tender document: c-2(b)/rc/0700/4455/2017 … of solar pv pumping system 7.5 hp dc submersible pump...

31
Tender Document: C-2(b)/RC/0700/4455/2017 FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sect or Ent erprise) TENDER DOCUMENT for “Supply of BOS, Installation, Commissioning, Testing and Warranty for 5 years of Solar PV Pumping System 7.5 HP DC Submersible Pump along- with all the necessary accessories required as per tender at suitable locations including all the required parts, complete in all respect FOR Site (Anywhere in MP)” Tender notice no. C-2(b)/RC/0700/4455/2017 dated 22 th May, 2017 Assistant General Manager (Materials) Materials Management Division Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.in Page 1 of 31

Upload: nguyenphuc

Post on 25-May-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

Tender Document: C-2(b)/RC/0700/4455/2017

FORMAT NO. : CEL/FR/MMD/03(01)

CENTRAL ELECTRONICS LIMITED

(A Public Sector Enterprise)

TENDER DOCUMENT

for

“Supply of BOS, Installation, Commissioning, Testing and Warranty for 5

years of Solar PV Pumping System 7.5 HP DC Submersible Pump along-

with all the necessary accessories required as per tender at suitable

locations including all the required parts, complete in all respect FOR Site

(Anywhere in MP)”

Tender notice no. C-2(b)/RC/0700/4455/2017 dated 22th

May, 2017

Assistant General Manager (Materials) Materials Management Division Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.in

Page 1 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

FORMAT NO. : CEL/FR/MMD/03(01)

CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise) 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA

Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.in

TENDER NOTICE

Tender notice no. C-2(b)/RC/0700/4455/2017 18th

May, 2017

Central Electronics Limited invites sealed bids (Technical & Financial) from eligible bidders which

are valid for a minimum period of 90 days from the date of opening for “Supply of BOS, Installation,

Commissioning, Testing and Warranty for 5 years of Solar PV Pumping System 7.5 HP DC

SubmersiblePump along-with all the necessary accessories required As per tender at suitable

location including all the required parts, complete in all respect FOR Site (Anywhere in MP)”

Scope of Work “Supply of BOS, Installation, Commissioning, Testing and Warranty for 5

years of Solar PV Pumping System 7.5 HP DC SubmersiblePump along-

with all the necessary accessories required As per tender at suitable

location including all the required parts, complete in all respect FOR Site

(Anywhere in MP)”

Earnest Money

Deposit

Rs. 10,00,000/- (Rupees Ten Lakhs Only)

Interested parties may view and download the tender document containing the

detailed terms & conditions, free of cost from the website www.eprocure.gov.in and

www.celindia.co.in

Please see document control Sheet at Annexure-1

For CENTRAL ELECTRONICS LIMITED

Sd-

Assistant General Manager (Materials)

Materials Management Division

Page 2 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

Annexure-1

Document Control Sheet & Important dates

Tender Reference No. C-2(b)/RC/0700/4455/2017

Name of Organization Central Electronics Limited

Tender Type (Open/Limited/EOI/Auction/Single)

Limited

Tender Category (Services/Goods/works) Goods

Type/Form of Contract (Work/Supply/ Auction/Service/Buy/Empanelment/Sell)

Buy

Payment Mode (Online/Offline) Offline

Date of Issue/Publishing 22/05/2017 (10:00 Hrs)

Document Download/Sale Start Date 22/05/2017 (10:30 Hrs)

Document Download/Sale End Date 05/06/2017 (15:00 Hrs)

Bid submission Start Date 22/05/2017 (11:00 Hrs)

Last Date and Time for Submission of Bids 05/06/2017 (15:00 Hrs)

Date and Time of Opening of Bids 05/06/2017 (15:30 Hrs)

Important Note:

This is Limited Tender. Only our Registered Empanelled EPC Contractors are eligible to quote in this

tender.

Page 3 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

Important Instructions: - 1. The following documents/Annexures are part of tender document:

a. Tender notice b. Document Control Sheet - Annexure -1 c. Detailed Specifications & drawings Annexure ‘A’

d. Manufacturers Authorization form Annexure ’B’

e. Price Bid Format Annexure ‘C’

f. Standard Terms & Conditions Annexure “D g. Special terms & conditions Annexure ‘E” h. Format for submission of Vendor Data: Annexure ‘F’ i. Tender acceptance letter Annexure ‘G’

2. Quotations shall be liable to be rejected if there is/are any deviation(s) from the specifications. 3. Escalation in price (except where price variation clause is applicable), deviation from delivery schedule,

terms and conditions will not be permitted in your quotation. Statutory Taxes & Duties should be shown separately from the price.

4. Bidder who is Micro & Small Enterprise should enclose copy of valid Certificate of Registration with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India to avail benefits under the “Public Procurement Policy for Micro & Small Enterprises (MSEs) Order 2012”.

5. Catalogue, literature, specification details should accompany the quotation. Incomplete quotations are liable to be rejected.

6. Any deviations whether technical or commercial stated anywhere in the bid shall not be taken into account and may render the bid non-responsible and liable to be rejected.

7. Vendor Data should be submitted in the Format for submission of Vendor Data as per annexure F. 8. Quotation should be submitted in Two bid system. 9. Bulk quantity of material shall be procured from approved vendor as per list available with CEL. In case of

quotation of un-approved vendor being lowest, an educational order for the sample quantity may be placed for vendor development purpose.

10. Quotation should be submitted in sealed envelope. There will be TWO sealed covers/envelops in the quotation and following are to be submitted in your quotation: a) Cover – 1:

i. Earnest Money Deposit demand draft /RTGS or TT acknowledgement or the documents for exemption from submission of EMD.

ii. Technical catalogue, literature and approval/registration certificate, if any, required as per eligibility criteria given in the tender.

iii. Filled up Format for Submission of Vendor Data as per format at Annexure F. iv. Tender acceptance letter as per format at Annexure G.

b) Cover – 2, Financial Bid: This must contain only the Price Bid on company’s letter head as per Price

Bid format (Annexure-C).

Page 4 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

Annexure-A

Enquiry for Supply of pump and Balance of system, Installation (Erection), Testing, Commissioning, including Warranty for a period of 5 years of Solar water pumping System in

MP.

S. No. Particulars QTY.

1 Supply of pump and balance of system, Installation, commissioning, Testing

and warranty for 5 years of Solar PV pumping system 7.5HP DC Submersible pump along-with all the necessary accessories required as per tender at

suitable location including all the required parts, complete in all respect,

FOR site (Anywhere in MP) per set.

200 sets

1. Eligibility Criteria:

In order to participate in the tender, the bidder must fulfill the following eligibility criteria. Any

discrepancy or departure from the same shall make the bidder ineligible for participating in the tender:

Sr. No. Eligibility Criteria Complied /

Not Complied

01. The bidder must be empanelled EPC contractor with CEL & registered under Sales Tax/VAT/GSTIN (after implementation of GST by Govt of

India/State Govt) with the state Madhya Pradesh. If not registered, the vendor has to do registration within 15 days of placement of order.

Undertaking in this regard must be submitted along with the bid. If not submitted the bid may be treated as non-responsive and rejected. (To

be submitted with bid)

02. The bidder’s company/ firm must have valid sales Tax / VAT clearance /

e-submission certificate from appropriate authorities. (To be submitted with bid)

04. The bidder’s company/firm must have a minimum cumulative turnover

of Rs 6 crores in last three years exclusively in the business of solar PV.

As proof of the same a certificate to the effect duly signed and stamped by a registered chartered accountant in the letter head

of the CA’s firm must be included in the tender document.

05. The bidder’s company/firm must have installed and commissioned directly or indirectly min. 100 Nos. of solar water pumping systems for

any government department or PSU during last 3 years. The

completion certificate duly signed from concerned department must be submitted along with bid.

06. The firm must not have been debarred / blacklisted / defaulted by any Govt. Dept., agency, PSUs /institution / agencies / autonomous organisations. As proof of the same the bidder shall submit duly

notarized a self-certificate by an authorized person of the

bidder’s company/firm.

07. The firm must have minimum 2 persons with more than 3 years in solar installations associated. Resumes to be provided along with offer.

08. The bidder must submit the Manufacturer Authorisation certificate of

Pump and Pump Controller as per attached format Annexure - B.

Page 5 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

Note:

1. Each page of the technical specification of tender submitted should be signed by the legally empowered and designated person of the tenderer otherwise tender shall be treated as invalid and rejected.

2. The firm must have quality plan / manual document for quality testing of the solar pumps.

3. Company reserves the right to carry out technical capability/ infrastructure assessment of the Bidders

by factory/office inspection or by any other means and company’s decision shall be final in this regard.

4. Deviations or exceptions if any must be clarified mentioned and submitted.

5. The bidder shall submit all necessary documentary evidence to establish that the Bidder meets the

above qualifying requirements.

2. Scope of work:

The broad scope of the work includes supply of pump, balance of system, installation, testing

commissioning, warranty (Comprehensive Maintenance) for 5 years for a complete / composite work of 7.5HP DC submersible Solar energy based water pumping system with complete accessories

required adhering to the standardized norms / BIS /MNRE specifications.

Note: The SPV modules shall be supplied by CEL at centralised location in MP.

i. Successful bidder has to submit activity schedule/plan with time frame after receipt of Purchase orders.

ii. Site survey for installation of Solar Water Pumping system, checking of bore well/yield etc. prior to execution and intimating the CEL about the date and time of commencement of work.

iii. Safe Transportation & storage of all materials supplied by Successful bidder as well as CEL

material to the site. The Successful bidder is wholly responsible for any loss, damage & theft till the handing over of the systems to End Users.

iv. Supply of the complete systems, including all necessary components, sub-components, spares, tools, tackles etc. as per technical specifications given in this document including

packing, forwarding, safe storage, handling, commissioning, trial and performance testing, handing over, insurance, Training and required documentation.

v. Installation of the solar PV water Pump, solar PV array etc. as per the technical specifications

and standards provided in the tender and testing the same in the presence of the authorised technical persons of CEL/user.

vi. Realistic and pragmatic engineering designing of all the necessary devices/ components and subsystems that are required for system. This shall have to be carried out keeping in view the

collected field data, general technical requirements / specifications.

vii. Civil work for installation/grouting of SPV pole/mounting structure/Electrical work etc. shall be scope of Contractor. It should have proper foundation as the steel structure of solar panel has

to withstand wind of up to 150 km/hr. velocities. A certificate for civil work (such as installation of mounting structure of solar pump etc.) will have to be provided by Contractor,

from any certified civil engineer certifying that it will withstand wind speed of 150 km/hr in all weather conditions.

viii. All the Civil work for PV poles and foundations and platforms for Pedestal works related with

installation, commissioning of system. ix. All arrangements at sites, required tools, labour work, engagement of labour, civil construction

work etc. all other required work for successful implementation of project on turnkey basis. x. After initial operation, Training and testing of the pump, the same shall be handed over to the

User.

xi. Collection & verification of all documents/site, photographs of the installed systems and preparing the joint commissioning reports/handing over certificates duly signed by

CEL/Customer officials & End User. xii. The Successful bidder/bidder shall rectify the defects within Two days of the receipt of the

complaint. In case the same are not rectified then CEL will have full authority to rectify the

same themselves and the expenditure so incurred shall be recovered from payment of the Successful bidder.

xiii. Successful bidder has to open service centre in each concerned district and make available all essential spares in the vicinity of the solar water pumping systems.

Page 6 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

xiv. Submission of periodic reports as per the MIS prescribed by CEL from time to time. xv. All civil structures and site clearances for setting up of the complete job are to be obtained

from CEL. xvi. While cabling the array care must be taken such that no loose / open cables lie anywhere

related to the works. xvii. Adequate training has to be provided to the persons to be designated by village committee /

pump users in maintenance and upkeep of the installed systems. The bidder must also

provide a detailed operation and maintenance manual specific to the installed systems in English, Hindi and local language along-with each system.

xviii. All metal casing or shielding of the pumping system shall be thoroughly grounded to ensure safety of the solar pumping systems.

xix. An Operation and Maintenance Manual, in English and local language, should be provided

with the solar PV pumping system. The manual should have information about solar energy, photovoltaic, modules DC motor pump set, tracking system, mounting structures, electronics

and switches. It should also have clear instructions about mounting of PV module, DO’s and DONT’s and on regular maintenance and troubleshooting of the pumping system. Name and

address of the person or Centre to be contacted in case of failure or complaint should also be provided. A warranty card for the modules and the motor pump set should also be provided to

the beneficiary. Further, a certificate will have to be provided by the Contractor, from any

license holder Contractor / supervisor, certifying that all electrical works are carried out in accordance with applicable electrical safety standards prescribed by GoMP from time to time.

xx. Training the user for operation and preventive maintenance of the system is covered under the scope of Contractor. The responsibility of imparting training to beneficiaries of the systems (free of charge), ensuring after sales services and availability of spares at a nearby suitable

place / places will rest with the Contractor. xxi. The Contractor shall be required to submit performance report to CEL after commissioning on

six monthly basis till completion of Maintenance Contract period, based on data provided by remote monitoring system as per provisions of Clause xxii and Clause xxiv(c). The bidder will

also submit the consolidated annual performance report to CEL, which will contain an abstract of six monthly reports submitted to purchasing authority.

xxii. There should be provision of remote monitoring on all systems through remote monitoring

system. Such system shall be with the latest software/hardware configuration and data connectivity for online/ real time remote monitoring, subject to availability of service network.

In areas where internet services are not available, the data shall be made available through data logger. These systems should be supplied and maintained by the Contractor under CMC

for 5 years.

xxiii. The System shall have provision for interfacing these data on MPUVN’s server and portal in future/ as desired by MPUVN. Till then, access codes to all systems installed by the Contractor

shall be given to CEL. The system shall store the data internally and it shall have a provision for authorized access through appropriate communication port for reading/ downloading such

data locally. This will facilitate capturing information which might not get transmitted to the

servers due to communication constraints. xxiv. Five years’ warranty and Comprehensive Maintenance Contract (CMC):

a) It is mandatory on the part of Contractor(s) for providing post installation CMC services for

maintaining and monitoring the commissioned SPV Pumps up to the period of 5 years from

the date of commissioning. The date of CMC will begin from the date of handing over of the

SPV Pump.

b) For carrying out the maintenance service during the warranty & CMC effectively, the

Contractor shall establish at least one local service centre at each district where number of

works commissioned by Contractor are more than or equal to one hundred (100). The bidder

will maintain the records of maintenance / six monthly visits in the enclosed format (Annexure

AA). As the maintenance facility is to be provided in the warranty of CMC, hence no additional

payment will be made by CEL for maintaining the above inventory at the service centre.

Page 7 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

c) The comprehensive O&M of solar Pump system shall include wear, tear, overhauling, machine

breakdown, appropriate insurance (if and as required), and replacement of defective module,

controller, spares. Consumables and other parts for a period of 5 years. CMC of system shall

include remote monitoring system and its maintenance under CMC tenure. Carrying out

Maintenance of the SPV Pump System for the period of 5 years (including manpower)

including warranty period, after successful commissioning of the systems is covered under the

scope of Contractor. Provision of data download should be given with the remote monitoring

system to ensure data availability in case the system is unable to transmit data to servers. In

case the system is in a place where there is no Internet connectivity, it shall be the

responsibility of the Contractor to visit the site every six months and take the pump

performance data stored in the internal memory of the Remote monitoring unit and submit

the same as part of the six-monthly performance reports. The details of site visit submitted

shall be subject to verification of the joint committee of DREO, beneficiary and the Contractor.

d) It shall be the responsibility of the Contractor to ensure 100% working status during the five

year (warranty & CMC period). The Contractor will have to arrange all required instruments,

tools, spares, trained manpower and other necessary facilities at service centre and shall

repair/replace all defective components such as electronics, Pump, wiring etc.; at his own cost

against warranty.

e) During 5-year warranty and Comprehensive Maintenance Contract Maintenance service shall

have two distinct components as described below.

a. Preventive / Routine Maintenance: This shall be done by the Contractor at least once

every six months and shall include activities such as cleaning and checking the health of

the SPV Pump, tightening of all electrical connections, and any other activity that may be

required for proper functioning of the SPV Pump as a whole.

b. Breakdown/Corrective maintenance: Whenever a complaint is lodged by the

user/MPUVN/CEL, the Contractor shall attend to the same in such a way that the problem

is resolved in not exceeding seven (7) days from the date of issue of complaint letter.

f) It is mandatory that the Contractor shall submit a certificate, about the

rectification/replacement work done, signed by the concerned beneficiary(s), to the DREO)

failing which it will be assumed that the Contractor has not performed its duties & action will

be taken as per terms & conditions of the tender.

g) If the bidder fails to repair the systems against the complaint of breakdown / Corrective

maintenance to ensure working status during 5 years’ warranty and CMC period, then such

repairs and maintenance shall be done by CEL at the risk and cost of the Contractor and all

such expenses shall be recoverable from the Contractor.

h) Performance monitoring during CMC period: During CMC period, performance monitoring of all

the systems installed under this tender shall be done using the data obtained from remote

monitoring provisions in the systems.

i) After the commissioning of the solar pump, the following instance might lead to shortening of

the CMC period. Accordingly, it will lead to exigency charges at the rate of 4% of the work order value of that pump, for every year of reduction from intended CMC period of 5 years.

They might be recovered as per the terms and conditions in this tender:

(i) Water level recedes below pump shut-off level

Page 8 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

(ii) Theft of components

(iii) Panel breakage/damage

(iv) Bore collapse

(v) Controller damage

These damages shall first be verified through written confirmation from the beneficiary.

j) In case, during CMC period beneficiary requests replacement of component(s) of system,

replacement of which is outside scope of Contractor, then Contractor shall supply these

components to beneficiary on the prices declared in Annexure AB.

xxv. Further, these prices shall include Supplying at site including packing, forwarding, loading,

unloading, transportation charges and including all taxes, duties etc.

xxvi. The indicative documents are to be submitted to CEL like • All details regarding site

• Inspection and testing report of all items which are used in solar water pumping

system

• Location map of the System

• System handing over report & Joint commissioning certificate.

xxvii. Follow up for completion of work & Collection of payment from customer on behalf of CEL. xxviii. During operation and maintenance period of the pumping systems if there is any loss or

damage of any component due to Mis-management/Mis-Handling or due to any other reasons pertaining to the deputed personal what so ever, the bidder shall be responsible for immediate replacement or rectification.

xxix. After sales, service and routine maintenance is utmost important and at least 95% systems must be functional at any time.

xxx. Any other works as required on the site or instructed by CEL officials. xxxi. The Successful bidder/bidder shall not display the photographs of the work and not take

advantage through publicity of the work without written permission of CEL.

xxxii. The entire system must conform to all the relevant national and international standards of safety.

xxxiii. Service level agreement has to be signed within two weeks, on F100/- stamp paper after award of PO.

xxxiv. Contractor will have full responsibility for packaging, forwarding, transportation, of supply and any type breakages / losses etc. thereto. The goods / systems will be delivered at the

destination stores, installed and commissioned at site in the perfect conditions as per terms &

conditions of Letter of Intent / Work Order. xxxv. Manufacturers will have to put a Name plate / Label and Mark Bar code & / Serial No. /Code

No. etc. of their Products as per NABL/ MNRE/ BIS/ BEE or other Applicable Specification(s). Further, Contractor shall be required to put a 6”x4” name plate marking “Year of

commissioning” and “Urja Vikas Nigam” on structure of the pump system.

xxxvi. The Contractor shall be responsible for survey (Selection of proper bore well / Tube well having sufficient yield in the premises of the beneficiary), Supply, installation &

Commissioning, of various capacities/ heads of Solar Photo Voltaic DC Submersible Water Pumping Systems with all required accessories and fittings i.e. SPV panel should be mounted

on a suitable structure with a provision of three times manual tracking, DC submersible Motor pump set with a suitable inverter/controller with a provision of remote monitoring of the

pump, electronics (MPPT, Inverter, Electronics Protections), interconnected cables, on-off

switch, G.I./HDPE riser Pipe / suction pipe & all required accessories, fittings, related civil works along-with 5 years (including manpower) warranty & Comprehensive Maintenance

Contract (CMC) etc. in different villages/sites located all over state of Madhya Pradesh. During Warranty, successful bidder has to perform the following duties:

Page 9 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

• Successful bidder is fully responsible for the trouble-free maintenance and is liable to rectify / remove any defect noticed within the aforesaid period free of cost for the

materials supplied by them.

• The Successful bidder and CEL should jointly impart training to the users on day to day

repair and maintenance of the systems. • This includes repair/ replacement of all spares and consumable supplied by Successful

bidder during the Warranty period.

• The Successful bidder shall undertake the periodical maintenance work of complete Solar

water pumping system on the 10th of every succeeding half yearly and submit report to CEL countersigned by the concerned officials of beneficiary.

• The Successful bidder should be in readiness to attend to the defects of any system, as

and when required by the beneficiary and ensure rectification of defects and restore

functionality within three working days of lodging the complaints. The Successful bidder shall furnish the status report after the maintenance works are over, which shall invariably

bear the signature of the beneficiaries. • It will be the liberties of the CEL to cross check the system maintained by the

successful bidder.

3. Technical Specification:

A solar photovoltaic (SPV) water pumping system consist of:

• PV Array & Electronics - Capacity in the range of 200 Watt to 8 KW. - Should be mounted on a suitable structure with a provision of tracking the sun.

- Electronics � Maximum Power Point Tracker

� Control / Protections

• Motor Pump set (Surface or submersible):

- D.C. Motor pump set (With Brushes or Brushless D.C.)

• Interconnect Cables and “On-Off switch • Earthing • Mounting structure and tracking system • Solar PV water pumps with PV array could be installed on suitable bore well. Under the “Average Daily Solar Radiation.” Condition of 7.15 KWh / Sq. m. on a horizontal surface, the minimum water output from a Solar water pumping system at different

dynamic Heads should be as specified below: i. 21 litres of water per watt peak of PV array, from a Total Dynamic Head of 50 m and the shut off head being at least 70 metres.

ii. 14 litres of water per watt peak of PV array, from a Total Dynamic Head of 70 m and the shut off head being at least 100 metres.

iii. 9.5 litres of water per watt peak of PV array, from a Total Dynamic Head of 100 m and the shut off head being at least 150 metres.

The actual duration of pumping of water on a particular day and the quantity of water pumped could vary depending upon the solar intensity, location, season etc.

The SPV modules shall be supplied by CEL.

Note: The total number of solar modules to be used is 24 Nos. of 300 Wp Solar Module. The drawing of

Solar Module is enclosed. Bidder has to get prior approval from CEL of the structural design and all components of system prior to the installation and commissioning of the system.

Motor Pump Set:

The SPV water pumping system may use submersible motor pump set. The “motor pump set” should have a capacity of 7.5 HP and should have following features:

� The mono block DC centrifugal motor pump set with the impeller mounted directly on the motor

shaft and with appropriate mechanical seals which ensure zero leakage. � The suction and delivery head will depend on the site-specific condition of the field.

Page 10 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

� Submersible pumps could also be used according to the dynamic head of the site at which the pump is to be used.

All parts of the pump and the motor of the submersible pumps should be made of stainless steel.

� The manufacturers of the pumps should self-certify that the pump and all external parts of the motor used in submersible pump which are in contact with water are of stainless steel. The

pump used for solar application should have a 5 years’ warranty so it’s essential that the

construction of the pump be made using parts which have a higher durability and do not need replacement or corrode for at least 5 years.

� Provision for remote monitoring of the installed pumps must be made in the controller or the inverters either through an integral arrangement or through an externally fitted arrangement. It

should be ascertain the daily water output, the power generated by the PV array, the “UP TIME”

of the pump during the year, number of the days the pump was unused or under breakdown/repairs.

� The following details should be marked indelibly on the motor pump set (a) Name of the Manufacturer or Distinctive Logo.

(b) Model Number (c) Serial Number

The suction/delivery pipe (GI/HDPE), electric cables floating assembly, civil work and other

fittings required to install the motor pump set.

i. Mounting Structure and Tracking System:

• The PV Modules should be mounted on metallic structure of adequate strength and appropriate

design, which can withstand load of modules and high wind pressure velocities up to 150 km/hr.

The support structure used in the pumping system should be hot dip galvanised iron with minimum 120-micron thickness.

• To enhance the performance of SPV water pumping systems, manual or passive or auto tracking

system must be used. For manual tracking, arrangement for seasonal tilt angle adjustment and three times manual tracking in a day should be provided.

• Array structure shall be so designed that it will occupy minimum space without sacrificing the

output from SPV panels.

• The structure shall be designed to allow easy replacement of any module and shall be in line with

the site requirements.

• The foundation for module mounting structure shall be preferably 1:2:4 PCC constructions or any

other combination based on the local site condition requirement for which design details shall be

submitted and approved before start of work.

• The clearance between lowest part of the module structure and the developed ground level shall

not be less than 500mm.

• In general, bolt, nuts, shims and other hardware should be zinc plated. Fasteners shall generally

be of stainless steel SS304.

• The SPV panel shall be mounted facing south and tilted to an angle equal to the latitude (where

being used), for optimum performance.

ii. Junction Boxes

i) Array junction boxes, shall have the following properties:

a. They shall be dust, vermin & waterproof and made of Polycarbonate-Glass Fiber

Substance (PC-GFS), thermoplastic material and the protection class shall be marked on

the enclosure.

b. The enclosures shall have IP 65 protection in accordance with IEC 60529.

c. The enclosure shall have a usage temperature rating of -10°C to 55°C.

d. The enclosure should be chemically resistant to acid, lye, petrol, mineral oil.

e. The material of the enclosure shall be UV stabilized.

Page 11 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

ii) Internal Surge protection (SPDs) shall consist of three MOV type arrestors connected from +ve and –ve terminal to earth (Via Y arrangement) for higher withstand of the continuous PV-DC voltage during earth fault condition.

iii) The junction boxes shall have suitable cable entry points with cable glands of appropriate

sizes for both incoming and outgoing cables.

iv) Suitable markings should be provided on the bus bar for easy identification, and cable

ferrules shall be fitted at the cable termination points for identification.

iii. Earthing for PV array and Balance of System (BOS).

The photovoltaic modules, Balance of System (BOS) and other components of system required proper

grounding for protection against any serious faults.

I. The earthing resistance must not exceed the limits generally in practice for such applications.

II. The Bidder shall submit and get approved the detailed scheme of earthing and grounding before

start of work.

III. The Successful bidder will supply and install an adequate number and appropriate size of IS:3043 –

1987 compliant earthing kits.

IV. The structures and Electronics shall be earthed through flats as per applicable Indian Standards with

earth pits. Each lightning conductor shall be fitted with individual earth pit as per required Standards

including accessories, and providing masonry enclosure. Else, a matrix of lightning conductors is to

be created which will be required to be connected to an earth.

V. If necessary, more numbers of lightning conductors may be provided.

iv. Electronics and Protections:

• Maximum Power Point Tracker (MPPT) should be included to optimally use the Solar panel

and maximize the water discharge.

• Controller for BLDC motor driven pumps, if required be used. The controller must have IP

54 protection or must be housed in a cabinet having at least IP 54 protection.

• Adequate protection should be incorporated against dry operation of the motor pump set,

lighting and hails protection and storms.

• Full protection against open circuit, accidental short circuit and reverse polarity should be

provided.

v. ON/OFF Switch:

A good reliable switch suitable for DC use is to be provided. Sufficient length of cable should be

for inter connection of the PV array, controller/inverter and the motor pump set.

vi. Indicative Technical Specifications of Solar Deep well (submersible) Pumping

Systems, with D.C. Motor Pump Set with Brushes or Brush less D.C.(B.L.D.C.)

Description Min. PV

array

Motor, Capacity Shut off dynamic

head

Water Output*

Model- IX 6750Wp 7.5 H.P. Submersible

with controller

70 metres 1,41,750 litres per day

from a total head of 50

metres.

Model- X 6750Wp 7.5 H.P. Submersible

with controller

100 metres 94,500 litres per day

from a total head

of70metres

Model-XI 6750Wp 7.5 H.P. Submersible

with controller

150 metres 64,125 litres per day

from a total head

of100metres

Page 12 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

* Water output figures are on a clear sunny day with three times tracking of SPV panel, under the

“Average Daily Solar Radiation” condition of 7.15 KWh/ sq. m. on the surface of PV array (i.e.

coplanar with the PV Modules).

Notes:

1. Suction head, if applicable, minimum 7 metres.

2. For higher or lower head/PV capacity or in between various models, water output could be decided

as per performance specifications and requirement specified earlier.

3. If surface pumps are used in lieu of submersible pumps, the water output must match that of the

submersible pumps as specified.

4. Mounting structure shall be MS hot dipped galvanized, with a facility of manual tracking at least

three times a day.

Note: Successful bidder has to submit the drawings/Make/Sample for Module mounting structure, Junction boxes, cables, Charge controller, Earthing for approval to CEL prior to

commencement of work.

4. Tentative Bill of Material:

7.5 HP BLDC Submersible Water Pump (BOS)- Each System

S.No. Item Description

1 7.5 HP BLDC Submersible Water Pump make of ‘Shakti’ make

2 Supply of MS Galvanized Module Mounting structure for 24 Nos. modules of 300 Wp with

manual tracking three times.

3 Panel Junction box (with suitable cable glands) with 'ON' & 'OFF' switch (of suitable rating) Hager/Schneider/L&T/ABB with mounting facility

4 GI Bend 65 NB C class pipe, BSP threading both ends (As per site)

5 GI Nipple 65 NB (1-meter length) B class BSP threading both ends (As per site)

6 GI Pipe (65NB) (3-meter length) with 1 No. seamless socket, both ends BSP

threading/HDPE pipes of 6 Kg /square cm - 63 mm OD - PE 100 grade with stainless steel coupling (2Nos.)

7 2x6 mm2 copper Unarmored, PVC sheathed & PVC insulated as per IS 694 (With suitable

RCA connector)

8 2x10 mm2 copper Unarmored, PVC sheathed & PVC insulated as per IS 694

9 Drop cable 4 x 6 Sq.mm Unarmored, PVC sheathed & PVC insulated as per IS 694

10 Nylon Rope 12 mm dia

11 Copper Lugs CUS06, CUS08, CP7 or as per site

12 Cable Ties (Nylon- UV resistant) min. 300 mm length

13 GI Clamp for 65NB pipe

14 Stainless Steel wire rope 4 mm dia 7 strands with U bolts

15 Flexible conduit pipe (UV Resistant- Light Grey) for wiring/cabling

16 Earthing Kit

17 Borewell cover

18 Pump Controller casing as per requirement

19 Lighting Arrestor

Note: 1. Bidder to quote the material as per maximum head requirement. Size and quantity

of items may vary according to actual site conditions. Any item, which is not specifically

mentioned but necessary for making the Solar Pump fully functional, shall deemed to be included in the scope of work of the contract and shall be supplied and installed by the

successful bidder without any extra cost to CEL.

Page 13 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

2. Bidder has to submit the Manufacturer Authorization certificate of pump and pump controller as per attached format.

Programme Execution Schedule:

The programme of execution of the supply, installation and commissioning shall be carried out as per

the schedule given in the work order.

Execution of work shall be carried out in an approved manner as outlined in the technical specification or where not outlined, in accordance with the relevant Indian Standard Specification, to

the reasonable satisfy action of the Authorized CEL Officer. In case of deficiency / gap in any rated

output of water the Successful bidder shall stand to be penalized. Penalty shall be imposed on pro rata basis as per the deficiency of any system calculated on the basis of cost of system.

• Upon intimation about commissioning of the systems by the executing firm a joint inspection will be

carried out by the representatives of CEL and other officers from Govt of India / nodal agency. • The issuance of a JCC shall, in no way relieve the Successful bidder of its responsibility for

satisfactory operation of the solar pumping systems.

2. Validity of offer: The rates quoted and accepted will be binding on the tenderer for full contract period of one year

from the date of rate contract and any increase in price will not be entertained till the completion of

this contract period. Accordingly, this clause will be applicable for all orders placed during the

contract period. CEL will be entitled to withdraw/cancel the rate contract by serving an appropriate

notice at any time during the rate contract period.

3. Warranty: The Successful bidder warrants that the Goods supplied under this Contract are new, unused, of the

most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Successful bidder further warrants that the Goods supplied

under this Contract shall have no defect arising from design, materials or workmanship (except when

the design and/or is required by CEL Specifications) or from any act or omission of the Successful bidder, that may develop under normal use of the supplied Goods in conditions prevailing in the

country of final destination. This warranty shall remain valid for sixty months after the Goods or any portion thereof as the case

may be, have been delivered to and commissioned and accepted at the final destination indicated in

the Contract. The whole system including submersible/surface pumps shall be warranted for 5 years. The pumps used for solar application should have a 5 years’ warranty and 10 years’ service life and therefore it is essential that the construction of the pump be made using parts which have a much higher durability

and do not need replacement or corrode for at least 5 years.

CEL shall promptly notify the Successful bidder in writing of any claims arising under this warranty.

Upon receipt of such notice, the Successful bidder shall repair or replace the defective Goods or parts thereof, without cost to the Purchaser within a five days’ time other than, where applicable, the cost

of inland delivery of the repaired or replaced Goods or parts from the port of entry to the final destination.

If the Successful bidder, having been notified, fails to remedy the defect(s), the Purchaser may

proceed to take such remedial action as may be necessary, at the Successful bidder's risk and expense and without prejudice to any other rights which the Purchaser may have against the Successful bidder

under the Contract.

4. Penalty and termination of contract: The systems shall be supplied, installed and commissioned within the scheduled time as mentioned in

the work order. If the Successful bidder fails to adhere to the schedule, CEL shall without prejudice to

Page 14 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

its other remedies under the contract deduct from the contract price as liquidated damages a sum equivalent to 1% of the delivery price of the delayed goods or unperformed services for each week of

delay until actual delivery or installation/commissioning up to a maximum deduction of 5% of the contract price for delayed goods or installation and commissioning. Once the maximum is reached (i.e.

5 weeks of delay) CEL may consider termination of the contract and forfeit the security deposit without prejudice to the other remedies of the contract as per Cl No. 9.

If at any time during the performance of the Contract, the Successful bidder or its subtle executants(s)

should encounter conditions impeding timely delivery of the Goods and performance of the Services, the Successful bidder shall promptly notify CEL in writing of the fact of the delay, its likely duration

and its cause(s). As soon as practicable after receipt of the Successful bidder's notice, CEL shall evaluate the situation and may at its discretion extend the Successful bidder's time for performance,

with or without liquidated damages, in which case the extension shall be ratified by the parties by

amendment of the Contract. A delay by the Successful bidder in the performance of its delivery obligations shall render the

Successful bidder liable to the imposition of liquidated damages pursuant, unless an extension of time is agreed upon without the application of liquidated damages.

CEL may terminate the Agreement in the event of occurrence of following events: -

a) At any instance, if it is discovered that the Contractor has used sub-standard material/system

components in execution of the work (in variance with the standards and specifications under this tender);

b) If, in the opinion of the CEL, the Contractor fails to commission the work within the time specified

in the Work Order or within the period for which extension has been granted by CEL to the

Contractor.

c) If the Contractor fails to furnish or replenish SD/PBG(s) within specified time as per provisions of this tender;

d) If in the opinion of Nodal Agency, the Contractor fails to comply with any of the provisions of this

Agreement.

Subject to the provisions of Clauses, if the Contractor is found unable/refuses to complete given

works within specified time period mentioned in Work Order issued for that Project, CEL will be free to purchase the balance goods from elsewhere with a notice to the Contractor and carry out

the work, but at Contractor’s cost and risk. The goods or any part thereof which the Contractor has failed to supply or if not available, the best and nearest available substitute thereof, shall be

purchased and work executed by the CEL. Any loss or damage that the CEL may sustain due to

such failure on the part of the Contractor, recovery of such loss or damage shall be made.

In case of termination of the Agreement, SD of the Contractor shall be forfeited and the

Contractor shall be responsible for fulfilling all obligations required for operation and maintenance

of works having attained Completion.

5. Termination for Default: CEL may, without prejudice to any other remedy for breach of contract, by written notice of default

sent to the Successful bidder, terminate the Contract in whole or in part: • if the Successful bidder fails to deliver any or all of the Goods within the period(s) specified in the

Contract, or within any extension thereof granted by the Purchaser; or

• if the Successful bidder fails to perform any other obligation(s) under the Contract.

• If the Successful bidder, in the judgement of the purchaser, has engaged in corrupt or fraudulent

practices in competing for or in executing the contract.

For the purpose of this clause: “Corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution. “fraudulent practice”

means a misrepresentation of facts in order to influence a procurement process or the execution or a

Page 15 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

contract to the detriment of the borrower, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive

the borrower of the benefits of free and open competition. In the event the Purchaser terminates the Contract in whole or in part, the Purchaser may procure,

upon such terms and in such manner as it deems appropriate, Goods or services similar to those undelivered, and the Successful bidder shall be liable to the Purchaser for any excess costs for such

similar Goods or services. However, the Successful bidder shall continue the performance of the

Contract to the extent not terminated.

6. Inspection & tests:

Pre-delivery inspection of major components may be carried out at the factory site of

vendor/manufacturer by a team of designated officials of CEL, any other department as may be considered. Before despatch of consignment intimation shall be given to CEL sufficiently ahead so that

no delay occurs for deputing officials and inspection at the premises / test site. Inspection cost of such inspection shall have to be borne by the Successful bidder.

• The rest of the tests and inspections shall be made at the place of delivery. Officers

authorized by CEL shall be entitled at all reasonable time to inspect and supervise and test

during erection and commissioning.

• In case it is felt by inspection team to conduct the test carried out by an independent agency CEL shall have right to carry out the tests. Cost of such tests will be borne by supplier.

7. Payment: Payment will be made on back-to-back basis as per the following:

A. Payment for Supply and commissioning: 100% of the total value (supply & commissioning)

of BOS materials with full taxes / duties will be made after commissioning & verification of the supplied system by CEL officials, documentation and handing over of the system to user and

submission of BG/DD/FDR of 10% Purchase order value valid for 5 years (with additional claim period of 6 months).

Following documents need to submit for release of payment: (a) Invoice

(b) Inspection Cum Commissioning report jointly signed by CEL, concerned inspection authority of the

MPVUNL (DREO) and the Beneficiary. (c) Coloured photograph (s) of SPV Array, Pump, Controller duly certified by DREO

(d) Handing over certificate duly signed by beneficiary, and concerned inspecting Authority of the MPVUNL (DREO), CEL

(e) Performance report based on data received from remote monitoring system or data logger in

cases where internet services are not available. (f) Certificate from license holder Contractor/supervisor, certifying that all electrical works are carried

out in accordance with applicable electrical safety standards by GoMP. (g) An undertaking shall need to be submitted by the Contractor certifying that the civil work will

withstand the wind speed of 150 Km/hr in all weather conditions.

(h) Bank guarantee of 10% of the order value. B. Payment for CMC charges: Payment of CMC will be released @20% in five instalments after

end of each successful year. This payment shall be released based on the functionality of the

system duly certified by the concerned Authorised officials of CEL of each year. It shall be the

responsibility of the Contractor to deposit the applicable service tax towards the CMC component

of the contract in the concerned department of Govt. of India. A certificate to this effect shall be

required to be submitted to CEL.

7.1 CEL shall recover/ adjust LD/penalty from any payments due to the Contractor. If recovery/

adjustment is not possible from payments due, the same shall be done through PBG/SD against

the work order concerned. Lastly, if recovery/ adjustment of LD/ penalty is not possible against

payment due or BG concerned, it shall be done against any SD/PBG of the Contractor with CEL

Page 16 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

with respect to any other work. If recovery/ adjustment of LD/ penalty is not possible from

payments due and SD/PBGs, the same shall be done through SD of the Contractor. In case any PBG or SD is utilized, partly or fully, towards recovery/ adjustment of LD/ penalty, the

same shall be replenished to its original value and validity period within 15 days of written

communication on this behalf from CEL to Contractor, failing which the Contractor shall become

ineligible for further work orders being given under this tender.

8. Security Deposit (SD): (i) The Security deposit as 5% of purchase order value (including taxes & duties) shall be

deposited by successful bidder within 7 (seven) days pf date of purchase order through DD/BG. It will remain with the CEL during the currency of the contract.

(ii) The security deposit will be refunded after the successful execution of order during currency of the contract period provided no dispute, claims or complaints exist for settlement without interest, after two months of successful installation & commissioning of the system.

(iii) Security deposit will be forfeited in case of failure of supply of the material as mentioned in the purchase order, in time and as per the approved specifications or for any breach of terms and condition of the agreement and tender.

9. Liquidated Damage (LD): (i) If there is any delay in commissioning, then bidder shall be liable to pay LD @1% of total value

of work of solar pumps not commissioned as per work order, per complete week of delay, maximum till 5 weeks from the date of commissioning as mentioned in Work Order. In case, the

work (s) are not commissioned even after 5 weeks from the date of commissioning or extended

date, then following additional LD shall be levied for the quantities so delayed in the Work Order:

Proportion (P)* of quantity

of work (s) so delayed in earlier work order (s)*

Additional Liquidated

Damages

Possible Action

0% - 3% 5% of value of work (s) so

delayed in the current work order

Cancellation of work (s) not

commissioned

3% - 6% 10% of value of work (s) so

delayed in the current work order

Cancellation of work (s) not

commissioned

>6% Termination of agreement *P= (Cumulative Quantity of work(s) in earlier Work Order(s) not commissioned by Contractor even

after 5 weeks from the date of commissioning or extended date / Total quantity of works in all earlier

Work Order(s) issued in that Category) * 100

In case of first Work Order issued to Contractor, P shall be calculated as below:

*P= (Quantity of solar pumps not commissioned by Contractor even after 5 weeks from the date of

commissioning or extended date/ Total quantity of solar pumps in first Work Order) *100

(ii) CEL shall offer work(s) cancelled under provisions of Clause (i) to other Contractor(s)/ technically Qualified Bidder(s) for their consent. In case, other Contractor(s)/ technically

Qualified Bidder(s) refuses to accept such work(s), then it shall be executed at risk and cost of the Contractor.

(iii) If the Contractor refuses to execute work(s) in a Work Order or fails to submit SD within its

allocated capacity, then CEL shall offer such work(s) to other Qualified Bidders in the Category

for their consent. If such Qualified Bidders agree to execute such work(s), then LD @ 0.5% of

value of refused work(s) shall be levied on the Contractor. In such case, the other Qualified

Bidders shall submit, if required, requisite amount of security Deposit on the date of acceptance

of PO. However, if such Qualified Bidders do not agree then it shall be obligatory for Contractor

to execute such work(s). In case Contractor refuses such obligatory work(s), then following

Page 17 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

provisions shall be applicable:

Proportion (P)* for obligatory work (s) refused

by Contractor

Liquidated Damages Possible Action

0% - 3% 5% of value of work (s) so

delayed in the current work

order

Execution of refused work at

risk and cost of contractor

3% - 6% 10% of value of work (s) so

delayed in the current work

order

Execution of refused work at

risk and cost of contractor

>6% Termination of agreement *P= (Cumulative Quantity of obligatory work(s) in earlier Work Order(s) refused by Contractor / Total

quantity of works in all earlier Work Order(s) issued in that Category) * 100

In case of first Work Order issued to Contractor, P shall be calculated as below:

*P= (Quantity of obligatory work(s) refused by Contractor/ Total quantity of solar pumps in first Work

Order) *100

(e) In accordance with the provisions of above mentioned clause, the cancelled/refused works are

with P more than 6%, CEL reserves the right to terminate the Agreement and forfeit the Security

Deposit. CEL may offer such cancelled works to other Contractors and/or technically Qualified

Bidders, as applicable. Further, CEL may also offer such refused works to other Contractors

and/or Qualified Bidders, as applicable, for their consent. If other Qualified Bidders agree to

execute such works, then they shall be required to submit requisite amount of Security Deposit

on the date of acceptance of PO as per provisions of this tender. If other Contractors and/or

Qualified Bidders, as applicable, do not agree then CEL will be free to purchase the balance

goods from elsewhere with a notice to the Contractor and shall carry out the work, but at

Contractor’s cost and risk shall be applicable. If another contactor’s do not agree, then Cl. No. (f)

will be applicable.

(f) If the Contractor is found unable/refuses to complete given works within specified time period mentioned in Work Order issued for that Project, CEL will be free to purchase the balance goods

from elsewhere with a notice to the Contractor and carry out the work, but at Contractor’s cost and risk. The goods or any part thereof which the Contractor has failed to supply or if not

available, the best and nearest available substitute thereof, shall be purchased and work executed by CEL. Any loss or damage that the Nodal Agency may sustain due to such failure on the part of

the Contractor, recovery of such loss or damage shall be made as per provisions of Clauses 8.6 and 8.7.

10. PENALTIES FOR UNDER PERFORMANCE:

If the Contractor fails to achieve satisfactory performance of the project at any date after

Commissioning of Project, a notice shall be issued to the Contractor with a period of seven (7) days for removing the cause of such non-satisfactory performance. If the Contractor fails to

remove the cause of such non-satisfactory performance within this period, penalty for each week of delay shall be imposed for sum of: -

(i) First Week: 0.5% of value of work(s) for each day of delay;

(ii) Beyond 1st Week: 1% of value of work(s) for each day of delay from the end of first week;

Page 18 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

(iii) If there is delay of more than 10 days for more than one percent (1%) of the works commissioned by Contractor during Rate Validity Period, then CEL shall not allocate any further

work to such Contractor. Further, for every pump with delay of more than 1 week, corrective maintenance work could be done by CEL at risk and cost of Contractor.

11. CONTRACTOR’S DEFECT LIABILITY:

If it shall appear to the CEL that any supplies have been executed with unsound, imperfect or

unskilled workmanship, or with materials of any inferior description not as per Work Order(s), the

Contractor shall forthwith rectify or remove and replace that item so specified and provide other proper and suitable materials at its own charge and cost if so desired by CEL in writing.

The Contractor shall also be undertaking the operation and maintenance of the project and

consequently shall be required to rectify any defects that emerge during the operation &

maintenance of the Project for the entire term of the Contract.

Furthermore, without prejudice to the generality of the foregoing, it is clarified that the Contractor shall also be responsible for the repair, replacement or making good of any defect or of any

damage to the project arising out of or resulting from improper operation or maintenance of the Project by the Contractor during operation and maintenance of the system.

The Contractor shall ensure that the PV Array, motor pump set and the Electronics i.e. Maximum

Power Point Tracker (MPPT), Electronic Controller in case of B.L.D.C. & Electronic Protections are of same specifications as was mentioned in the Inspection cum Commissioning report. During any

stage of the Contract, if it is found that specifications of such equipment(s) differ from that mentioned in the Inspection cum Commissioning report, then agreement shall be terminated and Contractor shall be debarred from participating in future tenders.

12. Force Majeure:

In no event shall either Party have any liability for failure to comply with this Agreement, if such failure results directly from the occurrence of any contingency beyond the reasonable control of

the Party, including, without limitation, strike or other labor disturbance, riot, major power failure, war, natural calamities including but not limited to floods, earthquakes, fire, volcanic eruptions,

epidemics, National Emergency, interference by any government or governmental agency,

embargo, seizure, or enactment or abolition of any law, statute, ordinance, rule, or regulation (each a " Force Majeure Event"). In the event that either Party is unable to perform any of its

obligations under this Agreement because of a Force Majeure Event, the Party who has been so affected shall as soon as may be, after coming to know of the Force Majeure Event, inform the

other Party and shall take reasonable steps to resume performance as soon as may be after the

cessation of the Force Majeure Event. If the period of nonperformance due to a Force Majeure Event exceeds thirty (30) days, the Party whose ability to perform has been so affected may, by

giving written notice, terminate this Agreement.

SPECIAL CONDITIONS

a) The contractor/bidder shall not display the photographs & content of the work and also will not take advantage through publicity of the work without written permission of CEL.

Noncompliance to this may result in removal from the EPC list and the contractor will be blacklisted.

b) Service level agreement has to be signed on 100/- stamp paper after award of PO.

Page 19 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

Annexure - B

MANUFACTURERS' AUTHORIZATION FORM

(to be printed on OEM letter head)

Ref. No. dated________

To

M/s. Central Electronics Limited

4, Industrial Area

Sahibabad-201010 (UP)

Tender No.:

Dear Sir:

We who are established and reputable manufacturers of ________________________ (name &

descriptions of goods offered) having factories at (address of factory) do hereby authorize M/s

____________________________ (Name and address of Agent) to submit a bid, and sign the contract

with you for the goods manufactured by us against the above tender.

We hereby extend our full guarantee and warranty as per the General Conditions of

Contract for the goods and services offered for supply by the above firm against this tender.

Yours faithfully,

(Name)

(Name of manufacturers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a

person competent to legally bind the manufacturer. It should be included by the Bidder in its bid.

Page 20 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

Annexure C

PRICE BID (to be submitted on Letter Head in separate sealed envelope)

Sr. No. Description Qty Unit price T Amount

1 Supply of 7.5 HP DC Pump along with balance of system as per technical specifications, with 5 years’ warranty including transportation upto

site on FOR MP basis.

200 sets

2 Taxes & duties on supplied items as per BOQ.

3 Subtotal (1 +2)

4

Installation, commissioning, Testing, of Solar

PV water pumping system along-with all the necessary accessories required as per tender at suitable location including all the

required parts, complete in all respect.

200 sets

5 Taxes on installation and commissioning,

testing of all components as per BOQ.

6 Subtotal (4+5)

7 CMC for 5 years including O&M

1st year 2nd year 3rd year

4th year 5th year

200 sets

8 Taxes and duties on CMC

9 Subtotal (7+8)

10 Grand Total (3+6+9)

Note: 1. If CMC offer is less than 1.5% than it shall be taken as 1.5% of 3 and offer will be evaluated

accordingly.

2. In case, bidder changes the price bid format in their price bid. Their bid will be rejected forthwith.

Page 21 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

ANNEXURE AA: CERTIFICATE OF HALF YEARLY VISITS

(To be filled during 5 years' warranty & CMC period)

(from_______ to _________) This is to certify that M/s _________________________________ has

extended preventive / routine maintenance and breakdown / corrective maintenance services at the

beneficiary’s place at _______________________________________________ District. _____________

for the systems installed against the work order no ______________________ Dated ___________ and

commissioned on ___________, and that the preventive / routine maintenance and breakdown /

corrective maintenance work during the (from______________ to______________) of the year

________ has been done properly to ensure functionality of the systems as specified in the RFP and

Agreement. This is also to certify that all the systems are working satisfactorily. The record of preventive

/ routine maintenance and breakdown / corrective maintenance work carried out by the contractor is

kept in the DREO office.

Date

Place

Signature, Name, designation and seal of contractor

Signature, Name, designation of Beneficiary Organization/Beneficiary

Signature, Name, designation and seal of DREO

Page 22 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

ANNEXURE AB: SCHEDULE OF PRICE OF DIFFERENT COMPONENTS OF SOLAR WATER PUMPING SYSTEMS FOR

REPLACEMENT OF PARTS ON REQUEST OF BENEFICIARY

(To be submitted along with the price bid in separate sealed envelope)

S.No. Name of Items Unit Quantity Rates (In Rs.)

1. Controller suitable for D.C. solar motor-

pump set (7.5 H.P.) to with Remote

monitoring system of solar pump as per

M.N.R.E. Specifications

7.5 H.P 01

2. G.I (ISI) riser Pipe/ suction pipe Per feet

3. HDPE (ISI) riser Pipe/suction pipe Per feet

4. 2.5 sq mm x 3 core Copper Cable as per IS

694 duly ISI marked

Per feet

5. 4.0 sq. mm. X 3 Core Copper Cable as per

IS 694 duly ISI marked

Per feet

6. 6.0 sq.mm x 3 core Copper cable as per IS

694 duly ISI marked

Per feet

The prices quoted above shall include Supplying at site including packing, forwarding, loading,

unloading, transportation charges and including all taxes, duties etc.

Name of Bidder

(With seal & signature)

Page 23 of 31

SAHIBABAD

- 201010 (U.P.)

SOLAR

PHO

TOVO

LTAIC G

RO

UP

CH

ECKED

APPRO

VED

DESIG

NED

DR

AWN

ELECTR

ON

ICS LIM

ITED.R

EPRO

DU

CTIO

N,U

TILISATIO

N O

R

NO

S.OF C

ELLS =12x6=72 NO

S.N

OTE; C

ELL SIZE =156x156 MM

Page 24 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

Annexure-D

Standard terms and conditions:

1. Terms of Price: The terms of price would be FOR CEL sites unless specified otherwise in Annexure A. Packing, forwarding, freight and insurance charges up to sites are to the account of supplier/bidder.

2. No Deviation from Specifications, Terms & Conditions of the tender is allowed. Quotations having deviation from our specifications, terms & conditions would be rejected.

3. All requirements of export licensing, Govt. permissions or any other statutory clearance from the country of export as per regulations existing in the supplier’s country shall be the responsibility of supplier, if required as per the terms of the purchase order.

4. Inspection: Inspection will be done by CEL representative. CEL shall have free access to the supplier’s works during testing and final inspection. Vendor shall inform the purchase not less than one week in advance. All testing arrangements shall be the responsibility of the vendor. CEL reserves the right to inspect the material during manufacturing and/or before dispatch as per specifications and test protocols. Internal inspection report and inspection certificate must accompany the supply. (This clause will be superseded by Inspection clause, if any, in Annexure A).

5. Price variation Clause: Price variation will not be permitted and quotations having Price variation clause will be rejected.

6. Validity of offer: The quotation/tender/bid submitted by the bidder/supplier shall be valid for a minimum period of 90 days from date of opening.

7. Determination of Lowest quoting bidder: The lowest quoting bidder would be decided on the basis of lowest landing cost of items to CEL at site.

8. Splitting of tender quantity in two or more bidders: CEL reserves the right to split the quantity and award on two or more vendors as per the production / project requirement. The following norms would be adopted in case of spilt of quantity:

If the lowest quoting vendor is an approved vendor and the second lowest and third lowest bidders are also approved vendors to CEL 100% of tender quantity would be split amongst the approved vendors only. In case of split of quantity in two approved vendors, the same shall be applicable for lowest (L1) & second lowest (L2) in the ratio of 70:30 at the rate & terms applicable to L1 approved vendor, keeping in view the objective that the per unit landed cost to CEL in case of purchase from L1 or L2 approved vendor remains same. In case of split of quantity in three approved vendors 60% quantity would be awarded to L1 approved vendor and balance 40% quantity will be awarded to the L2 approved vendor and L3 approved vendors in the ratio of L2’s quantity > L3’s quantity subject to acceptance of L1 rate by L2 and L3 vendor. If the L2 vendor does not accept the L1 approved vendor’s rate and terms then the quantity will be split between L1 approved vendor and L3 approved vendor.

Micro & Small Enterprises quoting price within price band of L1+15 per cent shall also be allowed to supply a portion upto 20% of requirement by bringing down their price to L1 price where L1 is non MSEs (as per “Public Procurement Policy for Micro & Small Enterprises (MSEs) Order 2012”). If price quoted by a MSE is within L1+15% and such MSE is L4 or higher (provided L1, L2 and L3 are not the MSEs) and agrees to the rates & terms quoted/agreed by L1 bidder, then the splitting of quantities may be done as: MSE bidder: 20%, other bidders: 80% of tender quantity as given in above paragraph.

9. NEW / UNAPPROVED VENDOR POLICY: Only REGISTERED EPC Contractors of CEL are eligible for participation in this tender.

10. Any corrections/alterations in the tender/quotation/bid should be duly signed by the bidder. CEL does not take any responsibility for delay in receipt or non-receipt or loss of tender(s).

Page 25 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

11. Earnest money deposit (EMD): EMD amount mentioned in Tender Notice and (also in Annexure E) must be submitted through demand draft/RTGS/NEFT/TT/SWIFT favoring Central Electronics Limited. The demand draft must be valid for three months and should be payable at Delhi. The EMD amount must be submitted on or before the due date of opening of quotations. No interest shall be payable on the EMD. The details of CEL’s bank account for RTGS/NEFT of EMD amount are as below:

Beneficiary Name: Central Electronics Limited Beneficiary Account Number/IBAN: 87761250000014 Beneficiary Bank SWIFT Address/BIC: SYNBINBB161 Beneficiary Bank Name: Syndicate Bank (IFSC Code: SYNB0008776) Beneficiary Bank Address: Sahibabad Branch, CEL Complex, Plot No. 1, Site 4, Sahibabad 201010, U.P., INDIA

The EMD (after deduction of bank charges, if any) of unsuccessful bidder will be refunded within one month of finalization of tender. The earnest money of successful bidder would be converted into security deposit and would be returned (after deduction of bank charges, if any) to the bidder after two months of successful completion of order. In case the successful bidder is exempted from submission of EMD (as described below), Security Deposit @5% of the order value has to be submitted through a DD/BG valid till completion of the project within ten days of placement of purchase order. If such successful bidder does not submit the Security Deposit within seven days of receipt of purchase order through email, failing

Which, CEL will be at liberty to cancel the PO and blacklist the successful bidder for future tenders. Exemption from submission of EMD: Micro & Small Enterprise registered with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India are exempted from submission of EMD. If any bidder is eligible for exemption from submission of EMD as per above, such bidder must submit a copy of valid registration certificate from NSIC/DIC along with technical bid of quotation. Registered and approved vendors of CEL may refer to special terms & conditions at Annexure A for clarifications/instructions regarding exemption from EMD, if any.

12. CEL reserves the right to reject any or all tenders/quotations/bids received or accept any or all tenders/quotation/bids wholly or in part. Further, CEL reserves the right to order a lesser quantity without assigning any reason(s) thereof. CEL also reserves the right to cancel any order placed on basis of this tender in case of strike, accident or any other unforeseen contingencies causing stoppage of production at CEL or to modify the order without liability for any compensation and or claim of any description.

13. In case an order placed by the CEL based on the quotation/bid/tender submitted by the bidder/supplier is not executed by the supplier/bidder, CEL may buy the ordered goods from elsewhere and recover the additional amount that CEL may have to spend in procuring the stores plus 10% to cover the overhead & incidental expenses.

14. Quantity Enhancement: CEL Reserves the right to enhance the quantity of material ordered by up to 50% by amending the purchase order(s), if any, awarded on the basis of this tender at the rate and terms and conditions mentioned in such purchase order(s).

15. Replacement of Rejected Material: Any material supplied against order place on basis of this tender and found to be defective on inspection or differing from approved samples or make or specifications will be replaced by the supplier free of cost or full refund made for the amount paid by Central Electronics Limited including freight and insurance and other incidental charges at our discretion.

16. Arbitration: Any disputes, difference controversies/ difference of opinions, breach and violation arising from or related to this agreement/contract/work order etc. between the parties shall be resolved by mutual discussion/reconciliation in good faith. If disputes, difference controversies/difference of opinions, breach and violation arising from or related to this agreement/contract/work order etc. cannot be resolved within 30 days of commencement of reconciliations/ discussions then the matter shall be referred to the Sole arbitrator, nominated by CMD, CEL for this purpose and his decision shall be final and binding on both the parties. There will be no objection to any such appointment on the grounds that the Arbitrator is an employee of CEL. The laws prevailing in India would be applicable.

Page 26 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

Annexure-E

SPECIAL TERMS & CONDITIONS

1. NEW / UNAPPROVED VENDOR POLICY: Bidders who are not yet registered and approved in CEL are not eligible to quote in this tender.

2. Delivery Schedule: Within 03 Months from the date of purchase order.

3. Payment:

Payment will be made on back-to-back basis as per the following: A. Payment for Supply and commissioning: 100% of the total value (supply & commissioning) of

BOS materials with full taxes / duties will be made after commissioning & verification of the supplied system by CEL officials, documentation and handing over of the system to user and submission of

BG/DD/FDR of 10% Purchase order value valid for 5 years (with additional claim period of 6 months).

Following documents need to submit for release of payment: (a) Invoice

(b) Inspection Cum Commissioning report jointly signed by CEL, concerned inspection authority of the MPVUNL (DREO) and the Beneficiary.

(c) Coloured photograph (s) of SPV Array, Pump, Controller duly certified by DREO (d) Handing over certificate duly signed by beneficiary, and concerned inspecting Authority of the MPVUNL

(DREO), CEL

(e) Performance report based on data received from remote monitoring system or data logger in cases where internet services are not available.

(f) Certificate from license holder Contractor/supervisor, certifying that all electrical works are carried out in accordance with applicable electrical safety standards by GoMP.

(g) An undertaking shall need to be submitted by the Contractor certifying that the civil work will

withstand the wind speed of 150 Km/hr in all weather conditions. (h) Bank guarantee of 10% of the order value.

B. Payment for CMC charges: Payment of CMC will be released @20% in five instalments after end of

each successful year. This payment shall be released based on the functionality of the system duly

certified by the concerned Authorised officials of CEL of each year. It shall be the responsibility of the

Contractor to deposit the applicable service tax towards the CMC component of the contract in the

concerned department of Govt. of India. A certificate to this effect shall be required to be submitted to

CEL.

4. Earnest Money Deposit: INR 10,00,000.00 (Rupees Ten Lakhs only).

5. Security Deposit: Security Deposit @5% of the order value has to be submitted by all the successful bidder(s) on whom Purchase/Work Order is placed based on this tender. This is also applicable to bidder(s) who are exempted from submission of EMD. Such bidder(s) have to submit the security deposit within ten days of placement of Purchase/Work Order failing which appropriate action may be taken against them. The EMD submitted by non-exempted successful bidder(s) shall be converted in to Security Deposit. The security deposit will be returned to the bidder(s) after two months of successful completion of purchase/work order and after deduction of bank charges, if any. No interest shall be payable on the amount of Security Deposit.

6. Warranty period: The materials supplied shall be under warranty for a period of 63 months from the date of supply.

Guarantee/Warrantee certificate shall be submitted along with the material.

7. Performance bank guarantee (PBG): PBG of 10% of P.O. value valid for 63 months from the date of supply to be

submitted at the time of delivery of the material. In case, PBG is not submitted by the bidder, 10% payment shall be retained by CEL for 63 months.

8. Price reduction for delayed delivery: In the event of delay in affecting the delivery within agreed period, a reduction in the price shall be levied @ 1% of the total order value per week or part thereof subject to maximum of 10% of the total order value.

Page 27 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

9. Submission of bid: The bids must be submitted online on or before the 05.06.2017, 15:00 hrs. IST. There will be 2 covers in the quotation and following are to be submitted online in your quotation:

a) Cover – 1: i. Earnest Money Deposit demand draft /RTGS or TT acknowledgement or the documents for

exemption from submission of EMD. ii. Technical catalogue, literature and approval/registration certificate, if any, required as per eligibility

criteria given in the tender. iii. Filled up Format for Submission of Vendor Data as per format at Annexure F. iv. Tender acceptance letter as per format at Annexure G.

b) Cover – 2, Financial Bid: This must contain only the Price Bid on company’s letter head as per Price

Bid format (Annexure-C).

10. Opening of bids: Technical bids will be opened on 05.06.2017 at 15:30 Hrs. IST. Financial bids (price bids) of only those bidders would be opened who qualify the eligibility criteria and whose bids meet the technical and commercial parameters mentioned in the tender.

Page 28 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

Annexure-F

Format for submission of Vendor Data

1. Name of vendor

2. Registered Address

Postal Code Company’s Year of Establishment

Company’s nature of business

Company’s Legal Status

Registration No. Phone:

Fax No. Website:

Name of Proprietor/ CEO/Chairman

Phone/Mobile No.

Email id

3. Factory Address

Phone No.

Fax No.

Email id

4. Delhi/NCR Address (if any)

Phone No.

Fax No.

Email id

5. Correspondence Address

6.

Name of Contact Person for this tender

Designation

Date of Birth

Phone/Mobile no.

Fax No.

Email id

7.0 Sales Tax related information

7.1 TIN No.

7.2 L.S.T. No.

7.3 C.S.T. No.

Page 29 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

Correspondence with respect to this tender may be addressed to Mr/Ms …………………………… at email id ……………………………………………………………………… and mobile no……………………………………… I/We accept that CEL may send SMS and/or email regarding this tender/any other tender, award of contract, purchase order(s) and/or any other information on any/all mobile nos. mentioned in this vendor data sheet. I/We certify that the information given herein is correct to the best of my knowledge and belief. Signature of Proprietor/CEO/Chairman Seal of the company/concern

7.4 Sales Tax Exemption No. (if any)

8.0 Income Tax related information

8.1 PAN No.

8.2 PAN reference no. (in case PAN applied for)

8.3 PAN Status (in case PAN applied for)

9.0 Excise duty related information

9.1 ECC No.

9.2 Range

9.3 Collectorate

10. Registration No. with Directorate of Industries

11. SSI/MSE Reg. No. (if Small Scale Industrial Unit)

(Please enclose certificate from DIC/NSIC along with Certificate from registered CA with value of plant and machinery)

12. Is MSE/SSI is ST/SC? Yes / No ( If Yes please enclose relevant certificate as proof)

13.0 Bank related information

13.1 Bank name

13.2 Branch name

13.3 Bank address

13.4 Bank phone no.

13.5 Bank fax no.

13.6 Bank MICR Code (9 digit)

13.7 RTGS-IFC Code

13.8 Account type

13.9 Account no.

13.10 Swift Code

Page 30 of 31

Tender Document: C-2(b)/RC/0700/4455/2017

Annexure – G TENDER ACCEPTANCE LETTER

(To be given on Company Letter Head)

Date:

To,

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No:

Name of Tender / Work: -

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web site(s) namely:

as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page No. to (including all documents like annexure(s), schedule(s), etc .,), which form part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too have also been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated , then your department/ organisation shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Page 31 of 31