CANTONMENT BOARD

TELE NO.0240‐2370806 FAX NO.0240‐2370644 Email‐[email protected]

NAME OF WORK: Designing, supplying, commissioning /installation and maintenance of on grid interactive solar PV panels on roof tops of Cantonment Fund Buildings/ including Trial Operation, Operation & maintenance for a period of 5 years including Power Evacuation System and cost of replacement of all the parts covered under Guarantee period for a period of 5 years from the date of commissioning of Roof Top Solar PV System trial Properties. a)Administrative Building =7KW b)Hospital Building= 12KW c)Sump/Pump house (with elevated structure of 12 feet above bottom) =36KW

Page 1 of 32

BACKGROUND IN BRIEF: The Cantonment Board, Aurangabad is interested in engaging the contractor for following works in Aurangabad Cantonment during the year 2017‐18. Therefore, to execute the said work, E‐Tenders are invited from the Contractors who are registered with PWD, CPWD, MES, MJP and the companies endorsed under Ministry of New and Renewable Energy (MNERE), dealer, distributor, manufacturer or other Government Departments for the appropriate class.

APPROX. Sr. No Description/Name of Work EARNEST EST. COST Total MONEY (1% OF WORK Qty OF EST. IN RS. COST) IN RS.

(3) (4) (1) (2) (5) Designing, supplying, commissioning /installation and maintenance of on grid interactive solar PV panels on roof tops of Cantonment Fund Buildings/ including Trial Operation, Operation & maintenance for a period of 5 years including Power Evacuation System and cost of 1. replacement of all the parts 55KW 50,42,785/‐ 50,427/‐ covered under Guarantee period for a period of 5 years from the date of commissioning of Roof Top Solar PV System trial Properties. a)Administrative Building =7KW b)Hospital Building= 12KW c)Sump/Pump house (with elevated structure of 12 feet above bottom) =36KW

1. Eligibility criteria:

Bidder/Tenderer must also satisfy the specific competency requirements set out under the competency, project content and execution standards for each of the condition defined. The bidder shall provide sufficient documentary evidences to satisfy the following conditions that the:

(a) Bidder/OEM should be an MNRE channel partner. The necessary documents need to be uploaded in this regard duly indicating the validity period till 31‐03‐2018.

(b) Bidder should be indigenous manufacturer of a mono/poly crystalline solar photovoltaic module with IEC Certification and test report issued by one of the IEC accredited test centres or with the test certificates from any of the

Page 2 of 32

NABL/BIS of MNRE accredited testing calibration laboratories. Qualification test certificates will be as per IEC standard. OR Power Conditioning Unit (PCU)/Inverter manufacturer suitable for Projects as per MNRE specification OR MNRE registered System Integrator and/or Channel Partner Including channel Partner empanelled as entrepreneur.

(c) Bidder/OEM has adequate capacity available, to perform the works properly and expeditiously within the time frame specified in the tender document.

(d) The Bidder should be a body incorporated in under the Companies Act, 1956 or 2013 including any amendment thereto or a Partnership Firm having executed partnership deed and registered as per sections 58 & 59 of the Partnership Act, 1932, as amended or a Limited Liability Partnership Firm (LLPF) registered under section 12 of Limited Liability Partnership Act, 2008, as amended or registered Sole Proprietor. A copy of certificate of incorporation, partnership deed or LLPF/ Sole Proprietor registration

(e) Bidder should have adequate financial stability and status to meet the financial obligations Pursuant to the scope of work must have annual net‐ worth of minimum 10 Lacs from past two years i.e., from 2015‐2016 to 2016‐ 2017 financial years. Relevant documents certified by a chartered Accountant shall be enclosed.

(f) Bidder/ OEM have experience of manufacturing, supply testing, installation / commissioning and maintenance/after sale services in the field of Off Grid/On‐Grid Solar PV systems of cumulative 0.5 MW capacity in the last three years period.

(g) Bidder/OEM shall have success fully executed similar work of value more than Rs 50 Lakhs in any of the three financial years preceding the deadline for submission of Bids.

(h) Bidder / OEM Has adequate field service setup to provide good after sale services including necessary repair and maintenance in Aurangabad.

(i) Bidder/OEM Has provided good after sale services for the works done by him during past years.

(j) Bidder/OEM Has Valid Test Certificates of the Solar PV Power Plant.

(k) The bidder/OEM shall be required to have adequate post installation localized service facilities/ centers.

(l) For all the equipment the bidder should have an authorization certificate from OEM. .

Page 3 of 32

(m) The applicant or any other business entity where it had and /or still has controlling share should not have been debarred or blacklisted by any State/Central Govt. Undertaking, as on due date of submission of tender.

2. Tender documents can be downloaded from the Government of India portal at www.eprocure.gov.in. Before submitting the tender the tenderers are advised to visit the site, read the tender document carefully apprise themselves thoroughly of the scope of work, jobs, terms and conditions and other requirements and clear doubts if any, in the office of the Cantonment Board, Aurangabad.

3. Duration of Contract – Up to 31.03.2018. After finalization of tender by the Cantonment Board the same may be sent to higher authorities for sanction of this work after sanctioning of the higher authorities the work order will be placed to the successful tenderer. The duration of contract shall / may be extended on the same terms, conditions and rates at the discretion of the Board / Chief Executive Officer with respect to administrative and technical reasons for further period of one year.

4. Cost of Tender Fee. Rs. 5,900/‐ Non‐refundable This amount is to be deposited through RTGS / NEFT in the Savings Bank Account of Aurangabad Cantonment Board with State Bank of Hyderabad, Aurangabad Cantonment Branch, details of which are mentioned at Sr. No. 20 of this document. The copy of receipt of such remittance through RTGS/ NEFT shall be uploaded online along with tender.

5. Earnest Money Deposit – An amount of Earnest Money Deposit shown at above table Col No.5 shall be deposited through RTGS / NEFT in the Savings Bank Account of Aurangabad Cantonment Board with State Bank of Hyderabad, Aurangabad Cantonment Branch, details of which are mentioned at Sr. No. 20 of this document. The copy of receipt of such remittance through RTGS/ NEFT shall be uploaded online along with tender.

6. Security Deposit–Security Deposit of 5% of the estimated cost of work. The amount shall be deposited by the successful tenderer as Security Deposit to this office on acceptance of bid by the Board. The security deposit will have to be deposited in the form of FDR of any Nationalized bank only in favor of the ‘Chief Executive Officer, Cantonment Board, Aurangabad’ payable at Aurangabad within 7 days of confirmation by the Board. The security deposit will be kept for a period of 5 years. The security deposit shall be returned on successful completion of performance/ maintenance guarantee period of 5 years (defect liability period) without any interest.

7. Last Date of on‐line submission of Tender i.e. Bid submission end date by 31st October,2017 before 1300 hours. through e‐Tender website portal at www.eprocure.gov.in.

8. Date, time of opening of Technical Bid of Tender Documents: The Technical bid will be opened on 1st November, 2017after 1300 hours in the office of the Cantonment Board, Aurangabad. Page 4 of 32

9. Date, time of opening of Financial Bid of Tender Documents: The financial bid will be opened on 3rd November, 2017after 1300 hours in the office of the Cantonment Board, Aurangabad.

10. TECHNICAL BID CONDITIONS:

a) Registration Certificate of firm. b) Experience certificate of similar nature of work of 15KW or more capacity executed in any Govt. Department. c) Certificate of Registration from Central Excise Department for Service Tax. d) GST registration number with State and Central government. e) Copy of Permanent Account Number (PAN) card. f) Income Tax Returns filed for last two years duly attested. g) If the firm in Partnership firm in that case copy of registered partnership deed. h) Certificate from Chartered Accountant showing the annual turnover for the last three financial years, in the same field. Copies of above documents at (a) to (g) should be attested. i) Annexure – 1 upload it online in technical bid j) Annexure – 2 self attested undertaking upload it online in technical bid k) Scanned copy of tender document duly signed by the tenderer on each page. l) Copies of documents in support of depositing cost of Tender form and Earnest Money Deposit through RTGS / NEFT.

11. MANNER OF SUBMISSION OF E‐TENDER AND ITS ACCOMPANIMENTS:

The technical bid and the financial bid of Tender shall be submitted online only as prescribed.

A) Technical bid:

The documents as mentioned at Sr. No. 10 shall be submitted online on website portal at www.eprocure.gov.in on or before the submission date. It shall be the responsibility of the Agency to ascertain timely submission of this technical bid to Cantonment Board, Aurangabad. The financial / bid shall not be opened of such tenderer who does not qualify in the technical bid.

Technical bid is to be submitted online only along with the documents as mentioned in Sr. No. 10 above. Tenders submitted in any other form will not be accepted.

The tenderer may be asked to produce the original documents for verification, and the same will be returned after verification.

B) Financial bid/ Price bid:

The financial bid/price bid shall be submitted online in the BOQ file (Excel File uploaded) on aforesaid the specified website www.eprocure.gov.in.The tender should

Page 5 of 32 have to quote their rates in “Rate column” of the BOQ file. Rate should be quoted at per annum basis. After quoting the rates, the tenderer has to validate the BOQ file first. After successful validation tenderer has to validate the file before uploading on the above said website. The tenderer have to upload the BOQ file. The offer rates should be inclusive of GST and any other over heads. Income tax will be charged on the due amount . The Cantonment Board, Aurangabad will not bear any expenses other than the rate quoted. Rates quoted must be valid for a period of one year from the date of acceptance of rate by the Board.. No conditional tender will be accepted.

C) Opening of technical / financial bids:‐

Technical bid: Technical bid will be opened in the office of the Cantonment Board, Aurangabad as mentioned above. Technical bid will be opened online first to verify its contents as per the requirement of documents. If the various documents contained do not meet the requirements of the Cantonment Board, Aurangabad, the tenderer’s financial bid will not be considered for further action.

Financial bid: This shall be opened on the date as mentioned above only if contents of Technical bid submitted online are found acceptable to the Cantonment Board, Aurangabad / Chief Executive Officer. The offer shall then be uploaded / read out

12. REJECTION OF OFFER: Cantonment Board, Aurangabad / Chief Executive Officer reserve the right to reject any or all offers without assigning any reason thereof. The tenders of defaulters in paying dues of the Cantonment Board and blood relations of defaulters/Board members/ employees shall not be considered.

13.. For following e‐tender process, intending bidder may download the tender document from the website directly by the help of Digital Signature Certificate (DSC) and necessary cost of tender form and Earnest Money Deposit shall be deposited as mentioned in para 4 & 5 above.

14. Technical bid and financial/price bid will be submitted concurrently, duly digitally signed in the website portal www.eprocure.gov.in. The tender document may be downloaded from website and technical bid with financial bid be submitted as per the scheduled day and time mentioned at para 2 of this tender document.

15.. After opening of the technical bid, preliminary technical bid evaluation sheet containing inter alia, names of bidders and the documents submitted by the tenderer’s will be uploaded. Similarly, after opening of financial bid, financial bid evaluation sheet will be uploaded containing name of tenderer’s and the rates quoted by them. The Tender Inviting Authority will prepare the comparative statement for onward submission for its approval.

16. RETURN OF EARNEST MONEY TO THE UNSUCCESSFUL TENDERERS:

The Earnest Money of the unsuccessful tenderers, can be returned if he/she/they apply for the same to the Chief Executive Officer, Cantonment Board, Aurangabad giving reference of the tender and details of deposits made by them for this tender. The

Page 6 of 32

Earnest Money of all tenderers other than the first & second highest tenderer may be refunded, after acceptance and approval of the rate as per the comparative statement by the Board. The applicant shall enclose the original copy of 4‐B Receipt on account of deposits made in respect of this tender, along with the application for refund.

17. Tenders received without the requisite earnest money will be summarily rejected.

18. The Cantonment Board, Aurangabad/Chief Executive Officer reserves the rights to amend the terms and conditions as per the instructions of the Competent Authority.

19. NO MANUAL BID WILL BE ACCEPTED.

20. Details of Bank to deposit Tender Form Fee and Earnest Money Deposit.

Name of Bank. ‐ State Bank of India

Branch ‐ Aurangabad Cantonment.

Branch Code. ‐ 20005

IFSC Code. ‐ SBIN0020005

MICR No. ‐ 431004006

Account No. ‐ 52112350442

21. SCHEDULE OF DATES FOR e‐TENDERING:

Sr. Activity Date Time No. 1. Publishing date 18/10/2017 After 1200 hrs 2 Document Download start date 18/10/2017 After 1200 hrs

3. Bid submission start date 18/10/2017 After 1200 hrs

4. Bid submission end date 31/10/2017 Till 1730 hrs

5. Technical bid opening date 01/11/2017 After 1200 hrs

6. Uploading of Technical bid 02/11/2017 After 1000 hrs evaluation sheet 7. Financial bid opening date 03/11/2017 After 1200 hrs

8. Uploading of Financial bid 03/11/2017 After 1600 hrs evaluation sheet Sd/‐xx (Vijaykumar B. Nair) Chief Executive Officer, Aurangabad Cantonment Board.

Page 7 of 32

II. TENDER TERMS & CONDITIONS

Having examined and pursued the following documents. 1. Specifications signed by Chief Executive Officer, Aurangabad Cantonment Board, Aurangabad.

2. Schedule “B”, “C”, “D” and Annexure 1 & 2 attached hereto.

3. Particular Specifications and together with amendment and Errata up to date.

4. General conditions of Contract IAFW – 2249 (1989 Print) together with Amendment and errata including modifications up to date.

5. Water conditions No. 31 of IAFW – 2249 General Conditions of contract. Water Will not be supplied by Aurangabad Cantonment Board.

6. To execute all the works referred to in the said documents upon the terms and conditions and referred therein General Summary and to carry out such deviation as may ordered vide Condition 7 of IAFW – 2249 up to maximum of 25% (Twenty five percent) and further agree to refer all disputes as required vide Condition 70 to the Sole Arbitration and by President Cantonment Board, Aurangabad Cantonment whose decision shall be final, conclusive and binding.

7. Revocation / upward revision of offer by lowest tenderer after opening of tenders

In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated as revocation of offer), after opening of tenders, the earnest money deposited by the lowest tenderer will be forfeited . In addition, such tenderer and his related firm shall not be issued the tender in second call or subsequent calls. On revocation or upward revision of offer by the lowest tenderer, next lowest offer will not be accepted / considered.

8. For third party quality control please see point No. 27 page No. 11& point No. 31 page No. 31 of tender documents.

9. The Earnest Money may be forfeited : a) If a Bidder withdraws his bid during the period of bid validity; or b) In the case of the finally selected Bidder, if the Bidder fails ; i. to sign the Contract; or ii. to furnish Contract Performance Security; or iii. If at any stage any of the information/ declaration is found false.

10. Terms and conditions of Tendering Firms

a. Printed terms and conditions of Bidder shall not be considered as forming part of their Bids. b. Bidder must state categorically whether or not his offer conforms to all the tender terms and conditions. If there is a variation in any of the terms Page 8 of 32

and conditions, the extent of variation and the reasons thereof shall be clearly mentioned in the tender document (see Annexure 1 & 2). c. Bidder must state categorically whether or not his offer conforms to the requirement given in document. The Bidder is free to quote better version/specification of the equipment in line with technical specifications in compliance with original specifications. No alteration suggested by the tenderer in the project will be accepted. (See Annexure 1 & 2). d. Bidder must understand that the bidder have to complete the work within time frame mentioned in the Tender Document. e. Bidder who will quote all the Items as defined in the tender will be eligible for this tender. Any bid which have partial quote for a specific job only or supply of only few items will be rejected. f. Bidders must submit a list of their owners, partners, etc. and a certificate to the effect that the firm is neither blacklisted by any Government Department nor any Criminal Case is registered against the firm or its owner or partners or directors anywhere in India. The firms blacklisted by any Govt. Department, shall not be considered for this tender. g. Bids not accompanied by Earnest Money will be rejected. h. The Conditional bids, Telex/Fax/Courier/Postal bids and incomplete bids will be summarily rejected. The Bid should be submitted online only. 11. The Cantonment Board reserves the right to amend/upgrade any technical specifications, terms & conditions in the interest of user department.

12. GUARANTEE/WARRANTY

a. Tenderer/Bidder shall provide comprehensive on‐site Guarantee/ Warranty for all goods/equipment supplied under the Contract at least for a period of 05 (Five) years from the date of final acceptance of the System. The Warranty will start from the date of complete Installation of the equipment and acceptance by the Department. b. All the complaints lodged by the department must be attended within 24 hours and problems should be rectified within 72 hours either by repairing the defectives parts or replacement of parts. c. If the performance of any individual equipment or System fails to meet the contract specifications then the same shall be replaced by the Tenderer / Bidder free of cost during the term of the warranty/guarantee period of each equipment

d. Delays in attending the calls and or repairing the defective / item / equipment beyond time limit specified in this Clause, without providing the substitute, will attract penalties.

e. If the Tenderer/Bidder fails to repair or replace the defective Equipment/ Item, the Cantonment Board will be free to get the same repaired/replaced from the market and its cost will be adjusted From the Tenderer/Bidder's Contract Security Deposit. 13. No advance payment shall be made.

Page 9 of 32

14. Packing, Forwarding & Shipment: The Tenderer/Bidder shall provide proper packing of the goods to prevent their damage or deterioration during transit to the final destination site.

15. Delivery, Installation and Commissioning: ‐ Delivery and installation of the Goods at locations to be finalized by Cantonment Board shall be completed by the Tenderer/Bidder in accordance with the terms specified by the Cantonment Board within time limit of 4 months including, the installation, testing and commissioning of the proposed system.

16. Insurance: The Goods supplied under the Contract shall be fully insured on a warehouse‐to‐warehouse basis by the Tenderer / Bidder against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery.

17. All equipments and accessories of the complete set shall generally comply with relevant IS specifications of latest issue. The unit shall be complete with all apparatus, safety devices, interlocks etc. necessary for efficient operation whether specially mentioned or not but are essential for operation.

18. TEST CERTIFICATE AND TECHNICAL PARTICULARS:

Each tender should accompany the following: Full technical particulars, catalogues etc. complete with all the certificates from recognized test house and other data if any.

19. CDM BENEFITS :All installation and measures taken by Aurangabad Cantonment Board for energy conservation and efficiency or concern subject have the CDM consideration under Bundled Energy Efficient lighting project. The tenderer/bidder/OEM will not have any claim over CDM benefits or concern green funds for above said project 20. Inspection of Tests : a. The Cantonment shall have the right to inspect or test the goods for conformity to the Contract Specification by third party. b. The Tenderer/Bidder shall test individual equipment and the complete System after installation at site. c. For the purpose of taking over the goods/system supplied, an Acceptance Test shall be carried out at the Cantonment Board destination site. d. The installation or commissioning shall not be deemed to have been completed unless all the goods and System are accepted by the Cantonment Board.

21. Spare Parts: The Bidder will undertake that supplies of necessary maintenance equipment and spare parts will be made available for all the Equipment and the complete System for the period of 5 years.

22. Delay in the supply or material: Delivery of the material should be made by the tenderer in accordance with the time schedule specified in this document. Delay by the tenderer in the performance of its Delivery or Service obligations shall render the tenderer is liable to imposition of Liquidated Damages in accordance with clause mentioned below and thereafter, upon reaching the maximum deduction set out

Page 10 of 32

therein, to termination for default in accordance with Clause below accompanied by forfeiture of Security Deposit.

23. If the tenderer fails to supply the material within the stipulated period, the Cantonment Board reserves the right to impose penalty and has right to forfeit the entire earnest money/security deposit and also blacklist the company.

24. Liquidated Damages : ‐ If the Tenderer/Bidder fails to deliver any or all the of the stores as mentioned in the work order or perform the Services within the time period specified in the Contract, the tenderer shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, (not by way of penalty) a sum equivalent to 1 (one) percent of the price for delay in submission of reports unperformed service for each & every week (part of a week being treated as a full week) of delay actual delivery of documents up to a maximum deduction of 05% (Five Percent).

25. Force Majeure: The tenderer shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if the delay in performance or other failure to perform its obligations under the contract is a result of an event of Force Majeure. For purposes of the clause, "Force Majeure" means an event beyond the control of the tenderer and not involving the tenderer's fault or negligence and not foreseeable. Such events may include wars or revolutions, fires, floods, epidemics, quarantine restrictions, freight embargoes etc.

26. Patent Indemnification: The tenderer shall indemnify the Cantonment against all third party claims of infringement of patent, copyright, trademark, license, software piracy if any arising from use of the goods or any part thereof in the tenderer's country.

27. Third party quality control:

In order to achieve best workmanship and execution of quality works the Aurangabad Cantonment Board will engage an independent agency who will carry out independent testing of materials and checking and ensuring overall quality procedures. The contractor shall be required to fully co‐operate with agency and facilitate them in taking samples, transportation and examination of various activities including documentation at no extra cost to the Board. In case of any adverse findings by the third party inspecting agency, the contractor shall do the needful rectifications at no extra cost to the Board. The cost towards consultancy / third party quality control to the institutes would be paid by the Board. All work order would be subject to third party quality control.

Sd/‐ xx (Vijaykumar Nair) CHIEF EXECUTIVE OFFICER , AURANGABAD CANTONMENT BOARD

SCHEDULE ‘B’

Page 11 of 32

Sr. No. Particulars Rates at which Place Remarks stores etc will be issued to Contractor

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐NIL‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

Sd/‐ xx (Vijaykumar Nair) CHIEF EXECUTIVE OFFICER , AURANGABAD CANTONMENT BOARD

SCHEDULE ‘C’

(See condition 15, 34 & 35 of the General Condition of Contract)

LIST OF STORES WHICH WILL BE SUPPLIED TO THE CONTRACTOR FOR FIXING ONLY THE COST OF THE STORES BEING CHANGED DIRECT TO THE WORK.

Sr. No. Particulars Place of issue

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐NIL‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

SCHEDULE ‘D’

Transport to be hired to the Contractor

Sr. No. Quantity Particulars Rate per Place of Remarks Unit per Issue Working day

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐NIL‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

Sd/‐ xx (Vijaykumar Nair) CHIEF EXECUTIVE OFFICER , AURANGABAD CANTONMENT BOARD

Page 12 of 32

III. TECHNICAL SPECIFICATIONS FOR ON GRID POWER PLANT

TECHNICAL PARAMETERS

The proposed Projects shall be completed as per the technical specifications given below.

The participants are hereby advised to take a note of the draft guidelines issued by MNRE dated 09‐08‐2016 in respect of minimum technical requirements, quality standards, best practices and specifications for grid connected roof top PV systems in addition to technical parameters mentioned in this RFP and comply accordingly.

Total Plant Capacity – 55KWP 1. Cantonment board Office – 7KWp 2. Cantonment General Hospital – 12KWp 3. Pump House – 36KWp (with elevated structure of 12 feet above bottom of sv panel)

1. PARAMETERS:

1.1. A Project consists of SPV array, Module Mounting Structure, Power Conditioning Unit (PCU) consisting of Maximum Power Point Tracker, Controls & Protections, interconnect cables and switches. PV Array should be mounted on a suitable structure. Project without battery and should be designed with necessary features to synchronise with the grid power. Components and parts used in the Project including the PV modules, metallic structures, cables, junction box, switches, PCUs etc., should conform to the BIS or IEC or international specifications, wherever such specifications are available and applicable.

1.2. Project shall consist of following equipment/components:

a. Indigenously manufactured mono/polycrystalline Solar PV modules, as prescribed by MNRE.

b. Remote Monitoring System and grid interactive systems without battery shall have string inverters with Remote Monitoring System.

c. Mounting structures

d. Junction Boxes.

e. Earthing and lightening protections.

f. IR/UV protected PVC Cables, pipes and accessories

2. SOLAR PHOTOVOLTAIC MODULES:

Page 13 of 32

2.1 The PV modules used should be made in India.

2.2 The PV modules used must qualify to the latest edition of IEC PV module

qualification test or equivalent BIS standards Crystalline Silicon Solar Cell Modules IEC 61215/IS14286. In addition, the modules must conform to IEC 61730 Part‐2‐requirements for construction & Part 2 – requirements for testing, for safety qualification or equivalent IS.

2.3 For the PV modules to be used in a highly corrosive atmosphere throughout their lifetime, they must qualify to IEC 61701/IS 61701. The total solar PV array capacity should not be less than allocated capacity kWp) and should comprise of solar crystalline modules of minimum 250 Wp and above wattage. Module capacity less than minimum 250 Wp should not be accepted.

2.4 Protective devices against surges at the PV module shall be provided. Low voltage drop bypass diodes shall be provided.

2.5 PV modules must be tested and approved by one of the IEC authorized test centers. The module frame shall be made of corrosion resistant materials, having Pre‐galvanized/ anodized Aluminium or superior material (after approval from MNRE)

2.6 The Contractor shall carefully design & accommodate requisite numbers of the modules to achieve the rated power in his Bid.

3 Other general requirement for the PV modules and subsystems shall be the following:

a. The rated output power of any supplied module shall have tolerance of +/ ‐ 3%.

b. The peak‐power point voltage and the peak‐power point current of any supplied module and/or any module string (series connected modules) shall not vary by more than 2 (two) per cent from the respective arithmetic means for all modules and/or for all module strings, as the case may be.

c. The module shall be provided with a junction box with either provision of external screw terminal connection or sealed type and with arrangement for provision of by ‐ pass diode. The box shall have hinged, weather proof lid with captive screws and cable gland entry points or may be of sealed type and IP‐65 rated.

d. I‐V curves at STC should be provided by Contractor.

4. Modules deployed must use a RF identification tag. The following information must be mentioned in the RFID used on each modules (This can be inside or outside the laminate, but must be able to withstand harsh environmental conditions).

a. Name of the manufacturer of the PV module Page 14 of 32

b. Name of the manufacturer of Solar Cells.

c. Month & year of the manufacture (separate for solar cells and modules)

d. Country of origin (for solar cells)

e. I‐V curve for the module Wattage, Im, Vm and FF for the module

f. Unique Serial No and Model No of the module g. Date and year of obtaining IEC PV module qualification certificate.

h. Name of the test lab issuing IEC certificate.

i. Other relevant information on traceability of solar cells and module as per ISO 9001 and ISO 14001

5 Warranties:

a. Material Warranty:

Material Warranty is defined as:

The manufacturer should warrant the Solar Module(s) to be free from the defects and/or failures specified below for a Period as specified in MNRE guidelines from the date of completion.

i. Defects and/or failures due to manufacturing

ii. Defects and/or failures due to quality of materials

iii. Non conformity to specifications due to faulty manufacturing and/or inspection processes. If the solar Module(s) fails to conform to this warranty, the manufacturer will replace the solar module(s)

b. Performance Warranty:

The predicted electrical degradation of power generated not exceeding 20% of the minimum rated power over the 25 year period and not more than 10% at the end of tenth (10th) year of the full rated original output.

6. ARRAY STRUCTURE:

6.1 Hot dip galvanized MS/ Pre‐galvanized/ Anodized Aluminium or superior material (after approval from MNRE) mounting structures may be used for mounting the modules/ panels/arrays. Each structure should have angle of inclination as per the site conditions to take maximum insulation. However to accommodate more capacity the angle inclination may be reduced until the Project meets the specified performance ratio requirements.

6.2 The Mounting structure shall be so designed to withstand the speed for the wind zone of the location where a Project is proposed to be installed (for minimum

Page 15 of 32

wind speed of 150 km/hour). Suitable fastening arrangement that do not require drilling in rooftops should be adopted to secure the installation against the specific wind speed.

6.3 The mounting structure steel shall be as per latest IS 2062: 1992 and galvanization of the mounting structure shall be in compliance of latest IS 4759.

6.4 Structural material shall be corrosion resistant and electrolytically compatible with the materials used in the module frame, its fasteners, nuts and bolts. Aluminium structures also can be used, that can withstand the wind speed of respective wind zone. Necessary protection towards rusting need to be provided either by coating or anodization.

6.5 The fasteners used should be made up of stainless steel. The structures shall be designed to allow easy replacement of any module. The array structure shall be so designed that it will occupy minimum space without sacrificing the output from the SPV panels

6.6 Regarding civil structures the Contractor need to take care of the load bearing capacity of the roof and need arrange suitable structures based on the quality of roof. The total

load of the structure (when installed with PV modules) on the terrace should be less than 60 kg/m2.

6.7 The minimum clearance of the structure from the roof level should be 300 mm.

7. JUNCTION BOXES (JBs) BASED ON SYSTEM DESIGN REQUIREMENTS:

7.1 The junction boxes are to be provided in the PV array for termination of connecting cables. The J. Boxes (JBs) shall be made of GRP/FRP/Powder Coated Aluminium/cast aluminium alloy with full dust, water & vermin proof arrangement. All wires/cables must be terminated through cable lugs. The JBs shall be such that input & output termination can be made through suitable cable glands.

7.2 Copper bus bars/terminal blocks housed in the junction box with suitable termination threads Conforming to IP65 standard and IEC 62208 Hinged door with EPDM rubber gasket to prevent water entry. Single / double compression cable glands with provision of earthings. It should be placed at 5 feet or suitable height for ease of accessibility.

7.3 Each Junction Box shall have High quality Suitable capacity Metal Oxide Varistors (MOVs) / SPDs, suitable Reverse Blocking Diodes. The Junction Boxes shall have suitable arrangement monitoring and disconnection for each of the groups.

7.4 Suitable markings shall be provided on the bus bar for easy identification and the cable ferrules must be fitted at the cable termination points for identification

Page 16 of 32

8. DC DISTRIBUTION BOARD BASED ON SYSTEM DESIGN REQUIREMENTS:

8.1 DC Distribution panel to receive the DC output from the array field.

8.2 DC DPBs shall have sheet from enclosure of dust & vermin proof conform to IP 65 protection. The bus bars are made of copper of desired size. Suitable capacity MCBs/MCCB shall be provided for controlling the DC power output to the PCU along with necessary surge arrestors.

9. AC DISTRIBUTION PANEL BOARD:

AC Distribution Panel Board (DPB) shall control the AC power from PCU/ inverter, and should have necessary surge arrestors. Interconnection from ACDB to mains at LT Bus bar while in grid tied mode.

9.1 All switches and the circuit breakers, connectors should conform to IEC 60947, part I, II and III/ IS60947 part I, II and III.

9.2 The changeover switches, cabling work should be undertaken by the Contractor as part of the project.

9.3 All the Panel’s shall be metal clad, totally enclosed, rigid, floor mounted, air ‐ insulated, cubical type suitable for operation on three phase / single phase, 415 or 230 volts, 50 Hz.

9.4 The panels shall be designed for minimum expected ambient temperature of 45 degree Celsius, 80 percent humidity and dusty weather.

9.5 All indoor panels will have protection of IP54 or better. All outdoor panels will have protection of IP65 or better.

9.6 Should conform to Indian Electricity Act and rules (till last amendment). 9.7 All the 415 AC or 230 volts devices / equipment like bus support insulators, circuit breakers, SPDs, VTs etc., mounted inside the switchgear shall be suitable for continuous operation and satisfactory performance under the following supply conditions:‐

Variation in supply voltage +/‐ 10 %

Variation in supply frequency +/‐ 3 Hz

10. PCU/ARRAY SIZE RATIO:

16.1. The combined DC wattage of all inverters should not be less than rated capacity of Project under STC.

16.2. Maximum power point tracker shall be integrated in the PCU/inverter to maximize energy drawn from the array.

Page 17 of 32

11. PCU/ Inverter:

11.1. As SPV array produce direct current electricity, it is necessary to convert this direct current into alternating current and adjust the voltage levels to match the grid voltage. Conversion shall be achieved using an electronic Inverter and the associated control and protection devices. All these components of the Project are termed the “Power Conditioning Unit (PCU)”. In addition, the PCU shall also house MPPT (Maximum

Power Point Tracker), an interface between Solar PV array & the Inverter, to the PCU/inverter should also be DG set interactive. Inverter output should be compatible with the grid frequency. Typical technical features of the inverter shall be as follows:

Switching devices: IGBT/MOSFET

Control Microprocessor /DSP

Nominal AC output voltage and frequency: 415V, 3 Phase, 50 Hz

Output frequency: 50 Hz

Grid Frequency Synchronization range: + 3 Hz or more

Ambient temperature considered: ‐20o C to 50o C

Humidity: 95 % Non‐condensing

Protection of Enclosure: IP‐20(Minimum) for indoor: IP‐65(Minimum) for outdoor.

Grid Frequency Tolerance range: + 3 or more

Grid Voltage tolerance: ‐ 20% & + 15 %

No‐load losses: Less than 1% of rated power

Inverter efficiency(minimum): >93% ( In case of 10kWp or above )

Inverter efficiency (minimum ): > 90% (In case of less than 10 kWp)

THD: < 3%

PF: > 0.9

a. Three phase PCU/ inverter shall be used as required.

b. PCU/inverter shall be capable of complete automatic operation including wake ‐up, synchronization & shutdown.

c. The output of power factor of PCU inverter is suitable for all voltage ranges Page 18 of 32

or sink of reactive power; inverter should have internal protection arrangement against any sustainable fault in feeder line and against the lightning on feeder.

d. Built‐in meter and data logger to monitor Project performance retrievable through external computer shall be provided.

e. 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/IS 61683 and IEC 60068‐ 2(1,2,14,30)/Equivalent BIS Std.

f. The PCU/ inverters should be tested from the MNRE approved test centres/NABL/BIS/IEC accredited testing‐calibration laboratories. In case of imported power conditioning units, these should be approved by international test houses. 12. INTEGRATION OF PV POWER WITH GRID:

21.1 For better grid interaction and functioning of Project, the following arrangement shall be ensured by Contractor:

a) Project should have appropriate instruments installed at solar panel output, PCU, load to facilitate minute‐wise recording and storage of monthly data (voltage, current, generation, consumption and grid injection) for twelve (12) months of energy flow at various nodes.

b) In case of network failure, or low or high voltage, Project shall go under islanding mode but not be out of synchronization so far as its operation with connected load is concerned. The supply from Project to the load points would be resumed from its DG set comes into service, Project shall again be synchronised with DG supply and load requirement would be met to the extent of availability of power. 4 pole isolation of inverter output with respect to the grid/ DG power connection need to be provided.

The Project commissioned under the Delhi Policy for Decentralized Renewable Energy Systems, 2016 as amended from time to time, shall be provided with reverse protection relays in order to prevent reverse flow of active power into the Grid. The relay and devices used for such arrangement shall be of relevant standards.

Page 19 of 32

13 DATA ACQUISITION SYSTEM / PROJECT MONITORING:

13.1 Data Acquisition System shall be provided for solar PV Project.

13.2 Data Logging Provision for Project control and monitoring, time and date stamped system data logs for analysis computer for data monitoring, metering and instrumentation for display of systems parameters and status indication to be provided.

13.3 The following parameters should be accessible via the operating interface display in real time separately for Project:

a. AC Voltage

b. AC Output current.

c. Output Power

d. Power factor

e. DC Input Voltage

f. DC Input Current

g. Time Active

h. Time disabled

i. Time Idle

j. Power produced

k. Protective function limits (Viz‐AC Over voltage, AC Under voltage, Over frequency, Under frequency ground fault, PV starting voltage, PV stopping voltage.

13.4 All major parameters available on the digital bus and logging facility for energy auditing through the internal microprocessor and read on the digital front panel at any time) and logging facility (the current values, previous values for up to a year and the average values) should be made available for energy auditing through the internal microprocessor and should be read on the digital front panel.

13.5 String and array DC Voltage, Current and Power, Inverter AC output voltage and current (All 3 phases and lines), AC power (Active, Reactive and Apparent), Power Factor and AC energy (All 3 phases and cumulative) and frequency shall be monitored.

14. The data shall be recorded in a common work sheet chronologically date wise. The data file shall be MS Excel compatible. The data shall be represented in both tabular Page 20 of 32

and graphical form.

14.1 All instantaneous data should be available through SCADA.

14.2 Software shall be provided for USB download and analysis of DC and AC parametric data for individual Project.

14.3 Remote Monitoring and data acquisition through Remote Monitoring System software with latest software/hardware configuration and service connectivity for online / real time data monitoring/control complete to be supplied and Comprehensive O &M/control to be ensured by the supplier. Provision for interfacing these data on Nodal Agency server and portal in future shall be kept.

15. TRANSFORMER “IF REQUIRED” & METERING:

15.1 Dry/oil type appropriate kVA, of transformer Step up along with all protections, switchgears, Vacuum circuit breakers, cables etc. along with required civil work.

15.2 The Contractor must take approval/NOC from the concerned distribution licensee for the connectivity, technical feasibility, and synchronization of Project with distribution network and submit the same to Nodal Agency before Commissioning of Project.

15.3 Reverse power relay shall be provided by Contractor (if necessary), as per the local distribution licensee’s requirement.

16. POWER CONSUMPTION:

16.1 Regarding the generated power consumption, priority needs to be given for internal consumption first and thereafter any excess power can be exported to the distribution licensee network.

17. PROTECTIONS:

17.1 The Project should be provided with all necessary protections like earthing, Lightning, and grid islanding as follows:

18. LIGHTNING PROTECTION

a. The SPV power Project shall be provided with lightning &overvoltage protection of appropriate size. The main aim in this protection shall be to reduce the over voltage to a tolerable value before it reaches the PV or other sub system components. The source of over voltage can be lightning, atmosphere disturbances etc. The entire space occupying the SPV array shall be suitably protected against Lightning by deploying required number of Lightning Arrestors. Lightning protection should be provided as per IEC 62305standard. The protection against induced high ‐voltages shall be Page 21 of 32

provided by the use of metal oxide varistors (MOVs) and suitable earthing such that induced transients find an alternate route to earth.

19. SURGE PROTECTION:

Internal surge protection shall consist of three MOV type surge ‐arrestors connected from +ve and –ve terminals to earth (via Y arrangement).

20. EARTHING PROTECTION:

a. Each array structure of the PV yard should be grounded/ earthed properly as per IS:3043‐1987. In addition the lighting arrester/masts should also be earthed inside the array field.

b. Earth resistance shall not be more than 5 ohms. It shall be ensured that all the earthing points are bonded together to make them at the same potential.

21. GRID ISLANDING:

c. In the event of a power failure on the electric grid, it is required that any independent power‐producing inverters attached to the grid turn off in a short period of time. This prevents the DC‐to‐AC inverters from continuing to feed power into small sections of the grid, known as “islands.” Powered islands present a risk to workers who may expect the area to be unpowered, and they may also damage grid ‐tied equipment. The Project shall be equipped with islanding protection. In addition to disconnection from the grid (due to islanding protection) disconnection due to under and over voltage conditions shall also be provided.

d. A manual disconnect 4pole isolation switch, besides automatic disconnection to grid would have to be provided at utility end to isolate the grid connection by the utility personnel to carry out any maintenance. This switch shall be locked by the utility personnel.

22. CABLES:

22.1 Cables of appropriate size to be used in the Project shall have the following characteristics:

a. Shall meet IEC 60227/IS 694, IEC 60502/IS1554 standards

b. Temp. Range: –10oC to +80oC.

c. Voltage rating 660/1000V

d. Excellent resistance to heat, cold, water, oil, abrasion, UV radiation Page 22 of 32

e. Flexible f. Sizes of cables between array interconnections, array to junction boxes, junction boxes to Inverter etc. shall be so selected to keep the voltage drop (power loss) of the entire Project to the minimum. The cables (as per IS) should be insulated with a special grade PVC compound formulated for outdoor use.

g. Cable Routing/ Marking: All cable/wires are to be routed in a GI cable tray and suitably tagged and marked with proper manner by good quality ferule or by other means so that the cable easily identified.

h. The Cable should be so selected that it should be compatible up to the life of the solar PV panels i.e. twenty five (25) years.

i. The ratings given are approximately, Contractor to indicate size and length as per system design requirement. All the cables required for the Project provided by the Contractor. All cable schedules/layout drawings approved prior to installation.

j. Multi Strand, Annealed high conductivity copper/aluminium conductor PVC type ‘A’ pressure extruded insulation or XLPE insulation. Overall PVC/XLPE insulation for UV protection Armored cable for underground laying. All cable trays including covers to be provided. All cables conform to latest edition of IEC/ equivalent BIS Standards as specified below: BOS item / component Standard Description Standard Number Cables General Test and Measuring Methods, PVC/XLPE insulated cables for working Voltage up to and including 1100 V ,UV resistant for outdoor installation IS /IEC 69947.

k. The size of each type of DC cable selected shall be based on minimum voltage drop however; the maximum drop shall be limited to 1%.

l. The size of each type of AC cable selected shall be based on minimum voltage drop however; the maximum drop shall be limited to 2 %.

m. All such external electrical works shall be required to be done as per DISCOMs SOR.

23. CONNECTIVITY:

23.1 For Project (Above 100 kW) for installations having large load, the solar power can be generated at low voltage levels and stepped up to 11 kV level through the step up transformer. The transformers and associated switchgear would require to be carried out by the Contractor as per DISCOMs SOR.

Page 23 of 32

24. TOOLS & TACKLES AND SPARES:

24.1 The requirement of maintaining tools, tackles and spares at site or at service centre is left to the discretion of the bidder with a condition that the same would be made available immediately as and when required.

24.2 The bidders are advice to ensure a response time of 24 hours and maximum expected turnaround time of 72 hours (under special circumstances, additional time limit may be considered).

25. DANGER BOARDS AND SIGNAGES:

25.1 Danger boards should be provided as and where necessary as per IE Act. /IE rules as amended up to date.

26. FIRE EXTINGUISHERS:

26.1 The fire fighting system for the proposed Project for fire protection shall consist of portable fire extinguishers in the control room for fire caused by electrical short circuits. The installation of Fire Extinguishers should confirm to TAC regulations and BIS standards. The fire extinguishers shall be provided in the control room housing PCUs.

27. DRAWINGS & MANUALS:

27.1 Two sets of Engineering, electrical drawings and Installation and Comprehensive O&M manuals are to be supplied. Contractor shall provide complete technical data sheets for each equipment giving details of the specifications along with make/makes in their bid with basic design of the Project and power evacuation, synchronization as also protection equipment.

27.2 Approved ISI and reputed makes for equipment be used.

27.3 For complete electro‐mechanical works, Contractor shall supply complete design, details and drawings to NCRB.

28. PLANNING AND DESIGNING:

28.1 The Contractor should carry out Shadow Analysis at the site and accordingly design strings & arrays layout considering optimal usage of space, material and labour. The Contractor should submit the array layout drawings along with Shadow Analysis Report to the designated authority of Nodal Agency.

28.2 Nodal Agency reserves the right to modify the landscaping design, Layout and specification of sub‐systems and components at any stage as per local site conditions/requirements.

28.3 The Contractor shall submit preliminary drawing for approval & based on any modification or recommendation, if any. The Contractor shall submit one sets Page 24 of 32

and soft copy in CD of final drawing for formal approval to proceed with construction work.

29. SAFETY MEASURES:

29.1 The Contractor shall take entire responsibility for electrical safety of the installation(s) including connectivity with the grid and follow all the safety rules & regulations applicable as per Electricity Act, 2003 and CEA guidelines etc.

Sd/‐ xx (Vijaykumar Nair) CHIEF EXECUTIVE OFFICER , AURANGABAD CANTONMENT BOARD

Page 25 of 32

General requirement total 55 kwp roof top pv solar power plant

ANNEXURE 1 (Upload it online in Technical Bid)

Sr DESCRIPTION Confirm Deviation No ‐ation if Any Yes/No 1. Designing, supplying, commissioning and maintenance of on grid interactive solar PV panels on roof tops of Cantt Fund Buildings/ Properties.

a)Administrative Building =7KW b)Hospital Building= 12KW c) Sump/Pump house (with elevated structure of 12 feet above bottom) =36KW. The rates shall be all inclusive of applicable taxes &GST etc. 2. Bids must be complete with all equipment and required accessories along with necessary mounting arrangement of fittings and hardware, lugs, tools and machinery etc. as required for complete installation of TOTAL100 KWp ROOF TOP PV SOLAR POWER PLANT 3. The certificates relating to the solar panel and allied accessories issued from MNRE and other testing laboratories must be enclosed. 4. Authorization letter from OEM certifying that the items quoted by the bidder are in production and would be supported for service for at‐least minimum next 5 years from the date of expiry of 5 year warranty of the equipment. No obsolete products shall be quoted. 5. All the equipment of external fitting should be IP‐66/ NEMA‐4 complied and vandal proof. The Cables should be Polycab/Finolex or equivalent. 6. Bidder must provide reference list for satisfactory installation of similar products/ components of TOTAL 100 KWp ROOF TOP PV SOLAR POWER PLANT along with copies of orders. 7. The warranty should consist of repairing or replacing defective parts, cable, and all other assistance for proper functioning of the project for a period of 5 year from the date of installation of system irrespective of individual item warranty. 08. The bidder must enclose audited balance sheet for the last three year to ascertain the turnover.

Page 26 of 32

To be enclosed with the tender document.(Annexure 2)

UNDERTAKING for After Sale‐Service Support from OEM (upload it online in Technical bid)

From______

______

To

Chief Executive Officer Aurangabad Cantonment Board Aurangabad ‐ 414001

We do hereby confirm that:

We are OEM of the product have been quoted by our business Partner M/s______to Aurangabad Cantonment Board. In case our business partner fails to provide the satisfactory after sale‐ service in that situation our company will be totally responsible for providing timely and effective service support upto minimum 5 years period i.e. within 5 years warranty period. We also undertake that all the spare parts, Lens etc will be made available to the user departments as and when required to keep the systems functional.

(Signature)

Name Designation (Head or Senior Executive of Firm) Address Phone No. Fax No. Mobile No.

Page 27 of 32

IV. SPECIAL TERMS & CONDITIONS

The following conditions shall be adhered to in the work of Design, Supply, Installation, Commissioning& maintenance total 55 KWp Roof Top PV Solar Power Plant on roof tops of Cantt Fund Buildings/ Properties. a)Administrative Building =7KW b)Hospital Building= 12KW c)Sump/Pump house (with elevated structure of 12 feet above bottom) =36KW

1. General 1) The location will be shown at site.

2) The total55 KWp(7 KWp + 12 KWp + 36 KWp) solar PV power plant with all accessories offered shall be strictly as per ‘BOQ’ and as per specifications enclosed.

3) The tenderer’s credentials should also be furnished.

4) The rate quoted shall be inclusive of GST. The accepted contract value will prevail till the completion of works.

5) The bidder shall make their own arrangements for transportation of all materials to site.

6) Only those bidders who are reputed original manufacturers or authorized dealers/distributors/contractors registered with MNRE, Govt. Of India having sufficient experience of DESIGN, SUPPLY, INSTALLATION /COMMISSIONING& MAINTENANCE TOTAL 55 KWp ROOF TOP PV SOLAR POWER PLANT, are required to quote for this tender. Those who do not have adequate experience in carrying out works of similar nature need not quote for this tender. They shall have to supply spares as and when required by the Cantonment Board without any delay. The documentary evidence in proof of experience is to be enclosed for reference and record. The testing of Solar PV power plant system is to be done by the tenderer / Contractor to the satisfaction of the Engineer‐in‐Charge. The components are to be tested at site after completion of work to the satisfaction of the Engineer‐in‐Charge. All copies of test reports / certificates of the equipments / are to be submitted for acceptance.

7) The tenderer shall have sufficient experience in DESIGN, SUPPLY, INSTALLATION/ COMMISSIONING & MAINTENANCE TOTAL 55 KWp ROOF TOP PV SOLAR POWER PLANT of similar capacity or more than 15KW capacity and they shall furnish a list of installations of similar job called at in any Government sector duly indicating the capacity installed and the date of commissioning.

8) Copy of descriptive literature of important components of system and technical information with detailed drawings proposed should be sent along with the tender.

Page 28 of 32

9) The prices of the spare parts and special tools, special parts or better version of the product other than the items mentioned in the Specification will not be taken into consideration for the evaluation of the tender.

10) The tenderer may note that Cantonment Board is not agreeable for making any type of advance payment. No request for payment in the form of advance will be entertained by the Cantonment Board.

11) PROPERTY IN MATERIALS AND PLANT:‐ The material and plant brought by the tenderer / contractor upon the site or on the land occupied by the tenderer / contractor in connection with the works are intended to be used for the execution thereof shall immediately when they are brought upon the site or the said land be deemed to be the property of the Cantonment Board. Such of the materials (during the progress of work) rejected by the Engineer or declared by him not to be needed for the execution of the work or the grant of the certificate of completion remain unused, shall immediately on such rejection or declaration or grant cease to be deemed to be the property of the Cantonment Board \and the contractor / tenderer / may (but not before) remove them from the site of the said land. This clause shall not in any way diminish the liability of the tenderer / contractor nor be in any way answerable for any loss or damage which may happen to or in respect of such materials or plant against which on account payment (if specifically agreed) has been made by the otherwise and also in the case of rejected materials, not removed by the tenderer / contractor either by the same being lost, stolen, injured or destroyed by fire, tempest or otherwise.

12) GENERAL :The following special conditions shall be read in conjunction with a General Conditions of Contract IAFW‐2249 and IAFW‐2159 and addenda thereto and IAFW‐1879‐A. Any provision in these Special Conditions if at variance with the provision of the IAFW‐2249 and IAFW‐1779‐A shall be deemed to take precedence there over.

13) INSPECTION OF SITE: The contractor shall contract the Engineer‐in‐Charge for the purpose of inspection of site and relevant documents other than those sent herewith who will give reasonable facilities for the purpose. The contractor shall also make himself familiar with the working conditions, accessibility to site, availability of materials the terms and nature of other cognate conditions which effect the entire completion of work under this contract. The contractor shall deemed to have visited site and make himself familiar with the working conditions before submitting the tender irrespective of whether he actually inspects the site or not .

14) SAMPLES OF MATERIALS AND INDIAN STANDARDS: Wherever any reference is made to any is in the particular specifications, drawings and in the MES Schedule, it means the addition with all amendments current on the date of issue of documents. Wherever in the particular specifications / drawings and in the MES Schedule the year of publication that has been given it shall also be deemed to be amended as above. All materials, stores procured and incorporated in the work by the contractor, shall be approved by the Engineer‐in‐Charge before incorporating them in the work. Contractor shall not collect / procure materials, Page 29 of 32

fittings etc unless the samples are first approved by the Engineer –in‐Charge in writing. Also refer condition 10 of IAFW‐2249

15) MINIMUM FAIR WAGES PAYABLE TO LABOURS: Minimum fair wages payable to various categories workmen has been further revised by Govt. Notification dated 12.5.1995, under publication in the Gazette of India, Extra ordinary part II, Section 3(ii) dated 26.8.1992. The minimum fair wages shall be applicable to the Particular Stations as stated in this Gazette Notification on the minimum wages ,as applicable State Govt .and/or Administration application on the date of receipt of tender whichever is higher. The contractor shall have no claim whatsoever if on account any local regulations or otherwise he is required to pay wages in excess of the minimum given in schedule of minimum fair wages .However ,in case the minimum wages of workers directly engaged at the site of work by the contractor are revised by Pune Administration or as a result of the coming into force of any fresh law of statutory rule or order as mentioned in the condition 63 of IAFW‐2249 during the progress of work ,reimbursement /refund to the extent permissible under condition 63 IAFW‐2249 shall be applicable.

16) EMPLOYMENT OF LABOUR /PERSONNEL: ‐ The contractor shall employ only Indian National as his representative, servants, and workmen after verifying their antecedents and loyalty .He shall ensure that no person of doubtful antecedents and nationality, as in any was associated with works. If the reasons of technical collaboration or other consideration the employment of foreign national is unavoidable, the contractor shall furnish full particulars to this effect to the Accepting Officer at the time of submission of tender. As a proof that the contractor has employed only Indian National, he shall render certificate to the Engineer‐in‐Charge within one month from the date of acceptance of the tender to this effect.

17) RESTRICTION OF WORKING HOURS: Refer conditions 25 of IAFW‐2249; normal hours of works for departmental staff are from 0900 hours to 1700 hours on all days except Sundays and other Gazetted holidays. However the contractor may observe un‐restricted hours of work for all the works to be executed in the contractor’s workshop. No work at site (other than the work to be executed, beyond the aforesaid normal hours of work for the departmental staff on Sundays (s) and Gazette Holidays except with the prior written permission of the Engineer‐in‐ charge . If such permission is given no liability in respect of any excess cost arising from their from shall be accepted by the department.

18) CLEANING DOWN: ‐ Refer condition 49 of IAFW‐2249, General Condition of contract. The contractor shall clean all floors / remove cement / lime/paint/drops, clean joinery, glass panels etc, tough up all painters’ work and carry out all other necessary items to work to make the premises clean and tidy before handing over the site.

19) STANDARD OF WORKMANSHIP: In order to finalize the acceptable standard of workmanship the layout of fittings, fixtures, wiring etc. The Engineer‐in‐Charge may order the contractor to complete the quarter in all respect sufficiently in advance to serve as guiding samples. They shall be completed under the close supervision of the Engineer‐in‐Charge and on approval of the sample quarter. All further shall be executed to confirm to this sample. Page 30 of 32

20) VALIDITY OF TENDERS: ‐ The tenders shall remain open for acceptance for a period of 180 (One Hundred and eighty days) from the date specified for its submission.

21) CO‐ORDINATIN WITH OTHER AGENCIES: Contractor’s special attention is drawn to condition 2.4 and 3 of General Conditions of contract IAFW ‐ 2249; the contractor shall not communicate any classified information regarding the work either to sub contractor(s) or other without prior approval of the Engineer‐in‐ Charge. The contractor shall also not make copies of the design/ drawings and other documents furnished to him in respect of work of earlier determination of the contract. The contractor shall forward along with the final bills receipt from the Engineer‐in‐Charge. In respect of his having returned the classified documents as per conditions 3 of General Conditions of contract IAFW‐2249. The contractor shall permit free access and offer reasonable facilities to other agencies or departmental workman, if any engaged by Govt. to vary out their part of work in the area, no extra payment shall however, be made to the contractor on this account whatsoever.

22) OFFICIAL SECRET ACT: Refer condition 2‐A of General Conditions of contract IAFW‐2249. The contractor shall be bound by the Indian Official Secret Act particularly Section 5 thereof.

23) ROYALTIES: Condition 14 of IAFW‐2249 General Conditions of Contracts, is not applicable to this contract.

24) PRICING OF STAR RATES: Star rates would be priced as per IAFW‐2249 and 10% extra would be allowed as overhead / profits.

25) PRICING OF DEVIATIONS: Deviation would be priced as per IAFW‐2249 and limit would be 25% of the tendered amount.

26) TIME AND PROGRESS CHART: Contractor is expected to mobilize and employ sufficient resources to achieve the detailed schedule within the broad frame work of the accepted methods of working any safety. No additional payment will be made to the contractor for any multiple shift work or other incentive methods contemplated by him in this work schedule even through the time schedule is approved by the department.

27) CONTRACTOR LABOUR (REGULATION AND ABOLITION) ACT 1970 AND CONTRACT LABOUR (REGULATION & ABOLITION) CENTRAL RULES 1971: The contractor shall abide all the rules and regulations of the said act and apply of license in form IV under rule 21 (1) of the Act and adhere to all the rules regarding payment of wages to wages to labourers and maintenance of documents.

28) ESCALATION: No enhancement of prices will be allowed on account of escalation. Contractor shall cater for the same in his rates quoted in the tender. Any condition stipulated for escalation, by the tenderer will render his quotation “non bonafide” and will not be considered for acceptance. Page 31 of 32

29) DEDUCTION OF INCOME TAX AND SALES TAX: As per Rule 194‐C Income Tax including surcharge and additional surcharge will be deducted at the rate of 2% of the bill amount. Also Sales Tax is deducted as per Government Circular No. WC‐1498/Admn‐12/TDS dated 17.05.1999 if any.

30) The contractor will be solely responsible / liable to satisfy all statutory requirements like insurance cover of his personnel, payment of wages under the minimum wages Act, Provident fund, ESIS Bonus etc. and all the provisions, rules and regulations of the labour laws. He will also be liable to maintain all the records required under the statutes as applicable.

31) THIRD PARTY QUALITY CONTROL: In order to achieve best workmanship and execution of quality works the Aurangabad Cantonment Board will engage an independent agency who will carry out independent testing of materials and checking and ensuring overall quality procedures. The contractor shall be required to fully co‐operate with the agency and facilitate them in taking samples, transportation and examination of various activities including documentation at no extra cost to the Board. In case of any adverse findings by the third party inspecting agency, the contractor shall do the needful rectifications at no extra cost to the Board. The cost towards consultancy / third party quality control to the institutes would be paid by the Board. All work order would be subject to third party quality control.

32) ARBITRATION : Any disputes / claims and / or questions whatsoever arising out of this agreement or any dispute regarding the representations, objections between the parties or the construction interpretation of the application thereof or any clause or thing herein contained or as to any act, deed or commission or omission of any person or as to any other matter in any way relating to this agreement shall be referred to the sole arbitrator, who shall be a committee constituted as per provision of Section 327 of the Cantonment Act, 2006. The venue of such arbitration shall be at Pune. The decision given by the sole arbitrator shall be final and binding upon both the parties. The arbitrator shall have summary powers to decide the dispute and shall also have powers to dispense with the provisions of the Civil Procedure Code and the Indian Evidence Act. The Arbitration shall be fast arbitration and shall be fast track arbitration and shall be concluded within a period of three months.

Sd/‐ xx (Vijaykumar Nair) CHIEF EXECUTIVE OFFICER , AURANGABAD CANTONMENT BOARD

Page 32 of 32