tender invitation by rashtriya chemicals and fertilizers limited of 100 kwp capacity. to get bom for...

122
100 kWp Capacity Solar EPC Tender Tender Invitation by Rashtriya Chemicals And Fertilizers Limited for Supply and Installation of 100KWp Solar Power Generation System. Last day for closing bid is 31 st April, 2016. Earnest Money Deposit for this tender is 50,000. To get Bill of Material, Visit http://solarkart.ezysolare.com/tender-list

Upload: ezysolare-gosolar

Post on 13-Apr-2017

351 views

Category:

Business


0 download

TRANSCRIPT

Page 1: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

100 kWp Capacity Solar EPC Tender

Tender Invitation by Rashtriya Chemicals And Fertilizers Limited for Supply and Installationof 100KWp Solar Power Generation System. Last day for closing bid is 31st April, 2016.Earnest Money Deposit for this tender is 50,000. To get Bill of Material, Visithttp://solarkart.ezysolare.com/tender-list

Page 3: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

NIT

Page 4: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Basic Details

Payment Instruments

Covers Information, No. Of Covers - 2

Tender Fee Details

Organisation

ChainDepartment of Fertilisers||Rashtriya Chemicals and Feritilisers Ltd

Tender

Reference

Number

Press/DCMB 20792 Tender Id2016_MCF_954

00_1

Tender Type OpenForm Of

ContractTurn-key

Tender

CategoryGoods

No. of Covers 2

General

Technical

Evaluation

Allowed

No

ItemWise

Technical

Evaluation

Allowed

No

Payment Mode Offline

Is Multi

Currency

Allowed For

BOQ

No

Is Multi

Currency

Allowed For

Fee

No

Offline

S.No Instrument Type

1 RTGS / ECS / NEFT

2 As Per Tender

Document

3 Not Applicable/ As per

Tender Document

Cover No Cover Type Description Document Type

1 Fee/PreQual/Technical

Technical bid along with

EMD , all commercial

terms and conditions

and prequalification

documents

.pdf

2 Finance Price Bid .xls

Tender Fee(INR) 0.00

Fee Payable To NA

Page 5: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

EMD Fee Details

Work Details

Critical Dates

Tender Inviting Authority

Tenders Documents

Fee Payable At NA

Tender Fee Exemption Allowed NA

EMD Amount (INR) 50,000 EMD Exemption

Allowed

Yes

EMD Fee Type fixed EMD Percentage NA

EMD Payable To RCF Ltd EMD Payable At Mumbai

Title Supply and Installation of 100KWp Solar Power Generation System

Work

DescriptionSupply and Installation of 100KWp Solar Power Generation System

Pre

QualificationAs per NIT

Tender Value Not IndicatedPeriod Of

Work(Days)60

Bid

Validity(Days)120

Product

Category

Electrical Work/

Equipment

Product Sub

CategoryNA Contract Type Tender

Pre Bid Meeting

PlaceNA

Pre Bid Meeting

AddressNA

Bid Opening

Place

Chembur

Mumbai

LocationChembur

MumbaiPincode 400074

Pre Bid Meeting

DateNA

Published Date 11-Mar-2016 10:00 AM Bid Opening Date 31-Mar-2016 03:00 PM

Document Download /

Sale Start Date11-Mar-2016 10:00 AM

Document Download /

Sale End Date31-Mar-2016 02:00 PM

Clarification Start DateNA Clarification End Date NA

Bid Submission Start

Date11-Mar-2016 10:00 AM

Bid Submission End

Date31-Mar-2016 02:00 PM

Tender Inviting Authority

Page 6: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Critical Dates

Inviting Authority

NIT Document

S.No Document

Name

Description Document

Size (in KB)

1 NIT_1.pdf NIT 1770.96

Work Item Documents

S.NoDocumen

t Name

Documen

t Type

Descripti

on

Documen

t Size (in

KB)

1

DCMB

20792_N

IT.pdf

Tender

Documen

ts

NIT 1770.96

Work Item Details

Name K.Sudalai Mony

AddressPurchase Department RCF Ltd Chembur

Mumbai-74

Page 7: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

DOCUMENT 1

Page 8: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 1 of 57

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED

(A Government of India Undertaking) Administrative Building, Chembur, Mumbai 400 074

Phone: 2552 2816/2478 Fax: 2552 2320 CIN: L24110MH1978GOI020185

E-mail: [email protected]/[email protected]

NOTICE INVITING TENDER FOR SUPPLY AND INSTALLATION OF SOLAR POWER GENERATION SYSTEM

TENDER NO: PRESS/DCMB 20792 dt 11.03.2016

DUE DATE & TIME OF SUBMISSION OF BIDS : 31.03.2016, 14.00 HRS IST TENDER OPENING DATE & TIME : 31.03.2016, 15.00 HRS IST

The sealed offers should be sent to following Address:

DY.GENERAL MANAGER (PURCHASE) M/S RASHTRIYA CHEMICALS & FERTILIZERS LTD. PURCHASE DEPARTMENT, ADMINISTRATIVE BUILDING, MAHUL ROAD, CHEMBUR, MUMBAI – 400 074, INDIA. PHONE: +91 (22) 25522060 PHONE: +91 (22) 2552478 FAX : + 91 (22) 25522320

Contact Details:

1. Mr. K.Sudalai Mony (Tel:+91 022 2552 2816), e-mail: [email protected] 2. Mr. A.U. Awalkar (Tel: +91 022 2552 2478), e-mail: [email protected]

Page 9: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 2 of 57

TENDER DOCUMENT (NON-TRANSFERABLE)

TENDER NO: Press/DCMB 20792 THIS TENDER DOCUMENT CONTAINS:

Sr. No Documents Item details Page No

1 Enquiry Covering letter 3

2 ANNEX -1 Technical Specifications 4-22

3. ANNEX-2 Prequalification criteria for Supplier 23-24

4 ANNEX-3 Instructions to Indian bidders 25-27

6 ANNEX-4 Not applicable /Not attached -

7 ANNEX-5 Price Bid Format 28

9 ANNEX-6 Bid abstract sheet 29-30

11 ANNEX-7 Notice Inviting Tender- General Terms & Conditions 31-41

12 ANNEX-8 CONDITIONS RELATED TO INTEGRITY(Not Applicable) -

13 ANNEX-9 Benefits to Micro and Small Enterprises 42-43

14 ANNEX-10 Modalities for e-reverse auction 44-50

15 ANNEX-11 Bank Guarantee format for SD/PBG along with Bank Details 51-54

16 ANNEX- 12 Solvency certificate Format 55

17 ANNEX – 13 Vendor Data Updation form 56-57

Page 10: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 3 of 57

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED

(A Government of India Undertaking) Administrative Building, Chembur, Mumbai 400 074

Phone: 2552 2816/2478 Fax: 2552 2320 CIN: L24110MH1978GOI020185

E-mail: [email protected]/[email protected]

Enquiry

Tender No: Press/DCMB 20792

Date :11/03/2016 Submission Date: 31/03/2016

You are requested to send your sealed quotation for the item as Mentioned below subject to terms and conditions given in the annexure enclosed herewith. Please indicate your basic price and taxes separately & mention Delivery period, Place of dispatch clearly. You shall submit detailed Specifications, relevant drawings, pamphlet and literature wherever applicable. Your sealed Quotations should reach us due date and time mentioned on Page No:1.

Sr. No. Item description Completion Period

Within 60 days

1

DESIGN, SUPPLY, INSTALLATION, COMMISSIONING & TESTING WITH ASSOCIATED WARRANTIES AND INCLUDING 5 YEARS TOTAL MAINTENANCE OF GRID SYNCHORNISED ROOFTOP SOLAR PV POWER GENERATION SYSTEM HAVING CAPACITY OF 100 KWP AT RCF TROMBAY. THE DETAILS TECHNICAL SPECIFICATIONS AS PER ATTACHED ANNEXURE -1.

QUOTATIONS SHOULD BE TYPE WRITTEN AND ENVELOPE SHOULD BE MARKED WITH TENDER NUMBER AND DUE DATE ALONG WITH BIDDERS NAME, ADDRESS AND CONTACT DETAILS

Dy.GENERAL MANAGER (P)

Page 11: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 4 of 57

ANNEXURE – 1

DESIGN, SUPPLY, INSTALLATION, COMMISSIONING & TESTING OF GRID

SYNCHRONIZED ROOFTOP SOLAR PV POWER GENERATION SYSTEM HAVING

CAPACITY OF 100 KWP AT THE SITE, WITHOUT ANY IMPAIRMENT OF THE

EXISTING STRUCTURE.

Sr.

No.

General Terms & Conditions

1 Definitions

a. ACTUAL PERFORMANCE

RATIO (APR):

Shall mean PERFORMANCE RATIO (PR) arrived by calculation based on the actual readings taken during the PR test period.

b. CUF: Capacity Utilization Factor shall mean the ratio of the annual output of the PLANT in kWh versus installed annual PLANT capacity.

c. DB: Shall mean distribution board

d. IEC: International Electro-technical Commission

e. IS: mean Indian Standards

f. MNRE: Ministry of New and Renewable Energy

g. OATC: Other Authorized Test Centres.

h. COMMISSIONING: Shall mean the day the PLANT starts generating AC power.

i. FINAL ACCEPTANCE: ‘FINAL ACCEPTANCE’ shall mean that date of completion of the services as per clause 4.1 including successful demonstration of PERFORMANCE RATIO of PLANT to be more than 75%.

j. PERFORMANCE RATIO

(PR):

Shall mean Performance Ratio of a Solar PV grid connected plant shall be calculated using the following formula:

{ }

{ }

k. PV: Shall mean Photo Voltaic

l. PLANT/Solar PV plant : Shall mean Grid synchronized rooftop solar power generation facility Completely Designed, Engineered, Supplied, Installed at SITE, Tested & Commissioned having installed capacity of 100 KWp consisting of Solar PV modules, Power Conditioning Unit (Inverter with all accessories/ features) with associated items such as mounting structures, Junction Boxes, PVC Pipes, Cables/Wires including connectors/plugs/fuses, ACDB(3

Page 12: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 5 of 57

Phase A.C. Distribution box with changeover switch & Energy meter), Suitable Lightning Arrestor/Earthlink etc.

m. RFID: SEC:

Radio Frequency Identification Solar Energy Centres

n. STC: Standard Test Conditions

o. KWp: KiloWatt Peak

2. SITE FOR INSTALLATION:

Solar Power generation system will be installed at Rooftop of ANP Bagging Wagon

loading platform.

3. TECHNICAL SPECIFICATIONS FOR THE 100KWp ROOFTOP SOLAR

POWER PLANT

RCF Requirement/Specification Bidder’s Offer

A) Solar Photovoltaic Modules:

i. Total PV Size: Min 100 KWp

ii. Make: PV modules shall be MNRE approved.

iii. Type of PV modules: Polycrystalline Silicon PV

Modules.

iv. PV panels Wattage: Minimum 300 Wp

v. The PV modules must conform to the latest edition of any

of the following IEC / equivalent BIS Equivalent IS

Standards for PV module design qualification and type

approval: Crystalline Silicon Terrestrial PV Modules : IEC

61215 / IS14286.

vi. In addition, the modules must conform to IEC 61730 Part

1-requirements for construction & Part 2 - requirements for

testing, for safety qualification or Equivalent IS (Under Dev.)

vii. PV modules to be used must qualify Salt Mist Corrosion

Testing as per IEC 61701 / IS 61701; preferably anodised

aluminium.

viii. No of Panels and cells per panels: As per manufactures

standard.

ix. Dimensions, rated Voltage, Open Circuit voltage, Rated

Current, short Circuit Current, maximum system Voltage,

weight per panels Cell efficiencies and Module Efficiency

shall be as per the manufactures standard.

x. The Photovoltaic modules must be tested & approved by

one of the IEC authorized test centres as per relevant and

latest IEC standards.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9 (n))

Page 13: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 6 of 57

xi. Output peak watt capacity of PV modules should not be

less than 90% at the end of 10 years and 80% at the end of 25

years.

xii. Orientation and Tilt of PV Module: Modules alignment

and tilt angle shall be calculated to provide the maximum

annual energy output. This shall be calculated based on the

site Latitude and Longitude values.

1. IDENTIFICATION AND TRACEABILITY

Each PV module must use a RF identification tag (RFID),

which must contain the following information:

a. Name of the manufacturer of PV Module

b. Name of the Manufacturer of Solar cells

c. Month and year of the manufacture (separately for solar

cells and module)

d. Country of origin (separately for solar cells and module)

e. I-V curve for the module

f. Peak Wattage, Im, Vm and FF for the module

g. Unique Serial No and Model No of the module

h. Date and year of obtaining IEC PV module qualification

certificate

i. Name of the test lab issuing IEC certificate

j. Other relevant information on traceability of solar cells and

module as per ISO 9000 series.

RFID can be inside or outside the module laminate, but

must be able to withstand harsh environmental

conditions.

2. PV modules must qualify (enclose test reports/ certificate

from IEC/NABL accredited laboratory) as per relevant IEC

standard. Additionally the performance of PV modules at

STC conditions must be tested and approved by one of the

IEC / NABL Accredited Testing Laboratories including

Solar Energy Centre. Qualification certificate from

IEC/NABL accredited laboratory as per relevant standard

should be accompanied with the STC report/ certificate.

B) Array Support Structure:

Page 14: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 7 of 57

i. The structures provided shall be of

flat-plate design with combination of

required sections as per structure design to

withstand 200kph wind speed.

ii. Support Structural material shall be GI, which should meet

ASTM A-123 hot dipped galvanizing OR equivalent which

provides at least spraying thickness of 70 microns as per

IS5909. All hardware for fastening modules with structure

should be of 304 quality stainless steel.

iii. The structures shall be designed to allow easy

replacement of any module.

iv. Each structure should have proper inclination as per the

respective SITES conditions to take maximum insolation.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9 (n))

C) Inverter:

i) Make: Sukam/SMA/ PPS/Delta Energy/ Siemens/

L & T/ GE/ Schneider Electric/ Fronius.

ii) Total Rated capacity of required inverters: Minimum 100

KVA

iii) The power conditioner unit/ inverter should be provided to

convert DC power produced by SPV modules, in to AC

power. The power conditioning unit/inverter should be grid

interactive and possibly also with existing DG set/ Other

battery invertor interactive. Inverter output should be

compatible with the grid frequency.

Typical technical features of the inverter shall be as

follows:

e and frequency: 3 phase +

Neutral 440V, 50 Hz

+ 1 %

+ 0.1%

+ 3 Hz oC

: 100 % Non-condensing

-20(Minimum) for indoor. : IP-

65(Minimum) for outdoor.

+ 3%

- 20% & + 15 %

-load losses: Less than 1% of rated power

cy (minimum): >95%

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9 (n))

Page 15: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 8 of 57

iv) PCU/ inverter shall be capable of complete automatic

operation including wake-up, synchronization & shutdown.

v) Built-in meter, event recorder and data logger to monitor

plant performance through external computer shall be

provided i.e. remote monitoring. Computer shall be provided

by RCF.

vi) The power conditioning units / inverters should comply

with applicable IEC/ equivalent BIS standard for efficiency

measurements and environmental tests as per standard codes

IEC 61683 and IEC 60068 2(6,21,27,30,75,78).

vii) The charge controller/ (Maximum Power Point Tracker)

MPPT units should qualify IEC 62093 and IEC 60068 2 (6,

21, 27, 30, 75, 78). The junction boxes/ enclosures should be

IP 65(for outdoor)/ IP 54 (indoor) and as per IEC 62208

specifications. The inverter should comply with IEC 62109-

1/-2, IEC 62116, IEC 61727.

viii) The PCU/ inverters should be tested from the MNRE

approved test centres / NABL/BIS accredited testing-

calibration laboratories. Certificates from MNRE to this effect

shall be submitted.

D) Data Monitoring:

i) The monitoring of the Solar system and logging / viewing

of system data shall be done through a PC owned by RCF

with software to be supplied by the vendor.

ii) PC Data logging software enables automatic long-term

storage of measured data from SPV Plant. It allows

visualization & monitoring of the Power Plant.

iii) The data acquisition system shall have a real-time clock

and data storage capacity for recording data round the clock

for min. one year.

iv) The software package shall be windows based.

v) The Solar system data shall be logged in chronological

order, date wise. The periodicity of data logging shall be

configurable.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9 (n))

Page 16: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 9 of 57

vi) The system shall be capable of providing graphical trends

for viewing the system parameters on real time as well as

historic basis.

vii) It shall be possible to generate email reports based on the

logged historic data which shall be exportable in MS Excel

formats.

viii) System shall have provision for remotely viewing the

System status on local LAN / INTRANET of RCF.

ix) All major parameters should be available on the digital bus

and logging facility for energy auditing through the internal

microprocessor and can be read on the digital front panel at

any time the current values, previous values for up to a month

and the average values. The following parameters should be

accessible via the operating interface display and also on the

dedicated Computer in the concerned office.

AC Voltage

AC Output current

Output Power

DC Input Voltage

DC Input Current

Units Generated (KWH)

Time Active

Inverter Status

E) Integration of Power from PLANT with Grid:

The output power from Solar PV would be fed to the inverters

which converts DC produced by SPV array to AC and feeds it

into the main electricity grid after synchronization. In case of

grid failure, or low or high voltage, solar PV system shall be

out of synchronization and shall be disconnected from the grid.

Once the DG set/existing Inverter comes into service PV

system shall again be synchronized with DG/Inverter supply

and load requirement would be met to the extent of availability

of power.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

F) Metering Scheme:

i) Provide sealed & tested energy meter at consumption side &

generation side of SPV Power Plant.

ii) Metering is required to measure the Solar Gross Generation

on continuous basis and register cumulative energy based on 15

Agreed

Disagreed

(Deviation

mentioned in

Page 17: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 10 of 57

minute interval basis, daily, monthly and yearly energy

generation.

iii) The average voltage and power factor based on 15 minute

interval must also be recorded.

iv) Meter must also display on demand, instantaneous, AC

system voltages and currents, frequency, reactive power with

sign, Total harmonics current and voltage distortion etc.

v) Metering and grid connectivity of the roof top solar PV

system under this scheme would be the responsibility of the

CONTRACTOR in accordance with the prevailing guidelines of

the concerned DISCOM.

Clause No. 9

(n))

G) Distribution Board

If DC Distribution panel is needed to receive the DC output from

the array field, with analog measurement panel for voltage,

current from different Junction Boxes (JB) so as to check any

failure in the array field. It shall have molded case circuit

breakers (MCCBs) of suitable rating for connection and

disconnection of array sections. DCDB shall be fabricated to

comply with IP 65 protection.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

H) Safety Features:

i) Earthing of all outdoor equipment and provision of associated

earthing systems, Electrodes and connections shall be done in

accordance with the recommendations in the latest IEEE. Earth

electrodes shall be provided throughout the plant areas along with

the main earth grid. The number of earth electrodes shall be

according to achieve the total earth grid resistance less than one

(1) ohm. All metal casing/shielding of the plant shall be

thoroughly grounded to ensure safety of the power plant.

ii) The inverter shall have features like sleep mode, invoke mode

and export mode so that any disturbances on the grid such as

overload short-circuit, over-voltage etc., disables the firing circuit

of the inverter and causes it to quietly withdraw from the grid.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

I) Protection Features

i. Isolation transformer to be provided at the output of the inverter

to avoid injection of DC power into the grid.

ii. Over-voltage protection to be provided by using varistors at the

Agreed

Disagreed

(Deviation

Page 18: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 11 of 57

output of the inverter.

iii. For lightning protection a set of varistors to be provided at the

input of inverter.

iv. Suitable measures for protection against over current both at

input & output, Over/under grid frequency, over temperature,

Short circuit, Surge voltage induced at output due to external

source etc. shall be provided.

mentioned in

Clause No. 9

(n))

J) Cables and Connections

i. The cables used in the system should be ISI marked XLPE

insulated FRLS armoured Copper conductor. Cables of various

sizes as per load requirement for connecting all the modules /

arrays to Junction Boxes and from Junction Boxes to DC

distribution box and from DC distribution box to inverter shall be

used. Copper Cables of appropriate size would be provided from

Inverter onwards in A.C. side.

ii. Copper wires of appropriate size and of reputed-make shall

have to be used. However, XLPE aluminium cables of appropriate

size shall be used on A.C side of transmission. (Approximate

distance of Switchgear room is 140 Mtrs away from Inverter

mounting room.)

iii. All connections should be properly terminated, soldered and/or

sealed from outdoor and indoor elements. Relevant codes and

operating manuals must be followed. Extensive wiring and

terminations (connection points) for all PV components is needed

along with electrical connection to lighting loads.

iv. Appropriate Communication cable from Invertor to local PC

would be provided by party.

v. Supply of appropriate type of cable & cable laying is in party’s

scope.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

Page 19: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 12 of 57

In additions to Specifications given elsewhere in this NIT, BALANCE OF SYSTEM items should meet following standards: Applicable BIS /Equivalent IEC Standard Or MNRE Specifications BOS Item / System Standard

Description Standard Number

Charge Controller/MPPT Units Power Conditioners/ Inverters**including MPPT and Protections

Environmental Testing Efficiency Measurements Environmental Testing

IEC 60068-2 (1,2,14,30) / Equivalent BIS Std. IEC 61683/IS 61683 IEC 6068-2 (1,2,14,30)/Equivalent BIS standard

Cables General Test and Measuring Method XLPE insulated cables for working voltage up to and including 1100 V and UV resistant for outdoor installation

IS 7098 part 1 IS 8130 IS 3975 IS 5831 All up to latest revision

Switches/Circuit Breakers /Connectors

General Requirements Connectors –safety A.C. /D.C.

IEC 60947 part I,II, III / IS 60947 Part I,II,III EN 50521

Junction Boxes /Enclosures for Inverters/Charge Controllers/Luminaries

General Requirements

IP 54(for outdoor)/ IP 21(for indoor) as per IEC 529

**In case if the Charge controller is in-built in the inverter, no separate

IEC 62093 test is required and must additionally conform to the relevant

national/international Electrical Safety Standards wherever applicable.

Page 20: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 13 of 57

4 SCOPE OF WORK:

4.1 DESIGN, SUPPLY, INSTALLATION, COMMISSIONING & TESTING OF GRID

SYNCHRONIZED ROOFTOP SOLAR PV POWER GENERATION SYSTEM

HAVING CAPACITY OF 100 KWP AT THE SITE, WITHOUT ANY

IMPAIRMENT OF THE EXISTING STRUCTURE.

i) Technical Specifications:

The proposed project should be commissioned as per the

technical specifications listed at Clause No. 3 It shall be on the basis of single point CONTRACTOR’s

responsibility, completely covering all the specifications and

requirements including statutory approvals for completion of the

system to achieve the final intent of the contract.

The solar power system shall be fool proof and remain

synchronized with existing Power grid (DB System) and shall

be without Battery/ Battery bank. The power output from the

PLANT shall be 3 phase 440 V + Neutral that shall be directly

connected to the existing lighting DB at SITE with changeover

switch & Energy meter. The Bidder shall study the existing

power supply arrangements at SITE and configure the design for

interconnection so as to maximize the utilization of power from

the PLANT.

Supply, laying and termination of cables with GI cable trays

from solar panel to conditioning/control unit, including inter-

panel wiring shall be under the scope of the CONTRACTOR.

All materials, manpower, scaffolding materials, machinery tools

and tackles, transportation & loading/unloading etc. shall be

provided by CONTRACTOR. Scope shall cover all type of

transportation of materials inside the working site and man

power etc. required to execute and complete the work.

The BIDDER shall carry out appropriate water proofing and

grading of the building rooftop (used for the PLANT) after

installation of structures.

After commissioning of the plant, the CONTRACTOR will

conduct one onsite training of the RCF personnel regarding

assembly, start-up, operation, maintenance and repairs of the

Solar PV Power Plant.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

Page 21: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 14 of 57

ii) Performance Ratio (PR) Test

a. Bidder shall Guarantee PERFORMANCE RATIO (GPR) of

Minimum 75% considering weather conditions, local

environment, all other parameters affecting performance of

Solar power generation and variations thereof.

b. The BIDDER shall demonstrate the Performance Ratio of the

PLANT latest within 30 days of COMMISSIONING.

c. The ACTUAL PERFORMANCE RATIO (APR) shall be equal to or more than the Minimum Guaranteed Performance ratio of 75%. PLANT having performance ratio below 75 % shall not be accepted by RCF. In such case, the CONTRACTOR at its own cost should “Make Good” the PLANT so as to be capable to meet the Minimum Guaranteed Performance ratio. This shall be verified by again carrying out the PR test, within a reasonable period of time. In case, the BIDDER fails to achieve the minimum 75% PR ratio even in the repeated PR test, then without prejudice to any other right or remedy available RCF shall be entitled to forfeit the Security Deposit and Performance Guarantee and terminate the CONTRACT and the PLANT shall be taken over by RCF and rectify the same at the risk and cost of CONTRACTOR. d. The PERFORMANCE RATIO shall be demonstrated for the 100KWp Solar Power Plant. e. Any special equipment, instrumentation tools and tackles required for the successful demonstration of the PERFORMANCE RATIO shall be arranged by the CONTRACTOR at his own cost. f. A calibrated Pyranometer for PR Test with data logger facility shall be arranged by the CONTRACTOR at the SITE. Contractor shall submit the valid calibration certificate of Pyranometer. g. The measurements made during the PR test shall be inclusive of all instrument tolerances.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

Page 22: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 15 of 57

iii) Deliverable Documents:

a) After P. O. placement, 4 sets of drawing of detail electrical/electronic wiring diagram, single line diagram along with necessary maintenance manuals shall be prepared and submitted to RCF within two weeks. b) After P. O. placement, One set of soft copy of detail electrical/electronic wiring diagram, single line diagram along with necessary maintenance manuals shall also be submitted to RCF within two weeks. c) On completion of the work, the CONTRACTOR shall submit 5 sets of “As Executed Report” to RCF which will include photographs, drawings and as executed reports of various systems containing details of erection form the point of view of future maintenance of the installed systems. This report must also contain all Technical Details, Detailed Circuit Diagram of the Electronic/Electrical components of all the system.

4.2 TOTAL MAINTENANCE CONTRACT:

i) The BIDDER shall be responsible for Maintenance of the PLANT so as to maintain the PLANT in good operating conditions and demonstrate minimum 15% Capacity Utilization Factor on annual basis. The maintenance shall include monthly preventive maintenance service visits till the completion period of maintenance contract. During the visit, cleaning of the panels & tightening of the connections shall be carried out. The service personnel of the CONTRACTOR will make routine monthly maintenance visits till the completion period of maintenance contract. Apart from this any complaint registered or service calls received or faults notified, the CONTRACTOR’s service personnel should reach the site within 2 days and attend to the defects or faults and rectify the same or replace the faulty systems if needed within shortest possible time. The deputed personnel shall be in a position to check and test all the equipment’s regularly, so that preventive actions, if any, could be taken well in advance to save any equipment from damage. Normal and preventive maintenance of the SPV power plants such as cleaning of module surface, tightening of all electrical connections, changing of tilt angle of module mounting structure, etc. are also the duties of the deputed personnel during maintenance visits. During maintenance period, if there is any loss or damage of any component due to mismanagement or due to any other

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

Page 23: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 16 of 57

reasons pertaining to the deputed personnel, what-so-ever, the CONTRACTOR shall be responsible for immediate replacement or rectification. Proper repainting, re-coating of exposed surfaces to prevent rusting & replacement of worn out parts shall be carried out along with the maintenance of the PCU, SPV Array, SCADA system etc. The CONTRACTOR shall submit a Detailed Annual Maintenance schedule to RCF within 15 days of the placement of the Work order. The CONTRACTOR shall also submit a detailed report every month to RCF about the maintenance carried out in the concerned period. ii) CAPACITY UTILIZATION FACTOR (CUF) The CONTRACTOR shall be required to meet minimum Capacity Utilization Factor (CUF) of 15% during the Total Maintenance period. CUF shall be determined after completion of each year up to 5 years (starting from the date of FINAL ACCEPTANCE) based on the total annual generation from PLANT, measured and recorded in KWh at Inverter output as under: CUF = PLANT output in kWh for the year/ (100 KW X 365 X 24)

5 PERFORMANCE GUARANTEES:

A) The GUARANTEED PERFORMANCE RATIO (GPR) of the PLANT shall not be less than 75%. The GPR shall be demonstrated vide PR test as per clause no. 4.1(ii). B) The GUARANTEED CAPACITY UTILIZATION FACTOR (CUF) of the PLANT shall not be less than 15%. The CUF shall be demonstrated as per clause no. 4.2(ii).

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

6 WARRANTY

i. The mechanical structures, electrical works including power conditioners/ inverters/ charge controllers/ maximum power point tracker units/distribution boards/digital meters/ switchgear, etc. and overall workmanship of the SPV power plants/ systems must be warranted against any manufacturing/ design/ installation defects for a minimum period of 5 years from date of FINAL ACCEPTANCE. The Warranty shall include replacement of all parts or components found defective irrespective of whether the defect was a manufacturing defect. ii. All the Warranties provided by manufacturer’s

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

Page 24: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 17 of 57

/suppliers/shall be passed on to RCF. iii. The Warranty Certificates to the above effects must be furnished by the CONTRACTOR along with the delivery of these equipment at SITE. Any defect noticed during warranty period should be rectified/replaced by the CONTRACTOR free of cost upon due intimation by RCF or as deemed necessary. iv. The Warrantee Card to be supplied with the Solar PV Power Plant must contain the details of the system supplied, as given in the following Format. Also, Bidder can provide additional information about the system.

FORMAT FOR WARRANTY CERTIFICATE:

Name & Address of the Manufacturer/Supplier

Name & Address of the Purchasing Agency

Date of Erection of system

PV Module a) Make b) Model c) Serial No (List Enclosed) d) Wattage under STC e) Warrantee valid up to

Electronics & Inverter a) Make b) Model c) Serial No d) Warrantee valid up to

Other BOS a) Make b) Model c) Serial No d) Warrantee valid up to

Designation & Address of the person to be contacted for claiming Warrantee obligations

Date Place

(Signature) Name Designation Name & Address of the Manufacturer /Supplier (SEAL)

Page 25: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 18 of 57

7 PERIOD FOR THE COMPLETION OF THE CONTRACT.

A) Time is the essence of the CONTRACT. The CONTRACTOR

shall complete all the work as per the scope defined under clause

4.1, within 60 Days from the date issue of Purchase Order.

B) Total Maintenance period of the PLANT shall be for 5 years and shall begin on the date of FINAL ACCEPTANCE of the PLANT.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

8 MUTUALLY AGREED DAMAGES (MAD)

A) For Delay in FINAL ACCEPTANCE The time stipulated in the clause No. 7, for the execution and completion of the works shall be deemed to be of utmost importance of the CONTRACT. In the event the CONTRACTOR fails to execute, complete and deliver the Works due to the reasons for which CONTRACTOR is liable under CONTRACT within the time specified in the CONTRACT to achieve FINAL ACCEPTANCE then the CONTRACTOR shall pay to the RCF as MAD at the rate of 1% (one percent) of the total contract price per week of delay or part thereof subject to a maximum of 10% of the total CONTRACT PRICE. In the event of extension of time being granted by the RCF in writing for completion of the WORKS, this clause will be applicable after expiry of such extended period. Mutually Agreed Damages represent, without prejudice to the respect of the contractual obligation under the CONTRACT by CONTRACTOR, the sole and exclusive remedy of RCF for such delay. The Mutually Agreed Damages, for delay, shall be recovered from any amount payable to the CONTRACTOR including the balance payments and / or Security Deposit cum Performance Bank Guarantee. In case of deduction from the Performance Bank Guarantee, the BIDDER shall immediately replenish the Bank Guarantee to the value equivalent to 10% of the Total Contract Value. B) For not meeting the 15% Annual CUF guarantee At the end of every year during the Total maintenance period of 5 years, the Annual CUF shall be computed as per clause 4.2(ii) for the Power Plant. In case of failure to meet the Minimum Annual CUF guarantee of 15%, the BIDDER shall be liable to pay Mutually Agreed Damages as under:

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

Page 26: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 19 of 57

Mutually Agreed Damages = (Average Annual Imported electricity Tariff for the year for the location) X {(100KWp X 24 X 365 X 15%) – (KWh generated as invertor output for the year)} The Mutually Agreed Damages, for not meeting the Annual CUF guarantee, shall be recovered from any amount payable to the CONTRACTOR including the Maintenance charges and / or deducted from the Security Deposit cum Performance Bank Guarantee. In case of deduction from the Performance Bank Guarantee, the BIDDER shall immediately replenish the Bank Guarantee to the value equivalent to 10% of the Total Contract Value. In addition to remittance of MAD, the CONTRACTOR shall take necessary steps for rectification/ repairing/ restoring/replacing the faulty items so as to bring back the Performance of the PLANT to satisfactory level, failing which RCF shall have the right to terminate the CONTRACT. RCF reserves the right to claim damages and Costs for non-fulfilment of warranty, apart from forfeiting un-paid amount if any, in the event of unsatisfactory maintenance.

9. Technical part of BID should include following information/documents associated with 100KWp Rooftop Grid synchronized Solar Power Generation Plant. Sr. No.

RCF Requirement/Specification Bidder’s Offer

a. Lay out drawings of sketched with (approximate) dimensions of equipment and indications of limits of supply.

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

b. BIDDERS shall state name of the manufacturers proposed for every equipment item:

Sr.

No.

100KWp Power Plant

equipment/item

Make of

equipment /

item

Description/Rating/Size

of equipment/item

1 Solar PV Module

2 Grid Tie Inverter

3 Module Mounting Structure

4 Array Junction Box

5 AC Distribution Board

Page 27: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 20 of 57

6 AC Cables

7 DC Cables

8 Communication Cables

9 Earthing kit (maintenance Free)

10 Connectors

11 Plugs

12 Fuses

13 Online Monitoring System

14 Any other Component

c. Complete description of equipment/material supported by brochure, catalogue and/or other descriptive standard documents.

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

d. Completed data sheets as per the requirement of the bid. Data sheet shall be furnished by BIDDER duly filled & submit as follows:

Sr.

No.

Solar PV Modules Bidder to Specify

1. Model No. of PV Modules

2. Mounting arrangement for Solar module :

3. Solar module frame material :

4. Module type :

5. Module dimensions :

6. Area of one Module (L X B)

7. No. of solar cells per module :

8. Solar cell type :

9. cables should be molded in the module junction box:

10. Make of Solar module :

11. Country :

12. No. of Modules

Page 28: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 21 of 57

13. Nominal voltage :

14. Operating voltage of solar module (nom) :

15. Peak power voltage (Vmp) at STC :

16. Peak Power current (Imp) at STC :

17. Open circuit voltage (Voc) at STC :

18. Short circuit current (Isc) at STC :

19 Weight of each module :

e. TEST REPORTS: PV modules must qualify (enclose test reports/ certificate from IEC/NABL accredited laboratory) as per relevant IEC standards (IEC61215/IS14286; IEC61730 Part-1 &2/Equiv. IS; IEC 61701/IS 61701). The performance of PV modules at STC conditions must be tested and approved by one of the IEC / NABL Accredited Testing Laboratories including Solar Energy Centre. CONTRACTOR shall submit STC reports/ certificates to this effect.

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

f. Certificate mentioning the Guaranteed Performance ratio. The Guaranteed Performance ratio shall not be less than 75% with the offered solar system.

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

g. Declaration that company has not been debarred / blacklisted by any Govt. Department, Agency, PSUs / Institution / Agencies / Autonomous Organisations.

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

h. Model No. of offered Inverter: i The PCU/ inverters should be tested from the MNRE approved test centres / NABL/BIS

accredited testing- calibration laboratories. j. Party shall submit the reports that, the power conditioning units /

inverters should comply with applicable IEC/ equivalent BIS

standard for efficiency measurements and environmental tests as

per standard codes IEC 61683 and IEC 60068

2(6,21,27,30,75,78).

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

k. Party shall submit the reports that, the charge controller/

(Maximum Power Point Tracker) MPPT units should qualify IEC

62093 and IEC 60068 2 (6, 21, 27, 30, 75, 78). The junction

boxes/ enclosures should be IP 65(for outdoor)/ IP 54 (indoor)

and as per IEC 62208 IEC 62109-1/-2, IEC 62116 & IEC 61727

specifications.

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

Page 29: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 22 of 57

l. Details of Similar work/projects handled successfully as per format given below. The BIDDER shall also provide the name of parties for whom orders have been executed with address and dates of works executed starting from latest, scope and value of such work, Key person contacts of these projects. A copy “Work Order”/ “completion certificate”, etc. shall be submitted as documentary evidence in support of the work experience.

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

m. DETAILS OF EXPERIENCE

Project

No.

Client’s

Name &

address

with Key

contact

person

name and

mobile

number

Site

addr

ess

Size of

Project

executed

Nature

of

services

offered

by

Bidder

Actual time

taken for

completion

of projects

Copy of Work

Order/Completion

provided

Value of

Work

Order (Rs.)

n Certificate that the technical BID is in total conformity with NIT and if not the list of exclusion/deviations & reasons thereof. All Deviations shall be listed at under “Schedule of Deviations” as per format given below. Deviation mentioned elsewhere/in any other form will not be considered.

Submitted

Not-Submitted

Format for “Schedule of deviation” from NIT

Sr. No. Clause No. Original Clause Modified Clause Reason for

Deviation

Page 30: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 23 of 57

ANNEXURE -2 PRE-QUALIFICATION CRITERIA

The supplier shall be pre qualified based on the following criteria.

(Suppliers are required to submit the following information along with documentary evidence with the un-priced commercial bid for the pre-qualification of subject tender)

I. COMMERCIAL PREQUALIFICATION CRITERIA

A. Corporate Record: i. Supplier Name, Address, Telephone Nos, Fax Nos, email address. ii. History & Structure Of Supplier’s Organization iii. Name of Directors and Chief Executive of Supplier’s Organization along with their contact

details.

B. Financial Status: i. Annual financial reports of company (Balance sheet/Profit and loss Account/ Turnover

certificate issued by CA) for the last 3 financial years including the year ending 31st March 2015 . Average Annual financial turnover during the last 3 years shall be minimum Rs 180 lakhs. However the turnover of each financial year should not be less than Rs 22.5 lakhs. The above should be submitted in the following format along with above said supporting documents.

Sr.No Financial Year Turn Over Amount in Rs

1 2012-2013

2 2013-2014

3 2014-2015

Average Turnover for 3 Years

ii. Latest Bank Solvency certificate as per format given in annexure-10, for a value not less

than Rs. 18 lakhs issued by your bankers within last one year from the scheduled date of submission of bid or credit ratings from reputed institution such as CRISIL, ICRA etc, or Financing / Credit limits from banks as on date etc.

iii. Photo copy of Excise Registration / Sales Tax Registration / VAT Registration (TIN No.) and PAN card. This is applicable for Indian suppliers Only.

iv. Photo copy of Service tax Registration / PF / ESIC Registration. v. Copy of MSE Registration Certificate, If applicable.

II. TECHNICAL PREQUALIFICATION CRITERIA

(i) The bidder shall furnish the List of past supplies of similar solar power generation system with address and contact numbers of a person .

(ii) The bidder shall submit PO copies executed by them for subject solar power generation system during last 7 years along with completion certificate as mentioned below. Three completed work orders/ Purchase order comprising of supply, erection and commissioning of grid synchronized solar PV power generation system of minimum 1X 40 KW each.

OR Two completed work orders/ Purchase order comprising of supply, erection and commissioning of grid synchronized solar PV power generation system of minimum 1X50 KW – each

OR One completed work order / Purchase order comprising of supply, erection and commissioning of grid synchronized solar PV power generation system of minimum 1X80 KW - each

Page 31: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 24 of 57

(iii) The BIDDER/ firm / company must not have been debarred / blacklisted by any

Govt. Department, Agency, PSUs / Institution / Agencies / Autonomous Organizations.

The bidder shall submit a self-declaration by an authorized person to this effect.

(iv) Company shall be ISO 9001 certified and bidder should submit the relevant ISO

certificates

(v) Bidder shall have sales and service base in India.

The vendor will be pre-qualified based on above criteria and offers of only those bidders who satisfy these criteria shall be considered for further evaluation. If the required documents are not submitted along with un priced technical bid then the offer may be liable for rejection and RCF may not do further correspondence on this subject.

Page 32: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 25 of 57

ANNEXURE – 3

INSTRUCTIONS TO INDIAN BIDDERS FOR SUBMISSION OF OFFER. 1. Bidders are requested to submit the offer in three different sealed envelopes as explained

below. a) Envelope No. 1: (This envelope should be sealed & super scribed as “EMD for

tender No: Press/DCMB 20792”): Bidder has to submit Earnest Money Deposit (EMD) of Rs 50,000/- through RTGS/NEFT mode . You shall submit details of RTGS/NEFT along with copy of UTR . The details of Bank Account for RTGS/NEFT is as follows, Beneficiary Name : Rashtriya Chemicals & Fertilizers Limited Name of Bank : State Bank Of India Branch : Mahul Road, Chembur, Mumbai Branch Code : 00564 IFSC Code : SBIN0000564 Current A/c No. : 32376445560

Government of India undertakings & Micro and Small Enterprises (MSE) shall submit relevant certificate (Refer Annexure-9) for claiming exemption of EMD. EMD in the form of Demand Draft or any other form will not be accepted. Offers without EMD (or) valid NSIC/MSE certificate (Refer annexure-9) are liable to be rejected.

b) 2nd envelope (This envelope should be sealed & super scribed as “Techno-commercial bid for tender No: Press/DCMB 20792”): This envelope should have supporting documents as per Prequalification criteria mentioned in the annexure-2 & full technical details as per RCF requirement mentioned in the enquiry with clear listing of deviations . Also all commercial terms and conditions along with the filled and signed bid abstract sheet (Annexure-4) .

This envelope should also contain the photocopy of price bid with prices blackened out. This should be strictly a photo copy not to be a duplicate print out. c) 3rd Envelope : (This envelope should be sealed & super scribed as “Price bid for

tender No: Press/DCMB 20792”): This envelope should have PRICE BID containing Prices of the offered item along with your commercial terms and conditions. Kindly note that the commercial terms and conditions in the Price Bid should be in line with the commercial terms and conditions sheet/Bid abstract sheet submitted along with technical bid as mentioned above. Incase of deviation RCF’s decision in this regard shall be final & binding on the party.

All the above said three envelopes should be put in a big cover duly sealed mentioning the Enquiry No. and the submission date on it. All the individual envelopes should also have specific contents, Enquiry No. and submission date on it along with the bidders name and contact details.

2. The Bidder should clearly mention Excise duty, Sales tax, Service tax, Octroi, Insurance, Freight , Inspection charges and / or any other charges to be paid by RCF in percentage / lumpsum. All these statutory should be mentioned separately as per the instruction given in the Bid abstract sheet (Annexure-6A) as well as Price Bid. In case the incidence of any taxes, duties are not clearly specified it will be presumed that no such tax/levy is applicable or payable by RCF. The Indian supplier should follow the below mentioned Instructions for filling the Bid abstract sheet (Annexure-6A)

Packing & Forwarding: Kindly quote ‘Packing and forwarding’ charges if payable extra on total basic rate, then please quote in ‘%’ of basic Rate.

Page 33: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 26 of 57

Example: For 2% P&F charges then quote ‘2% extra’ in the field of P&F charges.

Excise Duty: Kindly quote ‘Excise Duty’ if payable extra on total basic rate of each item, please quote Excise duty in ‘%’ inclusive of Education & Higher Education cess e.g. 12.50%. Excise duty will be applicable on ‘basic rate + Packing & forwarding charges’. Incase if Excise Duty is inclusive in your basic price then mention inclusive and you shall mention the total cenvat amount. Incase if multiple item is involved, then you shall submit the total cenvat amount of each item separately in the annexure. Please note that RCF will consider the cenvat setoff as per time to time guidelines received from Government based on the RCF manufacturing activities.

Sales Tax (VAT / CST) :

VAT: This field is applicable for suppliers supplying the material within Maharashtra, Kindly mention the applicable rate of Maharashtra VAT in the filed of VAT . e.g. 5% Extra/ 12.5% extra etc. Please note that RCF considers VAT setoff during evaluation of your offer.

CST: This field is applicable for suppliers supplying material from outside Maharashtra against form-C, kindly put applicable rate of CST against ‘form-C’ in front of each item in % only e.g. 0% , 2% extra etc.

Freight Charges: Please note that supplier will have to deliver the material up to RCF stores (FOR RCF Stores basis) and all charges including Transportation, loading & unloading of material shall be to suppliers account. If freight charges are payable extra (not included in Basic rate) then put applicable freight charges as per above in the field of transportation Charges in ‘%’ . Example 2% extra and If any service tax is applicable in transportation charges then that should be mentioned clearly. Incase if you mention transportation extra at actual then loading will be done as per RCF evaluation procedure.

Insurance Charges: If insurance charges are payable extra by RCF then put insurance charges in this filed. If insurance is to RCF’s account then mention Insurance is in RCF account. Blank field will be considered as insurance charges are included in basic rate of item.

Octroi Charges: Octroi charges are applicable for deliveries made from outside Mumbai Municipal Octroi Limit. If Octroi charges are payable extra on quoted basic rate or to RCF’s account, then applicable rate of octroi charges should be clearly mentioned in Octroi field, blank Octroi field will be considered as Octroi duty is included in basic rate of item and RCF is not liable for it’s payment. Octroi charges will be refunded against documentary proof such as Octroi paid receipt/form-B.

Service Tax: This field is applicable for service related Job (Installation and Commissioning , training etc) . Kindly mention the applicable rate of service tax in this field . e.g. 14% Extra/ Nil etc. Please note that RCF will consider the service tax setoff as per time to time guidelines received from Government based on the RCF manufacturing activities.

3. All payments dues payable to supplier shall be released only after submission of bank guarantee (Where ever applicable) and subsequent confirmation from the bank. RCF shall not be responsible for the delay in making payment on account of any discrepancy in bank guarantee or late receipt of bank guarantee confirmation.

Page 34: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 27 of 57

4. The payment will be released as per payment term mentioned in the Bid abstract sheet (Annexure-4). Please note that for any other payment term price of the party shall be loaded for evaluation purpose as per RCF evaluation criterion. However such other payment terms than RCF standard payment term shall be decided at sole discretion of RCF.

5. Incase of payment term through bank all bank charges shall be to the Bidder/Supplier’s account.

6. Any variation in statutory levies/taxes within the contractual delivery period shall be to RCF’s account & beyond contractual delivery period, upward variation shall be to Supplier’s account.

7. Bidder has to confirm that all General Terms & Conditions stipulated in Annexure- 7 to this NIT are acceptable. Any deviation is to be given in separate page marked “Deviations”, with reference to item of General terms & conditions in the Annexure-7

8. Offers without EMD and non acceptance of Security Deposit, Performance Bank Guarantee clauses etc shall be liable for rejection.

9. Any conditional Discount given by Bidder such as discount applicable for complete order value, minimum order value on certain group of item, Discount for better Payment Terms, etc, shall not be considered for evaluation.

10. Wherever the Bidder does not indicate any rate/% for any item/commercial term, but specifies it to be extra, then the highest cost/amount/% quoted by any other Bidder shall be loaded OR RCF’s decision in this regard shall be final & binding on the party.

11. The P.O will be placed on evaluated L-1 price , considering the Taxes and Duties set off benefit.

12. The P.O for subject tender will be placed on Overall lowest basis.

13. RCF Ltd. reserves the right to accept or reject any/all bids without assigning any reason.RCF Ltd. reserves the right to place order with one or more vendors.

14. RCF Ltd. reserves the right to split the quantum of work/purchase and/or combine works/purchases at its sole discretion.

15. Micro and Small Enterprises shall be considered for benefit subject to terms and conditions detailed in Annexure-7

16. The procurement shall be carried out through submission and processing of tenders in 2 Bid System, followed by mandatory participation in e-Reverse Auction for the finalization of contracts.

17. Incase of offer validity less than 30 days at the time of e-reverse auction, then the prices quoted during e-reverse auction should be valid for at least 30 days from the date of submission of price break up.

18. Whenever, an absurd and irrational quote found by RCF “Where in the opinion and decision of RCF, a bid found to be absurd and irrational, such bid may be discarded. The bidder who has given such bid shall be disqualified from further participation for the tender. In case due to any such error, the e-reverse auction event, if required, RCF may re-conduct the e-reverse auction event. The defaulting party / parties may be disqualified from participation in such re-conducted e-reverse auction event”.

I/ We have readed the above said instructions and we agree/follow the above said points.

Signature and Stamp of the Bidders

Date :

Page 35: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 28 of 57

Press/DCMB 20792 ANNEXURE-5

PRICE BID FORMAT “Grid synchronized 100 KWp Roof Top Solar PV Power Plant at the SITE as per enclosed scope of work and Technical Specifications. Sr. No. ITEM DESCRIPTION LUMPSUM

PRICE IN INR

1 Design, Engineering & Supply of Rooftop Solar PV Power Plant

having capacity of 100 KWp, as per Scope of Works and Technical

specification (Clause No. 3) attached with the tender. Layout and

selection of equipment for above power Plant should be optimized.

Taxes, if any @..... (Please specify)

2 Installation, Commissioning, Testing, Training to at least 2 RCF

Engineers and 5 years warranty for the above 100KWp Solar Power

PLANT.

Service Tax, @....

3 Total Cost in Rs

4 LESS SUBSIDY @--------------% rate

5 NET CAPITAL COST

6 Charges towards 1st year Solar Power Plant Maintenance:

Charges towards 2nd year Solar Power Plant Maintenance:

Charges towards 3rd year Solar Power Plant Maintenance:

Charges towards 4th year Solar Power Plant Maintenance:

Charges towards 5th year Solar Power Plant Maintenance:

7 Service tax @.....

8 TOTAL PROJECT COST

Note:

* As subsidy is given by Ministry of New & Renewable Energy (MNRE) for this type of work, the benefit

of the same shall have to be passed on by the bidder to RCF.

* Bidders shall quote separate charges against Sr. no. 1 & 2.

* The scheme is eligible for certain tax benefits, Bidders are advised to consider such benefits while

submitting their bids.

* The bids shall be evaluated on the basis of total cost of Solar PV Power Plant including associated warranties and 5 years Maintenance.

Page 36: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 29 of 57

ANNEXURE-6

Press/DCMB 20792 BID ABSTRACT SHEET

No. COMMERCIAL

CLAUSES RCF’S REQUIREMENT

TO BE FILLED BY

THE BIDDER

1

EARNEST MONEY DEPOPSIT

Bidder has to submit Earnest Money Deposit (EMD) of Rs 50,000/- through RTGS/NEFT mode . You shall submit details of RTGS/NEFT along with copy of UTR . The details of Bank Account for RTGS/NEFT is as follows, Beneficiary Name : Rashtriya Chemicals & Fertilizers Limited Name of Bank : State Bank Of India Branch : Mahul Road, Chembur, Mumbai Branch Code : 00564 IFSC Code : SBIN0000564 Current A/c No. : 32376445560

Government of India undertakings & Micro and Small Enterprises (MSE) shall submit relevant certificate (Refer Annexure-9) for claiming exemption of EMD. EMD in the form of Demand Draft or any other form will not be accepted. Offers without EMD (or) valid NSIC/MSE certificate (Refer annexure-VII) are liable to be rejected.

Agreed/ Not Agreed

2 PRICE BASIS FOR RCF CHEMBUR. ADDRESS WILL BE GIVEN AT THE TIME OF PURCHASE ORDER

AGREED / NOT AGREED

3 PACKING & FORWARDING:

% / RS. EXTRA / INCLUSIVE IN BASIC PRICE

4

EXCISE DUTY

% EXTRA / INCLUSIVE in basic price / NOT APPLICABLE. ALSO CONFIRM THAT EXCISE INVOICE OF RS. SHOULD ACCOMPANY THE SUPPLY

5

VAT TAX

% OF VAT APPLICABLE EXTRA / INCLUSIVE in basic price % OF CST APPLICABLE EXTRA / INCLUSIVE in basic price

6 TRANSPORTATION % / RS. AS EXTRA / INCLUSIVE in basic price

7 INSURANCE % EXTRA / INCLUSIVE in basic price

8

OCTROI

%. EXTRA / INCLUSIVE / NOT APPLICABLE. IF IT IS BORNE BY BIDDER, PROOF OF OCTROI RECEIPT IS REQUIRED. (Incase OCTROI is not applicable, the name of supply point shall be mentioned)

9 QUANTITY OFFERED AS PER ENQUIRY AGREED / NOT AGREED

10 PART QUANTITY ORDER NOT APPLICABLE

11 PERIOD FOR SUBMISSION OF DRAWING FROM THE DATE OF PO

DELIVERY TO RCF STORES , INSTALLATION AND COMMISSIOINING FROM THE DATE OF DRAWING APPROVAL- 60 DAYS

…………. WEEKS

………….. DAYS

12

VALIDITY OF OFFER

OFFER SHOULD BE VALID UP TO 120 DAYS FROM THE LAST DATE OF SUBMISSION OF TENDER, (MENTION THE DATE UP TO WHICH YOUR OFFER IS VALID)

……………….DAYS (UPTO DT. )

13

LIQUIDATED DAMAGES FOR MUTUALLY AGREED DAMAGE FOR LATE DELIVERY OF

MATERIAL & INSTALLATION AND COMMISSIONING ETC.: LATE DELIVERY CLAUSE IS APPLICABLE FOR THE DELAYED DELIVERY @ 1 % PER WEEK OF DELAY TO MAXIMUM 10 % OF CONTRACT VALUE

AGREED / NOT AGREED

14 GUARANTEE/ WARRANTY FOR A PERIOD OF 5 YEARS FROM THE DATE OF FINAL ACCEPTANCE.

AGREED / NOT AGREED

Page 37: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 30 of 57

15

SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE CLAUSE: SUCCESSFUL BIDDER WILL HAVE TO SUBMIT THE SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE (10% OF VALUE) AS PER CLAUSE NO. 5.0.00 & 6.00 OF NIT WITHIN 15 DAYS FROM RECEIPT OF PO IN THE FORM OF DEMAND DRAFT OR BANK GUARANTEE AS PER RCF FORMAT FROM RCF APPROVED BANKER COVERING THE PERIOD 63 MONTHS FROM THE DATE OF SUPPLY OR 60 MONTHS FROM THE DATE OF FINAL ACCEPTANCE WHCIHEVER EARLIEST.

AGREED/NOT AGREED

16 FIRM PRICE CLAUSE: PRICE SHALL BE FIRM TILL THE EXECUTION OF THE CONTRACT. ANY STATUTORY CHANGE WITHIN CONTRACT PERIOD WILL BE BORNE BY RCF. (Price should be firm else offer will not be considered)

AGREED / NOT AGREED

17

PAYMENT TERMS:

PAYMENT TERM : (i) 70% PAYMENT ALONG WITH 100% TAXES AND DUTIES WILL BE

MADE WITH IN 30 DAYS FROM THE DATE OF FINAL ACCEPTANCE OF THE SYSTEM BY RCF

(ii) 15% PAYMENT WILL BE MADE AFTER SUCESSFUL DEMONSTRATION OF GUARANTED PERFORMANCE RATIO (GPR)

(iii) BALANCE 15% PAYMENT WILL BE MADE AFTER CALCULATING OF CUF (CAPACITY UTILIZATION FACTOR) EVERY YEAR. i.e 3% PAYMENT WILL BE RELEASED EVERY YEAR FOR 5 YEARS

AGREED / NOT AGGRED

18

YOU HAVE SUBMITTED & UNDERSTOOD ALL THE TECHNICAL DETAILS INVOLVING SCOPE OF SUPPLY, INSTALLATION & COMMISSIONING AS PER ANNEXURE ENCLOSED WITH THE ENQUIRY

YES / NO

19

PHOTO COPY OF PRICE BID but WITH PRICES BLANKEDOUT IS ATTACHED WITH THE TECHNICAL BID.(Pl note that this is in addition to Bid Abstract and photo copy only and not duplicate print out shall be submitted.)

Submitted/

Not submitted 20 INSTALLTION AND COMMISSIONING CHARGES TO BE QUOTED AS LUMP SUM AND

SEPARATE FROM MATERIAL CHARGES. QUOTED/NOT QUOTED

21 SERVICE TAX IN % IF APPLICABLE FOR INSTALLATION & COMMISSIONING PORTION

AND MAINTENANCE CHARGES

22

PAYMENT TERM FOR MAINTENANCE CHARGES:

100% PAYMENT WILL BE MADE WITH IN 30 DAYS FROM THE DATE OF COMPLETION OF

MAINTENANCE EVERY YEAR

23 FOR THE WORK ORDER INCOME TAX WILL BE DEDUCTED AT SOURCE AS PER PREVAILING RATES.

Agreed / Not agreed

24 INSURANCE OF PERSONNEL CARRYING OUT INSTALLATION & COMMISSIONING SHALL BE TO YOUR ACCOUNT.

Agreed / Not agreed

25 Pl give your consent for payment through ECS duly filled & signed the enclosed format for ECS payment.

Agreed / Not agreed

26 Bank Account No.

27 If the payment not be made through ECS reason for the same.

28 Excise classification under which the material will be cleared by vendor ( In case of spares classification of the main equipment declared by vendor

29 a). WHETHER THE PARTY IS REGISTERED UNDER MICRO/SMALL/MEDIUM ENTERPRISES ACT 2006 (PLEASE FURNISH THE PROOF- SEE ANNEXURE- VII)

YES / NO

b) WHETHER THE PROPRITAR OF “MSME” ENTERPRISE IS FROM SC/ST CATEGORY (PLEASE ATTACH CAST CERTIFICATE ISSUED BY COMPETANT AUTHORITY)

YES / NO

30 PARTICIPATION IN e REVERSE AUCTION AFTER PRICE BID OPENING. (NON ACCEPTANCE SHALL RESULT IN REJECTION OF YOUR OFFER)

AGREED/NOT AGREED

31 TERMS AND CONDITION OF INTEGRITY PACT AS PER NIT NOT APPLICABLE

32 SUPPLIER SHOULD CONFIRM THAT THEY ARE NOT IN BANNED OR DE LISTED LIST OF

ANY COMPANY.

CONFIRMED/NOT CONFIRMED

NOTES: 1.Please give separate list for deviations, if any. 2. Please fill up this sheet and confirm all the above points.

Date: (Signature and stamp of the Bidder)

Page 38: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 31 of 57

ANNEXURE – 7

RASHTRIYA CHEMICALS & FERTILIZERS LTD. (Government of India Undertaking)

NOTICE INVITING TENDER

GENERAL TERMS & CONDITIONS

1.0.0 Definition The term ‘CONTRACT’ shall mean and include the Notice Inviting Tender (NIT) the Instructions to TENDERER, the Tender, Letter of Intent accepting the tender in part of full, Special and General Terms and Conditions, Directions, and comments conveyed in writing, the Purchase Order or Work Order, and its subsequent variations if any, r any other authorized CONTRACT documents, and

those general and special conditions that may be added subsequently or such other documents, drawings, specifications as may be prescribed. 1.0.01 The terms ‘CONTRACTOR’, shall mean the person(s), firm, company with whom, a CONTRACT has been entered into and shall be deemed to include their representatives, heir, executors and administrators, successors and permitted assignees of such person, person(s), firm or company. 1.0.02 The terms ‘RCF” shall mean Rashtriya Chemicals & Fertilizers Limited having its Registered Office at ‘Priyadarshini’, Eastern Express Highway, Sion, Mumbai 400 022 and shall be deemed to include their successors and/or assignees, and shall include the Administrative and Executive Officers authorized to deal with all matters relating to the CONTRACT. 1.0.03 The Term ‘TENDERER’ shall mean the person(s), firm or company who offer(s) a tender or quotation duly signed in response t the invitation to tender issued by ‘RCF’ and shall be deemed to include their representatives, heirs, executors and administrators, successors and permitted assignees to such person(s), firm or company. 1.1.0 Instructions for submission of

Tender

1.1.01 Every tender shall be made out in English, Hindi or Marathi language. All other information will also be supplied by the ‘TENDERER’ in English, Hindi or Marathi language. Only one language will be used in the tender. In case of conflict the English version shall prevail. All amounts shall be indicated by TENDERER both in works as well as in figures. Whether there is difference between prices quoted in figures, and words, corresponding amount quoted in words shall prevail.

Tenders should be free from overwriting. All corrections should be duly attested by the tenderers. Tenders should be signed by tenderer manually in long hand by person(s) who is/are legally authorized to sign on behalf of the person(s) or firm or company tendering and in case of firm/company, tender should bear its seal or stamp. The legal instrument of authority either in original or a certified copy thereof empowering

the person(s) signing their tender, should accompany the tender. No oral, telephonic or telegraphic tenders or modifications in the tenders shall be considered under any circumstances. All tenderers are requested to submit their tenders STRICTLY as per the instructions given below. Tenders should either be submitted personally in the tender box at the Office of Chief Material Manager, Purchase Section, Administrative Building, Chembur, MUMBAI - 400 074, INDIA, or sent by Registered Post to the same address so as to reach well in advance of the closing date and time. The envelopes containing the tender should be superscribed with The Tender No. and Date of opening. 1.1.02 Submission of Tenders Tenders are to be submitted in quadruplicate and should be type written. Tenders are to be submitted in triple sealed covers as follows:

i. Technical part of tender The first sealed envelope should contain all copies of technical details of the tender. The cover should be clearly marked “Technical part of tender”. ii. EMD & Unpriced Commercial part of

Tender. The second sealed envelope should contain Earnest Money Deposit and Copies of Unpriced commercial part of tender. The cover should be clearly marked “Unpriced Commercial part of Tender”. iii. Commercial Tender with Price. The third sealed envelope should contain all copies of the Commercial part of the tender with

Page 39: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 32 of 57

Price details. The cover should be clearly marked “Commercial part of tender with Prices”.

1.1.03 All the three envelopes should be put into an outer envelope duly sealed. All these four envelopes should be properly super scribed with our “Tender No. and Due Date and Brief Description and the Name of the CONTRACTOR for proper identification. 2.0.00 Clarifications 2.0.01 In case clarifications are required on invitation to tender the TENDERER shall approach RCF in writing well before the opening of the technical part of the tender, and RCF will provide the information required in writing. However, failure to receive any addendum or clarification shall not relieve the TENDERER of any of the obligations stipulated in the invitation to tender.

2.0.02 The invitation to tender with annexure and all attachments will be considered to have been read, understood and accepted by the tenderers unless otherwise specifically stated by them in writing well before the scheduled opening of the technical part of the tender. 2.0.03 The terms and conditions as embodied in the CONTRACT shall be final and any other terms mentioned in the supplier’s tender but not included in the CONTRACT shall be deemed as rejected by RCF.

3.0.00 Tender opening 3.0.01 Tenders will be opened in two stages Part I – Technical & Unpriced Commercial part of the tender. Part II – Commercial part of the tender with prices. 3.0.02 The Technical and Unpriced Commercial part of tender (part-I) will be opened on the prefixed date in the presence of TENDERERS (only public tenders) and their representatives who desire to attend the tender opening. 3.0.03 The Commercial part of tender with Prices (part-II) shall be opened in public (only public tenders) after the corresponding Technical and Unpriced Commercial part of the tender are scrutinized and possible clarifications obtained from such tenderers as may be required so as to bring the tenders at part technically. 3.0.04 Based on clarification, the TENDERER may be asked to submit if required, revised sealed commercial part of the tender with prices (Part-II).

3.0.05 Tenderers will be given adequate notice regarding date and venue of public opening. 4.0.0 EARNEST MONEY DEPOSIT

4.0.01 Earnest Money Deposit (amount as mentioned in invitation to bid) should be

deposited in nearest branch of State Bank of

India, “A/c No.32376445560, M/s Rashtriya

Chemicals & Fertilizers Limited A/c at Mahul

Road Branch, Chembur, Mumbai, Branch

Code 0564 by RTGS / NEFT transfer only.

4.0.02 Any request to adjust Earnest Money Deposit out of the tenderer’s running bills or pending payments will not be considered and the tender will be treated as without Earnest Money

Deposit.

4.0.03 Tenders without Earnest Money Deposit or with the Earnest Money Deposit in a manner other than in what is mentioned above are liable to be rejected at the discretion or RCF.

4.0.04 Government of India Undertakings, Small Scale Industries Registered under single point registration with National Small Scale Industries Corporation and RCF Ancillary Units are exempted from the payment of Earnest Money Deposit.

4.0.05 Forfeiture of Earnest Money

Deposit.

If for any reason whatsoever any TENDERER withdraws his tender at any time prior to expiry of the validity period or after issue of the Letter of Intent, Purchase Order, fails or refuses to execute the order or to furnish the security deposit for faithful performance of the CONTRACT within the stipulated time the amount of Earnest Money is liable to be forfeited.

4.0.06 Refund of Earnest Money

Earnest Money Deposit will not carry any interest. Earnest Money Deposited by the unsuccessful tenderers will be refunded as soon as possible. Earnest Money Deposit of successful TENDERER

will be refunded after the successful TENDERER furnishes the security deposit.

5.0.00 SECURITY DEPOSIT. The Security Deposit for proper & timely fulfillment of the CONTRACT has to be paid by every successful TENDERER. No exemption will be made. The scale of security deposit to be

Page 40: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 33 of 57

furnished is as under or as specified in the bid abstract sheet of the tender:

The amount of security deposit to be

furnished is 10% of CONTRACT value.

The CONTRACTOR will have to give security deposit as specified in the tender in the form of either a Demand Draft in favour of Rashtriya Chemicals & Fertilizers Limited payable at Mumbai, or by means of a Bank Guarantee as per RCF’s proforma (as Annexure-E) from any Nationalized/ Scheduled Bank included in the RCF’s approved list of Banks for Bank Guarantees attached at Annexure-F. The Security Deposit shall be furnished to RCF, for a suitable period as prescribed by RCF in the tender. The Bank

Guarantee should be forwarded by the CONTRACTOR’s Banker directly to RCF with the covering letter of the Bank. RCF reserves the right to insist on Security Deposit in the form of Demand Draft from any CONTRACTOR. 5.0.01 In case of foreign supply, the Bank Guarantee submitted by the foreign bank should be counter guaranteed/confirmed by State Bank of India, Commercial Branch, Swastik Chamber, Sion-Trombay Road, Chembur, Mumbai 400 071, India. The charges of the confirmation if any will be borne by the CONTRACTOR. 5.0.02 In the event of any breach of any of the terms and conditions of the CONTRACT or the CONTRACTOR neglects, delays or fails to perform the CONTRACT, RCF shall have the right to forfeit

the security deposit. The security deposit shall not bear any interest. 6.0.00 PERFORMANCE GUARANTEE The CONTRACTOR shall provide Bank Guarantee for performance, in case of is specified in invitation to bid, equivalent to value of Security Deposit for a period of 63 months from the date of Supply or 60 months from the date of Final acceptance whichever is earliest. Security Deposit can be converted into Performance Guarantee at the discretion of RCF. 7.0.0 VALIDITY OF TENDERS. All tenders should be kept valid for acceptance for 120 days from the tender closing date unless otherwise specified in tender invitation. Tenders of lesser validity period may not be considered. In case of revised commercial tenders with prices (Part-II) for validity period, the date will be reckoned from the date on which revised commercial tenders with prices were opened. 8.0.0 TENDER INFORMATION Tenders should include inter alia the following information.

8.0.01 Technical & Unpriced commercial

part of tenders (part-I)

I. Technical Part. a)- Invitation to tender No. b)- Scope of Supply. c)- Complete description of equipment/mate- rial supported by brochure, catalogue and/or other descriptive standard documents. d)- Completed data sheets as per the requirement of the tender. e)- Lay out drawings of sketched with (approximate) dimensions of equipment and indications of limits of supply. f)- Information on shipping weights and volume with special attention to heavy and over size package. g)-Itemized list of spare parts of i)- Erection and commissioning ii)- Two years operation. h)- Initial supply of spare parts will be ordered on the successful TENDERER. For further orders of spares the TENDERER shall indicate the nearest sources of supply from MUMBAI.

i)- List of Special Maintenance tools, material fixtures and special erection tools and equipments. j)- TENDERER shall state name of the manufacturers proposed for every equipment item, which is not of his own manufacture. k)- List of similar equipments in operation indicating there in whether visits to the plants can be arranged. l)- Third party inspection programmed and scope of work. m)- Nature of Maintenance assistance available or offered by the TENDERER. n)- Nature of Erection and commissioning assistance offered by the TENDERER. o)- The TENDERER should undertake to give shop drawings of spare parts and main equipment to enable RCF to undertake repair and maintenance after installation at site. p)- A certificate that the technical tender is in total conformity with RCF’s specification and if not the list of exclusions and/or deviations.

Page 41: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 34 of 57

q)- Fabrication schedule and a brief statement of activities and time estimate justifying the total delivery. II Unpriced Commercial part of tenders. a)- Invitation to tender No. b)- Earnest Money Deposit, Draft No. and date, Payee Branch of the Bank. c)- Terms of payment. d)- Guaranteed delivery period for each item e)- Places of manufacture with the address. f)- Statement that the liquidated damages or the force majeure clause of RCF and standard terms and conditions are agreeable. g)- Statement showing that the security and performance guarantee clauses, standard terms and conditions are fully agreeable. h)- Country of Origin. i)- Statement showing the date of expiry of agreement with the Labour Union of the CONTRACTOR. J)- Statement that shipping terms are defined by INCOTERMS 2000.

K)- Copies of commercial part of tenders with all prices duly blanked out. l)- Certificate showing that the offer is in total conformity with the terms and conditions as specified in the NIT. If not, list of all deviations should be given with proper justification. m)- Particulars relating to tenders as follows: 1)- Year of establishment. 2)- Name of Bankers. 3)- Certificate of CONTRACTOR’s financial status from Contractor’s Bankers. 4)- Name of the parties for whom similar orders have been executed earlier with their address and dates of equipment supplies and certificate from such companies/firms for the orders which have been executed. 5)- Status of TENDERER from duly filled should be enclosed. (Refer Annexure-III).

6)- Latest Income tax Clearance Certificate/PAN No. (Xerox Copy) In case RCF wants to see the original Income Tax clearance certificate, the same should be produced at short notice. 7)- Sales Tax Registration No., Sales Tax Clearance Certificate. If exempted from Sales Tax, exemption certificate. III Commercial part of tenders with prices (part-II) a)- Invitation to tender No. b)- Tender abstract sheet, c)- Price schedule as applicable. If required by RCF price schedule should be given as per RCF format. d)- Item wise price list of recommended spare parts. e)- Tenderer’s after sales service charges is any. f)- Certificate that prices are valid for 120 days from the tender closing date for placement of Purchase Order/work Order. g)- A certificate showing that the prices will be firm and valid during the CONTRACT period and not subject to any escalation whatsoever. 9.0.00 Currency and Country of Origin. 9.0.01 Currency.

Tenderers shall submit the tenders either in the currency of their country or the currency in which they will be paid. However, in contracts for supply and installation of equipment, the tenderers should state the portion of the tender price relating to the Erection/Installation in Indian Rupees. 9.0.02 Country of Origin. The tenderers will have to furnish information regarding the country of origin of the goods and works in their tender documents. 10.0.0 Transmission of Tenders. All tenders should either be submitted in Tender Box in the office of Chief Materials Manager (Purchase), Administrative Building, (Ground Floor) Rashtriya Chemicals & Fertilizers Ltd., Chembur, Mumbai 400 074, INDIA or sent by courier/ Registered post to the same address so as to reach well in advance of the closing date and time. In their own interest the tenderers are advised to notify the Chief Materials Manager by cable/telex, date and place of despatch of tenders,

Page 42: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 35 of 57

TENDERS RECEIVED AFTER CLOSING DATE ARE LIABLE TO BE REJECTED. 11.0.00 Accompaniments. All tenders must be complete in all respect & should conform to all requirements set forth in the enquiry, annexure and attachments. The contents of the tender invitation, annexure and the attachments will be considered to have been read, understood and accepted by all the tenderers. Al deviations from the specifications set forth in the enquiry should be properly brought out in the Technical Tender. 12.0.0 Compensation for submission of

tender. Tenderers shall not be entitled to claim any costs, charges, expensed or incidentals for or in connection with the preparation and submission of their tenders even though Rashtriya Chemicals & Fertilizers may elect to withdraw the invitation to tender or reject all tenders. 13.0.00 Pricing. 13.0.01 Tenderer’s quotations must conform in all respects to the applicable specifications, drawings, data sheets, terms and conditions of this invitation to tenders. TENDERER must certify that his quotation complies with all enquiry documents and specifications. Exceptions, and deviations if any should be specifically stated. In the event of the TENDERER not giving any exceptions and

deviations in the tender then it will be construed that the TENDERER has accepted RCF’s invitation to the tender in full. 13.0.02 TENDERER may offer a supplementary or alternative proposal (viz his standard design) but in doing so he must state all deviations and/or exceptions to the bas tender. Generally a tender offering only the alternative solution is not accepted. 13.0.03 Tenderers should quote unit and lump sum prices. The price so quoted should be all-inclusive and no claim for extras will be entertained. 13.0.04 Tenderers should clearly indicate in the tender whether they are availing Modvat Credit or such other Credits or Duty Draw Backs. In such cases the TENDERER should stat in the tender that they have considered all such benefits for quoting their price in the tender. 13.0.05 The Unit rate quoted in the tender will form the basis of compensation, if the scope of work is altered within mutually acceptable limit.

13.0.06 The tender shall be based on firm F.O.B/F.A.S. price and on reliable basis estimate of the freight cost from the port of loading to Mumbai Port should also be given. Where there are special shipment terms for ODC/heavy lifts covered by special freight CONTRACT which will have to be unloaded by ship’s own Derricks/Jumbo cranes destination port, price shall be on C & F terms only. The Indigenous Tenderers shall quote free delivery at RCF Trombay site, and also give separately a reliable estimate of freight/transportation charges to site. 13.0.07 Tenderers are required to state the name of proposed manufacturers of every item of equipment, which does not fall under their manufacturing range at the time of submitting the tender. All tenders shall be in the currency of the country from which the equipment and services are to be acquired. In case of:

i. Tenders submitted jointly by Manufacture(s) located in India and Foreign Manufacturer(s).

ii. Tenders submitted by Manufacturer(s)

located in Indian and Foreign sub-supplier(s) and

iii. Tenderers submitted by Foreign

Manufacturer(s) with sub-supplier(s), located in India. The tender documents shall be arranged to show separately the expenditure in Indian and Non-Indian currency. TENDERER shall quote all prices including percentages of total price in figures as well as in words. Where there is a difference between these, the rates given in words shall prevail. Erasures or overwriting of any kind in the tender may render the tender to outright rejection. Where necessary the original figures and words should be scored out and corrected figures and words written again. The TENDERER shall have to attest the corrections. 14.0.00 Price adjustment/escalation THE PRICE QUOTED SHOULD BE FIRM AND SUBJECT OT NO ESCALATION WHATSOEVER DURING THE ENTIRE CONTRACT PERIOD, except for Statutory Levies namely Excise Duty, Sales Tax and Octroi. Rate of Excise Duty, Sales Tax and Octroi, applicable on the date of submission of the tender should be clearly

Page 43: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 36 of 57

mentioned in the tender. Payment shall be made at the rates applicable at the time of supply against documentary evidence. However, in case of delay in supply, if there is any increase in statutory Levies RCF shall restrict the payment of Statutory Levies as prevalent on the delivery date, as mentioned in the Purchase Order or Work Order and amendment(s) thereto. TENDERER shall submit to RCF necessary documentary evidence as may be required to enable RCF to determine the rates of Statutory Levies applicable on the contractual delivery date. 15.0.00 Agency Commission THE TENDERER should indicate the agency commission included in their offer payable to agents in India, if any. The agency commission shall be payable in equivalent Indian Rupees against separate invoice from Indian Agents within 30 days after receipt and acceptance of materials. 16.0.00 Tenderer’s Obligation. i)- To conform to the fabrication schedule provided by him so as to complete the work within the delivery period quoted. ii)- To notify RCF as and when inspections, including pre-shipment inspection are due and arrange rework, if any as a consequence of such

inspection. iii)- Place goods along side vessel of dock in FAS and on board in case C&F, FOB tenders and deliver material free at our Trombay site in case of Indian tenderers. iv)- Provide RCF with clean on board Bill of Lading or clear R.R. v)- Make good any damage or loss or both, until goods are delivered alongside in FAS and on board in C&F and FOB contracts and in respect of Indian Contracts, until goods are delivered or until goods are delivered to carriers in case of ex-factory delivery or until goods are delivered to RCF site in case of free delivery to RCF. vi)- Before submitting the tenders, the tenderers should satisfy themselves of all existing conditions, limitations and official regulation at the site of the work and enroute and the lows governing the CONTRACT. No claim whatsoever shall be entertained on the grounds of ignorance of site conditions and/or conditions prevailing in the surrounding areas. 17.0.0 Standard & Measurements.

Codes or standards equal or of higher quality than the codes or standards stipulated in the Invitation to Tender will be acceptable. Where a brand name with the phrase “or equal” have been specified in the Invitation to tender. TENDERER may quote for alternative articles or materials, which have similar characteristics and provide equal performance and quality to that specified. Metric system has been adopted in the preparation of all design, engineering, and drawing including piping and tubing schedules. The tenderers also shall follow the metric system. 18.0.00 Right of Acceptance & Rejection of Tender. RCF reserves the right to accept at their sole and unfettered discretion any tender for whole or part quantities or to reject any or all tenders without assigning any reason thereof. No claim for compensation etc., whatsoever will be entertained by RCF from unsuccessful tenderers. 18.0.01 Past Performance of the Contractors The Contractors whose past performance have been found not satisfactory, in the opinion of RCF, then, RCF reserves the right to refuse the tender documents, or reject the tender while opening or evaluating the tenders. The decision of RCF regarding performance evaluation shall be

final. 19.0.0 Splitting of Tender. RCF reserves the right to split the tender in parts and to award the contract in full or in parts. 20.0.00 Right of cancellation of CONTRACT. 20.1.00 RCF reserves the right to cancel this CONTRACT or any part thereof and shall be entitled to rescind the CONTRACT wholly or in part forthwith by a written notice to the CONTRACTOR if: 20.1.01 The CONTRACTOR does not adhere to any terms and conditions of the CONTRACT including General & Special, Terms & Conditions. 20.1.02The CONTRACTOR fails to execute the job in time. 20.1.03 The quality of the supply/part supply received is poor or not in conformity with the requirement. 20.1.04 The CONTRACTOR attempts for any corrupt practices.

Page 44: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 37 of 57

20.1.05The CONTRACTOR becomes bankrupt or goes into liquidation. 20.1.06The CONTRACTOR makes a general assignment for the benefit of creditors. 20.1.07 A receiver is appointed for any of the property owned by the contractor. 20.2.00 Upon receipt of said cancellation notice; the CONTRACTOR shall discontinue all work on the CONTRACT and matters concerned with it. 20.2.01 RCF in that event will be entitled to get the job executed from any sources and recover the excess payment over the CONTRACTOR’S agreed price, if any, from the CONTRACTOR. 20.3.00 RCF also reserves the right to cancel the CONTRACT due to Force Measure conditions and the CONTRACTOR will have no claim of compensation whatsoever. 21.0.00 Termination of CONTRACT for Convenience. 21.0.01 RCF may by written notice sent to the CONTRACTOR, terminate the CONTRACT, in whole or in part, at any time for their convenience. The Notice of termination shall specify that termination if for RCF’s convenience, the extent to which performance of work under the CONTRACT is terminated and date upon which such termination becomes effective.

21.0.02 The work that is complete, at the time of receipt of notice of termination shall be taken over by RCF at the CONTRACT terms and prices. For the balance work RCF may opt: a)- to have any portion completed at the CONTRACT terms and conditions. b)- to cancel the reminder and pay the CONTRACTOR an agreed amount for material brought to site for execution of work 22.0.00 Correspondence. All correspondence in respect of this invitation to tender should be made in English quoting tender invitation reference number appearing on the front page. Correspondence should be addressed in duplicate to: GENERAL MANAGER (Commercial), Rashtriya Chemicals & Fertilizers Limited, Administrative Building, (Ground Floor), Chembur, MUMBAI 400 074, INDIA. Tel: +91-22-25522261. Fax No. +91(22) 25522320/25522233

23.0.00 Comparative Analysis of Tenders 23.0.01 All tenderers, in whatever currencies they are will be converted into Indian Rupees for the purpose of comparison. The rate of exchange used for such valuation will be those published by the Reserve Bank of India and ruling on the date of opening of the price tender, unless there is abnormal change in the value of currencies before the award of CONTRACT. In such event the exchange rate ruling at the time of decision to notify the award of CONTRACT to the successful TENDERER will be used. 23.0.02 Comparison will be made between Indian offers (competitive) and Foreign offers on the basis of the landed price. RCF may however, give a margin of price preference to Manufacturers located in India at its sole discretion. 23.0.03 To determine the best evaluated TENDERER, factors other than the price will also be taken into consideration. The following points will enter into evaluation. i)- Tenders quoting firm price will be given preference over the tender’s prices subject to escalation. ii)- Guaranteed deliver period as stipulated in the invitation to tender. iii)- Technical Quality (efficiency, reliability and

suitability) iv)- Terms of payment – an Interest rate of 12 %] per annum or such other rate as decided by RCF from time to time will be used to compute the evaluation of prices in case of advance or progressive payments. v)- Tenderers’ experience in manufacturing similar equipment for similar duties and whether such equipments are in service and operating successfully at designed conditions. vi)- Maintainability and availability of maintenance assistance/support if India. vii)- Cost and availability of spare parts. viii)-Cost of vendor’s assistance in Erection and commissioning. ix)- Cost of expediting and inspection. x)- Tenderers’ guarantee (nature of warranty and warranty period). xi)- Compliance with tender terms, specifications, drawings and data sheets. xii)- Willingness to give shop drawings of spare parts and main equipments.

Page 45: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 38 of 57

xiii)- Tenders from Indian Public Sector Units. 24.0.00 Terms of payment. 24.0.01 Foreign Suppliers The material will be paid for the currency of the country of origin. Incase the CONTRACT stipulates erection at the Indian site the charges for erection will be paid only in Indian currency. Therefore, the TENDERER should clearly mention this amount in the tender. 100% payment shall be made through irrevocable letter of credit against submission of shipping documents and performance bond to cover defect liability period. The TENDERER shall have to furnish the name of their bankers for opening the letter of credit by RCF. 24.0.02 Indigenous suppliers. RCF’s normal payment term is payment within 30 days after receipt and acceptance of material at site, provided bank guarantee for performance if stipulated with the CONTRACT is submitted 24.0.03 RCF may with hold payment to such extend as may be necessary to protect itself from loss on account of: i)- Defective work not remedied. ii)-Failure of the CONTRACTOR to make payment properly or for materials or for labour.

iii)-Reasonable doubts that the CONTRACT cannot be completed with the balance CONTRACT. iv)-Damage to another CONTRACTOR or to RCF property and probable filing of claims. v)- For other reasons mentioned else where in NIT. 25.0.00 Advance payment. In case of large contracts if the CONTRACTOR essentially needs any advance payment then this should be clearly indicated in the Unpriced commercial part of the tender documents. If approved by RCF, such advance payment will be released only on furnishing of suitable bank guarantee as per proforma enclosed (Annexure-7) for an amount equivalent to 110% of the advance payment. AN INTEREST RATE OF 12 % OR SUCH OTHER RATE AS MAY BE DECIDED BY RCF FROM TIME TO TIME WILL BE USED AT THE TIME OF EVALUATION TENDER. 26.0.00 Period for the completion of the CONTRACT.

Time is the essence of the CONTRACT. The CONTRACT should be completed as per the time schedule given in the CONTRACT. The time schedule includes but not limited to time for submission of drawings for approval, incorporation of comments if any, final approval of drawing by RCF. However, if the approval of the drawing is delayed beyond 10 days from the date of receipt of RCF Office, corresponding extension in time shall be allowed provided CONTRACTOR gives a notice in writing that the approval in drawing is delayed and requests for extension of delivery period correspondingly. The CONTRACTOR shall furnish detailed PERT Chart indicating various events and activities, in his tender. CONTRACTOR shall submit to RCF their time schedule in respect of documentation, manufacture and supply of equipment, clearly indicating all main or key events such as material procurement, manufacturing activities, testing, documentation, delivery, transportation, erection, etc. RCF representative shall have the right to inspect the manufacturing activities at the CONTRACTOR’s premises with a view to evaluate the actual progress of work on the basis of CONTRACTOR’s time schedule given to RCF. RCF reserves the right to appoint third party inspection agency in addition to RCF’s own inspection. All third party’s inspection charge will be pad by RCF, unless otherwise specifically stated in the Purchase Order or Work Order.

Notwithstanding the above, in case of the progress in execution of the CONTRACT at various stages is not as per the time schedule or is not satisfactory in the opinion of the RCF which shall be conclusive or if the CONTRACTOR neglects to execute the CONTRACT with due diligence and expedition or shall contravene the provision of the CONTRACT. RCF may give notice of the same in writing to the CONTRACTOR calling upon him to make good the failure, neglect or contravention. Should the CONTRACTOR fail to comply with such notice within the period considered reasonable by RCF and specified in such notice RCF shall have the option and be at liberty to take the CONTRACT, wholly or in part, out of the CONTRACTOR and make alternative arrangements to obtain the requirements and completion of the CONTRACT at the CONTRACTOR’s risk and cost and recover from the CONTRACTOR all extra cost incurred and agreed liquidated damages by the RCF on this account. In such an event RCF shall not be responsible for any loss that the CONTRACTOR may incur and CONTRACTOR shall not be entitled to any gain. RCF in addition shall have the right to forfeit Security/Performance Deposit in full or part.

Page 46: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 39 of 57

26.0.01 PRICE REDUCTION FOR LATE

DELIVERY In the event that the CONTRACTOR fails to meet the time schedule agreed for submission of documents and/or supply of equipments or materials the CONTRACTOR agree for price reduction. The agreed price reduction will be calculated on the total CONTRACT price including subsequent modifications if any, and price escalation, if contractual but exclusive of spare parts. i. In case of delay in supply of documents total price shall be reduced at the rate of 0.1% for complete week of delay subject to a maximum of 0.5% per document group. ii. In case of delay in delivery of equipment/material including shipping documents price shall be reduced at the rate of 0.5% for complete week of delay subject to maximum of 5% of CONTRACT value.

One week’s grace period will be granted in the calculation of the delay. Date of delivery is the date of clean on board Bill of Lading or date of clear R/R and in case of direct delivery to our Stores the date of receipt at Stores. Notwithstanding the above in the event of protracted delay in delivery, RCF shall reserve the right either to cancel the CONTRACT wholly or partially and make alternative arrangement at the

risk and cost of the CONTRACTOR with a notice of seven days to the CONTRACTOR. 27.0.00 Inspection and Testing. RCF shall have the option to appoint an Inspection Agency for stage and final inspection of the equipment/material ordered under the CONTRACT. All testing and trails including those carried out for material, whether or not manufactured by CONTRACTOR, shall be witnessed by our Inspector. All the test certificates in original as required shall be furnished by the CONTRACTOR. Along with the supply of the equipment/material. The CONTRACTOR shall arrange where ever necessary and applicable, inspection as per statutory provisions such as Indian Boiler Regulation, Indian Electricity Act, Indian Explosive Act, etc. The CONTRACTOR shall be responsible for arranging the visit of the Boiler Inspector Electrical Inspector, Explosive Inspector, or any such statutory authority for obtaining necessary clearance before the supply of equipment/material.

The equipment shall be despatched only after the inspection and acceptance certificate issued by the Inspector in writing, unless otherwise provided for the CONTRACTOR. Copies of the inspection and acceptance certificates shall be sent to RCF along with the advance copies of the invoice. 28.0.00 SUB CONTRACT. Written consent of RCF should be obtained before the work is sub contracted, in case the CONTRACTOR intends to employ SUB CONTRACTOR(s). Sub contracting shall not imply any limitation of CONTRACTOR’s liability to fulfill the CONTRACT. Should the SUB CONTRACTOR, in the opinion of RCF, appear to be unfit to carry out his part of the CONTRACT or the progress of the SUB CONTRACTOR’s work in such that the planned time of completion within the terms of the order is jeopardized, RCF shall have the right to instruct the CONTRACTOR in writing to terminate the SUB CONTRACT without notice or a short notice. This shall not give raise to any claim from SU B CONTRACTOR or relieve the CONTRACTOR from any of his contractual obligations and responsibilities. 29.0.0 Disputes and Arbitration In the even of any question, dispute or difference arising under the CONTRACT, the same shall be referred to the sole arbitration of a person appointed to the Arbitrator by CMD, RCF. There

will be no objection that the Arbitrator is in service of RCF that he had to deal with the matters to which the CONTRACT relates or that in the course of his duties as an employee of RCF he had expressed views on all or any of the matters in dispute or difference. The Arbitrator shall give a reasoned or speaking award. The award of the Arbitrator shall be final and binding on the parties to the CONTRACT. In the event of the Arbitrator dying, neglecting or refusing to act or resigning or being unable to act for any reason, it shall be lawful for the CMD. RCF to appoint another Arbitrator in place of outgoing Arbitrator in the manner aforesaid. The venue of arbitration shall be Mumbai. 30.0.0 Transit Risk Insurance. All consignments under the CONTRACT, which are despatched to RCF, will be covered for Transit Insurance under RCF’s Open General Insurance Policy with the underwriters RELIANCE GENERAL INSURANCE CO. LTD., 3RD FLOOR, PALAI PLAZA, OPP.PRITAM HOTEL, DADAR T.T., MUMBAI-400014, TEL: +91 22 32481021 FAX:+91 22 24103779, CONTACT PERSON MR. GAURAV SHARMA / MR. SWAPNIL BANIA, SENIOR MANAGER. Email:

Page 47: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 40 of 57

[email protected],[email protected]) or such other Insurance Company as may be prescribed by RCF from time to time. Advance intimation of dispatch of consignment(s) shall be given by the CONTRACTOR to our underwriters indicating there in the manner of dispatch, nature of packing, weight and such other details as required for insurance coverage. The CONTRACTOR should ensure that the above information is forwarded under Registered Acknowledgement Due Letter, and acknowledgement received is kept in their record. The contractors shall also ensure that supply of material is adhered to as per CONTRACT and packings are as per specifications laid out under Marine Insurance Guidelines. CONTRACTOR shall assist RCF, Insurance Co., Surveyors, and any other coordinating agency appointed by RCF for early settlement of claim(s) if any. CONSIGNMENTS DESPATCHED ON “CIF” OR “FREE DELIVERY TO RCF” BASIS SHALL NOT BE INSURED AGAINST RCF’S OPEN GENERAL INSURANCE POLICY. 30.0.01 Indigenous Suppliers. The consignment shall be insured for cost plus freight plus taxes if applicable, with the RELIANCE GENERAL INSURANCE CO. LTD., 3RD FLOOR,

PALAI PLAZA, OPP.PRITAM HOTEL, DADAR T.T., MUMBAI-400014, TEL: +91 22 32481021 FAX:+91 22 24103779, CONTACT PERSON MR. GAURAV SHARMA / MR. SWAPNIL BANIA, SENIOR MANAGER. Email: [email protected],[email protected] or such other Insurance Company as may be prescribed by RCF from time to time. The Indigenous Suppliers shall intimate the above underwriters in writing as soon as the consignment is despatched with dispatch particulars. 30.0.02 Foreign Suppliers. The consignment shall be insured against all the risks including SRCC from suppliers warehouse to warehouse of RCF with the above underwriters. Foreign suppliers shall intimate the above underwriters in writing as soon as the consignment is despatched from their works with despatch particulars. 31.0.0 Taxes and Duties All taxes and duties should be shown separately in the tender where ever applicable. RCF is registered under Central Sales Tax Act as well as

Maharashtra Sales Tax Act. Central or Maharashtra Sales Tax as applicable should be stated in the quotation. In case of CST ‘C’ Form will be issued. Our CST No. is 400074 – C.I. dated 01.04.96 and MST No. 400074 S I dated 1.4.96. Excise duty as applicable should also be clearly and separately shown in the tender. CONTRACTOR shall submit all original documents for payment of Excise Duty, Customs Duty, Octroi, etc. 32.0.00 Jurisdiction of Court The CONTRACT shall be deemed to have been entered into at Mumbai and all causes of action in relation to the CONTRACT will thus be deemed to have been arisen only within the jurisdiction of the Mumbai Courts. 33.0.0 Secrecy Any information derived or otherwise communicated to the CONTRACTOR in connection with the CONTRACT shall be regarded as secret and confidential and shall not without the written consent of the RCF be published or disclosed to any third party or made used of by the CONTRACTOR except for the purpose of implementing the CONTRACT. 34.0.00 Law governing the CONTRACT This CONTRACT shall be governed by the laws of Union of India for the time being in force.

35.0.00 Negotiations RCF may not conduct any negotiation for the tender as far as possible. However, RCF reserves the right to conduct negotiation if the conditions so warrant. 36.0.00 Other Requirements All tenderers should submit the following documents along with the commercial part of the tender. 1)- A certificate signed by Independent Chartered Accountant furnishing the names of any Associated Units of the TENDERER or names of any Units in which any of the Directors/Partners of the TENDERER has any interest. In case the TENDERER has no associated unit and/or none of the Directors/ Partners have interest in any other unit(s) they should furnish a certificate from Chartered Account of this effect. 2)- CONTRACTOR should declare the name(s) of his or the firm’s partners/relatives if they are working in RCF. If relative(s) of CONTRACTOR is/are working in RCF, a certificate to this effect shall be furnished by the CONTRACTOR.

Page 48: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 41 of 57

3)- CONTRACTOR should furnish the latest Inc ome Tax Clearance Certificate. 4)- CONTRACTOR should furnish the Solvency Certificate issued by their Bankers in a sealed cover. 5)- CONTRACTOR should complete the proforma on “Status of TENDERER” as per annexure enclosed. 6)- CONTRACTOR should furnish Sales Tax Clearance Certificate and if they are exempted from payment of Sales Tax, the exemption certificate to be furnished. 37.0.00 Force Majeure. Neither the CONTRACTOR nor the RCF shall be considered the default in the performance of their contractual obligations under the order so long as such performance is prevented or delayed for reasons, such as Acts of God, severe earthquake, typhoon or cyclone (except monsoon) floods, lightning, landslide, fire or explosion, plague or epidemic, strikes, lockouts lasting more than 14 consecutive calendar days sabotage, blockages, war, riots, invasion, act of foreign enemies, hostilities, (whether war be declared or not), civil war, rebellion, revolution, insurrection, or military usurped power or confiscation or trade embargoes or destruction or requisition by order of any Government or any public authority. CONTRACTOR shall notify RCF about the occurrence of the force majeure events and provided RCF with the details of the arising and ceasing of the impediment. At the end of the impediment CONTRACTOR shall provide

justificatory documentation countersigned by the Local Chamber of Commerce. Should one or both the parties be prevented fulfillment of the contractual obligations by a state of force majeure lasting continuously for a period of six weeks the two parties shall consult each other regarding the future implementation of the CONTRACT. The mere shortage of labour, materials or utilities shall not constitute force majeure unless caused by circumstances, which are themselves, force majeure. CONTRACTOR shall endeavor to prevent, over come or remove the causes of force majeure. No ground for exemption can be invoked if the CONTRACTOR failed to give timely notice by a Registered Letter and subsequently sup-ported by documentary evidence. 38.0.00 Patent Rights. The CONTRACTOR shall fully indemnify RCF, its customers and users, against any action, claim or demand, costs or expenses, arising from or incurred by reason of any infringement or alleged infringement of letters, patent, trade mark or name, copyright or other protected rights in respect of any materials supplied. All royalties and the like payment shall be paid directly by the CONTRACTOR.

epidemic, strikes, lockouts lasting more than 14 consecutive calendar days sabotage, blockages, war, riots, invasion, act of foreign enemies, hostilities, (whether war be declared or not), civil war, rebellion, revolution, insurrection, or military usurped power or confiscation or trade embargoes or destruction or requisition by order of any Government or any public authority. CONTRACTOR shall notify RCF about the occurrence of the force majeure events and provided RCF with the details of the arising and ceasing of the impediment. At the end of the impediment CONTRACTOR shall provide justificatory documentation countersigned by the Local Chamber of Commerce. Should one or both the parties be prevented fulfillment of the contractual obligations by a state of force majeure lasting continuously for a period of six weeks the two parties shall consult each other regarding the future implementation of the CONTRACT. The mere shortage of labour, materials or utilities shall not constitute force majeure unless caused by circumstances, which are themselves, force majeure. CONTRACTOR shall endeavor to prevent, over come or remove the causes of force majeure. No ground for exemption can be invoked if the CONTRACTOR failed to give timely notice by a Registered Letter and subsequently sup-ported by documentary evidence. 38.0.00 Patent Rights. The CONTRACTOR shall fully indemnify RCF, its customers and users, against any action, claim or

demand, costs or expenses, arising from or incurred by reason of any infringement or alleged infringement of letters, patent, trade mark or name, copyright or other protected rights in respect of any materials supplied. All royalties and the like payment shall be paid directly by the CONTRACTOR.

Page 49: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 42 of 57

Annexure- 9

Benefits to Micro and Small Enterprises : With reference to the Order of the Ministry of MSME , under the Public Procurement

Policy March 2012 , Micro and Small Enterprises shall be entitled for benefits, subject to terms and conditions, as under:

a) Qualifying Criteria for MSEs , SC/ST vendors : i. MSE bidders must submit registration certificates from any of the following (or any other

body specified by the Ministry of MSME) :

National Small Industries Corporation (NSIC)

District Industries Centres (DIC)

Coir Board

Khadi and Village Industries Commission(KVIC)

Khadi and Village Industries Board(KVIB)

Directorate of Handicrafts and Handloom

ii. SC/ST owned enterprises ( i.e. SC/ST proprietorship, or holding minimum 51% shares in case of Partnership/Private Limited Companies) shall additionally submit relevant SC/ST certificates issued by any of the following:

District/Additional District Magistrate /Collector/Deputy Commissioner/ Additional Deputy Commissioner/Deputy Collector/1st Class Stipendiary Magistrate/Sub-divisional Magistrate / Taluka Magistrate / Executive Magistrate/ Extra Assistant Commissioner

Chief Presidency magistrate /Additional Chief Presidency magistrate /Presidency magistrate

Revenue Officer not below the rank of Tehsildar

Sub-divisional Officer of the area where the individual and/or his family normally resides

iii. The registration shall be valid as on date of placement of order. A self- attested photocopy of the relevant certificate shall be submitted as a support document.

iv. The registration must be for the items/category of items /services relevant to the tendered items/category of items/services.

(b) Purchase Preference for MSE :

In tenders, where the L1 (evaluated price) bidder is a non-MSE, up to 20% of the tendered quantity shall be allowed to be supplied by participating MSEs provided that the tendered quantity is divisible into two or more orders and adequate for the purpose; all qualifying bidders have agreed for acceptance of part-order quantity and participating MSE matches the L1 rate.

A share of 4% out of this 20% shall be allowed to be supplied by participating MSEs owned by Scheduled Cast/Scheduled Tribe entrepreneurs. In the case of an SC/ST owned MSE failing to participate in the tender or not meeting the tender requirements , this 4% sub-target shall be met by other participating MSEs . The above shall be subject to that the participating MSE (including SC/ST) bidders shall have quoted a price within +15% of the L1 bid price and further that they shall agree to match their quoted price with the L1 price.

Page 50: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 43 of 57

In case that two or more MSEs are within the L1 +15% band, all such MSEs will be offered the opportunity to match the L1 rate and 20% of the order will be shared equally by them. Where the MSE is SC/ST owned, they shall be exclusively awarded a share of 4% of the above 20% in addition to equally sharing the balance 16% with other non-SC/ST MSEs . In case of more than one SC/ST MSE matching the L1 price, they shall equally share 4% of the order , and additionally share the balance 16% with other non-SC/ST MSE bidders.

(c) Exemption from Earnest Money Deposit (EMD)/ Tender cost and Security Deposit (SD)

for MSE:

i) Tenders shall be provided free of cost and tender documents are downloadable from the websites of RCF (http://www.rcfltd.com) and the Central Public Procurement (CPP) Portal (http://www.eprocure.gov.in/epublish/app) or can be obtained from the Office of Dy. General Manager (Purchase)/ Dy. General Manager Commercial ).

ii) MSE units qualifying as at (a) above shall be exempt from paying EMD.

iii) Additionally, MSEs registered with NSIC shall be exempt from paying Security Deposit up to the monetary limit mentioned in the certificate.

Page 51: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 44 of 57

Annexure- 10

MODALITIES FOR PROCUREMENT THROUGH REVERSE AUCTION

The following steps noted below shall be the general methodology for carrying

out the process of procurement through the route of Reverse auction. Please note that some of the steps enumerated may vary or be replaced/ deleted in

order to accommodate for certain systemic or procedural compliance.

1. The offers shall be called in 2 Bid System. The bidders shall be required to submit their offers in 2 separate envelope parts- (a) ‘Technical &

Un-priced Commercial Bid’ and (b) ‘Price Bid’. The Technical & Un-priced Commercial Bid shall contain along with the

duly filled-in requisite Annexure, the “Format A - Process Compliance Form” (as per attached format) on bidder’s letterhead, confirming

Acceptance of all the terms for participating in the Reverse Auction. Non-acceptance / Non-submission of the “Process Compliance Form”

shall be a basis for rejection of the offer. 2. The first part of the offer, Technical & Un-priced Commercial Bid, shall

be opened on the due date and time as per the NIT, in the presence of the representatives of those bidders who choose to remain present.

3. The Technical & Un-priced Commercial bids opened shall be scrutinized for technical and commercial acceptability including the pre-qualification

criteria (the existing pre-qualified suppliers shall be exempt from this

criteria). The offers not fulfilling the technical criteria as per the NIT shall be rejected outright.

4. The offers will be evaluated as per the evaluation procedure mentioned in the NIT. The offer which meets the NIT requirements, technically

(including pre-qualification criteria) and commercially, shall be eligible for further consideration. Before opening of the Price Bids, offers of all

techno-commercially acceptable tenderers shall be at par. The tenderers whose offers qualify shall be intimated regarding the due date

and time of opening of price bid. The bidders have the option of attending the opening of the Price Bids at the due date and time.

5. After opening the price bids and arriving at evaluated cost to RCF, the tenderers whose price bids have been opened shall be required to

participate in the Reverse Auction event conducted by the RCF’s Service Provider.

6. It shall be RCF’s discretion to use the Lowest Evaluated Cost (Unit

Rate) obtained amongst the Price Bids opened or any other price as decided by RCF as the Opening Bid Price for the Reverse Auction.

Page 52: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 45 of 57

BUSINESS RULES FOR REVERSE AUCTION

A. GENERAL TERMS AND CONDITIONS OF REVERSE AUCTION (ON-LINE BIDDING ON INTERNET)

1. For the reverse auction, technically and commercially acceptable tenderers only shall be eligible to participate.

2. RCF through authorized service provider will provide all necessary

training and assistance before commencement of on line bidding on Internet.

3. RCF will inform the tenderer in writing the details of service provider including contact details to enable them to contact and get trained.

4. Business rules like event date, time, start price, bid decrement, extensions, etc. also will be communicated through service provider for

compliance. 5. Tenderers have to enclose the duly signed & filled-in compliance form

in the prescribed Format A– Process Compliance Form along with the un-priced commercial bid. Without this said form, the tenderer will not

be eligible to participate in the tender. 6. It is mandatory for tenderer to have a valid digital signature certificate

issued by any of the valid Certifying Authority approved by Government of India for participation in the Reverse Auction event at the time of

submission of offer. The cost of digital signature will be borne by

respective tenderer. 7. RCF will provide the evaluation sheet (e.g.: EXCEL sheet) to each

tenderer, if any, the start of reverse auction which will help to arrive at “Evaluated Cost to RCF” as detailed in NIT.

8. Reverse auction will be conducted on schedule date & time. 9. At the end of reverse auction event, the evaluated lowest tenderer

cost will be displayed on the auction website. 10. The lowest tenderer has to fax / e-mail the duly signed filled-in

prescribed Format B – Price Confirmation as provided to RCF immediately after closing of reverse auction event.

11. The reverse auction will be treated as closed only when the bidding process gets closed in all respects for the item listed in the

Reverse Auction (RA) event. B. Business Rule for finalization of the procurement

Please go through the guidelines carefully given below and submit your

acceptance to the same in the attached prescribed Format A – Process Compliance Form along with the un-priced commercial bid.

1. Reverse Auction ON-LINE BIDDING ON INTERNET) shall be conducted by RCF, on pre-specified time & date; the tenderers shall be quoting

from their own offices/ place of their choice. Internet connectivity and other paraphernalia requirements shall have to be ensured by tenderers

themselves.. In order to ward-off such contingent situation like internet

Page 53: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 46 of 57

connectivity failure, power failure etc., tenderers are requested to make

all the necessary arrangements / alternatives whatever required so that they are able to circumvent such situation and still be able to participate

in the reverse auction successfully. However, the tenderers are requested to not to wait till the last moment to quote their bids to avoid

any such complex situations. It is to be noted that either RCF or RCF’S SERVICE PROVIDER shall not be responsible for these unforeseen

circumstances 2. RCF’S SERVICE PROVIDER shall arrange to train the nominated

person(s) of the tenderer, without any cost. Service provider shall also explain all the Rules related to the Reverse Auction mentioned in the

Business Rules Document to be adopted, as per NIT. 3. OPENING PRICE / BID DECREMENT: The opening bid price of the

Reverse Auction and the bid decrement value shall be available to the tenderers on their respective bidding screen.

4. BID PRICE: The Tenderer has to quote the Evaluated Cost to RCF for

the items specified. Any techno-commercial loading, to arrive at the Evaluated Cost to RCF, shall be intimated to tenderers prior to Reverse

Auction event in the form of Evaluation sheet. Detailed evaluation procedure of bids is mentioned in the NIT as annexure.

5. Procedure for Reverse Auctioning a. Reverse Auction: RCF will declare its Opening Price (OP),

which shall be displayed to all tenderers during the start of the Reverse Auction. The tenderer will be required to start

bidding after announcement of Opening Price and decrement amount. Opening Price displayed on screen is evaluated

price to RCF. The first online bid and the subsequent bids, received in the system during the event shall be less than

the Auction's opening bid price by one decrement or multiples of decrement.

b. Reverse Auction shall be for a period of 60 minutes or as

per RCF’s requirement. If a tenderer places a bid in the last 5 minutes of closing of the Reverse Auction and if that bid

gets accepted, then the auction’s duration shall get extended automatically for another 5 minutes, for the

entire auction (i.e. for all the items in the auction), from the time that bid comes in. The auto-extension will take place

only if a bid is received & accepted in those last 5 minutes. If the bid does not get accepted, the auto-extension will not

take place. In case, there is no bid in the last 5 minutes of closing of Reverse Auction, the auction shall get closed

automatically without any extension. However, tenderers are advised not to wait till the last minute or last few

seconds to enter their bid during the auto-extension period to avoid complications related with internet

Page 54: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 47 of 57

connectivity, network problems, system crash down,

power failure, etc. c. After the completion of Reverse Auction, the Closing /

Final Price (CP) shall be available on auction screen. d. At the end of the reverse auction, L1 tenderer (i.e. tenderer

who has quoted lowest final closing price) has to provide price confirmation giving a detail break up through email or

fax on tenderer’s letter-head immediately as per attached prescribed FORMAT B – Price Confirmation.

6. During Reverse Auction, if no bid is received within the specified time, RCF, at its sole discretion, may decide to reschedule / scrap the Reverse

Auction process / proceed with conventional mode of tendering / or finalize the tender based on Prices Bid submitted in the envelope

7. Placement of order on the conclusion of Reverse Auction shall be at the discretion of RCF. Bids once made by tenderer, cannot be cancelled or

withdrawn.

8. It shall be the prerogative of RCF to offer the Final / Closing Price of Reverse Auction to the other bidders for matching in case RCF decides

to have more than one supplier. The bidders shall be offered to confirm FINAL / Closing Price in Reverse Auction in sequence of their ranking in

Final Price offered during Reverse Auction event. 9. The tenderer shall be assigned a Unique User Name & Password by

RCF’S SERVICE PROVIDER. The tenderer are advised to change the Password and edit the information in the Registration Page after the

receipt of initial Password from RCF’S SERVICE PROVIDER to ensure Confidentiality. All bids made from the Login ID given to tenderer will

be deemed to have been made by them. 10. The following detail of e-Reverse Auction will be informed to the vendors

appropriately before conducting the Reverse Auction. i) The Opening Price of Reverse Auction

ii) Bid Decrement iii) Auction extension rule iv) Date and Time of Event

v) Duration of the event

The tenderer will be able to view the following on screen along with the

necessary fields in the Reverse Auction: _ Leading Bid in the Auction (Current Lowest Rate)

_ Bid placed during the event _ Opening Price & Decrement Value.

11. RCF’s decision for award of Contract shall be final and binding on all the Tenderers.

12. RCF shall not have any liability to tenderers for any interruption or delay

in access to the site irrespective of the cause. 13. The tenderer will be required to submit their acceptance to the terms /

conditions / modality given above before participating in the reverse auction.

Page 55: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 48 of 57

C. Other terms & conditions

_ The Tenderer shall not indulge either by himself or through any of his representatives in Price manipulation of any kind ether directly or indirectly

and shall not divulge, in any manner, the details of rates and other information connected with the tender to other suppliers / tenderers.

_ The Tenderer shall not divulge particulars of his Bids or any other exclusive details of RCF to any other party._ RCF and/or RCF’S SERVICE PROVIDER

shall not have any liability to Tenderers for any interruption or delay in access to the site irrespective of the cause.

_ RCF and/or RCF’S SERVICE PROVIDER is not responsible for any damages, including damages that result from, but are not limited to negligence.

_ RCF and/or RCF’S SERVICE PROVIDER will not be held responsible for consequential damages, including but not limited to systems problems,

inability to use the system, loss of electronic information etc.

Page 56: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 49 of 57

FORMAT – A Process Compliance Form

(Tenderers are required to print this on their company’s letter head and sign, stamp.)

To M/s. RCF Ltd.

Attention : Sub: Acceptance to the Process related Terms and Conditions for the Reverse

Auction Dear Sir,

This has reference to the Terms & Conditions for the Reverse Auction mentioned in the NIT NO Press/DCMB 20792 For supply AND INSTALLATION AND COMMISSIOINING OF SOLAR POWER GENERATION SYSTEM in RCF Trombay Unit.

We hereby confirm the following - 1) The undersigned is authorized representative of the company.

2) We have carefully gone through the NIT, Tender Documents and the Business Rules governing the Reverse Auction as well as this document.

3) We also confirm that we will undergo the training by RCF’s SERVICE

PROVIDER on the auction tool and the functionality of the same.. 4) We confirm that RCF and RCF’S SERVICE PROVIDER shall not be liable &

responsible in any manner whatsoever for my/our failure to access & bid on the e-auction platform due to loss of internet

connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen circumstances etc. before or during the auction event.

5) We also confirm that we have a valid digital certificate issued by a valid Certifying Authority and self attested copy enclosed

6) We also confirm that we will fax / e-mail the price confirmation & price break up of our quoted price as per FORMAT B – Price Confirmation after the

closing of reverse auction event We, hereby confirm that we will honour the Bids placed by us during the auction process.

With regards Signature with company seal

Name –

Company / Organization – Designation within Company / Organization –

Address of Company / Organization – E-mail Id:

Tel No/Mobile no. :

Page 57: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 50 of 57

FORMAT – B

Price Confirmation (Tenderers are required to print this on their company’s letter head

and sign, stamp before faxing) To

M/s. RCF Ltd. Trombay Unit

Attention - Sub: Final price quoted during Reverse Auction and price break up

Ref : 1. RCF NIT Press/DCMB 20792 For supply AND INSTALLATION AND COMMISSIOINING OF SOLAR POWER GENERATION SYSTEM in RCF Trombay Unit.

Reverse Auction dt. ……………

Dear Sir, We confirm that we have quoted the final price

1. ---------------------------------------------------- (in words & figures) (Price quoted on Evaluated cost to RCF basis)

as our final lump sum prices during the Reverse Auction conducted on _________ (date)

(Price Breakup attached as per RCF evaluation sheet (excel) format)

With regards Signature with company seal

Name – Company / Organization –

Designation within Company / Organization – Address of Company / Organization –

E-mail Id Tel no.:

Mobile no:.

Page 58: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 51 of 57

ANNEXURE-11

FORMAT FOR BANK GUARANTEE TOWARDS SECURITY DEPOSIT AND PERFORMANCE

GARANTEE

( To be submitted on Rs. 200 valid non judicial stamp paper )

Bank Guarantee No. __________ dated ________ M/s Rashtriya Chemicals & fertilizers Ltd, …………………., ………………….. ………………….. Dear Sirs, In consideration of M/s Rashtriya Chemicals and Fertilizers Limited, [hereinafter referred to as ‘RCF’, which expression unless repugnant to the context and meaning thereof shall include its successors and assigns], having agreed to exempt, M/s.__________________________________having its registered/principal office at ______________________________________________ [hereinafter referred to as ‘Supplier / Contractor’ which expression unless repugnant to the context and meaning thereof shall include its successors and assigns], from depositing with RCF a sum of Rs.___________ towards security / performance guarantee in lieu of the said Supplier / Contractor having agreed to furnish an irrevocable bank guarantee for the said sum of Rs._________ as required under the terms and conditions of Contract / Work Order / Purchase Order no. ______________________ dated __________ [hereinafter referred as the ‘Order’] placed by RCF on the said supplier / contractor, we, ____________________________________________ [hereinafter referred to as ‘the Bank’ which expression shall include its successors and assigns] do hereby undertake to pay RCF an amount not exceeding Rs. ______________ [Rupees _________________ ] on demand made by RCF on us due to a breach committed by the said Supplier / Contractor of the terms and conditions of the Order. 1. We ____________ the Bank hereby undertake to pay the amount under the guarantee without any demur merely on a demand received in writing from RCF stating that the Supplier / Contractor has committed breach of the term(s) and/or condition(s) contained in the Order and/or failed to comply with the terms and conditions as stipulated in the Order or amendment(s) thereto. The demand made on the Bank by RCF shall be conclusive as to the breach of the term(s) and/or condition(s) of the Order and the amount due and payable by the Bank under this guarantee, notwithstanding any dispute or disputes raised by the said Supplier / Contractor regarding the validity of such breach and we agree to pay the amount so demanded by RCF forthwith and without any demur. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ______________ [Rupees _________________ ]. 2. We, ______________ the Bank further agree that this irrevocable guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Order and that it shall continue to be enforceable till all the dues of RCF under or by virtue of the said Order have been fully paid and its claim satisfied or discharged or till RCF certifies that the terms and conditions of the Order have been fully and properly carried out by the Supplier / Contractor and accordingly discharge the guarantee. 3. We ________________ the Bank, undertake to pay to RCF any money so demanded notwithstanding any dispute or disputes raised by the said Supplier / Contractor in any suit or proceedings pending before any court or tribunal relating thereto as our liability under this present being absolute and unequivocal. The payment so made by us under this Guarantee shall be valid discharge of our liability for payment there under and the said Supplier / Contractor shall have no claim against us for making such payment.

Page 59: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 52 of 57

4. We ________________ the Bank further agree that RCF shall have full liberty, without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the Order or to extend time of performance by the said Supplier / Contractor from time to time or to postpone, for any time or from time to time, any of the powers exercisable by the RCF against the said Supplier / Contractor and to forbear or enforce any of the terms and conditions relating to the Order and shall not be relieved from our liability by reason of any such variation or extension being granted to the said Supplier / Contractor or for any forbearance, act or omission on the part of RCF or any indulgence by RCF to the Supplier / Contractor or by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions have effect of so relieving us. 5. In order to give full effect to this guarantee, RCF will be entitled to act as if the BANK were the principal debtor and the BANK hereby waives all rights of surety ship. 6. Our liability under this bank guarantee is restricted to Rs. _________ [Rupees __________________] and shall remain in force up to _______________ and thereafter till the expiry of the extended period, if any, (hereinafter Validity period). Unless a demand is made under this guarantee on us in writing at any time from the date of issue of the guarantee till the expiry of the Validity period, we shall be discharged from all liabilities under this guarantee thereafter. 7. The claim, if any, under this guarantee, shall be lodged at (address of BANK & Branch) _________________________________________. 8. This guarantee will not be discharged due to change in the constitution in the Bank or the said Supplier / Contractor or the provision of the contract between Supplier / Contractor and RCF. 9. The BANK hereby agrees that the Courts in Mumbai shall have exclusive jurisdiction in any matter of dispute between RCF and the Bank and the Bank hereby agrees to address all the future correspondence in regard to this bank guarantee to Chief Finance Manager, Rashtriya Chemicals and Fertilizers Limited, Administrative Building, Mahul Road, Chembur, Mumbai 400 074. INDIA. 10. We have the power to issue this Guarantee in your favour under the Charter of our Bank and the undersigned has full power to execute this Guarantee under the Power of Attorney granted to him by the Bank. 11. We, _____________ the Bank lastly undertake not to revoke this guarantee during its currency except with the previous consent of the RCF in writing. SIGNED AND DELIVERED ON THIS _______________ DAY OF ________ Yours faithfully, For and on behalf of _____________________. (bank) Signature of Authorised Official of bank Name of the Official: Designation of the Official: Name of Bank: Branch: Address of Branch: Telephone / Mobile No : Fax No: Email Id:

Page 60: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 53 of 57

LIST OF RCF APPROVED BANKERS FOR BANK GUARANTEES

A) STATE BANK OF INDIA AND IT’S ASSOCIATE BANKS:

1. State Bank of India,

2. State Bank of Bikanar & Jaipur,

3. State Bank of Hyderabad,

4. State Bank of Mysore,

5. State Bank of Patiala,

6. State Bank of Travancore. B) NATIONALISED BANKS:

1. Allahabad Bank,

2. Andhra Bank,

3. Bank of Baroda,

4. Bank of India,

5. Bank of Maharashtra,

6. Canara Bank,

7. Central Bank of India,

8. Corporation Bank,

9. Dena Bank,

10. Indian Bank,

11. Indian Overseas Bank,

12. Oriental Bank of Commerce,

13. Punjab & Sind Bank,

14. Punjab National Bank,

15. Syndicate Bank,

16. UCO Bank,

17. Union Bank of India,

18. United Bank of India,

19. Vijaya Bank. C) OTHER BANKS:

1. Catholic Syrian Bank Ltd

2. City Union Bank Ltd

3. Kotak Mahindra bank Ltd.,

4. South Indian Bank Ltd.,

5. Tamilnad Merchantile Bank Ltd.,

6. The Federal Bank Ltd.,

7. The Jammu & Kashmir bank Ltd,

8. The Karnataka Bank Ltd,

9. The Karur Vysya Bank Ltd, D) FOREIGN BANKS:

1. American Express Bank Ltd,

2. Bank of American National Trust & Saving Association,

3. Bank of Tokyo – Mitsubishi UFJ Ltd,

4. Barclays Bank PLC

Page 61: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 54 of 57

5. BNP Paribas

6. Calyon Bank

7. Citibank N.A.,

8. Deutsche Bank,

9. Development Bank of Singapore (DBS)

10. Hong Kong & Shanghai Banking Corporation Ltd,

11. JP Morgan Chase Bank,

12. Royal Bank of Scotland

13. Standard Chartered Bank, F) PRIVATE SECTOR BANKS :

1. Axis bank Ltd 2. HDFC Bank Ltd 3. ICICI Bank Ltd 4. IDBI Bank Ltd 5. ING Vysya Bank Ltd

6. Yes Bank

Page 62: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 55 of 57

FORMAT 12

(FORMAT FOR SOLVENCY CERTIFICATE) ( on Bank’s Letter Head )

______________________________________________________________________ REF NO:………………… DATE:……………,,,,,,,,, To Whomsoever Concerned This is to certify that to the best of our knowledge and information, M/s

___________________________ (Bidders name with complete address), a customer of our

Bank, is respectable, and is capable of executing orders to the extent of Rs_________

(Rupees________________________). M/s _________________ have been our customer since

______ to date and has been granted the following limits, at present, against various facilities

granted by the Bank:

……………………… ……………..

……………………… ……………...

This certificate is issued without any guarantee, risk or responsibility on behalf of the Bank or any

of its officials.

This certificate is issued at the specific request of the customer.

Yours faithfully, (Bank Official’s signature & stamp

Page 63: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 56 of 57

ANNEXURE-13

VENDOR DATA UPDATION FORM Format II

Both New Vendors and Existing Venders may please note that details listed below are required and will used for making all payments POs / WOs, refund of EMDs / SDs, forwarding the details of

payments by email, issue of TDS certificates, Works Contract TDS Certificate, C Form for CST purchases etc.

Vendors registered with RCF and currently receiving payment through Direct Bank Credit need to indicate only

the RCF Vendor code and may not fill and furnish the other details again, if all the details as above are already furnished to RCF earlier and available in RCF SAP Vendor Master.

Sr.

No Title Sub Titles Purpose to be used for

I NAME Title (Whether Company /

M/s / Mr / Mrs / etc.)

Name ( As it appears on the Bank Cheque)

*

Type (Whether for

Purchases or Services) will be filled by RCF

RCF Vendor Code ( for existing RCF Vendors)

RCF Vendor Code

( for new Vendors, RCF will create and fill)

* will be filled by RCF

II ADDRESS House/ bldg. Number *

Street *

Street

City / Postal Code *

District / State *

Country

Region Code will be filled by RCF

III SUPPLY STATE

District / State (If the state

from which supplies are going to be made is

different from the State

given above, then specify the Place / State for C-

forms.)

* To be given, if applicable.

Other Region Code will be filled by RCF

IV COMMUN

ICATION Contact person *

Telephone incl. ext. STD Code Tel No Extn

Mobile Phone *

Fax STD Code Tel No

Email *

Standard communication method

by email only

V ACCOUNT

CONTROL If also a RCF's Customer? Yes / No

Group Key will be filled by RCF

VI

TAX

INFORMATION

CST Reg NO. for C forms

Page 64: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 57 of 57

LST No. ( Local VAT REG

NO)

Service Tax Reg. No.

Excise Reg. No.

PAN NO. *

VII

DETAILS OF BANK

Bank Key will be filled by RCF

Bank Account No. of Vendor *

Name of Bank *

Name of Branch *

Bank IFSC Code *

Bank Branch Code (Only for

SBI accounts)

Bank Address *

Bank City *

9 Digit code appearing on MICR cheque

*

Telephone No. of Bank STD Code Tel No Extn

Fax No. of Bank STD Code Fax No.

Type of Account (for SB A/c=10, Current A/c=11 or CC=13 )

*

Region will be filled by RCF VI

II

REFEREN

CE DATA

Industry (whether psu, air

force, military, Govt, others)

Micro / SSI Status (Whether

Micro , Small, Medium

Enterprise under Micro , Small and Medium

Enterprises Development Act, 2006)

For new

vendors :

1 It is mandatory ( Compulsory) to fill relevant data for item marked " * "

2 Enclose a blank cheque / a photocopy of the cheque.

3 Enclose a photocopy of Pass Book first page containing name and address of Account Holder

4 We hereby authorise RCF Ltd to make all payments to us by Direct Credit to our Bank Accounts details of which are given above.

5 We hereby authorise RCF Ltd to deduct bank charges applicable for such Direct Bank Payments

Signature …………………………………

Place Common Seal Name …………………………………

Date Designation …………………………………

Page 65: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

DOCUMENT 2

Page 66: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 1 of 57

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED

(A Government of India Undertaking) Administrative Building, Chembur, Mumbai 400 074

Phone: 2552 2816/2478 Fax: 2552 2320 CIN: L24110MH1978GOI020185

E-mail: [email protected]/[email protected]

NOTICE INVITING TENDER FOR SUPPLY AND INSTALLATION OF SOLAR POWER GENERATION SYSTEM

TENDER NO: PRESS/DCMB 20792 dt 11.03.2016

DUE DATE & TIME OF SUBMISSION OF BIDS : 31.03.2016, 14.00 HRS IST TENDER OPENING DATE & TIME : 31.03.2016, 15.00 HRS IST

The sealed offers should be sent to following Address:

DY.GENERAL MANAGER (PURCHASE) M/S RASHTRIYA CHEMICALS & FERTILIZERS LTD. PURCHASE DEPARTMENT, ADMINISTRATIVE BUILDING, MAHUL ROAD, CHEMBUR, MUMBAI – 400 074, INDIA. PHONE: +91 (22) 25522060 PHONE: +91 (22) 2552478 FAX : + 91 (22) 25522320

Contact Details:

1. Mr. K.Sudalai Mony (Tel:+91 022 2552 2816), e-mail: [email protected] 2. Mr. A.U. Awalkar (Tel: +91 022 2552 2478), e-mail: [email protected]

Page 67: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 2 of 57

TENDER DOCUMENT (NON-TRANSFERABLE)

TENDER NO: Press/DCMB 20792 THIS TENDER DOCUMENT CONTAINS:

Sr. No Documents Item details Page No

1 Enquiry Covering letter 3

2 ANNEX -1 Technical Specifications 4-22

3. ANNEX-2 Prequalification criteria for Supplier 23-24

4 ANNEX-3 Instructions to Indian bidders 25-27

6 ANNEX-4 Not applicable /Not attached -

7 ANNEX-5 Price Bid Format 28

9 ANNEX-6 Bid abstract sheet 29-30

11 ANNEX-7 Notice Inviting Tender- General Terms & Conditions 31-41

12 ANNEX-8 CONDITIONS RELATED TO INTEGRITY(Not Applicable) -

13 ANNEX-9 Benefits to Micro and Small Enterprises 42-43

14 ANNEX-10 Modalities for e-reverse auction 44-50

15 ANNEX-11 Bank Guarantee format for SD/PBG along with Bank Details 51-54

16 ANNEX- 12 Solvency certificate Format 55

17 ANNEX – 13 Vendor Data Updation form 56-57

Page 68: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 3 of 57

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED

(A Government of India Undertaking) Administrative Building, Chembur, Mumbai 400 074

Phone: 2552 2816/2478 Fax: 2552 2320 CIN: L24110MH1978GOI020185

E-mail: [email protected]/[email protected]

Enquiry

Tender No: Press/DCMB 20792

Date :11/03/2016 Submission Date: 31/03/2016

You are requested to send your sealed quotation for the item as Mentioned below subject to terms and conditions given in the annexure enclosed herewith. Please indicate your basic price and taxes separately & mention Delivery period, Place of dispatch clearly. You shall submit detailed Specifications, relevant drawings, pamphlet and literature wherever applicable. Your sealed Quotations should reach us due date and time mentioned on Page No:1.

Sr. No. Item description Completion Period

Within 60 days

1

DESIGN, SUPPLY, INSTALLATION, COMMISSIONING & TESTING WITH ASSOCIATED WARRANTIES AND INCLUDING 5 YEARS TOTAL MAINTENANCE OF GRID SYNCHORNISED ROOFTOP SOLAR PV POWER GENERATION SYSTEM HAVING CAPACITY OF 100 KWP AT RCF TROMBAY. THE DETAILS TECHNICAL SPECIFICATIONS AS PER ATTACHED ANNEXURE -1.

QUOTATIONS SHOULD BE TYPE WRITTEN AND ENVELOPE SHOULD BE MARKED WITH TENDER NUMBER AND DUE DATE ALONG WITH BIDDERS NAME, ADDRESS AND CONTACT DETAILS

Dy.GENERAL MANAGER (P)

Page 69: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 4 of 57

ANNEXURE – 1

DESIGN, SUPPLY, INSTALLATION, COMMISSIONING & TESTING OF GRID

SYNCHRONIZED ROOFTOP SOLAR PV POWER GENERATION SYSTEM HAVING

CAPACITY OF 100 KWP AT THE SITE, WITHOUT ANY IMPAIRMENT OF THE

EXISTING STRUCTURE.

Sr.

No.

General Terms & Conditions

1 Definitions

a. ACTUAL PERFORMANCE

RATIO (APR):

Shall mean PERFORMANCE RATIO (PR) arrived by calculation based on the actual readings taken during the PR test period.

b. CUF: Capacity Utilization Factor shall mean the ratio of the annual output of the PLANT in kWh versus installed annual PLANT capacity.

c. DB: Shall mean distribution board

d. IEC: International Electro-technical Commission

e. IS: mean Indian Standards

f. MNRE: Ministry of New and Renewable Energy

g. OATC: Other Authorized Test Centres.

h. COMMISSIONING: Shall mean the day the PLANT starts generating AC power.

i. FINAL ACCEPTANCE: ‘FINAL ACCEPTANCE’ shall mean that date of completion of the services as per clause 4.1 including successful demonstration of PERFORMANCE RATIO of PLANT to be more than 75%.

j. PERFORMANCE RATIO

(PR):

Shall mean Performance Ratio of a Solar PV grid connected plant shall be calculated using the following formula:

{ }

{ }

k. PV: Shall mean Photo Voltaic

l. PLANT/Solar PV plant : Shall mean Grid synchronized rooftop solar power generation facility Completely Designed, Engineered, Supplied, Installed at SITE, Tested & Commissioned having installed capacity of 100 KWp consisting of Solar PV modules, Power Conditioning Unit (Inverter with all accessories/ features) with associated items such as mounting structures, Junction Boxes, PVC Pipes, Cables/Wires including connectors/plugs/fuses, ACDB(3

Page 70: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 5 of 57

Phase A.C. Distribution box with changeover switch & Energy meter), Suitable Lightning Arrestor/Earthlink etc.

m. RFID: SEC:

Radio Frequency Identification Solar Energy Centres

n. STC: Standard Test Conditions

o. KWp: KiloWatt Peak

2. SITE FOR INSTALLATION:

Solar Power generation system will be installed at Rooftop of ANP Bagging Wagon

loading platform.

3. TECHNICAL SPECIFICATIONS FOR THE 100KWp ROOFTOP SOLAR

POWER PLANT

RCF Requirement/Specification Bidder’s Offer

A) Solar Photovoltaic Modules:

i. Total PV Size: Min 100 KWp

ii. Make: PV modules shall be MNRE approved.

iii. Type of PV modules: Polycrystalline Silicon PV

Modules.

iv. PV panels Wattage: Minimum 300 Wp

v. The PV modules must conform to the latest edition of any

of the following IEC / equivalent BIS Equivalent IS

Standards for PV module design qualification and type

approval: Crystalline Silicon Terrestrial PV Modules : IEC

61215 / IS14286.

vi. In addition, the modules must conform to IEC 61730 Part

1-requirements for construction & Part 2 - requirements for

testing, for safety qualification or Equivalent IS (Under Dev.)

vii. PV modules to be used must qualify Salt Mist Corrosion

Testing as per IEC 61701 / IS 61701; preferably anodised

aluminium.

viii. No of Panels and cells per panels: As per manufactures

standard.

ix. Dimensions, rated Voltage, Open Circuit voltage, Rated

Current, short Circuit Current, maximum system Voltage,

weight per panels Cell efficiencies and Module Efficiency

shall be as per the manufactures standard.

x. The Photovoltaic modules must be tested & approved by

one of the IEC authorized test centres as per relevant and

latest IEC standards.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9 (n))

Page 71: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 6 of 57

xi. Output peak watt capacity of PV modules should not be

less than 90% at the end of 10 years and 80% at the end of 25

years.

xii. Orientation and Tilt of PV Module: Modules alignment

and tilt angle shall be calculated to provide the maximum

annual energy output. This shall be calculated based on the

site Latitude and Longitude values.

1. IDENTIFICATION AND TRACEABILITY

Each PV module must use a RF identification tag (RFID),

which must contain the following information:

a. Name of the manufacturer of PV Module

b. Name of the Manufacturer of Solar cells

c. Month and year of the manufacture (separately for solar

cells and module)

d. Country of origin (separately for solar cells and module)

e. I-V curve for the module

f. Peak Wattage, Im, Vm and FF for the module

g. Unique Serial No and Model No of the module

h. Date and year of obtaining IEC PV module qualification

certificate

i. Name of the test lab issuing IEC certificate

j. Other relevant information on traceability of solar cells and

module as per ISO 9000 series.

RFID can be inside or outside the module laminate, but

must be able to withstand harsh environmental

conditions.

2. PV modules must qualify (enclose test reports/ certificate

from IEC/NABL accredited laboratory) as per relevant IEC

standard. Additionally the performance of PV modules at

STC conditions must be tested and approved by one of the

IEC / NABL Accredited Testing Laboratories including

Solar Energy Centre. Qualification certificate from

IEC/NABL accredited laboratory as per relevant standard

should be accompanied with the STC report/ certificate.

B) Array Support Structure:

Page 72: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 7 of 57

i. The structures provided shall be of

flat-plate design with combination of

required sections as per structure design to

withstand 200kph wind speed.

ii. Support Structural material shall be GI, which should meet

ASTM A-123 hot dipped galvanizing OR equivalent which

provides at least spraying thickness of 70 microns as per

IS5909. All hardware for fastening modules with structure

should be of 304 quality stainless steel.

iii. The structures shall be designed to allow easy

replacement of any module.

iv. Each structure should have proper inclination as per the

respective SITES conditions to take maximum insolation.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9 (n))

C) Inverter:

i) Make: Sukam/SMA/ PPS/Delta Energy/ Siemens/

L & T/ GE/ Schneider Electric/ Fronius.

ii) Total Rated capacity of required inverters: Minimum 100

KVA

iii) The power conditioner unit/ inverter should be provided to

convert DC power produced by SPV modules, in to AC

power. The power conditioning unit/inverter should be grid

interactive and possibly also with existing DG set/ Other

battery invertor interactive. Inverter output should be

compatible with the grid frequency.

Typical technical features of the inverter shall be as

follows:

e and frequency: 3 phase +

Neutral 440V, 50 Hz

+ 1 %

+ 0.1%

+ 3 Hz oC

: 100 % Non-condensing

-20(Minimum) for indoor. : IP-

65(Minimum) for outdoor.

+ 3%

- 20% & + 15 %

-load losses: Less than 1% of rated power

cy (minimum): >95%

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9 (n))

Page 73: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 8 of 57

iv) PCU/ inverter shall be capable of complete automatic

operation including wake-up, synchronization & shutdown.

v) Built-in meter, event recorder and data logger to monitor

plant performance through external computer shall be

provided i.e. remote monitoring. Computer shall be provided

by RCF.

vi) The power conditioning units / inverters should comply

with applicable IEC/ equivalent BIS standard for efficiency

measurements and environmental tests as per standard codes

IEC 61683 and IEC 60068 2(6,21,27,30,75,78).

vii) The charge controller/ (Maximum Power Point Tracker)

MPPT units should qualify IEC 62093 and IEC 60068 2 (6,

21, 27, 30, 75, 78). The junction boxes/ enclosures should be

IP 65(for outdoor)/ IP 54 (indoor) and as per IEC 62208

specifications. The inverter should comply with IEC 62109-

1/-2, IEC 62116, IEC 61727.

viii) The PCU/ inverters should be tested from the MNRE

approved test centres / NABL/BIS accredited testing-

calibration laboratories. Certificates from MNRE to this effect

shall be submitted.

D) Data Monitoring:

i) The monitoring of the Solar system and logging / viewing

of system data shall be done through a PC owned by RCF

with software to be supplied by the vendor.

ii) PC Data logging software enables automatic long-term

storage of measured data from SPV Plant. It allows

visualization & monitoring of the Power Plant.

iii) The data acquisition system shall have a real-time clock

and data storage capacity for recording data round the clock

for min. one year.

iv) The software package shall be windows based.

v) The Solar system data shall be logged in chronological

order, date wise. The periodicity of data logging shall be

configurable.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9 (n))

Page 74: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 9 of 57

vi) The system shall be capable of providing graphical trends

for viewing the system parameters on real time as well as

historic basis.

vii) It shall be possible to generate email reports based on the

logged historic data which shall be exportable in MS Excel

formats.

viii) System shall have provision for remotely viewing the

System status on local LAN / INTRANET of RCF.

ix) All major parameters should be available on the digital bus

and logging facility for energy auditing through the internal

microprocessor and can be read on the digital front panel at

any time the current values, previous values for up to a month

and the average values. The following parameters should be

accessible via the operating interface display and also on the

dedicated Computer in the concerned office.

AC Voltage

AC Output current

Output Power

DC Input Voltage

DC Input Current

Units Generated (KWH)

Time Active

Inverter Status

E) Integration of Power from PLANT with Grid:

The output power from Solar PV would be fed to the inverters

which converts DC produced by SPV array to AC and feeds it

into the main electricity grid after synchronization. In case of

grid failure, or low or high voltage, solar PV system shall be

out of synchronization and shall be disconnected from the grid.

Once the DG set/existing Inverter comes into service PV

system shall again be synchronized with DG/Inverter supply

and load requirement would be met to the extent of availability

of power.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

F) Metering Scheme:

i) Provide sealed & tested energy meter at consumption side &

generation side of SPV Power Plant.

ii) Metering is required to measure the Solar Gross Generation

on continuous basis and register cumulative energy based on 15

Agreed

Disagreed

(Deviation

mentioned in

Page 75: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 10 of 57

minute interval basis, daily, monthly and yearly energy

generation.

iii) The average voltage and power factor based on 15 minute

interval must also be recorded.

iv) Meter must also display on demand, instantaneous, AC

system voltages and currents, frequency, reactive power with

sign, Total harmonics current and voltage distortion etc.

v) Metering and grid connectivity of the roof top solar PV

system under this scheme would be the responsibility of the

CONTRACTOR in accordance with the prevailing guidelines of

the concerned DISCOM.

Clause No. 9

(n))

G) Distribution Board

If DC Distribution panel is needed to receive the DC output from

the array field, with analog measurement panel for voltage,

current from different Junction Boxes (JB) so as to check any

failure in the array field. It shall have molded case circuit

breakers (MCCBs) of suitable rating for connection and

disconnection of array sections. DCDB shall be fabricated to

comply with IP 65 protection.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

H) Safety Features:

i) Earthing of all outdoor equipment and provision of associated

earthing systems, Electrodes and connections shall be done in

accordance with the recommendations in the latest IEEE. Earth

electrodes shall be provided throughout the plant areas along with

the main earth grid. The number of earth electrodes shall be

according to achieve the total earth grid resistance less than one

(1) ohm. All metal casing/shielding of the plant shall be

thoroughly grounded to ensure safety of the power plant.

ii) The inverter shall have features like sleep mode, invoke mode

and export mode so that any disturbances on the grid such as

overload short-circuit, over-voltage etc., disables the firing circuit

of the inverter and causes it to quietly withdraw from the grid.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

I) Protection Features

i. Isolation transformer to be provided at the output of the inverter

to avoid injection of DC power into the grid.

ii. Over-voltage protection to be provided by using varistors at the

Agreed

Disagreed

(Deviation

Page 76: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 11 of 57

output of the inverter.

iii. For lightning protection a set of varistors to be provided at the

input of inverter.

iv. Suitable measures for protection against over current both at

input & output, Over/under grid frequency, over temperature,

Short circuit, Surge voltage induced at output due to external

source etc. shall be provided.

mentioned in

Clause No. 9

(n))

J) Cables and Connections

i. The cables used in the system should be ISI marked XLPE

insulated FRLS armoured Copper conductor. Cables of various

sizes as per load requirement for connecting all the modules /

arrays to Junction Boxes and from Junction Boxes to DC

distribution box and from DC distribution box to inverter shall be

used. Copper Cables of appropriate size would be provided from

Inverter onwards in A.C. side.

ii. Copper wires of appropriate size and of reputed-make shall

have to be used. However, XLPE aluminium cables of appropriate

size shall be used on A.C side of transmission. (Approximate

distance of Switchgear room is 140 Mtrs away from Inverter

mounting room.)

iii. All connections should be properly terminated, soldered and/or

sealed from outdoor and indoor elements. Relevant codes and

operating manuals must be followed. Extensive wiring and

terminations (connection points) for all PV components is needed

along with electrical connection to lighting loads.

iv. Appropriate Communication cable from Invertor to local PC

would be provided by party.

v. Supply of appropriate type of cable & cable laying is in party’s

scope.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

Page 77: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 12 of 57

In additions to Specifications given elsewhere in this NIT, BALANCE OF SYSTEM items should meet following standards: Applicable BIS /Equivalent IEC Standard Or MNRE Specifications BOS Item / System Standard

Description Standard Number

Charge Controller/MPPT Units Power Conditioners/ Inverters**including MPPT and Protections

Environmental Testing Efficiency Measurements Environmental Testing

IEC 60068-2 (1,2,14,30) / Equivalent BIS Std. IEC 61683/IS 61683 IEC 6068-2 (1,2,14,30)/Equivalent BIS standard

Cables General Test and Measuring Method XLPE insulated cables for working voltage up to and including 1100 V and UV resistant for outdoor installation

IS 7098 part 1 IS 8130 IS 3975 IS 5831 All up to latest revision

Switches/Circuit Breakers /Connectors

General Requirements Connectors –safety A.C. /D.C.

IEC 60947 part I,II, III / IS 60947 Part I,II,III EN 50521

Junction Boxes /Enclosures for Inverters/Charge Controllers/Luminaries

General Requirements

IP 54(for outdoor)/ IP 21(for indoor) as per IEC 529

**In case if the Charge controller is in-built in the inverter, no separate

IEC 62093 test is required and must additionally conform to the relevant

national/international Electrical Safety Standards wherever applicable.

Page 78: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 13 of 57

4 SCOPE OF WORK:

4.1 DESIGN, SUPPLY, INSTALLATION, COMMISSIONING & TESTING OF GRID

SYNCHRONIZED ROOFTOP SOLAR PV POWER GENERATION SYSTEM

HAVING CAPACITY OF 100 KWP AT THE SITE, WITHOUT ANY

IMPAIRMENT OF THE EXISTING STRUCTURE.

i) Technical Specifications:

The proposed project should be commissioned as per the

technical specifications listed at Clause No. 3 It shall be on the basis of single point CONTRACTOR’s

responsibility, completely covering all the specifications and

requirements including statutory approvals for completion of the

system to achieve the final intent of the contract.

The solar power system shall be fool proof and remain

synchronized with existing Power grid (DB System) and shall

be without Battery/ Battery bank. The power output from the

PLANT shall be 3 phase 440 V + Neutral that shall be directly

connected to the existing lighting DB at SITE with changeover

switch & Energy meter. The Bidder shall study the existing

power supply arrangements at SITE and configure the design for

interconnection so as to maximize the utilization of power from

the PLANT.

Supply, laying and termination of cables with GI cable trays

from solar panel to conditioning/control unit, including inter-

panel wiring shall be under the scope of the CONTRACTOR.

All materials, manpower, scaffolding materials, machinery tools

and tackles, transportation & loading/unloading etc. shall be

provided by CONTRACTOR. Scope shall cover all type of

transportation of materials inside the working site and man

power etc. required to execute and complete the work.

The BIDDER shall carry out appropriate water proofing and

grading of the building rooftop (used for the PLANT) after

installation of structures.

After commissioning of the plant, the CONTRACTOR will

conduct one onsite training of the RCF personnel regarding

assembly, start-up, operation, maintenance and repairs of the

Solar PV Power Plant.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

Page 79: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 14 of 57

ii) Performance Ratio (PR) Test

a. Bidder shall Guarantee PERFORMANCE RATIO (GPR) of

Minimum 75% considering weather conditions, local

environment, all other parameters affecting performance of

Solar power generation and variations thereof.

b. The BIDDER shall demonstrate the Performance Ratio of the

PLANT latest within 30 days of COMMISSIONING.

c. The ACTUAL PERFORMANCE RATIO (APR) shall be equal to or more than the Minimum Guaranteed Performance ratio of 75%. PLANT having performance ratio below 75 % shall not be accepted by RCF. In such case, the CONTRACTOR at its own cost should “Make Good” the PLANT so as to be capable to meet the Minimum Guaranteed Performance ratio. This shall be verified by again carrying out the PR test, within a reasonable period of time. In case, the BIDDER fails to achieve the minimum 75% PR ratio even in the repeated PR test, then without prejudice to any other right or remedy available RCF shall be entitled to forfeit the Security Deposit and Performance Guarantee and terminate the CONTRACT and the PLANT shall be taken over by RCF and rectify the same at the risk and cost of CONTRACTOR. d. The PERFORMANCE RATIO shall be demonstrated for the 100KWp Solar Power Plant. e. Any special equipment, instrumentation tools and tackles required for the successful demonstration of the PERFORMANCE RATIO shall be arranged by the CONTRACTOR at his own cost. f. A calibrated Pyranometer for PR Test with data logger facility shall be arranged by the CONTRACTOR at the SITE. Contractor shall submit the valid calibration certificate of Pyranometer. g. The measurements made during the PR test shall be inclusive of all instrument tolerances.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

Page 80: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 15 of 57

iii) Deliverable Documents:

a) After P. O. placement, 4 sets of drawing of detail electrical/electronic wiring diagram, single line diagram along with necessary maintenance manuals shall be prepared and submitted to RCF within two weeks. b) After P. O. placement, One set of soft copy of detail electrical/electronic wiring diagram, single line diagram along with necessary maintenance manuals shall also be submitted to RCF within two weeks. c) On completion of the work, the CONTRACTOR shall submit 5 sets of “As Executed Report” to RCF which will include photographs, drawings and as executed reports of various systems containing details of erection form the point of view of future maintenance of the installed systems. This report must also contain all Technical Details, Detailed Circuit Diagram of the Electronic/Electrical components of all the system.

4.2 TOTAL MAINTENANCE CONTRACT:

i) The BIDDER shall be responsible for Maintenance of the PLANT so as to maintain the PLANT in good operating conditions and demonstrate minimum 15% Capacity Utilization Factor on annual basis. The maintenance shall include monthly preventive maintenance service visits till the completion period of maintenance contract. During the visit, cleaning of the panels & tightening of the connections shall be carried out. The service personnel of the CONTRACTOR will make routine monthly maintenance visits till the completion period of maintenance contract. Apart from this any complaint registered or service calls received or faults notified, the CONTRACTOR’s service personnel should reach the site within 2 days and attend to the defects or faults and rectify the same or replace the faulty systems if needed within shortest possible time. The deputed personnel shall be in a position to check and test all the equipment’s regularly, so that preventive actions, if any, could be taken well in advance to save any equipment from damage. Normal and preventive maintenance of the SPV power plants such as cleaning of module surface, tightening of all electrical connections, changing of tilt angle of module mounting structure, etc. are also the duties of the deputed personnel during maintenance visits. During maintenance period, if there is any loss or damage of any component due to mismanagement or due to any other

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

Page 81: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 16 of 57

reasons pertaining to the deputed personnel, what-so-ever, the CONTRACTOR shall be responsible for immediate replacement or rectification. Proper repainting, re-coating of exposed surfaces to prevent rusting & replacement of worn out parts shall be carried out along with the maintenance of the PCU, SPV Array, SCADA system etc. The CONTRACTOR shall submit a Detailed Annual Maintenance schedule to RCF within 15 days of the placement of the Work order. The CONTRACTOR shall also submit a detailed report every month to RCF about the maintenance carried out in the concerned period. ii) CAPACITY UTILIZATION FACTOR (CUF) The CONTRACTOR shall be required to meet minimum Capacity Utilization Factor (CUF) of 15% during the Total Maintenance period. CUF shall be determined after completion of each year up to 5 years (starting from the date of FINAL ACCEPTANCE) based on the total annual generation from PLANT, measured and recorded in KWh at Inverter output as under: CUF = PLANT output in kWh for the year/ (100 KW X 365 X 24)

5 PERFORMANCE GUARANTEES:

A) The GUARANTEED PERFORMANCE RATIO (GPR) of the PLANT shall not be less than 75%. The GPR shall be demonstrated vide PR test as per clause no. 4.1(ii). B) The GUARANTEED CAPACITY UTILIZATION FACTOR (CUF) of the PLANT shall not be less than 15%. The CUF shall be demonstrated as per clause no. 4.2(ii).

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

6 WARRANTY

i. The mechanical structures, electrical works including power conditioners/ inverters/ charge controllers/ maximum power point tracker units/distribution boards/digital meters/ switchgear, etc. and overall workmanship of the SPV power plants/ systems must be warranted against any manufacturing/ design/ installation defects for a minimum period of 5 years from date of FINAL ACCEPTANCE. The Warranty shall include replacement of all parts or components found defective irrespective of whether the defect was a manufacturing defect. ii. All the Warranties provided by manufacturer’s

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

Page 82: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 17 of 57

/suppliers/shall be passed on to RCF. iii. The Warranty Certificates to the above effects must be furnished by the CONTRACTOR along with the delivery of these equipment at SITE. Any defect noticed during warranty period should be rectified/replaced by the CONTRACTOR free of cost upon due intimation by RCF or as deemed necessary. iv. The Warrantee Card to be supplied with the Solar PV Power Plant must contain the details of the system supplied, as given in the following Format. Also, Bidder can provide additional information about the system.

FORMAT FOR WARRANTY CERTIFICATE:

Name & Address of the Manufacturer/Supplier

Name & Address of the Purchasing Agency

Date of Erection of system

PV Module a) Make b) Model c) Serial No (List Enclosed) d) Wattage under STC e) Warrantee valid up to

Electronics & Inverter a) Make b) Model c) Serial No d) Warrantee valid up to

Other BOS a) Make b) Model c) Serial No d) Warrantee valid up to

Designation & Address of the person to be contacted for claiming Warrantee obligations

Date Place

(Signature) Name Designation Name & Address of the Manufacturer /Supplier (SEAL)

Page 83: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 18 of 57

7 PERIOD FOR THE COMPLETION OF THE CONTRACT.

A) Time is the essence of the CONTRACT. The CONTRACTOR

shall complete all the work as per the scope defined under clause

4.1, within 60 Days from the date issue of Purchase Order.

B) Total Maintenance period of the PLANT shall be for 5 years and shall begin on the date of FINAL ACCEPTANCE of the PLANT.

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

8 MUTUALLY AGREED DAMAGES (MAD)

A) For Delay in FINAL ACCEPTANCE The time stipulated in the clause No. 7, for the execution and completion of the works shall be deemed to be of utmost importance of the CONTRACT. In the event the CONTRACTOR fails to execute, complete and deliver the Works due to the reasons for which CONTRACTOR is liable under CONTRACT within the time specified in the CONTRACT to achieve FINAL ACCEPTANCE then the CONTRACTOR shall pay to the RCF as MAD at the rate of 1% (one percent) of the total contract price per week of delay or part thereof subject to a maximum of 10% of the total CONTRACT PRICE. In the event of extension of time being granted by the RCF in writing for completion of the WORKS, this clause will be applicable after expiry of such extended period. Mutually Agreed Damages represent, without prejudice to the respect of the contractual obligation under the CONTRACT by CONTRACTOR, the sole and exclusive remedy of RCF for such delay. The Mutually Agreed Damages, for delay, shall be recovered from any amount payable to the CONTRACTOR including the balance payments and / or Security Deposit cum Performance Bank Guarantee. In case of deduction from the Performance Bank Guarantee, the BIDDER shall immediately replenish the Bank Guarantee to the value equivalent to 10% of the Total Contract Value. B) For not meeting the 15% Annual CUF guarantee At the end of every year during the Total maintenance period of 5 years, the Annual CUF shall be computed as per clause 4.2(ii) for the Power Plant. In case of failure to meet the Minimum Annual CUF guarantee of 15%, the BIDDER shall be liable to pay Mutually Agreed Damages as under:

Agreed

Disagreed

(Deviation

mentioned in

Clause No. 9

(n))

Page 84: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 19 of 57

Mutually Agreed Damages = (Average Annual Imported electricity Tariff for the year for the location) X {(100KWp X 24 X 365 X 15%) – (KWh generated as invertor output for the year)} The Mutually Agreed Damages, for not meeting the Annual CUF guarantee, shall be recovered from any amount payable to the CONTRACTOR including the Maintenance charges and / or deducted from the Security Deposit cum Performance Bank Guarantee. In case of deduction from the Performance Bank Guarantee, the BIDDER shall immediately replenish the Bank Guarantee to the value equivalent to 10% of the Total Contract Value. In addition to remittance of MAD, the CONTRACTOR shall take necessary steps for rectification/ repairing/ restoring/replacing the faulty items so as to bring back the Performance of the PLANT to satisfactory level, failing which RCF shall have the right to terminate the CONTRACT. RCF reserves the right to claim damages and Costs for non-fulfilment of warranty, apart from forfeiting un-paid amount if any, in the event of unsatisfactory maintenance.

9. Technical part of BID should include following information/documents associated with 100KWp Rooftop Grid synchronized Solar Power Generation Plant. Sr. No.

RCF Requirement/Specification Bidder’s Offer

a. Lay out drawings of sketched with (approximate) dimensions of equipment and indications of limits of supply.

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

b. BIDDERS shall state name of the manufacturers proposed for every equipment item:

Sr.

No.

100KWp Power Plant

equipment/item

Make of

equipment /

item

Description/Rating/Size

of equipment/item

1 Solar PV Module

2 Grid Tie Inverter

3 Module Mounting Structure

4 Array Junction Box

5 AC Distribution Board

Page 85: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 20 of 57

6 AC Cables

7 DC Cables

8 Communication Cables

9 Earthing kit (maintenance Free)

10 Connectors

11 Plugs

12 Fuses

13 Online Monitoring System

14 Any other Component

c. Complete description of equipment/material supported by brochure, catalogue and/or other descriptive standard documents.

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

d. Completed data sheets as per the requirement of the bid. Data sheet shall be furnished by BIDDER duly filled & submit as follows:

Sr.

No.

Solar PV Modules Bidder to Specify

1. Model No. of PV Modules

2. Mounting arrangement for Solar module :

3. Solar module frame material :

4. Module type :

5. Module dimensions :

6. Area of one Module (L X B)

7. No. of solar cells per module :

8. Solar cell type :

9. cables should be molded in the module junction box:

10. Make of Solar module :

11. Country :

12. No. of Modules

Page 86: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 21 of 57

13. Nominal voltage :

14. Operating voltage of solar module (nom) :

15. Peak power voltage (Vmp) at STC :

16. Peak Power current (Imp) at STC :

17. Open circuit voltage (Voc) at STC :

18. Short circuit current (Isc) at STC :

19 Weight of each module :

e. TEST REPORTS: PV modules must qualify (enclose test reports/ certificate from IEC/NABL accredited laboratory) as per relevant IEC standards (IEC61215/IS14286; IEC61730 Part-1 &2/Equiv. IS; IEC 61701/IS 61701). The performance of PV modules at STC conditions must be tested and approved by one of the IEC / NABL Accredited Testing Laboratories including Solar Energy Centre. CONTRACTOR shall submit STC reports/ certificates to this effect.

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

f. Certificate mentioning the Guaranteed Performance ratio. The Guaranteed Performance ratio shall not be less than 75% with the offered solar system.

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

g. Declaration that company has not been debarred / blacklisted by any Govt. Department, Agency, PSUs / Institution / Agencies / Autonomous Organisations.

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

h. Model No. of offered Inverter: i The PCU/ inverters should be tested from the MNRE approved test centres / NABL/BIS

accredited testing- calibration laboratories. j. Party shall submit the reports that, the power conditioning units /

inverters should comply with applicable IEC/ equivalent BIS

standard for efficiency measurements and environmental tests as

per standard codes IEC 61683 and IEC 60068

2(6,21,27,30,75,78).

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

k. Party shall submit the reports that, the charge controller/

(Maximum Power Point Tracker) MPPT units should qualify IEC

62093 and IEC 60068 2 (6, 21, 27, 30, 75, 78). The junction

boxes/ enclosures should be IP 65(for outdoor)/ IP 54 (indoor)

and as per IEC 62208 IEC 62109-1/-2, IEC 62116 & IEC 61727

specifications.

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

Page 87: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 22 of 57

l. Details of Similar work/projects handled successfully as per format given below. The BIDDER shall also provide the name of parties for whom orders have been executed with address and dates of works executed starting from latest, scope and value of such work, Key person contacts of these projects. A copy “Work Order”/ “completion certificate”, etc. shall be submitted as documentary evidence in support of the work experience.

Submitted Not-Submitted

(Deviation mentioned in clause 9 (n))

m. DETAILS OF EXPERIENCE

Project

No.

Client’s

Name &

address

with Key

contact

person

name and

mobile

number

Site

addr

ess

Size of

Project

executed

Nature

of

services

offered

by

Bidder

Actual time

taken for

completion

of projects

Copy of Work

Order/Completion

provided

Value of

Work

Order (Rs.)

n Certificate that the technical BID is in total conformity with NIT and if not the list of exclusion/deviations & reasons thereof. All Deviations shall be listed at under “Schedule of Deviations” as per format given below. Deviation mentioned elsewhere/in any other form will not be considered.

Submitted

Not-Submitted

Format for “Schedule of deviation” from NIT

Sr. No. Clause No. Original Clause Modified Clause Reason for

Deviation

Page 88: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 23 of 57

ANNEXURE -2 PRE-QUALIFICATION CRITERIA

The supplier shall be pre qualified based on the following criteria.

(Suppliers are required to submit the following information along with documentary evidence with the un-priced commercial bid for the pre-qualification of subject tender)

I. COMMERCIAL PREQUALIFICATION CRITERIA

A. Corporate Record: i. Supplier Name, Address, Telephone Nos, Fax Nos, email address. ii. History & Structure Of Supplier’s Organization iii. Name of Directors and Chief Executive of Supplier’s Organization along with their contact

details.

B. Financial Status: i. Annual financial reports of company (Balance sheet/Profit and loss Account/ Turnover

certificate issued by CA) for the last 3 financial years including the year ending 31st March 2015 . Average Annual financial turnover during the last 3 years shall be minimum Rs 180 lakhs. However the turnover of each financial year should not be less than Rs 22.5 lakhs. The above should be submitted in the following format along with above said supporting documents.

Sr.No Financial Year Turn Over Amount in Rs

1 2012-2013

2 2013-2014

3 2014-2015

Average Turnover for 3 Years

ii. Latest Bank Solvency certificate as per format given in annexure-10, for a value not less

than Rs. 18 lakhs issued by your bankers within last one year from the scheduled date of submission of bid or credit ratings from reputed institution such as CRISIL, ICRA etc, or Financing / Credit limits from banks as on date etc.

iii. Photo copy of Excise Registration / Sales Tax Registration / VAT Registration (TIN No.) and PAN card. This is applicable for Indian suppliers Only.

iv. Photo copy of Service tax Registration / PF / ESIC Registration. v. Copy of MSE Registration Certificate, If applicable.

II. TECHNICAL PREQUALIFICATION CRITERIA

(i) The bidder shall furnish the List of past supplies of similar solar power generation system with address and contact numbers of a person .

(ii) The bidder shall submit PO copies executed by them for subject solar power generation system during last 7 years along with completion certificate as mentioned below. Three completed work orders/ Purchase order comprising of supply, erection and commissioning of grid synchronized solar PV power generation system of minimum 1X 40 KW each.

OR Two completed work orders/ Purchase order comprising of supply, erection and commissioning of grid synchronized solar PV power generation system of minimum 1X50 KW – each

OR One completed work order / Purchase order comprising of supply, erection and commissioning of grid synchronized solar PV power generation system of minimum 1X80 KW - each

Page 89: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 24 of 57

(iii) The BIDDER/ firm / company must not have been debarred / blacklisted by any

Govt. Department, Agency, PSUs / Institution / Agencies / Autonomous Organizations.

The bidder shall submit a self-declaration by an authorized person to this effect.

(iv) Company shall be ISO 9001 certified and bidder should submit the relevant ISO

certificates

(v) Bidder shall have sales and service base in India.

The vendor will be pre-qualified based on above criteria and offers of only those bidders who satisfy these criteria shall be considered for further evaluation. If the required documents are not submitted along with un priced technical bid then the offer may be liable for rejection and RCF may not do further correspondence on this subject.

Page 90: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 25 of 57

ANNEXURE – 3

INSTRUCTIONS TO INDIAN BIDDERS FOR SUBMISSION OF OFFER. 1. Bidders are requested to submit the offer in three different sealed envelopes as explained

below. a) Envelope No. 1: (This envelope should be sealed & super scribed as “EMD for

tender No: Press/DCMB 20792”): Bidder has to submit Earnest Money Deposit (EMD) of Rs 50,000/- through RTGS/NEFT mode . You shall submit details of RTGS/NEFT along with copy of UTR . The details of Bank Account for RTGS/NEFT is as follows, Beneficiary Name : Rashtriya Chemicals & Fertilizers Limited Name of Bank : State Bank Of India Branch : Mahul Road, Chembur, Mumbai Branch Code : 00564 IFSC Code : SBIN0000564 Current A/c No. : 32376445560

Government of India undertakings & Micro and Small Enterprises (MSE) shall submit relevant certificate (Refer Annexure-9) for claiming exemption of EMD. EMD in the form of Demand Draft or any other form will not be accepted. Offers without EMD (or) valid NSIC/MSE certificate (Refer annexure-9) are liable to be rejected.

b) 2nd envelope (This envelope should be sealed & super scribed as “Techno-commercial bid for tender No: Press/DCMB 20792”): This envelope should have supporting documents as per Prequalification criteria mentioned in the annexure-2 & full technical details as per RCF requirement mentioned in the enquiry with clear listing of deviations . Also all commercial terms and conditions along with the filled and signed bid abstract sheet (Annexure-4) .

This envelope should also contain the photocopy of price bid with prices blackened out. This should be strictly a photo copy not to be a duplicate print out. c) 3rd Envelope : (This envelope should be sealed & super scribed as “Price bid for

tender No: Press/DCMB 20792”): This envelope should have PRICE BID containing Prices of the offered item along with your commercial terms and conditions. Kindly note that the commercial terms and conditions in the Price Bid should be in line with the commercial terms and conditions sheet/Bid abstract sheet submitted along with technical bid as mentioned above. Incase of deviation RCF’s decision in this regard shall be final & binding on the party.

All the above said three envelopes should be put in a big cover duly sealed mentioning the Enquiry No. and the submission date on it. All the individual envelopes should also have specific contents, Enquiry No. and submission date on it along with the bidders name and contact details.

2. The Bidder should clearly mention Excise duty, Sales tax, Service tax, Octroi, Insurance, Freight , Inspection charges and / or any other charges to be paid by RCF in percentage / lumpsum. All these statutory should be mentioned separately as per the instruction given in the Bid abstract sheet (Annexure-6A) as well as Price Bid. In case the incidence of any taxes, duties are not clearly specified it will be presumed that no such tax/levy is applicable or payable by RCF. The Indian supplier should follow the below mentioned Instructions for filling the Bid abstract sheet (Annexure-6A)

Packing & Forwarding: Kindly quote ‘Packing and forwarding’ charges if payable extra on total basic rate, then please quote in ‘%’ of basic Rate.

Page 91: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 26 of 57

Example: For 2% P&F charges then quote ‘2% extra’ in the field of P&F charges.

Excise Duty: Kindly quote ‘Excise Duty’ if payable extra on total basic rate of each item, please quote Excise duty in ‘%’ inclusive of Education & Higher Education cess e.g. 12.50%. Excise duty will be applicable on ‘basic rate + Packing & forwarding charges’. Incase if Excise Duty is inclusive in your basic price then mention inclusive and you shall mention the total cenvat amount. Incase if multiple item is involved, then you shall submit the total cenvat amount of each item separately in the annexure. Please note that RCF will consider the cenvat setoff as per time to time guidelines received from Government based on the RCF manufacturing activities.

Sales Tax (VAT / CST) :

VAT: This field is applicable for suppliers supplying the material within Maharashtra, Kindly mention the applicable rate of Maharashtra VAT in the filed of VAT . e.g. 5% Extra/ 12.5% extra etc. Please note that RCF considers VAT setoff during evaluation of your offer.

CST: This field is applicable for suppliers supplying material from outside Maharashtra against form-C, kindly put applicable rate of CST against ‘form-C’ in front of each item in % only e.g. 0% , 2% extra etc.

Freight Charges: Please note that supplier will have to deliver the material up to RCF stores (FOR RCF Stores basis) and all charges including Transportation, loading & unloading of material shall be to suppliers account. If freight charges are payable extra (not included in Basic rate) then put applicable freight charges as per above in the field of transportation Charges in ‘%’ . Example 2% extra and If any service tax is applicable in transportation charges then that should be mentioned clearly. Incase if you mention transportation extra at actual then loading will be done as per RCF evaluation procedure.

Insurance Charges: If insurance charges are payable extra by RCF then put insurance charges in this filed. If insurance is to RCF’s account then mention Insurance is in RCF account. Blank field will be considered as insurance charges are included in basic rate of item.

Octroi Charges: Octroi charges are applicable for deliveries made from outside Mumbai Municipal Octroi Limit. If Octroi charges are payable extra on quoted basic rate or to RCF’s account, then applicable rate of octroi charges should be clearly mentioned in Octroi field, blank Octroi field will be considered as Octroi duty is included in basic rate of item and RCF is not liable for it’s payment. Octroi charges will be refunded against documentary proof such as Octroi paid receipt/form-B.

Service Tax: This field is applicable for service related Job (Installation and Commissioning , training etc) . Kindly mention the applicable rate of service tax in this field . e.g. 14% Extra/ Nil etc. Please note that RCF will consider the service tax setoff as per time to time guidelines received from Government based on the RCF manufacturing activities.

3. All payments dues payable to supplier shall be released only after submission of bank guarantee (Where ever applicable) and subsequent confirmation from the bank. RCF shall not be responsible for the delay in making payment on account of any discrepancy in bank guarantee or late receipt of bank guarantee confirmation.

Page 92: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 27 of 57

4. The payment will be released as per payment term mentioned in the Bid abstract sheet (Annexure-4). Please note that for any other payment term price of the party shall be loaded for evaluation purpose as per RCF evaluation criterion. However such other payment terms than RCF standard payment term shall be decided at sole discretion of RCF.

5. Incase of payment term through bank all bank charges shall be to the Bidder/Supplier’s account.

6. Any variation in statutory levies/taxes within the contractual delivery period shall be to RCF’s account & beyond contractual delivery period, upward variation shall be to Supplier’s account.

7. Bidder has to confirm that all General Terms & Conditions stipulated in Annexure- 7 to this NIT are acceptable. Any deviation is to be given in separate page marked “Deviations”, with reference to item of General terms & conditions in the Annexure-7

8. Offers without EMD and non acceptance of Security Deposit, Performance Bank Guarantee clauses etc shall be liable for rejection.

9. Any conditional Discount given by Bidder such as discount applicable for complete order value, minimum order value on certain group of item, Discount for better Payment Terms, etc, shall not be considered for evaluation.

10. Wherever the Bidder does not indicate any rate/% for any item/commercial term, but specifies it to be extra, then the highest cost/amount/% quoted by any other Bidder shall be loaded OR RCF’s decision in this regard shall be final & binding on the party.

11. The P.O will be placed on evaluated L-1 price , considering the Taxes and Duties set off benefit.

12. The P.O for subject tender will be placed on Overall lowest basis.

13. RCF Ltd. reserves the right to accept or reject any/all bids without assigning any reason.RCF Ltd. reserves the right to place order with one or more vendors.

14. RCF Ltd. reserves the right to split the quantum of work/purchase and/or combine works/purchases at its sole discretion.

15. Micro and Small Enterprises shall be considered for benefit subject to terms and conditions detailed in Annexure-7

16. The procurement shall be carried out through submission and processing of tenders in 2 Bid System, followed by mandatory participation in e-Reverse Auction for the finalization of contracts.

17. Incase of offer validity less than 30 days at the time of e-reverse auction, then the prices quoted during e-reverse auction should be valid for at least 30 days from the date of submission of price break up.

18. Whenever, an absurd and irrational quote found by RCF “Where in the opinion and decision of RCF, a bid found to be absurd and irrational, such bid may be discarded. The bidder who has given such bid shall be disqualified from further participation for the tender. In case due to any such error, the e-reverse auction event, if required, RCF may re-conduct the e-reverse auction event. The defaulting party / parties may be disqualified from participation in such re-conducted e-reverse auction event”.

I/ We have readed the above said instructions and we agree/follow the above said points.

Signature and Stamp of the Bidders

Date :

Page 93: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 28 of 57

Press/DCMB 20792 ANNEXURE-5

PRICE BID FORMAT “Grid synchronized 100 KWp Roof Top Solar PV Power Plant at the SITE as per enclosed scope of work and Technical Specifications. Sr. No. ITEM DESCRIPTION LUMPSUM

PRICE IN INR

1 Design, Engineering & Supply of Rooftop Solar PV Power Plant

having capacity of 100 KWp, as per Scope of Works and Technical

specification (Clause No. 3) attached with the tender. Layout and

selection of equipment for above power Plant should be optimized.

Taxes, if any @..... (Please specify)

2 Installation, Commissioning, Testing, Training to at least 2 RCF

Engineers and 5 years warranty for the above 100KWp Solar Power

PLANT.

Service Tax, @....

3 Total Cost in Rs

4 LESS SUBSIDY @--------------% rate

5 NET CAPITAL COST

6 Charges towards 1st year Solar Power Plant Maintenance:

Charges towards 2nd year Solar Power Plant Maintenance:

Charges towards 3rd year Solar Power Plant Maintenance:

Charges towards 4th year Solar Power Plant Maintenance:

Charges towards 5th year Solar Power Plant Maintenance:

7 Service tax @.....

8 TOTAL PROJECT COST

Note:

* As subsidy is given by Ministry of New & Renewable Energy (MNRE) for this type of work, the benefit

of the same shall have to be passed on by the bidder to RCF.

* Bidders shall quote separate charges against Sr. no. 1 & 2.

* The scheme is eligible for certain tax benefits, Bidders are advised to consider such benefits while

submitting their bids.

* The bids shall be evaluated on the basis of total cost of Solar PV Power Plant including associated warranties and 5 years Maintenance.

Page 94: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 29 of 57

ANNEXURE-6

Press/DCMB 20792 BID ABSTRACT SHEET

No. COMMERCIAL

CLAUSES RCF’S REQUIREMENT

TO BE FILLED BY

THE BIDDER

1

EARNEST MONEY DEPOPSIT

Bidder has to submit Earnest Money Deposit (EMD) of Rs 50,000/- through RTGS/NEFT mode . You shall submit details of RTGS/NEFT along with copy of UTR . The details of Bank Account for RTGS/NEFT is as follows, Beneficiary Name : Rashtriya Chemicals & Fertilizers Limited Name of Bank : State Bank Of India Branch : Mahul Road, Chembur, Mumbai Branch Code : 00564 IFSC Code : SBIN0000564 Current A/c No. : 32376445560

Government of India undertakings & Micro and Small Enterprises (MSE) shall submit relevant certificate (Refer Annexure-9) for claiming exemption of EMD. EMD in the form of Demand Draft or any other form will not be accepted. Offers without EMD (or) valid NSIC/MSE certificate (Refer annexure-VII) are liable to be rejected.

Agreed/ Not Agreed

2 PRICE BASIS FOR RCF CHEMBUR. ADDRESS WILL BE GIVEN AT THE TIME OF PURCHASE ORDER

AGREED / NOT AGREED

3 PACKING & FORWARDING:

% / RS. EXTRA / INCLUSIVE IN BASIC PRICE

4

EXCISE DUTY

% EXTRA / INCLUSIVE in basic price / NOT APPLICABLE. ALSO CONFIRM THAT EXCISE INVOICE OF RS. SHOULD ACCOMPANY THE SUPPLY

5

VAT TAX

% OF VAT APPLICABLE EXTRA / INCLUSIVE in basic price % OF CST APPLICABLE EXTRA / INCLUSIVE in basic price

6 TRANSPORTATION % / RS. AS EXTRA / INCLUSIVE in basic price

7 INSURANCE % EXTRA / INCLUSIVE in basic price

8

OCTROI

%. EXTRA / INCLUSIVE / NOT APPLICABLE. IF IT IS BORNE BY BIDDER, PROOF OF OCTROI RECEIPT IS REQUIRED. (Incase OCTROI is not applicable, the name of supply point shall be mentioned)

9 QUANTITY OFFERED AS PER ENQUIRY AGREED / NOT AGREED

10 PART QUANTITY ORDER NOT APPLICABLE

11 PERIOD FOR SUBMISSION OF DRAWING FROM THE DATE OF PO

DELIVERY TO RCF STORES , INSTALLATION AND COMMISSIOINING FROM THE DATE OF DRAWING APPROVAL- 60 DAYS

…………. WEEKS

………….. DAYS

12

VALIDITY OF OFFER

OFFER SHOULD BE VALID UP TO 120 DAYS FROM THE LAST DATE OF SUBMISSION OF TENDER, (MENTION THE DATE UP TO WHICH YOUR OFFER IS VALID)

……………….DAYS (UPTO DT. )

13

LIQUIDATED DAMAGES FOR MUTUALLY AGREED DAMAGE FOR LATE DELIVERY OF

MATERIAL & INSTALLATION AND COMMISSIONING ETC.: LATE DELIVERY CLAUSE IS APPLICABLE FOR THE DELAYED DELIVERY @ 1 % PER WEEK OF DELAY TO MAXIMUM 10 % OF CONTRACT VALUE

AGREED / NOT AGREED

14 GUARANTEE/ WARRANTY FOR A PERIOD OF 5 YEARS FROM THE DATE OF FINAL ACCEPTANCE.

AGREED / NOT AGREED

Page 95: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 30 of 57

15

SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE CLAUSE: SUCCESSFUL BIDDER WILL HAVE TO SUBMIT THE SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE (10% OF VALUE) AS PER CLAUSE NO. 5.0.00 & 6.00 OF NIT WITHIN 15 DAYS FROM RECEIPT OF PO IN THE FORM OF DEMAND DRAFT OR BANK GUARANTEE AS PER RCF FORMAT FROM RCF APPROVED BANKER COVERING THE PERIOD 63 MONTHS FROM THE DATE OF SUPPLY OR 60 MONTHS FROM THE DATE OF FINAL ACCEPTANCE WHCIHEVER EARLIEST.

AGREED/NOT AGREED

16 FIRM PRICE CLAUSE: PRICE SHALL BE FIRM TILL THE EXECUTION OF THE CONTRACT. ANY STATUTORY CHANGE WITHIN CONTRACT PERIOD WILL BE BORNE BY RCF. (Price should be firm else offer will not be considered)

AGREED / NOT AGREED

17

PAYMENT TERMS:

PAYMENT TERM : (i) 70% PAYMENT ALONG WITH 100% TAXES AND DUTIES WILL BE

MADE WITH IN 30 DAYS FROM THE DATE OF FINAL ACCEPTANCE OF THE SYSTEM BY RCF

(ii) 15% PAYMENT WILL BE MADE AFTER SUCESSFUL DEMONSTRATION OF GUARANTED PERFORMANCE RATIO (GPR)

(iii) BALANCE 15% PAYMENT WILL BE MADE AFTER CALCULATING OF CUF (CAPACITY UTILIZATION FACTOR) EVERY YEAR. i.e 3% PAYMENT WILL BE RELEASED EVERY YEAR FOR 5 YEARS

AGREED / NOT AGGRED

18

YOU HAVE SUBMITTED & UNDERSTOOD ALL THE TECHNICAL DETAILS INVOLVING SCOPE OF SUPPLY, INSTALLATION & COMMISSIONING AS PER ANNEXURE ENCLOSED WITH THE ENQUIRY

YES / NO

19

PHOTO COPY OF PRICE BID but WITH PRICES BLANKEDOUT IS ATTACHED WITH THE TECHNICAL BID.(Pl note that this is in addition to Bid Abstract and photo copy only and not duplicate print out shall be submitted.)

Submitted/

Not submitted 20 INSTALLTION AND COMMISSIONING CHARGES TO BE QUOTED AS LUMP SUM AND

SEPARATE FROM MATERIAL CHARGES. QUOTED/NOT QUOTED

21 SERVICE TAX IN % IF APPLICABLE FOR INSTALLATION & COMMISSIONING PORTION

AND MAINTENANCE CHARGES

22

PAYMENT TERM FOR MAINTENANCE CHARGES:

100% PAYMENT WILL BE MADE WITH IN 30 DAYS FROM THE DATE OF COMPLETION OF

MAINTENANCE EVERY YEAR

23 FOR THE WORK ORDER INCOME TAX WILL BE DEDUCTED AT SOURCE AS PER PREVAILING RATES.

Agreed / Not agreed

24 INSURANCE OF PERSONNEL CARRYING OUT INSTALLATION & COMMISSIONING SHALL BE TO YOUR ACCOUNT.

Agreed / Not agreed

25 Pl give your consent for payment through ECS duly filled & signed the enclosed format for ECS payment.

Agreed / Not agreed

26 Bank Account No.

27 If the payment not be made through ECS reason for the same.

28 Excise classification under which the material will be cleared by vendor ( In case of spares classification of the main equipment declared by vendor

29 a). WHETHER THE PARTY IS REGISTERED UNDER MICRO/SMALL/MEDIUM ENTERPRISES ACT 2006 (PLEASE FURNISH THE PROOF- SEE ANNEXURE- VII)

YES / NO

b) WHETHER THE PROPRITAR OF “MSME” ENTERPRISE IS FROM SC/ST CATEGORY (PLEASE ATTACH CAST CERTIFICATE ISSUED BY COMPETANT AUTHORITY)

YES / NO

30 PARTICIPATION IN e REVERSE AUCTION AFTER PRICE BID OPENING. (NON ACCEPTANCE SHALL RESULT IN REJECTION OF YOUR OFFER)

AGREED/NOT AGREED

31 TERMS AND CONDITION OF INTEGRITY PACT AS PER NIT NOT APPLICABLE

32 SUPPLIER SHOULD CONFIRM THAT THEY ARE NOT IN BANNED OR DE LISTED LIST OF

ANY COMPANY.

CONFIRMED/NOT CONFIRMED

NOTES: 1.Please give separate list for deviations, if any. 2. Please fill up this sheet and confirm all the above points.

Date: (Signature and stamp of the Bidder)

Page 96: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 31 of 57

ANNEXURE – 7

RASHTRIYA CHEMICALS & FERTILIZERS LTD. (Government of India Undertaking)

NOTICE INVITING TENDER

GENERAL TERMS & CONDITIONS

1.0.0 Definition The term ‘CONTRACT’ shall mean and include the Notice Inviting Tender (NIT) the Instructions to TENDERER, the Tender, Letter of Intent accepting the tender in part of full, Special and General Terms and Conditions, Directions, and comments conveyed in writing, the Purchase Order or Work Order, and its subsequent variations if any, r any other authorized CONTRACT documents, and

those general and special conditions that may be added subsequently or such other documents, drawings, specifications as may be prescribed. 1.0.01 The terms ‘CONTRACTOR’, shall mean the person(s), firm, company with whom, a CONTRACT has been entered into and shall be deemed to include their representatives, heir, executors and administrators, successors and permitted assignees of such person, person(s), firm or company. 1.0.02 The terms ‘RCF” shall mean Rashtriya Chemicals & Fertilizers Limited having its Registered Office at ‘Priyadarshini’, Eastern Express Highway, Sion, Mumbai 400 022 and shall be deemed to include their successors and/or assignees, and shall include the Administrative and Executive Officers authorized to deal with all matters relating to the CONTRACT. 1.0.03 The Term ‘TENDERER’ shall mean the person(s), firm or company who offer(s) a tender or quotation duly signed in response t the invitation to tender issued by ‘RCF’ and shall be deemed to include their representatives, heirs, executors and administrators, successors and permitted assignees to such person(s), firm or company. 1.1.0 Instructions for submission of

Tender

1.1.01 Every tender shall be made out in English, Hindi or Marathi language. All other information will also be supplied by the ‘TENDERER’ in English, Hindi or Marathi language. Only one language will be used in the tender. In case of conflict the English version shall prevail. All amounts shall be indicated by TENDERER both in works as well as in figures. Whether there is difference between prices quoted in figures, and words, corresponding amount quoted in words shall prevail.

Tenders should be free from overwriting. All corrections should be duly attested by the tenderers. Tenders should be signed by tenderer manually in long hand by person(s) who is/are legally authorized to sign on behalf of the person(s) or firm or company tendering and in case of firm/company, tender should bear its seal or stamp. The legal instrument of authority either in original or a certified copy thereof empowering

the person(s) signing their tender, should accompany the tender. No oral, telephonic or telegraphic tenders or modifications in the tenders shall be considered under any circumstances. All tenderers are requested to submit their tenders STRICTLY as per the instructions given below. Tenders should either be submitted personally in the tender box at the Office of Chief Material Manager, Purchase Section, Administrative Building, Chembur, MUMBAI - 400 074, INDIA, or sent by Registered Post to the same address so as to reach well in advance of the closing date and time. The envelopes containing the tender should be superscribed with The Tender No. and Date of opening. 1.1.02 Submission of Tenders Tenders are to be submitted in quadruplicate and should be type written. Tenders are to be submitted in triple sealed covers as follows:

i. Technical part of tender The first sealed envelope should contain all copies of technical details of the tender. The cover should be clearly marked “Technical part of tender”. ii. EMD & Unpriced Commercial part of

Tender. The second sealed envelope should contain Earnest Money Deposit and Copies of Unpriced commercial part of tender. The cover should be clearly marked “Unpriced Commercial part of Tender”. iii. Commercial Tender with Price. The third sealed envelope should contain all copies of the Commercial part of the tender with

Page 97: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 32 of 57

Price details. The cover should be clearly marked “Commercial part of tender with Prices”.

1.1.03 All the three envelopes should be put into an outer envelope duly sealed. All these four envelopes should be properly super scribed with our “Tender No. and Due Date and Brief Description and the Name of the CONTRACTOR for proper identification. 2.0.00 Clarifications 2.0.01 In case clarifications are required on invitation to tender the TENDERER shall approach RCF in writing well before the opening of the technical part of the tender, and RCF will provide the information required in writing. However, failure to receive any addendum or clarification shall not relieve the TENDERER of any of the obligations stipulated in the invitation to tender.

2.0.02 The invitation to tender with annexure and all attachments will be considered to have been read, understood and accepted by the tenderers unless otherwise specifically stated by them in writing well before the scheduled opening of the technical part of the tender. 2.0.03 The terms and conditions as embodied in the CONTRACT shall be final and any other terms mentioned in the supplier’s tender but not included in the CONTRACT shall be deemed as rejected by RCF.

3.0.00 Tender opening 3.0.01 Tenders will be opened in two stages Part I – Technical & Unpriced Commercial part of the tender. Part II – Commercial part of the tender with prices. 3.0.02 The Technical and Unpriced Commercial part of tender (part-I) will be opened on the prefixed date in the presence of TENDERERS (only public tenders) and their representatives who desire to attend the tender opening. 3.0.03 The Commercial part of tender with Prices (part-II) shall be opened in public (only public tenders) after the corresponding Technical and Unpriced Commercial part of the tender are scrutinized and possible clarifications obtained from such tenderers as may be required so as to bring the tenders at part technically. 3.0.04 Based on clarification, the TENDERER may be asked to submit if required, revised sealed commercial part of the tender with prices (Part-II).

3.0.05 Tenderers will be given adequate notice regarding date and venue of public opening. 4.0.0 EARNEST MONEY DEPOSIT

4.0.01 Earnest Money Deposit (amount as mentioned in invitation to bid) should be

deposited in nearest branch of State Bank of

India, “A/c No.32376445560, M/s Rashtriya

Chemicals & Fertilizers Limited A/c at Mahul

Road Branch, Chembur, Mumbai, Branch

Code 0564 by RTGS / NEFT transfer only.

4.0.02 Any request to adjust Earnest Money Deposit out of the tenderer’s running bills or pending payments will not be considered and the tender will be treated as without Earnest Money

Deposit.

4.0.03 Tenders without Earnest Money Deposit or with the Earnest Money Deposit in a manner other than in what is mentioned above are liable to be rejected at the discretion or RCF.

4.0.04 Government of India Undertakings, Small Scale Industries Registered under single point registration with National Small Scale Industries Corporation and RCF Ancillary Units are exempted from the payment of Earnest Money Deposit.

4.0.05 Forfeiture of Earnest Money

Deposit.

If for any reason whatsoever any TENDERER withdraws his tender at any time prior to expiry of the validity period or after issue of the Letter of Intent, Purchase Order, fails or refuses to execute the order or to furnish the security deposit for faithful performance of the CONTRACT within the stipulated time the amount of Earnest Money is liable to be forfeited.

4.0.06 Refund of Earnest Money

Earnest Money Deposit will not carry any interest. Earnest Money Deposited by the unsuccessful tenderers will be refunded as soon as possible. Earnest Money Deposit of successful TENDERER

will be refunded after the successful TENDERER furnishes the security deposit.

5.0.00 SECURITY DEPOSIT. The Security Deposit for proper & timely fulfillment of the CONTRACT has to be paid by every successful TENDERER. No exemption will be made. The scale of security deposit to be

Page 98: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 33 of 57

furnished is as under or as specified in the bid abstract sheet of the tender:

The amount of security deposit to be

furnished is 10% of CONTRACT value.

The CONTRACTOR will have to give security deposit as specified in the tender in the form of either a Demand Draft in favour of Rashtriya Chemicals & Fertilizers Limited payable at Mumbai, or by means of a Bank Guarantee as per RCF’s proforma (as Annexure-E) from any Nationalized/ Scheduled Bank included in the RCF’s approved list of Banks for Bank Guarantees attached at Annexure-F. The Security Deposit shall be furnished to RCF, for a suitable period as prescribed by RCF in the tender. The Bank

Guarantee should be forwarded by the CONTRACTOR’s Banker directly to RCF with the covering letter of the Bank. RCF reserves the right to insist on Security Deposit in the form of Demand Draft from any CONTRACTOR. 5.0.01 In case of foreign supply, the Bank Guarantee submitted by the foreign bank should be counter guaranteed/confirmed by State Bank of India, Commercial Branch, Swastik Chamber, Sion-Trombay Road, Chembur, Mumbai 400 071, India. The charges of the confirmation if any will be borne by the CONTRACTOR. 5.0.02 In the event of any breach of any of the terms and conditions of the CONTRACT or the CONTRACTOR neglects, delays or fails to perform the CONTRACT, RCF shall have the right to forfeit

the security deposit. The security deposit shall not bear any interest. 6.0.00 PERFORMANCE GUARANTEE The CONTRACTOR shall provide Bank Guarantee for performance, in case of is specified in invitation to bid, equivalent to value of Security Deposit for a period of 63 months from the date of Supply or 60 months from the date of Final acceptance whichever is earliest. Security Deposit can be converted into Performance Guarantee at the discretion of RCF. 7.0.0 VALIDITY OF TENDERS. All tenders should be kept valid for acceptance for 120 days from the tender closing date unless otherwise specified in tender invitation. Tenders of lesser validity period may not be considered. In case of revised commercial tenders with prices (Part-II) for validity period, the date will be reckoned from the date on which revised commercial tenders with prices were opened. 8.0.0 TENDER INFORMATION Tenders should include inter alia the following information.

8.0.01 Technical & Unpriced commercial

part of tenders (part-I)

I. Technical Part. a)- Invitation to tender No. b)- Scope of Supply. c)- Complete description of equipment/mate- rial supported by brochure, catalogue and/or other descriptive standard documents. d)- Completed data sheets as per the requirement of the tender. e)- Lay out drawings of sketched with (approximate) dimensions of equipment and indications of limits of supply. f)- Information on shipping weights and volume with special attention to heavy and over size package. g)-Itemized list of spare parts of i)- Erection and commissioning ii)- Two years operation. h)- Initial supply of spare parts will be ordered on the successful TENDERER. For further orders of spares the TENDERER shall indicate the nearest sources of supply from MUMBAI.

i)- List of Special Maintenance tools, material fixtures and special erection tools and equipments. j)- TENDERER shall state name of the manufacturers proposed for every equipment item, which is not of his own manufacture. k)- List of similar equipments in operation indicating there in whether visits to the plants can be arranged. l)- Third party inspection programmed and scope of work. m)- Nature of Maintenance assistance available or offered by the TENDERER. n)- Nature of Erection and commissioning assistance offered by the TENDERER. o)- The TENDERER should undertake to give shop drawings of spare parts and main equipment to enable RCF to undertake repair and maintenance after installation at site. p)- A certificate that the technical tender is in total conformity with RCF’s specification and if not the list of exclusions and/or deviations.

Page 99: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 34 of 57

q)- Fabrication schedule and a brief statement of activities and time estimate justifying the total delivery. II Unpriced Commercial part of tenders. a)- Invitation to tender No. b)- Earnest Money Deposit, Draft No. and date, Payee Branch of the Bank. c)- Terms of payment. d)- Guaranteed delivery period for each item e)- Places of manufacture with the address. f)- Statement that the liquidated damages or the force majeure clause of RCF and standard terms and conditions are agreeable. g)- Statement showing that the security and performance guarantee clauses, standard terms and conditions are fully agreeable. h)- Country of Origin. i)- Statement showing the date of expiry of agreement with the Labour Union of the CONTRACTOR. J)- Statement that shipping terms are defined by INCOTERMS 2000.

K)- Copies of commercial part of tenders with all prices duly blanked out. l)- Certificate showing that the offer is in total conformity with the terms and conditions as specified in the NIT. If not, list of all deviations should be given with proper justification. m)- Particulars relating to tenders as follows: 1)- Year of establishment. 2)- Name of Bankers. 3)- Certificate of CONTRACTOR’s financial status from Contractor’s Bankers. 4)- Name of the parties for whom similar orders have been executed earlier with their address and dates of equipment supplies and certificate from such companies/firms for the orders which have been executed. 5)- Status of TENDERER from duly filled should be enclosed. (Refer Annexure-III).

6)- Latest Income tax Clearance Certificate/PAN No. (Xerox Copy) In case RCF wants to see the original Income Tax clearance certificate, the same should be produced at short notice. 7)- Sales Tax Registration No., Sales Tax Clearance Certificate. If exempted from Sales Tax, exemption certificate. III Commercial part of tenders with prices (part-II) a)- Invitation to tender No. b)- Tender abstract sheet, c)- Price schedule as applicable. If required by RCF price schedule should be given as per RCF format. d)- Item wise price list of recommended spare parts. e)- Tenderer’s after sales service charges is any. f)- Certificate that prices are valid for 120 days from the tender closing date for placement of Purchase Order/work Order. g)- A certificate showing that the prices will be firm and valid during the CONTRACT period and not subject to any escalation whatsoever. 9.0.00 Currency and Country of Origin. 9.0.01 Currency.

Tenderers shall submit the tenders either in the currency of their country or the currency in which they will be paid. However, in contracts for supply and installation of equipment, the tenderers should state the portion of the tender price relating to the Erection/Installation in Indian Rupees. 9.0.02 Country of Origin. The tenderers will have to furnish information regarding the country of origin of the goods and works in their tender documents. 10.0.0 Transmission of Tenders. All tenders should either be submitted in Tender Box in the office of Chief Materials Manager (Purchase), Administrative Building, (Ground Floor) Rashtriya Chemicals & Fertilizers Ltd., Chembur, Mumbai 400 074, INDIA or sent by courier/ Registered post to the same address so as to reach well in advance of the closing date and time. In their own interest the tenderers are advised to notify the Chief Materials Manager by cable/telex, date and place of despatch of tenders,

Page 100: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 35 of 57

TENDERS RECEIVED AFTER CLOSING DATE ARE LIABLE TO BE REJECTED. 11.0.00 Accompaniments. All tenders must be complete in all respect & should conform to all requirements set forth in the enquiry, annexure and attachments. The contents of the tender invitation, annexure and the attachments will be considered to have been read, understood and accepted by all the tenderers. Al deviations from the specifications set forth in the enquiry should be properly brought out in the Technical Tender. 12.0.0 Compensation for submission of

tender. Tenderers shall not be entitled to claim any costs, charges, expensed or incidentals for or in connection with the preparation and submission of their tenders even though Rashtriya Chemicals & Fertilizers may elect to withdraw the invitation to tender or reject all tenders. 13.0.00 Pricing. 13.0.01 Tenderer’s quotations must conform in all respects to the applicable specifications, drawings, data sheets, terms and conditions of this invitation to tenders. TENDERER must certify that his quotation complies with all enquiry documents and specifications. Exceptions, and deviations if any should be specifically stated. In the event of the TENDERER not giving any exceptions and

deviations in the tender then it will be construed that the TENDERER has accepted RCF’s invitation to the tender in full. 13.0.02 TENDERER may offer a supplementary or alternative proposal (viz his standard design) but in doing so he must state all deviations and/or exceptions to the bas tender. Generally a tender offering only the alternative solution is not accepted. 13.0.03 Tenderers should quote unit and lump sum prices. The price so quoted should be all-inclusive and no claim for extras will be entertained. 13.0.04 Tenderers should clearly indicate in the tender whether they are availing Modvat Credit or such other Credits or Duty Draw Backs. In such cases the TENDERER should stat in the tender that they have considered all such benefits for quoting their price in the tender. 13.0.05 The Unit rate quoted in the tender will form the basis of compensation, if the scope of work is altered within mutually acceptable limit.

13.0.06 The tender shall be based on firm F.O.B/F.A.S. price and on reliable basis estimate of the freight cost from the port of loading to Mumbai Port should also be given. Where there are special shipment terms for ODC/heavy lifts covered by special freight CONTRACT which will have to be unloaded by ship’s own Derricks/Jumbo cranes destination port, price shall be on C & F terms only. The Indigenous Tenderers shall quote free delivery at RCF Trombay site, and also give separately a reliable estimate of freight/transportation charges to site. 13.0.07 Tenderers are required to state the name of proposed manufacturers of every item of equipment, which does not fall under their manufacturing range at the time of submitting the tender. All tenders shall be in the currency of the country from which the equipment and services are to be acquired. In case of:

i. Tenders submitted jointly by Manufacture(s) located in India and Foreign Manufacturer(s).

ii. Tenders submitted by Manufacturer(s)

located in Indian and Foreign sub-supplier(s) and

iii. Tenderers submitted by Foreign

Manufacturer(s) with sub-supplier(s), located in India. The tender documents shall be arranged to show separately the expenditure in Indian and Non-Indian currency. TENDERER shall quote all prices including percentages of total price in figures as well as in words. Where there is a difference between these, the rates given in words shall prevail. Erasures or overwriting of any kind in the tender may render the tender to outright rejection. Where necessary the original figures and words should be scored out and corrected figures and words written again. The TENDERER shall have to attest the corrections. 14.0.00 Price adjustment/escalation THE PRICE QUOTED SHOULD BE FIRM AND SUBJECT OT NO ESCALATION WHATSOEVER DURING THE ENTIRE CONTRACT PERIOD, except for Statutory Levies namely Excise Duty, Sales Tax and Octroi. Rate of Excise Duty, Sales Tax and Octroi, applicable on the date of submission of the tender should be clearly

Page 101: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 36 of 57

mentioned in the tender. Payment shall be made at the rates applicable at the time of supply against documentary evidence. However, in case of delay in supply, if there is any increase in statutory Levies RCF shall restrict the payment of Statutory Levies as prevalent on the delivery date, as mentioned in the Purchase Order or Work Order and amendment(s) thereto. TENDERER shall submit to RCF necessary documentary evidence as may be required to enable RCF to determine the rates of Statutory Levies applicable on the contractual delivery date. 15.0.00 Agency Commission THE TENDERER should indicate the agency commission included in their offer payable to agents in India, if any. The agency commission shall be payable in equivalent Indian Rupees against separate invoice from Indian Agents within 30 days after receipt and acceptance of materials. 16.0.00 Tenderer’s Obligation. i)- To conform to the fabrication schedule provided by him so as to complete the work within the delivery period quoted. ii)- To notify RCF as and when inspections, including pre-shipment inspection are due and arrange rework, if any as a consequence of such

inspection. iii)- Place goods along side vessel of dock in FAS and on board in case C&F, FOB tenders and deliver material free at our Trombay site in case of Indian tenderers. iv)- Provide RCF with clean on board Bill of Lading or clear R.R. v)- Make good any damage or loss or both, until goods are delivered alongside in FAS and on board in C&F and FOB contracts and in respect of Indian Contracts, until goods are delivered or until goods are delivered to carriers in case of ex-factory delivery or until goods are delivered to RCF site in case of free delivery to RCF. vi)- Before submitting the tenders, the tenderers should satisfy themselves of all existing conditions, limitations and official regulation at the site of the work and enroute and the lows governing the CONTRACT. No claim whatsoever shall be entertained on the grounds of ignorance of site conditions and/or conditions prevailing in the surrounding areas. 17.0.0 Standard & Measurements.

Codes or standards equal or of higher quality than the codes or standards stipulated in the Invitation to Tender will be acceptable. Where a brand name with the phrase “or equal” have been specified in the Invitation to tender. TENDERER may quote for alternative articles or materials, which have similar characteristics and provide equal performance and quality to that specified. Metric system has been adopted in the preparation of all design, engineering, and drawing including piping and tubing schedules. The tenderers also shall follow the metric system. 18.0.00 Right of Acceptance & Rejection of Tender. RCF reserves the right to accept at their sole and unfettered discretion any tender for whole or part quantities or to reject any or all tenders without assigning any reason thereof. No claim for compensation etc., whatsoever will be entertained by RCF from unsuccessful tenderers. 18.0.01 Past Performance of the Contractors The Contractors whose past performance have been found not satisfactory, in the opinion of RCF, then, RCF reserves the right to refuse the tender documents, or reject the tender while opening or evaluating the tenders. The decision of RCF regarding performance evaluation shall be

final. 19.0.0 Splitting of Tender. RCF reserves the right to split the tender in parts and to award the contract in full or in parts. 20.0.00 Right of cancellation of CONTRACT. 20.1.00 RCF reserves the right to cancel this CONTRACT or any part thereof and shall be entitled to rescind the CONTRACT wholly or in part forthwith by a written notice to the CONTRACTOR if: 20.1.01 The CONTRACTOR does not adhere to any terms and conditions of the CONTRACT including General & Special, Terms & Conditions. 20.1.02The CONTRACTOR fails to execute the job in time. 20.1.03 The quality of the supply/part supply received is poor or not in conformity with the requirement. 20.1.04 The CONTRACTOR attempts for any corrupt practices.

Page 102: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 37 of 57

20.1.05The CONTRACTOR becomes bankrupt or goes into liquidation. 20.1.06The CONTRACTOR makes a general assignment for the benefit of creditors. 20.1.07 A receiver is appointed for any of the property owned by the contractor. 20.2.00 Upon receipt of said cancellation notice; the CONTRACTOR shall discontinue all work on the CONTRACT and matters concerned with it. 20.2.01 RCF in that event will be entitled to get the job executed from any sources and recover the excess payment over the CONTRACTOR’S agreed price, if any, from the CONTRACTOR. 20.3.00 RCF also reserves the right to cancel the CONTRACT due to Force Measure conditions and the CONTRACTOR will have no claim of compensation whatsoever. 21.0.00 Termination of CONTRACT for Convenience. 21.0.01 RCF may by written notice sent to the CONTRACTOR, terminate the CONTRACT, in whole or in part, at any time for their convenience. The Notice of termination shall specify that termination if for RCF’s convenience, the extent to which performance of work under the CONTRACT is terminated and date upon which such termination becomes effective.

21.0.02 The work that is complete, at the time of receipt of notice of termination shall be taken over by RCF at the CONTRACT terms and prices. For the balance work RCF may opt: a)- to have any portion completed at the CONTRACT terms and conditions. b)- to cancel the reminder and pay the CONTRACTOR an agreed amount for material brought to site for execution of work 22.0.00 Correspondence. All correspondence in respect of this invitation to tender should be made in English quoting tender invitation reference number appearing on the front page. Correspondence should be addressed in duplicate to: GENERAL MANAGER (Commercial), Rashtriya Chemicals & Fertilizers Limited, Administrative Building, (Ground Floor), Chembur, MUMBAI 400 074, INDIA. Tel: +91-22-25522261. Fax No. +91(22) 25522320/25522233

23.0.00 Comparative Analysis of Tenders 23.0.01 All tenderers, in whatever currencies they are will be converted into Indian Rupees for the purpose of comparison. The rate of exchange used for such valuation will be those published by the Reserve Bank of India and ruling on the date of opening of the price tender, unless there is abnormal change in the value of currencies before the award of CONTRACT. In such event the exchange rate ruling at the time of decision to notify the award of CONTRACT to the successful TENDERER will be used. 23.0.02 Comparison will be made between Indian offers (competitive) and Foreign offers on the basis of the landed price. RCF may however, give a margin of price preference to Manufacturers located in India at its sole discretion. 23.0.03 To determine the best evaluated TENDERER, factors other than the price will also be taken into consideration. The following points will enter into evaluation. i)- Tenders quoting firm price will be given preference over the tender’s prices subject to escalation. ii)- Guaranteed deliver period as stipulated in the invitation to tender. iii)- Technical Quality (efficiency, reliability and

suitability) iv)- Terms of payment – an Interest rate of 12 %] per annum or such other rate as decided by RCF from time to time will be used to compute the evaluation of prices in case of advance or progressive payments. v)- Tenderers’ experience in manufacturing similar equipment for similar duties and whether such equipments are in service and operating successfully at designed conditions. vi)- Maintainability and availability of maintenance assistance/support if India. vii)- Cost and availability of spare parts. viii)-Cost of vendor’s assistance in Erection and commissioning. ix)- Cost of expediting and inspection. x)- Tenderers’ guarantee (nature of warranty and warranty period). xi)- Compliance with tender terms, specifications, drawings and data sheets. xii)- Willingness to give shop drawings of spare parts and main equipments.

Page 103: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 38 of 57

xiii)- Tenders from Indian Public Sector Units. 24.0.00 Terms of payment. 24.0.01 Foreign Suppliers The material will be paid for the currency of the country of origin. Incase the CONTRACT stipulates erection at the Indian site the charges for erection will be paid only in Indian currency. Therefore, the TENDERER should clearly mention this amount in the tender. 100% payment shall be made through irrevocable letter of credit against submission of shipping documents and performance bond to cover defect liability period. The TENDERER shall have to furnish the name of their bankers for opening the letter of credit by RCF. 24.0.02 Indigenous suppliers. RCF’s normal payment term is payment within 30 days after receipt and acceptance of material at site, provided bank guarantee for performance if stipulated with the CONTRACT is submitted 24.0.03 RCF may with hold payment to such extend as may be necessary to protect itself from loss on account of: i)- Defective work not remedied. ii)-Failure of the CONTRACTOR to make payment properly or for materials or for labour.

iii)-Reasonable doubts that the CONTRACT cannot be completed with the balance CONTRACT. iv)-Damage to another CONTRACTOR or to RCF property and probable filing of claims. v)- For other reasons mentioned else where in NIT. 25.0.00 Advance payment. In case of large contracts if the CONTRACTOR essentially needs any advance payment then this should be clearly indicated in the Unpriced commercial part of the tender documents. If approved by RCF, such advance payment will be released only on furnishing of suitable bank guarantee as per proforma enclosed (Annexure-7) for an amount equivalent to 110% of the advance payment. AN INTEREST RATE OF 12 % OR SUCH OTHER RATE AS MAY BE DECIDED BY RCF FROM TIME TO TIME WILL BE USED AT THE TIME OF EVALUATION TENDER. 26.0.00 Period for the completion of the CONTRACT.

Time is the essence of the CONTRACT. The CONTRACT should be completed as per the time schedule given in the CONTRACT. The time schedule includes but not limited to time for submission of drawings for approval, incorporation of comments if any, final approval of drawing by RCF. However, if the approval of the drawing is delayed beyond 10 days from the date of receipt of RCF Office, corresponding extension in time shall be allowed provided CONTRACTOR gives a notice in writing that the approval in drawing is delayed and requests for extension of delivery period correspondingly. The CONTRACTOR shall furnish detailed PERT Chart indicating various events and activities, in his tender. CONTRACTOR shall submit to RCF their time schedule in respect of documentation, manufacture and supply of equipment, clearly indicating all main or key events such as material procurement, manufacturing activities, testing, documentation, delivery, transportation, erection, etc. RCF representative shall have the right to inspect the manufacturing activities at the CONTRACTOR’s premises with a view to evaluate the actual progress of work on the basis of CONTRACTOR’s time schedule given to RCF. RCF reserves the right to appoint third party inspection agency in addition to RCF’s own inspection. All third party’s inspection charge will be pad by RCF, unless otherwise specifically stated in the Purchase Order or Work Order.

Notwithstanding the above, in case of the progress in execution of the CONTRACT at various stages is not as per the time schedule or is not satisfactory in the opinion of the RCF which shall be conclusive or if the CONTRACTOR neglects to execute the CONTRACT with due diligence and expedition or shall contravene the provision of the CONTRACT. RCF may give notice of the same in writing to the CONTRACTOR calling upon him to make good the failure, neglect or contravention. Should the CONTRACTOR fail to comply with such notice within the period considered reasonable by RCF and specified in such notice RCF shall have the option and be at liberty to take the CONTRACT, wholly or in part, out of the CONTRACTOR and make alternative arrangements to obtain the requirements and completion of the CONTRACT at the CONTRACTOR’s risk and cost and recover from the CONTRACTOR all extra cost incurred and agreed liquidated damages by the RCF on this account. In such an event RCF shall not be responsible for any loss that the CONTRACTOR may incur and CONTRACTOR shall not be entitled to any gain. RCF in addition shall have the right to forfeit Security/Performance Deposit in full or part.

Page 104: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 39 of 57

26.0.01 PRICE REDUCTION FOR LATE

DELIVERY In the event that the CONTRACTOR fails to meet the time schedule agreed for submission of documents and/or supply of equipments or materials the CONTRACTOR agree for price reduction. The agreed price reduction will be calculated on the total CONTRACT price including subsequent modifications if any, and price escalation, if contractual but exclusive of spare parts. i. In case of delay in supply of documents total price shall be reduced at the rate of 0.1% for complete week of delay subject to a maximum of 0.5% per document group. ii. In case of delay in delivery of equipment/material including shipping documents price shall be reduced at the rate of 0.5% for complete week of delay subject to maximum of 5% of CONTRACT value.

One week’s grace period will be granted in the calculation of the delay. Date of delivery is the date of clean on board Bill of Lading or date of clear R/R and in case of direct delivery to our Stores the date of receipt at Stores. Notwithstanding the above in the event of protracted delay in delivery, RCF shall reserve the right either to cancel the CONTRACT wholly or partially and make alternative arrangement at the

risk and cost of the CONTRACTOR with a notice of seven days to the CONTRACTOR. 27.0.00 Inspection and Testing. RCF shall have the option to appoint an Inspection Agency for stage and final inspection of the equipment/material ordered under the CONTRACT. All testing and trails including those carried out for material, whether or not manufactured by CONTRACTOR, shall be witnessed by our Inspector. All the test certificates in original as required shall be furnished by the CONTRACTOR. Along with the supply of the equipment/material. The CONTRACTOR shall arrange where ever necessary and applicable, inspection as per statutory provisions such as Indian Boiler Regulation, Indian Electricity Act, Indian Explosive Act, etc. The CONTRACTOR shall be responsible for arranging the visit of the Boiler Inspector Electrical Inspector, Explosive Inspector, or any such statutory authority for obtaining necessary clearance before the supply of equipment/material.

The equipment shall be despatched only after the inspection and acceptance certificate issued by the Inspector in writing, unless otherwise provided for the CONTRACTOR. Copies of the inspection and acceptance certificates shall be sent to RCF along with the advance copies of the invoice. 28.0.00 SUB CONTRACT. Written consent of RCF should be obtained before the work is sub contracted, in case the CONTRACTOR intends to employ SUB CONTRACTOR(s). Sub contracting shall not imply any limitation of CONTRACTOR’s liability to fulfill the CONTRACT. Should the SUB CONTRACTOR, in the opinion of RCF, appear to be unfit to carry out his part of the CONTRACT or the progress of the SUB CONTRACTOR’s work in such that the planned time of completion within the terms of the order is jeopardized, RCF shall have the right to instruct the CONTRACTOR in writing to terminate the SUB CONTRACT without notice or a short notice. This shall not give raise to any claim from SU B CONTRACTOR or relieve the CONTRACTOR from any of his contractual obligations and responsibilities. 29.0.0 Disputes and Arbitration In the even of any question, dispute or difference arising under the CONTRACT, the same shall be referred to the sole arbitration of a person appointed to the Arbitrator by CMD, RCF. There

will be no objection that the Arbitrator is in service of RCF that he had to deal with the matters to which the CONTRACT relates or that in the course of his duties as an employee of RCF he had expressed views on all or any of the matters in dispute or difference. The Arbitrator shall give a reasoned or speaking award. The award of the Arbitrator shall be final and binding on the parties to the CONTRACT. In the event of the Arbitrator dying, neglecting or refusing to act or resigning or being unable to act for any reason, it shall be lawful for the CMD. RCF to appoint another Arbitrator in place of outgoing Arbitrator in the manner aforesaid. The venue of arbitration shall be Mumbai. 30.0.0 Transit Risk Insurance. All consignments under the CONTRACT, which are despatched to RCF, will be covered for Transit Insurance under RCF’s Open General Insurance Policy with the underwriters RELIANCE GENERAL INSURANCE CO. LTD., 3RD FLOOR, PALAI PLAZA, OPP.PRITAM HOTEL, DADAR T.T., MUMBAI-400014, TEL: +91 22 32481021 FAX:+91 22 24103779, CONTACT PERSON MR. GAURAV SHARMA / MR. SWAPNIL BANIA, SENIOR MANAGER. Email:

Page 105: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 40 of 57

[email protected],[email protected]) or such other Insurance Company as may be prescribed by RCF from time to time. Advance intimation of dispatch of consignment(s) shall be given by the CONTRACTOR to our underwriters indicating there in the manner of dispatch, nature of packing, weight and such other details as required for insurance coverage. The CONTRACTOR should ensure that the above information is forwarded under Registered Acknowledgement Due Letter, and acknowledgement received is kept in their record. The contractors shall also ensure that supply of material is adhered to as per CONTRACT and packings are as per specifications laid out under Marine Insurance Guidelines. CONTRACTOR shall assist RCF, Insurance Co., Surveyors, and any other coordinating agency appointed by RCF for early settlement of claim(s) if any. CONSIGNMENTS DESPATCHED ON “CIF” OR “FREE DELIVERY TO RCF” BASIS SHALL NOT BE INSURED AGAINST RCF’S OPEN GENERAL INSURANCE POLICY. 30.0.01 Indigenous Suppliers. The consignment shall be insured for cost plus freight plus taxes if applicable, with the RELIANCE GENERAL INSURANCE CO. LTD., 3RD FLOOR,

PALAI PLAZA, OPP.PRITAM HOTEL, DADAR T.T., MUMBAI-400014, TEL: +91 22 32481021 FAX:+91 22 24103779, CONTACT PERSON MR. GAURAV SHARMA / MR. SWAPNIL BANIA, SENIOR MANAGER. Email: [email protected],[email protected] or such other Insurance Company as may be prescribed by RCF from time to time. The Indigenous Suppliers shall intimate the above underwriters in writing as soon as the consignment is despatched with dispatch particulars. 30.0.02 Foreign Suppliers. The consignment shall be insured against all the risks including SRCC from suppliers warehouse to warehouse of RCF with the above underwriters. Foreign suppliers shall intimate the above underwriters in writing as soon as the consignment is despatched from their works with despatch particulars. 31.0.0 Taxes and Duties All taxes and duties should be shown separately in the tender where ever applicable. RCF is registered under Central Sales Tax Act as well as

Maharashtra Sales Tax Act. Central or Maharashtra Sales Tax as applicable should be stated in the quotation. In case of CST ‘C’ Form will be issued. Our CST No. is 400074 – C.I. dated 01.04.96 and MST No. 400074 S I dated 1.4.96. Excise duty as applicable should also be clearly and separately shown in the tender. CONTRACTOR shall submit all original documents for payment of Excise Duty, Customs Duty, Octroi, etc. 32.0.00 Jurisdiction of Court The CONTRACT shall be deemed to have been entered into at Mumbai and all causes of action in relation to the CONTRACT will thus be deemed to have been arisen only within the jurisdiction of the Mumbai Courts. 33.0.0 Secrecy Any information derived or otherwise communicated to the CONTRACTOR in connection with the CONTRACT shall be regarded as secret and confidential and shall not without the written consent of the RCF be published or disclosed to any third party or made used of by the CONTRACTOR except for the purpose of implementing the CONTRACT. 34.0.00 Law governing the CONTRACT This CONTRACT shall be governed by the laws of Union of India for the time being in force.

35.0.00 Negotiations RCF may not conduct any negotiation for the tender as far as possible. However, RCF reserves the right to conduct negotiation if the conditions so warrant. 36.0.00 Other Requirements All tenderers should submit the following documents along with the commercial part of the tender. 1)- A certificate signed by Independent Chartered Accountant furnishing the names of any Associated Units of the TENDERER or names of any Units in which any of the Directors/Partners of the TENDERER has any interest. In case the TENDERER has no associated unit and/or none of the Directors/ Partners have interest in any other unit(s) they should furnish a certificate from Chartered Account of this effect. 2)- CONTRACTOR should declare the name(s) of his or the firm’s partners/relatives if they are working in RCF. If relative(s) of CONTRACTOR is/are working in RCF, a certificate to this effect shall be furnished by the CONTRACTOR.

Page 106: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 41 of 57

3)- CONTRACTOR should furnish the latest Inc ome Tax Clearance Certificate. 4)- CONTRACTOR should furnish the Solvency Certificate issued by their Bankers in a sealed cover. 5)- CONTRACTOR should complete the proforma on “Status of TENDERER” as per annexure enclosed. 6)- CONTRACTOR should furnish Sales Tax Clearance Certificate and if they are exempted from payment of Sales Tax, the exemption certificate to be furnished. 37.0.00 Force Majeure. Neither the CONTRACTOR nor the RCF shall be considered the default in the performance of their contractual obligations under the order so long as such performance is prevented or delayed for reasons, such as Acts of God, severe earthquake, typhoon or cyclone (except monsoon) floods, lightning, landslide, fire or explosion, plague or epidemic, strikes, lockouts lasting more than 14 consecutive calendar days sabotage, blockages, war, riots, invasion, act of foreign enemies, hostilities, (whether war be declared or not), civil war, rebellion, revolution, insurrection, or military usurped power or confiscation or trade embargoes or destruction or requisition by order of any Government or any public authority. CONTRACTOR shall notify RCF about the occurrence of the force majeure events and provided RCF with the details of the arising and ceasing of the impediment. At the end of the impediment CONTRACTOR shall provide

justificatory documentation countersigned by the Local Chamber of Commerce. Should one or both the parties be prevented fulfillment of the contractual obligations by a state of force majeure lasting continuously for a period of six weeks the two parties shall consult each other regarding the future implementation of the CONTRACT. The mere shortage of labour, materials or utilities shall not constitute force majeure unless caused by circumstances, which are themselves, force majeure. CONTRACTOR shall endeavor to prevent, over come or remove the causes of force majeure. No ground for exemption can be invoked if the CONTRACTOR failed to give timely notice by a Registered Letter and subsequently sup-ported by documentary evidence. 38.0.00 Patent Rights. The CONTRACTOR shall fully indemnify RCF, its customers and users, against any action, claim or demand, costs or expenses, arising from or incurred by reason of any infringement or alleged infringement of letters, patent, trade mark or name, copyright or other protected rights in respect of any materials supplied. All royalties and the like payment shall be paid directly by the CONTRACTOR.

epidemic, strikes, lockouts lasting more than 14 consecutive calendar days sabotage, blockages, war, riots, invasion, act of foreign enemies, hostilities, (whether war be declared or not), civil war, rebellion, revolution, insurrection, or military usurped power or confiscation or trade embargoes or destruction or requisition by order of any Government or any public authority. CONTRACTOR shall notify RCF about the occurrence of the force majeure events and provided RCF with the details of the arising and ceasing of the impediment. At the end of the impediment CONTRACTOR shall provide justificatory documentation countersigned by the Local Chamber of Commerce. Should one or both the parties be prevented fulfillment of the contractual obligations by a state of force majeure lasting continuously for a period of six weeks the two parties shall consult each other regarding the future implementation of the CONTRACT. The mere shortage of labour, materials or utilities shall not constitute force majeure unless caused by circumstances, which are themselves, force majeure. CONTRACTOR shall endeavor to prevent, over come or remove the causes of force majeure. No ground for exemption can be invoked if the CONTRACTOR failed to give timely notice by a Registered Letter and subsequently sup-ported by documentary evidence. 38.0.00 Patent Rights. The CONTRACTOR shall fully indemnify RCF, its customers and users, against any action, claim or

demand, costs or expenses, arising from or incurred by reason of any infringement or alleged infringement of letters, patent, trade mark or name, copyright or other protected rights in respect of any materials supplied. All royalties and the like payment shall be paid directly by the CONTRACTOR.

Page 107: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 42 of 57

Annexure- 9

Benefits to Micro and Small Enterprises : With reference to the Order of the Ministry of MSME , under the Public Procurement

Policy March 2012 , Micro and Small Enterprises shall be entitled for benefits, subject to terms and conditions, as under:

a) Qualifying Criteria for MSEs , SC/ST vendors : i. MSE bidders must submit registration certificates from any of the following (or any other

body specified by the Ministry of MSME) :

National Small Industries Corporation (NSIC)

District Industries Centres (DIC)

Coir Board

Khadi and Village Industries Commission(KVIC)

Khadi and Village Industries Board(KVIB)

Directorate of Handicrafts and Handloom

ii. SC/ST owned enterprises ( i.e. SC/ST proprietorship, or holding minimum 51% shares in case of Partnership/Private Limited Companies) shall additionally submit relevant SC/ST certificates issued by any of the following:

District/Additional District Magistrate /Collector/Deputy Commissioner/ Additional Deputy Commissioner/Deputy Collector/1st Class Stipendiary Magistrate/Sub-divisional Magistrate / Taluka Magistrate / Executive Magistrate/ Extra Assistant Commissioner

Chief Presidency magistrate /Additional Chief Presidency magistrate /Presidency magistrate

Revenue Officer not below the rank of Tehsildar

Sub-divisional Officer of the area where the individual and/or his family normally resides

iii. The registration shall be valid as on date of placement of order. A self- attested photocopy of the relevant certificate shall be submitted as a support document.

iv. The registration must be for the items/category of items /services relevant to the tendered items/category of items/services.

(b) Purchase Preference for MSE :

In tenders, where the L1 (evaluated price) bidder is a non-MSE, up to 20% of the tendered quantity shall be allowed to be supplied by participating MSEs provided that the tendered quantity is divisible into two or more orders and adequate for the purpose; all qualifying bidders have agreed for acceptance of part-order quantity and participating MSE matches the L1 rate.

A share of 4% out of this 20% shall be allowed to be supplied by participating MSEs owned by Scheduled Cast/Scheduled Tribe entrepreneurs. In the case of an SC/ST owned MSE failing to participate in the tender or not meeting the tender requirements , this 4% sub-target shall be met by other participating MSEs . The above shall be subject to that the participating MSE (including SC/ST) bidders shall have quoted a price within +15% of the L1 bid price and further that they shall agree to match their quoted price with the L1 price.

Page 108: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 43 of 57

In case that two or more MSEs are within the L1 +15% band, all such MSEs will be offered the opportunity to match the L1 rate and 20% of the order will be shared equally by them. Where the MSE is SC/ST owned, they shall be exclusively awarded a share of 4% of the above 20% in addition to equally sharing the balance 16% with other non-SC/ST MSEs . In case of more than one SC/ST MSE matching the L1 price, they shall equally share 4% of the order , and additionally share the balance 16% with other non-SC/ST MSE bidders.

(c) Exemption from Earnest Money Deposit (EMD)/ Tender cost and Security Deposit (SD)

for MSE:

i) Tenders shall be provided free of cost and tender documents are downloadable from the websites of RCF (http://www.rcfltd.com) and the Central Public Procurement (CPP) Portal (http://www.eprocure.gov.in/epublish/app) or can be obtained from the Office of Dy. General Manager (Purchase)/ Dy. General Manager Commercial ).

ii) MSE units qualifying as at (a) above shall be exempt from paying EMD.

iii) Additionally, MSEs registered with NSIC shall be exempt from paying Security Deposit up to the monetary limit mentioned in the certificate.

Page 109: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 44 of 57

Annexure- 10

MODALITIES FOR PROCUREMENT THROUGH REVERSE AUCTION

The following steps noted below shall be the general methodology for carrying

out the process of procurement through the route of Reverse auction. Please note that some of the steps enumerated may vary or be replaced/ deleted in

order to accommodate for certain systemic or procedural compliance.

1. The offers shall be called in 2 Bid System. The bidders shall be required to submit their offers in 2 separate envelope parts- (a) ‘Technical &

Un-priced Commercial Bid’ and (b) ‘Price Bid’. The Technical & Un-priced Commercial Bid shall contain along with the

duly filled-in requisite Annexure, the “Format A - Process Compliance Form” (as per attached format) on bidder’s letterhead, confirming

Acceptance of all the terms for participating in the Reverse Auction. Non-acceptance / Non-submission of the “Process Compliance Form”

shall be a basis for rejection of the offer. 2. The first part of the offer, Technical & Un-priced Commercial Bid, shall

be opened on the due date and time as per the NIT, in the presence of the representatives of those bidders who choose to remain present.

3. The Technical & Un-priced Commercial bids opened shall be scrutinized for technical and commercial acceptability including the pre-qualification

criteria (the existing pre-qualified suppliers shall be exempt from this

criteria). The offers not fulfilling the technical criteria as per the NIT shall be rejected outright.

4. The offers will be evaluated as per the evaluation procedure mentioned in the NIT. The offer which meets the NIT requirements, technically

(including pre-qualification criteria) and commercially, shall be eligible for further consideration. Before opening of the Price Bids, offers of all

techno-commercially acceptable tenderers shall be at par. The tenderers whose offers qualify shall be intimated regarding the due date

and time of opening of price bid. The bidders have the option of attending the opening of the Price Bids at the due date and time.

5. After opening the price bids and arriving at evaluated cost to RCF, the tenderers whose price bids have been opened shall be required to

participate in the Reverse Auction event conducted by the RCF’s Service Provider.

6. It shall be RCF’s discretion to use the Lowest Evaluated Cost (Unit

Rate) obtained amongst the Price Bids opened or any other price as decided by RCF as the Opening Bid Price for the Reverse Auction.

Page 110: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 45 of 57

BUSINESS RULES FOR REVERSE AUCTION

A. GENERAL TERMS AND CONDITIONS OF REVERSE AUCTION (ON-LINE BIDDING ON INTERNET)

1. For the reverse auction, technically and commercially acceptable tenderers only shall be eligible to participate.

2. RCF through authorized service provider will provide all necessary

training and assistance before commencement of on line bidding on Internet.

3. RCF will inform the tenderer in writing the details of service provider including contact details to enable them to contact and get trained.

4. Business rules like event date, time, start price, bid decrement, extensions, etc. also will be communicated through service provider for

compliance. 5. Tenderers have to enclose the duly signed & filled-in compliance form

in the prescribed Format A– Process Compliance Form along with the un-priced commercial bid. Without this said form, the tenderer will not

be eligible to participate in the tender. 6. It is mandatory for tenderer to have a valid digital signature certificate

issued by any of the valid Certifying Authority approved by Government of India for participation in the Reverse Auction event at the time of

submission of offer. The cost of digital signature will be borne by

respective tenderer. 7. RCF will provide the evaluation sheet (e.g.: EXCEL sheet) to each

tenderer, if any, the start of reverse auction which will help to arrive at “Evaluated Cost to RCF” as detailed in NIT.

8. Reverse auction will be conducted on schedule date & time. 9. At the end of reverse auction event, the evaluated lowest tenderer

cost will be displayed on the auction website. 10. The lowest tenderer has to fax / e-mail the duly signed filled-in

prescribed Format B – Price Confirmation as provided to RCF immediately after closing of reverse auction event.

11. The reverse auction will be treated as closed only when the bidding process gets closed in all respects for the item listed in the

Reverse Auction (RA) event. B. Business Rule for finalization of the procurement

Please go through the guidelines carefully given below and submit your

acceptance to the same in the attached prescribed Format A – Process Compliance Form along with the un-priced commercial bid.

1. Reverse Auction ON-LINE BIDDING ON INTERNET) shall be conducted by RCF, on pre-specified time & date; the tenderers shall be quoting

from their own offices/ place of their choice. Internet connectivity and other paraphernalia requirements shall have to be ensured by tenderers

themselves.. In order to ward-off such contingent situation like internet

Page 111: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 46 of 57

connectivity failure, power failure etc., tenderers are requested to make

all the necessary arrangements / alternatives whatever required so that they are able to circumvent such situation and still be able to participate

in the reverse auction successfully. However, the tenderers are requested to not to wait till the last moment to quote their bids to avoid

any such complex situations. It is to be noted that either RCF or RCF’S SERVICE PROVIDER shall not be responsible for these unforeseen

circumstances 2. RCF’S SERVICE PROVIDER shall arrange to train the nominated

person(s) of the tenderer, without any cost. Service provider shall also explain all the Rules related to the Reverse Auction mentioned in the

Business Rules Document to be adopted, as per NIT. 3. OPENING PRICE / BID DECREMENT: The opening bid price of the

Reverse Auction and the bid decrement value shall be available to the tenderers on their respective bidding screen.

4. BID PRICE: The Tenderer has to quote the Evaluated Cost to RCF for

the items specified. Any techno-commercial loading, to arrive at the Evaluated Cost to RCF, shall be intimated to tenderers prior to Reverse

Auction event in the form of Evaluation sheet. Detailed evaluation procedure of bids is mentioned in the NIT as annexure.

5. Procedure for Reverse Auctioning a. Reverse Auction: RCF will declare its Opening Price (OP),

which shall be displayed to all tenderers during the start of the Reverse Auction. The tenderer will be required to start

bidding after announcement of Opening Price and decrement amount. Opening Price displayed on screen is evaluated

price to RCF. The first online bid and the subsequent bids, received in the system during the event shall be less than

the Auction's opening bid price by one decrement or multiples of decrement.

b. Reverse Auction shall be for a period of 60 minutes or as

per RCF’s requirement. If a tenderer places a bid in the last 5 minutes of closing of the Reverse Auction and if that bid

gets accepted, then the auction’s duration shall get extended automatically for another 5 minutes, for the

entire auction (i.e. for all the items in the auction), from the time that bid comes in. The auto-extension will take place

only if a bid is received & accepted in those last 5 minutes. If the bid does not get accepted, the auto-extension will not

take place. In case, there is no bid in the last 5 minutes of closing of Reverse Auction, the auction shall get closed

automatically without any extension. However, tenderers are advised not to wait till the last minute or last few

seconds to enter their bid during the auto-extension period to avoid complications related with internet

Page 112: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 47 of 57

connectivity, network problems, system crash down,

power failure, etc. c. After the completion of Reverse Auction, the Closing /

Final Price (CP) shall be available on auction screen. d. At the end of the reverse auction, L1 tenderer (i.e. tenderer

who has quoted lowest final closing price) has to provide price confirmation giving a detail break up through email or

fax on tenderer’s letter-head immediately as per attached prescribed FORMAT B – Price Confirmation.

6. During Reverse Auction, if no bid is received within the specified time, RCF, at its sole discretion, may decide to reschedule / scrap the Reverse

Auction process / proceed with conventional mode of tendering / or finalize the tender based on Prices Bid submitted in the envelope

7. Placement of order on the conclusion of Reverse Auction shall be at the discretion of RCF. Bids once made by tenderer, cannot be cancelled or

withdrawn.

8. It shall be the prerogative of RCF to offer the Final / Closing Price of Reverse Auction to the other bidders for matching in case RCF decides

to have more than one supplier. The bidders shall be offered to confirm FINAL / Closing Price in Reverse Auction in sequence of their ranking in

Final Price offered during Reverse Auction event. 9. The tenderer shall be assigned a Unique User Name & Password by

RCF’S SERVICE PROVIDER. The tenderer are advised to change the Password and edit the information in the Registration Page after the

receipt of initial Password from RCF’S SERVICE PROVIDER to ensure Confidentiality. All bids made from the Login ID given to tenderer will

be deemed to have been made by them. 10. The following detail of e-Reverse Auction will be informed to the vendors

appropriately before conducting the Reverse Auction. i) The Opening Price of Reverse Auction

ii) Bid Decrement iii) Auction extension rule iv) Date and Time of Event

v) Duration of the event

The tenderer will be able to view the following on screen along with the

necessary fields in the Reverse Auction: _ Leading Bid in the Auction (Current Lowest Rate)

_ Bid placed during the event _ Opening Price & Decrement Value.

11. RCF’s decision for award of Contract shall be final and binding on all the Tenderers.

12. RCF shall not have any liability to tenderers for any interruption or delay

in access to the site irrespective of the cause. 13. The tenderer will be required to submit their acceptance to the terms /

conditions / modality given above before participating in the reverse auction.

Page 113: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 48 of 57

C. Other terms & conditions

_ The Tenderer shall not indulge either by himself or through any of his representatives in Price manipulation of any kind ether directly or indirectly

and shall not divulge, in any manner, the details of rates and other information connected with the tender to other suppliers / tenderers.

_ The Tenderer shall not divulge particulars of his Bids or any other exclusive details of RCF to any other party._ RCF and/or RCF’S SERVICE PROVIDER

shall not have any liability to Tenderers for any interruption or delay in access to the site irrespective of the cause.

_ RCF and/or RCF’S SERVICE PROVIDER is not responsible for any damages, including damages that result from, but are not limited to negligence.

_ RCF and/or RCF’S SERVICE PROVIDER will not be held responsible for consequential damages, including but not limited to systems problems,

inability to use the system, loss of electronic information etc.

Page 114: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 49 of 57

FORMAT – A Process Compliance Form

(Tenderers are required to print this on their company’s letter head and sign, stamp.)

To M/s. RCF Ltd.

Attention : Sub: Acceptance to the Process related Terms and Conditions for the Reverse

Auction Dear Sir,

This has reference to the Terms & Conditions for the Reverse Auction mentioned in the NIT NO Press/DCMB 20792 For supply AND INSTALLATION AND COMMISSIOINING OF SOLAR POWER GENERATION SYSTEM in RCF Trombay Unit.

We hereby confirm the following - 1) The undersigned is authorized representative of the company.

2) We have carefully gone through the NIT, Tender Documents and the Business Rules governing the Reverse Auction as well as this document.

3) We also confirm that we will undergo the training by RCF’s SERVICE

PROVIDER on the auction tool and the functionality of the same.. 4) We confirm that RCF and RCF’S SERVICE PROVIDER shall not be liable &

responsible in any manner whatsoever for my/our failure to access & bid on the e-auction platform due to loss of internet

connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen circumstances etc. before or during the auction event.

5) We also confirm that we have a valid digital certificate issued by a valid Certifying Authority and self attested copy enclosed

6) We also confirm that we will fax / e-mail the price confirmation & price break up of our quoted price as per FORMAT B – Price Confirmation after the

closing of reverse auction event We, hereby confirm that we will honour the Bids placed by us during the auction process.

With regards Signature with company seal

Name –

Company / Organization – Designation within Company / Organization –

Address of Company / Organization – E-mail Id:

Tel No/Mobile no. :

Page 115: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 50 of 57

FORMAT – B

Price Confirmation (Tenderers are required to print this on their company’s letter head

and sign, stamp before faxing) To

M/s. RCF Ltd. Trombay Unit

Attention - Sub: Final price quoted during Reverse Auction and price break up

Ref : 1. RCF NIT Press/DCMB 20792 For supply AND INSTALLATION AND COMMISSIOINING OF SOLAR POWER GENERATION SYSTEM in RCF Trombay Unit.

Reverse Auction dt. ……………

Dear Sir, We confirm that we have quoted the final price

1. ---------------------------------------------------- (in words & figures) (Price quoted on Evaluated cost to RCF basis)

as our final lump sum prices during the Reverse Auction conducted on _________ (date)

(Price Breakup attached as per RCF evaluation sheet (excel) format)

With regards Signature with company seal

Name – Company / Organization –

Designation within Company / Organization – Address of Company / Organization –

E-mail Id Tel no.:

Mobile no:.

Page 116: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 51 of 57

ANNEXURE-11

FORMAT FOR BANK GUARANTEE TOWARDS SECURITY DEPOSIT AND PERFORMANCE

GARANTEE

( To be submitted on Rs. 200 valid non judicial stamp paper )

Bank Guarantee No. __________ dated ________ M/s Rashtriya Chemicals & fertilizers Ltd, …………………., ………………….. ………………….. Dear Sirs, In consideration of M/s Rashtriya Chemicals and Fertilizers Limited, [hereinafter referred to as ‘RCF’, which expression unless repugnant to the context and meaning thereof shall include its successors and assigns], having agreed to exempt, M/s.__________________________________having its registered/principal office at ______________________________________________ [hereinafter referred to as ‘Supplier / Contractor’ which expression unless repugnant to the context and meaning thereof shall include its successors and assigns], from depositing with RCF a sum of Rs.___________ towards security / performance guarantee in lieu of the said Supplier / Contractor having agreed to furnish an irrevocable bank guarantee for the said sum of Rs._________ as required under the terms and conditions of Contract / Work Order / Purchase Order no. ______________________ dated __________ [hereinafter referred as the ‘Order’] placed by RCF on the said supplier / contractor, we, ____________________________________________ [hereinafter referred to as ‘the Bank’ which expression shall include its successors and assigns] do hereby undertake to pay RCF an amount not exceeding Rs. ______________ [Rupees _________________ ] on demand made by RCF on us due to a breach committed by the said Supplier / Contractor of the terms and conditions of the Order. 1. We ____________ the Bank hereby undertake to pay the amount under the guarantee without any demur merely on a demand received in writing from RCF stating that the Supplier / Contractor has committed breach of the term(s) and/or condition(s) contained in the Order and/or failed to comply with the terms and conditions as stipulated in the Order or amendment(s) thereto. The demand made on the Bank by RCF shall be conclusive as to the breach of the term(s) and/or condition(s) of the Order and the amount due and payable by the Bank under this guarantee, notwithstanding any dispute or disputes raised by the said Supplier / Contractor regarding the validity of such breach and we agree to pay the amount so demanded by RCF forthwith and without any demur. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ______________ [Rupees _________________ ]. 2. We, ______________ the Bank further agree that this irrevocable guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Order and that it shall continue to be enforceable till all the dues of RCF under or by virtue of the said Order have been fully paid and its claim satisfied or discharged or till RCF certifies that the terms and conditions of the Order have been fully and properly carried out by the Supplier / Contractor and accordingly discharge the guarantee. 3. We ________________ the Bank, undertake to pay to RCF any money so demanded notwithstanding any dispute or disputes raised by the said Supplier / Contractor in any suit or proceedings pending before any court or tribunal relating thereto as our liability under this present being absolute and unequivocal. The payment so made by us under this Guarantee shall be valid discharge of our liability for payment there under and the said Supplier / Contractor shall have no claim against us for making such payment.

Page 117: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 52 of 57

4. We ________________ the Bank further agree that RCF shall have full liberty, without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the Order or to extend time of performance by the said Supplier / Contractor from time to time or to postpone, for any time or from time to time, any of the powers exercisable by the RCF against the said Supplier / Contractor and to forbear or enforce any of the terms and conditions relating to the Order and shall not be relieved from our liability by reason of any such variation or extension being granted to the said Supplier / Contractor or for any forbearance, act or omission on the part of RCF or any indulgence by RCF to the Supplier / Contractor or by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions have effect of so relieving us. 5. In order to give full effect to this guarantee, RCF will be entitled to act as if the BANK were the principal debtor and the BANK hereby waives all rights of surety ship. 6. Our liability under this bank guarantee is restricted to Rs. _________ [Rupees __________________] and shall remain in force up to _______________ and thereafter till the expiry of the extended period, if any, (hereinafter Validity period). Unless a demand is made under this guarantee on us in writing at any time from the date of issue of the guarantee till the expiry of the Validity period, we shall be discharged from all liabilities under this guarantee thereafter. 7. The claim, if any, under this guarantee, shall be lodged at (address of BANK & Branch) _________________________________________. 8. This guarantee will not be discharged due to change in the constitution in the Bank or the said Supplier / Contractor or the provision of the contract between Supplier / Contractor and RCF. 9. The BANK hereby agrees that the Courts in Mumbai shall have exclusive jurisdiction in any matter of dispute between RCF and the Bank and the Bank hereby agrees to address all the future correspondence in regard to this bank guarantee to Chief Finance Manager, Rashtriya Chemicals and Fertilizers Limited, Administrative Building, Mahul Road, Chembur, Mumbai 400 074. INDIA. 10. We have the power to issue this Guarantee in your favour under the Charter of our Bank and the undersigned has full power to execute this Guarantee under the Power of Attorney granted to him by the Bank. 11. We, _____________ the Bank lastly undertake not to revoke this guarantee during its currency except with the previous consent of the RCF in writing. SIGNED AND DELIVERED ON THIS _______________ DAY OF ________ Yours faithfully, For and on behalf of _____________________. (bank) Signature of Authorised Official of bank Name of the Official: Designation of the Official: Name of Bank: Branch: Address of Branch: Telephone / Mobile No : Fax No: Email Id:

Page 118: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 53 of 57

LIST OF RCF APPROVED BANKERS FOR BANK GUARANTEES

A) STATE BANK OF INDIA AND IT’S ASSOCIATE BANKS:

1. State Bank of India,

2. State Bank of Bikanar & Jaipur,

3. State Bank of Hyderabad,

4. State Bank of Mysore,

5. State Bank of Patiala,

6. State Bank of Travancore. B) NATIONALISED BANKS:

1. Allahabad Bank,

2. Andhra Bank,

3. Bank of Baroda,

4. Bank of India,

5. Bank of Maharashtra,

6. Canara Bank,

7. Central Bank of India,

8. Corporation Bank,

9. Dena Bank,

10. Indian Bank,

11. Indian Overseas Bank,

12. Oriental Bank of Commerce,

13. Punjab & Sind Bank,

14. Punjab National Bank,

15. Syndicate Bank,

16. UCO Bank,

17. Union Bank of India,

18. United Bank of India,

19. Vijaya Bank. C) OTHER BANKS:

1. Catholic Syrian Bank Ltd

2. City Union Bank Ltd

3. Kotak Mahindra bank Ltd.,

4. South Indian Bank Ltd.,

5. Tamilnad Merchantile Bank Ltd.,

6. The Federal Bank Ltd.,

7. The Jammu & Kashmir bank Ltd,

8. The Karnataka Bank Ltd,

9. The Karur Vysya Bank Ltd, D) FOREIGN BANKS:

1. American Express Bank Ltd,

2. Bank of American National Trust & Saving Association,

3. Bank of Tokyo – Mitsubishi UFJ Ltd,

4. Barclays Bank PLC

Page 119: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 54 of 57

5. BNP Paribas

6. Calyon Bank

7. Citibank N.A.,

8. Deutsche Bank,

9. Development Bank of Singapore (DBS)

10. Hong Kong & Shanghai Banking Corporation Ltd,

11. JP Morgan Chase Bank,

12. Royal Bank of Scotland

13. Standard Chartered Bank, F) PRIVATE SECTOR BANKS :

1. Axis bank Ltd 2. HDFC Bank Ltd 3. ICICI Bank Ltd 4. IDBI Bank Ltd 5. ING Vysya Bank Ltd

6. Yes Bank

Page 120: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 55 of 57

FORMAT 12

(FORMAT FOR SOLVENCY CERTIFICATE) ( on Bank’s Letter Head )

______________________________________________________________________ REF NO:………………… DATE:……………,,,,,,,,, To Whomsoever Concerned This is to certify that to the best of our knowledge and information, M/s

___________________________ (Bidders name with complete address), a customer of our

Bank, is respectable, and is capable of executing orders to the extent of Rs_________

(Rupees________________________). M/s _________________ have been our customer since

______ to date and has been granted the following limits, at present, against various facilities

granted by the Bank:

……………………… ……………..

……………………… ……………...

This certificate is issued without any guarantee, risk or responsibility on behalf of the Bank or any

of its officials.

This certificate is issued at the specific request of the customer.

Yours faithfully, (Bank Official’s signature & stamp

Page 121: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 56 of 57

ANNEXURE-13

VENDOR DATA UPDATION FORM Format II

Both New Vendors and Existing Venders may please note that details listed below are required and will used for making all payments POs / WOs, refund of EMDs / SDs, forwarding the details of

payments by email, issue of TDS certificates, Works Contract TDS Certificate, C Form for CST purchases etc.

Vendors registered with RCF and currently receiving payment through Direct Bank Credit need to indicate only

the RCF Vendor code and may not fill and furnish the other details again, if all the details as above are already furnished to RCF earlier and available in RCF SAP Vendor Master.

Sr.

No Title Sub Titles Purpose to be used for

I NAME Title (Whether Company /

M/s / Mr / Mrs / etc.)

Name ( As it appears on the Bank Cheque)

*

Type (Whether for

Purchases or Services) will be filled by RCF

RCF Vendor Code ( for existing RCF Vendors)

RCF Vendor Code

( for new Vendors, RCF will create and fill)

* will be filled by RCF

II ADDRESS House/ bldg. Number *

Street *

Street

City / Postal Code *

District / State *

Country

Region Code will be filled by RCF

III SUPPLY STATE

District / State (If the state

from which supplies are going to be made is

different from the State

given above, then specify the Place / State for C-

forms.)

* To be given, if applicable.

Other Region Code will be filled by RCF

IV COMMUN

ICATION Contact person *

Telephone incl. ext. STD Code Tel No Extn

Mobile Phone *

Fax STD Code Tel No

Email *

Standard communication method

by email only

V ACCOUNT

CONTROL If also a RCF's Customer? Yes / No

Group Key will be filled by RCF

VI

TAX

INFORMATION

CST Reg NO. for C forms

Page 122: Tender Invitation by Rashtriya Chemicals And Fertilizers Limited of 100 kWp Capacity. To get BOM for this Tender, visit

Page 57 of 57

LST No. ( Local VAT REG

NO)

Service Tax Reg. No.

Excise Reg. No.

PAN NO. *

VII

DETAILS OF BANK

Bank Key will be filled by RCF

Bank Account No. of Vendor *

Name of Bank *

Name of Branch *

Bank IFSC Code *

Bank Branch Code (Only for

SBI accounts)

Bank Address *

Bank City *

9 Digit code appearing on MICR cheque

*

Telephone No. of Bank STD Code Tel No Extn

Fax No. of Bank STD Code Fax No.

Type of Account (for SB A/c=10, Current A/c=11 or CC=13 )

*

Region will be filled by RCF VI

II

REFEREN

CE DATA

Industry (whether psu, air

force, military, Govt, others)

Micro / SSI Status (Whether

Micro , Small, Medium

Enterprise under Micro , Small and Medium

Enterprises Development Act, 2006)

For new

vendors :

1 It is mandatory ( Compulsory) to fill relevant data for item marked " * "

2 Enclose a blank cheque / a photocopy of the cheque.

3 Enclose a photocopy of Pass Book first page containing name and address of Account Holder

4 We hereby authorise RCF Ltd to make all payments to us by Direct Credit to our Bank Accounts details of which are given above.

5 We hereby authorise RCF Ltd to deduct bank charges applicable for such Direct Bank Payments

Signature …………………………………

Place Common Seal Name …………………………………

Date Designation …………………………………