the arbitrator directs otherwise.

7. UREDA PROJECT, RUDRAPRAYAG may at any time by notice in writing to the contractor, either

stop the work all together or reduce or cut it down. If the work is stopped all together, the contractor

will only be paid for work done. If the work is stopped all together, the contractor will only be paid for

work done and expenses distinctly incurred by him as on preparation or the execution of the work upto

he receives the date on which such notice. Such expenses shall be assessed by UREDA PROJECT,

RUDRAPRAYAG, whose decision shall be final and binding on the contractor. But in neither case,

the contractor will be paid any compensation what so ever for the loss or profit, which he might have

made if, he had been allowed to complete all the work included in the contract.

8. INSPECTION AND TESTS

8.1 The UREDA PROJECT, RUDRAPRAYAG, his duly authorized representative shall have at all

reasonable times access to the suppliers premises or works and shall have the power at all reasonable

time's to inspect and examine the materials and workmanship of the works during its manufacture.

8.2 The supplier shall give UREDA PROJECT, RUDRAPRAYAG 15 day's written notice of any material

being ready for testing. The UREDA PROJECT, RUDRAPRAYAG Inspector, unless witnessing of

the tests is virtually waived, will attend such tests within 7(seven) days of the date on which the

equipment is notified as being ready for test /inspection. All the traveling and other expenses shall be

borne by the contractor. No material shall be dispatched without the inspection of UREDA PROJECT,

RUDRAPRAYAG. The material sent without UREDA PROJECT, RUDRAPRAYAG inspection shall

not be accepted by UREDA PROJECT, RUDRAPRAYAG.

8.3 The UREDA PROJECT, RUDRAPRAYAG will give notice in writing to the contractor, of any

objection to any drawings, equipment and workmanship, which is his opinion, is not in accordance

with the contract.

8.4 The contractor shall give due consideration to such objections and shall either remove such objection

or shall either make the modification that may be necessary to meet the said objection or shall confirm

in writing to the purchaser/Inspector, giving reasons therein that no modifications are necessary to

comply with the contract.

Page 18: SIGNATURE OF TENDER ISSUING OFFICER

17

8.5 The inspection by UREDA PROJECT, RUDRAPRAYAG and issue of dispatch instruction there on

shall in no way limit the liabilities and responsibilities of contractor in respect of the agreed quality

assurance as per contract Nothing in clause 9 shall in any way release the supplier from any guarantee

or other obligations under this contract.

9. WATTANTY

(a) Quality: The supplier shall warrant as per standards for quality, that anything to be furnished shall be

free from all defects and faults. Material, workmanship and manufacture, shall be of the highest grade

and consistent with established and generally accepted standards. Materials of the type ordered, shall

be in full conformity with the specifications, drawing or samples, if any and shall operate properly (if

operable).

(b) Performance of Equipment: In addition to the warranty as already provided, the supplier shall

guarantee satisfactory performance of the equipment and shall be responsible for the period or up to

the date specified in sub-clause (C) thereof after the equipment has been accepted by the UREDA

PROJECT, RUDRAPRAYAG to the extent for any defects that may develop. Such defects shall be

removed at his own cost when called upon to do so by the UREDA PROJECT, RUDRAPRAYAG

(c) The Guarantee period shall be 24 months after commissioning of the project. The contractor shall

rectify defects developed in the system within guarantee period promptly. In case the contractor does

not rectify the defects within 10 days of the receipt of the complaint, UREDA PROJECT,

RUDRAPRAYAG shall have full liberty to restore the system in working condition. The expenditure

so incurred by UREDA PROJECT, RUDRAPRAYAG shall be deducted from the contractor pending

claims, security deposit or in any other law full manner.

10. Notice statement and other communication sent by UREDA PROJECT, RUDRAPRAYAG through

registered post or telegram or fax to the contractor at his specified addresses shall be deemed to have

been delivered to the contractor.

11. Any work which is not covered under this contract but is essentially required for the completion of job

(to the satisfaction of UREDA PROJECT, RUDRAPRAYAG ) shall be carried out by the contractor,

as extra item for which payment shall be made separately at the rates decided by UREDA PROJECT,

RUDRAPRAYAG.

12. The work shall be carried out by the contractor as per design and drawings approved by UREDA

PROJECT, RUDRAPRAYAG. The contractor shall submit relevant designs and drawings for

approval of UREDA PROJECT, RUDRAPRAYAG, well in advance. Work carried out without

UREDA PROJECT, RUDRAPRAYAG’s approval shall not be accepted and the UREDA PROJECT,

RUDRAPRAYAG shall have right to get it removed and to recover the cost so incurred from the

contractor.

13. The contractor shall provide five copies of Operation & Maintenance manual for each project

installed. This shall be in Hindi, English or in both. The manual must contain-

* Details about solar power fence

* Clear instruction about maintenance and troubleshooting etc

* DO's and DON'T's

* Relevant details and drawing for regular maintenance

* Name and address of the contact person in case of non-functionality of systems

14. The contractor shall not display the photographs of the work and not take advantage through publicity

of the work, without written permission of UREDA PROJECT, RUDRAPRAYAG.

15. In case there is any reduction in excise duty or other Government levies during the contract period,

such benefits should be passed on to UREDA PROJECT, RUDRAPRAYAG by the tenderer.

Page 19: SIGNATURE OF TENDER ISSUING OFFICER

18

16. Any expenditure incurred by UREDA PROJECT, RUDRAPRAYAG due to breach of contract on the

part of the tenderer will be realized out of the earnest money retained or security deposit or/and from

pending dues of the tenderer.

17. The bills will be submitted at the concerned project office(s) for payment.

18. No price escalation or increase in cost will be paid by UREDA PROJECT, RUDRAPRAYAG for the

specified supply/work.

19. In case the contractor executes the supply/work through his authorized dealer or agent, the name

address and bonifide credentials of such a dealer or agent must be certified by the contractor and

mentioned clearly. The matters regarding delivery of material, submission of bills and receiving

payments in such cases should also be clearly explained. The acceptance by the dealer/agent to this

effect should also be attached herewith.

20. The contract price is inclusive of the all taxes and duties and no extra claim on this account will be

entertained by UREDA PROJECT, RUDRAPRAYAG. The tenderer will be totally responsible for

compliance with all rules and requirement concerning all taxes and duties.

21. PATENT RIGHT AND ROYALTIES

The tenderer shall indemnify the UREDA PROJECT, RUDRAPRAYAG against all third party claims

of infringement of patent, royalties, trademark or industrial design rights arising from use of the goods

or any part thereof.

22. PACKING FOR WARDING

22.1 Contractors, wherever applicable, shall properly pack and crate all equipment in such manner as to

protect them from deterioration and damage during rail and road transportation to the site and storage

at the site till time of installation. The contractor shall be held responsible for all damage due to

improper packing/storage.

22.2 The contractor shall inform the UREDA project offices, of the date of each shipment from his

works, and the expected date of arrival at the site at least 7 days in advance.

23. DEMURRAGE, WHARFAGE, ETC

All demurrage, wharfage and other expenses incurred due to delayed clearance of the material or any

other reason shall be to the account of the contractor.

24. INSURANCE

Insurance of materials against loss or damage incidental to manufacture or acquisition, transportation,

shall be the responsibility of contractor. No additional claims for insurance will be paid by UREDA.

25. SPARE PARTS

The supplier should make arrangement of sufficient spare parts at site, for the proper maintenance and

smooth running of the system.

Page 20: SIGNATURE OF TENDER ISSUING OFFICER

19

26. TERMINATION FOR CONVENIENCE

The UREDA PROJECT, RUDRAPRAYAG, may, by written notice sent to the supplier, terminate the

contract in whole or in part at any time for its convenience. The notice of termination shall specify that

termination be for the purchaser's convenience in the interest of UREDA PROJECT,

RUDRAPRAYAG

28. APPLICABLE LAW

The contractor shall be interpreted in accordance with the laws of the purchaser's country i.e. India.

The High court of Judicature at Nainital shall alone have jurisdictions to the exclusion of all other

courts.

29. NOTICE

29.1 Any notice given by one party to the other, in pursuant to the contract shall be sent in writing or by

telegram or fax / cable and confirmed in writing to the address specified for that purpose in the

special condition of contract.

29.2 A notice shall be effective when delivered or on the notice's effective date, which ever is later.

30. TAXES AND DUTIES

A supplier /contractor shall be entirely responsible for all taxes, duties, license fees, etc.

OTHERS

31. The contractor in consultation with concerned project officer of UREDA PROJECT,

RUDRAPRAYAG will conduct One Training programme for each site, for beneficiaries and

UREDA PROJECT, RUDRAPRAYAG'S field staff etc, focusing on main features, operation and

maintenance of the systems. Such training programme will be organized by the firm at the nearest

possible venue to the beneficiaries in consultation with concerned project officer of UREDA

PROJECT, RUDRAPRAYAG.

32. PAYMENTS: The payments shall be made as per the following terms and conditions.

32.1 80% amount of the work value shall be paid after installation and commissioning of the Solar

Power Fencing at site.

32.2 10% amount of the work value shall be paid after 6 months from the date of installation and

commissioning of Solar Power Fencing at site. 32.3 Balance 10% of the contract value shall be treated as performance security & AMC and shall be

paid against satisfactory performance and maintenance of the Solar Power Fencing during

warrantee period. This amount shall be paid in 5 equal annual installments, starting from

completion of one year from the date of installation at site. Security money deposited by the

contractor at the time of signing of contract agreement will also be released after 5 years from

date of testing & commissioning.

Page 21: SIGNATURE OF TENDER ISSUING OFFICER

20

DECLARATION BY THE TENDERER REGARDING TENDER

I/We (Here in after referred to as the Tenderer) being desirous of Tendering for the work under the

above mentioned registration form having fully understood the nature of the work and having carefully

noted all the terms and conditions, specification etc. as mentioned in the Tender document. DO HEREBY

DECLARE THAT:

1. The Tenderer is fully aware of all the requirements of the Tender document and agree with all

provisions of the Tender document.

2. The Tenderer is capable of executing and completing the work as required in the tender.

3. The Tenderer accepts all the risks and responsibilities directly or indirectly connected with the

performance of the Tender.

4. The contractor has no collusion with the other contractor any employee of UREDA or with any person

or firm in the preparation of Bid.

5. The Tenderer has not been influenced by any statements or premises of UREDA or any of its

employees but only by the Tender document.

6. The Tenderer is financially sound to execute the Tenderd work.

7. The Tenderer is minimum 5 Km. in last three years experienced in UREDA or other Department of

Uttarakhand and competent to perform the contract to the satisfaction of UREDA or other Department

of Uttarakhand.

8. The information's and the statements submitted with the Tender document are true.

9. The Tenderer is familiar with all general and special laws, acts ordinances rules and regulations of the

Municipal, District, State and Central Government that may effect the work, its performance or the

personnel employed there in.

10. The Tenderer has not been debarred from similar type of work by UREDA and other Government

Undertaking/Department.

11. This offer shall remain valid for acceptance for eight months from the date of opening of tender.

12. The Tenderer has not attached herewith the Earnest Money exempted as required bid security

declaration in the Tender document.

13. The Tenderer accepts that the Earnest money be absolutely taken by UREDA if the Tenderer fails to

incorporate the work or sign the contract within the stipulated period.

14. The Tenderer gives the assurance to execute the Tender work as per terms and conditions and in exact

configuration of this sample submitted (where ever applicable) on award of work.

SIGNATURE OF TENDERER AND ADDRESS