ENERGY DEVELOPMENT AGENCY (MEDA), DIVISIONAL OFFICE, Design, Fabrication, Supply, Installation, Testing, Commissioning of AC/DC solar PV water pumping systems of various capacities under off-grid Solar Water Pumping Minor Water and tap Water Supply Programme in District of Maharashtra through DPDC and TSP fund with Operation & Maintenance for a period of 5 years.

(A Government of Maharashtra Institution)

e- TENDER FOR

SURVEY, DESIGN, FABRICATION, SUPPLY, INSTALLATION, TESTING, COMMISSIONING OF AC/DC SOLAR PHOTOVOLATIC WATER PUMPING SYSTEMS OF 3/5 HP CAPACITY WITH A READING & RECORDING FACILITIES AT VARIOUS IDENTIFIED GRAMPANCHYATS/VILLAGES AREAS SITES UNDER OFF- GRID SOLAR WATER PUMPING MINOR WATER AND TAP WATER SUPPLY PROGRAMME IN YAVATMAL DISTRICT OF MAHARASHTRA THROUGH DPDC AND TSP FUND WITH COMPREHENSIVE MAINTENANCE CONTRACT FOR 5 YEARS.

Tender Reference No.

TENDER NO. MEDA-AMRAVATI/REN/SOLAR-Water Pumping/1/2018-19

https://mahatenders.gov.in

TENDER DOCUMENT

Divisional General Manager (Amravati) MAHARASHTRA ENERGY DEVELOPMENT AGENCY Opp. D I G Bungalow, Nazul Sheet No.18/C, Near Circuit House , Camp Amravati -444602 Phone No: - 0721/2661610 E-mail ID: - [email protected] and [email protected]

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 1

Table of Contents

Sr. No. CONTENTS Page No.

SECTION-I BID INVITATION

1 Introduction 5 2 Brief Description of the Bidding Process 5 3 Notice Inviting Tender (Bid Information) 6 SECTION-II INFORMATION AND INSTRUCTION TO BIDDERS

1 Information and Instructions to the Bidders 7 2 Scope of Contract 9 3 Eligibility 10 4 Instructions 14 5 Cost of Bidding 16 6 Language of Bid 16 7 Documents Comprising the Bid 16 8 Pre Bid Meeting 16 9 E.M.D (Earnest Money Deposit) 18 10 Period of Validity of Bids 18 11 Mode of submission of Bids 19 12 Amendment of Bidding Documents 19 13 Deadline for Submission of Bids 19 14 Late Bids 19 15 Clarification of Bids 19 16 Preliminary Examination 19 17 Acceptance or rejection of bids 20 18 Criteria for evaluation of Bids 21 19 Award Criteria- Award of Contract 22 20 Security Deposit 22 21 Corrupt or Fraudulent Practices 23 SECTION – III GENERAL CONDITIONS OF CONTRACT

1 The Contract- Definitions 24 2 Priority Document 30 3 Confidential Details 31 4 Manner of execution 32

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 2

5 Application 32 6 Standards 32 7 Setting Out 33

8 Use of Contract Documents; Inspection and Audit by the Government 33

9 Inspections and Tests 33 10 Delivery and Documents 34 11 Insurance 34 12 Transportation 34 13 Payment 34 14 Sub-contracts 34 15 Delays in the Contractor/Agency's Performance 34 16 Termination for Default 35 17 Force Majeure 35 18 Termination for Insolvency 36 19 Settlement of Disputes 36 20 Arbitration 37 21 Limitation of Liability 40 22 Governing Language 41 23 Applicable Law 41 24 Notices 41 25 Agreement 41 26 Performance Specifications& Warrant 41 27 Patent Rights 42 28 Operation & Maintenance manual and Maintenance Diary 42 29 Packing 43 30 Incidental Services 473 SECTION – IV :SPECIAL CONDITIONS OF CONTRACT

1 Definitions 44 2 Delivery and Documents 44 3 Billing and Payment 45 4 Contractor/Agency Integrity 45 5 Contractor/Agency's Obligations 45 SECTION V : IMPLEMENTATION SCHEDULE AND PROCESS 47

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 3

SECTION VI: PENALTY FOR DELAY AND INCENTIVE

1 Liquidated Damages for Delay 48 2 Penalty for non attending complaint/s during the CMC period of 5 years 48 SECTION-VII: TECHNICAL SPECIFICATIONS, PERFORMANCE TESTING AND OTHER OPERATION AND MAINTENANCE GUIDELINES Annexure I-Technical Specifications of Solar Photovoltaic Water Pumping 1 System 49

Annexure II-Table Of Technical Specifications of Solar Photovoltaic Water 2 Pumping System 55

3 Annexure III- Performance Testing 56

SECTION VIII: FORM OF TECHNICAL/PRICE PROPOSAL AND APPENDIX TO 58 TECHNICAL//PRICE PROPOSAL

SECTION IX: SCHEDULES OF PRICES AND SCHEDULE OF PAYMENTS 66

APPENDIX

1 Appendix - I (A) : Bidder’s Information Sheet 68 2 Appendix – I (B) : Firm Profile at a Glance 69 3 Appendix - I (C) : Financial Status 71 4 Appendix - I (D) : Annual Turnover 72 5 Appendix - II : Form of Performance Bank Guarantee 73 6 Appendix - III : Installation & Performance Credentials/ Repatriation 74 Appendix – IV : Experience for Supply & Commissioning of Solar 7 75 Photovoltaic Water Pumping System 8 Appendix – V Pre Dispatch Inspection 76 9 Appendix VI Hand Over Certificate Performa 78 10 Appendix VII List of Villages under DPC fund. 79 11 Appendix VIII Survey Report Performa 81 12 Appendix IX Undertaking(On Rs.100/- Stamp Paper) 83 13 Check List- Annex-B 84

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 4

SECTION-I BID INVITATION 1. INTRODUCTION

District Planning Committee, Yavatmal has sanctioned the programme of solar water pumps pumping systems for 39 villages under mini water supply scheme. They have awarded the work of implementation of the programme to Maharashtra Energy Development Agency (MEDA), Divisional Office, Amravati. As per the government resolution no. अपाऊ-2015/. . 378/भाग-3/ऊजा-7 dated 8 June 2016 we have received 1% technical sanction amount and 5% consultancy charges for implementation of the programme. The Maharashtra Energy Development Agency (MEDA) Divisional Office, Amravati, represented by the Divisional General Manager (Herein after referred to as “The Employer”) wishes to receive bids from turnkey contractors under Minor Water and tap Water Supply Programme by using off-grid Solar Water Pumping projects, the “works” include design, manufacture, supply, transport, installation, testing and commissioning of AC/DC Solar Photovoltaic water pumping systems of 3/5 H.P. capacity with a reading and recording facility at the project sites of identified Grampanchyats/Villages in Yavatmal District of Maharashtra through DPDC (TSP, OTSP and Normal DPDC ) fund with comprehensive maintenance contract for 5 years.(hereinafter referred to as the contract of works) and as described in the Bidding Data under single point responsibility “Turnkey Contracts”.

2. Brief Description of Bidding Process.

• The Divisional General Manager (Divisional Office Amravati), on behalf of MEDA (the Employer), invites eligible bidder to submit a tender in accordance with the provisions of this Tender Document. In this Tender Document, the term "Bidder", which expression shall, unless repugnant to the context, include all parties who have submitted tender in response to this Tender Document within the stipulated time frame for submission. • The Bidders shall submit the bids in two parts by following e-tendering process described in tender document. First part comprises of the technical bid and the second part comprise of the financial bid in accordance with this Tender Document. • In terms of the Tender Document, a Bidder will be required to deposit non- refundable Tender document fee, along with its tender the refundable Earnest Money Deposit (EMD).

• MEDA will open the technical bids of the Bidders, by e-tendering process. The financial bid will be opened of those bidders which will be qualified in the technical bid.

• MEDA reserves the right to reject or accept any or all tenders without assigning any reasons thereof.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 5

3. Notice Inviting Tender (BID INFORMATION)

1 Tender Reference No. MEDA-AMRAVATI/REN/ SOLAR-Water Pumping/1/2018-19 2 Tender can be downloaded 31/12/2018 3 Estimated Cost /Allocated Rs. 1,47,96,000/- (Rs. One Crore Fourty Seven Lakhs Budget Ninety Six Thousand only) 4 Tender document fee Rs. 10,000/- (i.e. Ten Thousand Only) Non Refundable 5 Earnest Money Deposit (EMD) Rs. 1,47,960/- i.e. 1% of the Estimated Cost 6 Date and Time of Pre-bid 08/01/2018 Meeting and Venue Divisional Office, MEDA, Amravati 7 Last date and time of 14/01/2018 up to 16:00 Hrs submission of Bid 8 Date Address for MAHARASHTRA ENERGY DEVELOPMENT AGENCY, communication AMRAVATI and Venue for Tender opening Opp. D.I.G. Bungalow, Nazul Sheet No.18/C, Near Circuit and Time of opening of House, Camp Amravati -444602 Technical Bids. 15/01/ 2018 at 12:00 Hrs. 9 Security Deposit 3% of the Contract Value (To be submitted online )after placement of LOI/ work order

 The date & time of opening of Price Bid will be announced later.  It is compulsory to pay tender document fee, EMD through E-payment at https://mahatenders.gov.in  Eligible bidders can upload the Tenders through Mahaetender portal of GoM: https://mahatenders.gov.in  In respect of Cost of Tender Document and EMD amount, Government purchase Policy Resolution dated 1/12/2016 will be applicable.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 6

SECTION-II 1. INFORMATION AND INSTRUCTION TO BIDDERS The Divisional General Manager (Divisional Office), on behalf of MEDA (the Employer), invites bids from eligible bidders for “works ” include Survey, design, manufacture, supply, transport, installation, testing and commissioning of AC/DC Solar Photovoltaic water pumping systems of 3 / 5 HP capacity with a reading and recording facility at the project sites of identified Grampanchayat/Villages in Yavatmal districts of Maharashtra through DPDC fund with comprehensive maintenance contract for 5 years, (herein after referred to as the contract of works) and as described in the Bidding Data under single point responsibility “Turnkey Contracts” under Tender No: MEDA-AMRAVATI/REN/SOLAR-Water Pumping/1/2018-19. The existing water supply scheme of respective Grampanchyat will be converted on solar pump.

Details of cost estimate , EMD amount and quantity of AC/DC Solar Photovoltic Water Pumping Systems through OTSP, TSP & DPC (General fund)

A. OTSP PROGRAMME & TSP PROGRAMME

Tender No. District Nos. Of Solar AC Water pumping Total Cost in Rs EMD in Rs system Pump Lakh Lakhs.1% of estimated cost 3HP (AC) 5 HP (AC)

T-01 Yavatmal 8 5 13 43.36 43360.00 (OTSP)

T-02 Yavatmal 0 8 8 31.26 31260.00 (TSP)

Total 21 74.62 74620.00

B. DPC (general fund) PROGRAMME

Tender No. District Nos. Of Solar AC/DC Water pumping TOTAL Cost in Rs EMD in Rs system Lakh Lakhs.1% of 5 HP AC 5 HP DC estimated cost

T-01 Yavatmal 13 5 18 73.34 73340.00

Grand Total 39 147.96 147960.00

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 7

1) The bidder has to quote all capacity and all quantity of the pumping systems. The nos. shown against the Solar Photovoltaic water pumping system capacity in the above table are indicative. 2) Under OTSP Programme total 3 HP AC 8 nos of pumps are given and 5 HP AC 5 nos of pumps are given. The total budgetary under this programme is Rs. 43.36 Lakhs. After the E-tendering if the cost comes below the estimate cost then MEDA will placed the work order for more nos of pumps. 3) Under TSP Programme total 5 HP AC 8 nos of pumps are given. The total budgetary under this programme is Rs. 31.26 Lakhs. After the E-tendering if the cost comes below the estimate cost then MEDA will placed the work order for more nos of pumps. 4) Under DPC (General fund) Programme total 5 HP AC 13 nos and 5 HP DC 5 nos of pumps are given. The total budgetary under this programme is Rs. 73.34 Lakhs. After the E-tendering if the cost comes below the estimate cost then MEDA will placed the work order for more nos of pumps. 5) The Quantity may vary + 30% at the sole discretion of Employer (MEDA Division office, Amravati). 6) Under this scheme the budgetary provision for each for each programme is give above, the work orders will be placed in such a way that the total expenditure for each programme will not be more sanction amount. 7) After the tendering if the cost of the lowest bidder comes below the estimated cost then MEDA Divisional office will the place the work orders for more quantities of solar pumping systems at the same rate, which is quoted by the lowest bidder. For such a more quantities of solar pumping systems MEDA will not invite the new tender.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 8

2. Scope of Contract

The scope of Contract is as below:-

a. Design, manufacture, supply, transport, installation, testing and commissioning of AC/DC Solar Photovoltaic water pumping systems of 3/5 HP capacity at the project sites of identified Grampanchyat/Village area in Yavatmal districts of Maharashtra through OTSP/TSP/DPDC fund with comprehensive maintenance contract for 5 years on “Turnkey” Contract Basis and as described in the Bidding Document

b. Provision of Remote monitoring Arrangement with Water Discharge Reading and Recording Facility as mentioned in Technical Specifications. The selected bidder has to provide online display system for observing the daily performance monitoring report of the each solar pumping system to the respective Panchayat Samiti, / Z.P. /Executive Engineer of Z.P. Office (Any two offices) etc,

c. Free replacement of defective components of Solar Photovoltaic water Pumping systems within Comprehensive Maintenance Contract period (CMC) of 5 years after commissioning for efficient running of the system for delivering desired discharge as per specifications.

d. Detailed planning for smooth execution of project

e. Selected Bidder(s) shall be bound by operation and management arrangements and rules ,regulations and modalities as per MNRE and as established by MEDA and mutually agreed between MEDA and the contractor for effective implementation of the project.

f. Take risk liability of contractor’s personnel with implementation and realization of the project.

g. The selected Bidder(s) shall maintain sufficient inventory of the solar photovoltaic water pumping systems for immediate replacement of manufacturing / faulty/ non- working solar photovoltaic water pumping system under CMC for desired output.

h. The selected bidder shall established minimum one call centre for providing timely services to the beneficiaries. The Toll free number will be provided to the beneficiaries for the registration of complaints & requite information regarding solar photovoltaic water pumping system.

i. The Selected Bidder shall establish and operate minimum one full-fledged Service Centre with sufficient manpower at Yavatmal District headquarter. the bidder shall make such provision and provide sufficient manpower to resolve the beneficiaries’ complaints in the stipulated timeframe.

j. The Works are to be carried out at various Grampanchayat/Village water supply sites in the District of Yavatmal of, as described in the Bidding Data. The list of tentative Grampanchayats/Villages is given in the tender document. However if non-feasible site found during the execution of work then MEDA will provide alternate new village in consultation with the District Collector.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 9

k. After successful installation and commissioning of the water pump, selected bidder will hand over the pump to the respective Grampamchayat. The Copy of Hand over Certificate duly certified by Gramsevak and Sarpanch of respective Grampanchayat is given in the tender document.

l. Time is the essence in completing the Works. The successful Bidder will be required to complete the works within the stipulated time as specified in the tender document. The bidder shall ensure that Solar Photovoltaic water pumping system should be commissioned within 4 Months from the date of receipt of Letter of Award.

m. Bids shall be complete and cover all Works described in the Schedule of Prices. Any item of works required for complete usable system shall be deemed to be included in bidder’s scope irrespective of whether it is specifically mentioned or not in the price schedules.

n. Bidder should note that obtaining permissions from statutory bodies wherever required for execution of works, shall be entirely in bidder’s scope.

o. Partial bids, or bids which do not cover the entire scope of the project will be treated as incomplete and not responsive to the terms and conditions of bidding and are liable to be summarily rejected.

p. Non Return Valve arrangement with T-Joint and other minor works those are required for successful commissioning of the solar based RWS scheme will be sole responsibility of the bidder.

q. Manufacturer has to design the stages of solar pump in such a way that, the water shall reach to ESR/GSR(Water Tank) with necessary designed force and with adequate pressure. Any fault in design of stages of pump will be sole responsibility of the bidder.

r. The solar pump must be installed on plane surface or in case of installation at other place, the required surface area must be levelled.

s. Installation of display board by bidder showing project details are necessary. Content & specification on display board will intimate after award of contract given to bidder.

t. 100 % site survey by bidder are necessary.

3. Eligibility.

I. The bidder should be :

A Registered Company with manufacturing facility in for:

- SPV Modules OR Motor-pump Sets OR Solar Pump Controller

(Test Certificate for any one of the above components from a MNRE accredited Test lab is mandatory)

OR

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 10

A PV System Integrator with three years track record in OFF - GRID PV Systems.

OR

MNRE empanelled Company to Participate in Solar Pumping Programme through NABARD. II. Bidder should not be blacklisted by any Govt. Agency.

III. The bidder should have ISO 9001:2008 certification.

IV. At least 10 Solar Photovoltaic Water Pumping Systems should have been installed & commissioned by the bidder

V. Cumulative Experience of the Bidder in executing contracts of Off-Grid Solar Photovoltaic Systems/Power plants (Installed & Commissioned) should be at least 30% of the tender value.

OR

Cumulative Manufacture and supply of Motor-Pump sets / Solar Pump Controllers/ Inverters (Tested & Certified by MNRE accredited lab) of the Bidder should be at least 30% of the tender value.

[Cumulative Experience may be relaxed to 15 % in case of MSMEs/ Start-ups in the field of Solar Pumping System components]

VI. Average Annual Financial Turnover in the last 3 years, ending 31st March of the previous financial year should be at least 30% of the estimated cost/ Tender Value.(OR Rs. 1.5 Crores, whichever is less).

[Certified copies of the annual returns submitted to the ‘Registrar of Companies’ (R.O.C.) should be enclosed. For the preceding year, a summarized sheet of turnover certified by registered CA may be enclosed.

For proprietary/partnership companies, copies of Income Tax returns with full details of turnover should be enclosed. A summarized sheet of turnover certified by registered CA should also be enclosed.]

[For Rate contract/ empanelment tenders where more than one contractor is executing the tender: The average turnover requirement for eligibility should be considered based upon the quantities/ value allocated or proposed to be allocated to each successful bidder.]

VII. Bidder should have Test Certificate for the tendered Model of Solar Water Pumping System from a MNRE authorized testing center at the time of bidding. Test Certificate should have been issued on or after 1 January 2014. VIII. The Bidder should have valid GST registration certificate IX. The Bidder should have valid Service Tax Registration Certificate. A copy of which should be enclosed. X. If awarded contract, bidder will need to establish Service Centre (s) in the state of operation before supply. Till then, an undertaking to be given by the

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 11

bidder.

OTHER ELIGIBILITY CONDITIONS

The “Financial bids” of only those bidders shall be opened, who qualify in “Minimum Eligibility Conditions” as above and score at least 50 Points in “technical evaluation”. The “Points” for the “technical evaluation” shall be assigned as under:

SN Criteria Points

1 A Registered Manufacturing Company/Firm/ Corporation in India of: 10

Solar PV Modules

OR

Motor-pump Set OR Solar Pump Controller (Conforming to relevant National / International Standards) [ Test Certificate from a MNRE accredited lab is mandatory] OR MNRE empanelled Company to Participate in Solar Pumping Programme through NABARD.

2 Bidder’s cumulative experience in supply and installation/commissioning of

total number of Solar Water Pumping Systems:

> 50 nos. 5 >100 nos. 10 > 150nos. 15 >200 nos. 20

3 Value of a “Single Order ” executed by the Bidder of :

Solar Water Pumping Systems OR

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 12

Indigenous Motor-Pump sets /Solar Motor Pump Controllers/ Inverters Valued more than Rs. 1.0 Crore 5

Valued more than Rs. 2.0 Crores 10

4 The bidder has service centers:

At least two in the state for which tender is issued 5 At least four in the state for which tender is issued 10

5 Track Record of the Bidder (in Manufacturing Off-grid PV components):

Number of years, bidder is in the Manufacturing of Off-grid PV components (PV modules/ Pumps / controllers), and has not been blacklisted by any Govt. Agency[for not honoring the order after bidding OR not supplying in time OR

not providing after sales service]: More than 3 years 5 More than 5years 10 More than 7years 15

6 Track Record of the Bidder (in the installation/commissioning of Solar Pumps):

Number of years, bidder is in the installation/commissioning of Solar Pumps

and has not been blacklisted by any Govt. Agency[for not honoring the order after bidding OR not supplying in time OR not providing after sales service]:

More than 3 years 5

More than 5years 10

15 More than 7 years

7 The bidder has ISO 14001 certification 10

8 The bidder employs more than 20 people in India ( as per its PF return) 5

The bidder employs more than 50 people in India ( as per its PF return) 10

( A copy of the PF return should be enclosed as proof)

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 13

All other conditions of MNRE Standard Bid Documents will be applicable to this Tender.

• Turn Over: The Individual bidder should have an average annual financial turnover during any three (3) successive years out of FY 2015-16, 2016-17 & 2017-18 equivalents to at least Rs.0.5 crores

• Net worth: • The Individual bidder shall have a Net Worth (which is defined as “Net value of the assets – Net value of liabilities”) for the Financial year 2015-16/2016-17( as per the latest audited balance sheet) of not less than Rs.0.5 Crores.

• Standards/ Certificates: • To be eligible for this tender, the off grid Solar photovoltaic Water pumping system tested as per the Latest MNRE specifications 2017-18 shall be valid.

• Various components of system shall conform to the existing latest MNRE standards and when no applicable standard is mentioned to the authoritative standard appropriate to the Good’s Country of origin and such standards shall be the latest issued by the concerned institution.

• MNRE has been empanelling the manufacturers of components from time to time. Bidder shall use only MNRE approved componants in the Solar Photovoltaic water Pumping System.

• The Bidder shall submit all the valid test certificates and reports of the system components following the latest MNRE Guidelines and the same components shall be supplied for which the test reports/ certificates are submitted.

Experience:

• Commissioning Certificate for AC/DC Solar Photovoltaic water pumping system: The bidder applying for AC/DC Solar Photovoltaic water pumping system, should have successfully commissioned minimum 30 nos. of AC/DC Solar Photovoltaic water pumping systems in Government/Public sector under takings/ Urban or Rural local bodies (Work Awardees) in the last SIX Financial Years (FY 2013-14 to 2017-18). In this regard the bidder shall upload satisfactory commissioning certificate/report issued from the Awardees along with corresponding LOI / Work Orders/ Agreements.

The experience of commissioning of 3 HP upto 5 HP solar water pumping systems used for irrigation / drinking Water purpose only shall be considered in experience. The experience of commissioning of 3 hp up to 5 hp solar water pumping system used for irrigation purpose only shall be considered in experience.

** In case of bidder having the Experience of Commissioning of Solar water pumping system in abroad, the commissioning Certificate submitted towards experience shall be verified by the third party inspection agency (if required). In case if such certificates found forged/false/bogus, the bidder shall be disqualified from the tender process and the appropriate legal action shall be initiated against him.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 14

4. Instructions

• Bidder shall upload Information, Experience Certificates, Test Reports and other such relevant documents’ pertaining to the type of the pumping system bidder wants to quote for.

• Technical Proposals which are submitted by non qualified bidders or which are evaluated to be not responsive will be rejected and not further considered.

• Only Technical Proposals conforming to minimum eligibility criteria and found to be responsive will be taken up for detailed technical evaluation. A technical/tender committee shall evaluate the Bids submitted by bidders for a detailed scrutiny. During evaluation of Bids, MEDA, may, at its discretion, ask the bidders for clarification of their Proposals.

Performance Test: The bidder who qualifies in basic eligibility criteria in Technical proposals shall have to carry out the Performance test as specified by MEDA (in Section VII) on all the capacities and type (i.e. AC/DC) of complete Solar Photovoltaic Water pumping system as whole for which participated. a. Only upon successful completion of performance test; the bidder will be qualified for opening of price bid. b. In case bidder fails in the performance test; his financial bid shall not be opened & he shall be disqualified from further bidding process. c. Price Proposals of bidders qualifying above conditions shall be subsequently opened. The time and date of the opening of the Price Proposals shall be intimated on web site by the Employer. d. The lowest price quoted for the bid will be determined on the intimated date in presence of the present bidders. e. The Letter of award (LoA)/s shall be issued to the successful bidder/s who ever qualify/ies in the complete process as mentioned. f. Bidder shall quote their rates considering wide variation of site conditions, variation in price, logistics and distribution needs, and keeping the quantum and quality of work in mind. g. Bidder should upload only the documents which are asked to upload in the tender document. h. All bids must be accompanied by EMD as specified in the Tender Notification (Section) and uploaded/ furnished on or before the prescribed date and time given in Section–I of this document. Bids submitted without EMD will be summarily rejected. Bidder would need to upload the required documents through electronic mode as part of their proposal. i. The Bidder shall upload copies of  G S T Registration Certificate

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 15

 PAN , Goods and Service Tax registration Certificate issued by appropriate authority.  Income Tax returns of three previous assessment years.

j. For any Clarification/online support please contact to -.

• MEDA reserves the right • To reject or accept any or all tenders wholly or partly without assigning any reason on the grounds considered advantageous to MEDA, whether it is the lowest tender or not. • The successful bidder is bound to supply required number of Solar Photovoltaic water pumping system at the specified places. The per unit quoted rates by the bidder shall remains the same though the capacity wise quantity of the Solar Photovoltaic water Pumping system to be commissioned may vary subject to the site conditions.

• The Bid uploaded by the Bidder and all correspondence and documents in relations to the bid shall be in English Language. For more details refer clause 4 of this section. The work order is not transferable. Subletting is not allowed.

• The MEDA will not entertain any claim at any stage from the successful bidder on the plea of not having sufficiently acquainted himself as to the site conditions

5. Cost of Bidding The bidder shall bear all costs associated with the preparation and submission of bid and MEDA will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

6. Language of Bid The Bid uploaded by the Bidder and all correspondence and documents in relations to the bid shall be in English Language. Supporting documents and printed literature furnished by the bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in the English language duly authenticated and certified by the bidder. Supporting materials, which are not translated into English, may not be considered. For the purpose of interpretation and evaluation of the Application, the English language translation shall prevail.

7. Documents Comprising the Bid The Bid prepared by the Bidder shall be uploaded in ‘Two parts Viz. Technical and Financial bids comprising the following components. Bids shall be electronically submit online in the e-tender platform and the documents shall be scanned and submitted.

8. Pre-bid meeting The pre-bid meeting shall be the part of tender document. The decision taken in the pre- bid meeting will be applicable to this tender.

Part I

Technical Proposal shall contain:

a. Bidder shall submit relevant certificates to demonstrate the financial & technical capabilities as per eligibility criteria indicated in this tender. Also, necessarily submit

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 16

Certificates / data / information / supporting documents required for technical evolution of bidder’s offered systems, as follows.

1. Bidder’s Information Sheet Appendix –I(A) 2. Firm’s Profile at a Glance Appendix –I(B) 3. Financial Status Appendix –I(C) 4. Annual Turnover Appendix –I(D) 5. Self Certification of No Barr/non failure/blacklisted Appendix –I(E) 6. Form of EMD /Bid Security Appendix –II 7. Form of Performance Bank Guarantee Appendix-III 8. Installation and performance credentials Appendix-IV 9. Experience for supply and commissioning of Solar Photovoltaic Water pumping system Appendix-V 10. Pre dispatch instruction and Inspection Report Appendix-VII

The Bidder is expected to examine all instructions, forms, terms and specifications in the Tender Documents. Failure to furnish all information required, by the Bidder, documents or submission of a Bid not substantially responsive to the Tender documents in every respect or incomplete bid document will be at the Bidder’s risk and may result in rejection of its Bid.

The bidder has to quote for a particular capacities of Solar Pumping System in the tender.

The incomplete price bid/ partly quoted price bid will be rejected.

Part II

Financial bid (Needs to be uploaded duly filled financial sheet as per format available with online tender)

The Bidder shall indicate on the Price Schedule the prices of various capacity Solar Photovoltaic water pumping system. Financial Bid shall contain:

a. The bidder should quote the price as against the capacity wise contract estimate as shown in price schedule format. Any variation in taxes those are payable by Employer such as GST excluding other taxes if any as applicable by rule. Also change in Law shall be considered.

b. Installation, testing, commissioning charges includes “FOR” destination prices inclusive of packing, forwarding, freight, inland transportation, insurance, loading, unloading, supply, distribution, collection, testing inspection and any/ all charges incidental for successful design, supply, Installation, commissioning and comprehensive maintenance for five years of Solar Photovoltaic Water Pumping systems including reading and recording facility.

Other conditions relating to Financial Bid

a. Prices shall be quoted in Indian Rupees:

b. In no circumstances, escalation in the prices will be entertained. E-Tender DPC Fund District Yavatmal (MEDA Amravati) 17

c. The Bidder shall complete the price schedule as per (Section – VIII (B)) furnished in the Tender Document, Indicating the prices of various capacity Solar Photovoltaic water pumping system set towards Design, Manufacture, Supply, Transport, Installation, Testing And Commissioning of Solar Photovoltaic water pumping system as per the Technical specifications mentioned in the ( SectionVII).MEDA will not pay any extra charges over and above rate quoted by the Bidder.The quoted price shall be ‘FIXED’, during the entire term of the Contract.

d. Financial Bid uploaded with and adjustable price quotation wil be treated as non responsive and will be rejected.

e. Any Bid not in accordance with clause7 of this Section II ,will be rejected.

9. Bid Security / E.M.D (Earnest Money Deposit)

a. The Bidder shall furnish, as part of its Technical Proposal, a bid security in the amount equivalent to 1 % of Estimated Cost of the Tender for which price bid is submitted by the bidder.

b. The bid security shall, be in the form of a demand draft in favor of the Employer, payable at Amravati, as stated in the Bidding Data. Demand draft shall be made available to employer within 10 working days after issue of LOI/Work order.

c. Any bid not accompanied by an acceptable EMD shall be rejected by the Employer as non-responsive.

d. The bid EMD of the successful bidder will be returned when the bidder has signed the Contract Agreement and furnished the required security deposit.

e. If the bidder is determined at any time prior to award of contract to be engaged in corrupt & fraudulent practices as defined in clause no.17, will be disqualified.

f. The EMD/ Bid security will be forfeited:

i. If a Bidder (i) withdraw sheet Bid during the period of Bid validity Specified by the Bidder on the Bid Form;

ii. In case of a successful Bidder, if the Bidder fails to furnish performance security in accordance with Clause 20 of this Section.

iii. In case if bidder submitting the commissioning certificates of Solar water pumping system found forged/false/bogus

g. The bid security of the unsuccessful bidders will be returned as promptly as possible, after award and signing of the Contract Agreement or expiration of the period of bid validity, whichever is earlier.

10. Period of Validity of Bid

a. Bids shall remain valid for 120 days after the date of opening of Technical Bid. A Bid valid for a shorter period shall be rejected by MEDA as non-responsive.

b. In exceptional circumstances, MEDA may solicit the Bidder’s consent to extend

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 18

the period of validity. The request and the responses there to shall be made in writing. The EMD provided under clause 9 shall also be suitably extended. A Bidder granting the request will not be required nor permitted to modify its bid.

11. Mode of submission of bids

a. The Bids shall be submitted electronically in the e-tender platform only.

b. Bids sent by any other mode like in person, post, Telex or Fax or e-mail will be rejected.

c. MEDA may at its discretion may ask any Bidder to submit the hard copy of any of the document submitted on e-tender platform.

12. Amendment of Bidding Document

a. At any time prior to the deadline for submission of bids, the Employer may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents by issuing addendum.

b. Any addendum thus issued shall be part of the bidding documents pursuant to Sub- Clause and shall be communicated through the website: - http://www.mahatender.gov.in.

c. In order to afford prospective bidders reasonable time in which to take an addendum into account in preparing their bids, or for any reason deemed appropriate by the Employer, the Employer may extend the deadline for submission of bids.

13. Deadline for Submission of Bids

a. Bids must be uploaded by the bidder through e-tender process not later than the time and date specified in the invitation for Bids (Section I ).

b. The MEDA may, at the discretion, extend this deadline for submission of bids by issuing an addendum in accordance with clause 10, in which case all rights and obligations of MEDA and Bidders previously subject to the deadline will there after be subject to the deadline as extended.

14. Late Bids

In online e-tender system, you shall not be able to submit the bid after the bid submission time and date as the icon or the task in the tender portal will not be available after deadline.

15. Clarification of Bids

During evaluation of Bids, MEDA may, at its discretion, ask the Bidder for a clarification of its bid. Their quest for clarification and the response shall be in writing and no change in prices or substances of the Bid shall be sought, offered or permitted.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 19

16. Preliminary Examination

a. The MEDA will examine the Bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

b. Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a discrepancy between words and figures, the lowest of the two will prevail. If the Bidder does not accept the correction of errors,its bid will be rejected.

c. MEDA may waive any minor infirmity or non-conformity in a bid, which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any bidder.

d. Prior to the detailed evaluation, the MEDA will determine the substantial responsiveness of each bid to the Tender Documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the Tender Documents without material deviations. Deviations from or objections or reservations to critical provisions such as those concerning Performance Security, applicable Law and taxes and duties, Warranty, Force Majeure will be deemed to be a material deviation. MEDA’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

e. If a bid is not substantially responsive, it will be rejected by MEDA and may not subsequently be made responsive by the Bidder by correction of the non- conformity.

17. Acceptance or Rejection of Bids

a. MEDA reserves the right to accept or reject any bid or all the bids and to annul the bidding process and reject all bids at any time prior to award of contract, without there by incurring any liability or any obligation to inform the affected bidder or bidders of the grounds for the said action.

b. Any Bid with incomplete information is liable for rejection.

c. For each category of pre-qualification criteria, the documentary evidence is to be produced duly attested by the authorized representative of the bidder and serially numbered. If the documentary proof is not submitted for any/all criteria the Bid is liable for rejection.

d. If any information given by the bidder is found to be false / fictitious, the Bidder will be debarred for 3 years from participating in any other tenders of Govt., of Maharashtra and will be black listed.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 20

18. Criteria for evaluation of Bids 1. Step1- Test of Responsiveness 2. Step 2 - Bid evaluation

Step1: Test of Responsiveness

Prior to evaluation of Bids, MEDA shall determine whether each Bid is responsive to the requirements of the tender document. A Bid shall be considered responsive only if all documents as outlined in the tender document for two stage bid process are submitted as per the pre-defined format.

The MEDA reserves the right to reject any Bid which is non-responsive and nor request for alteration, modification, substitution or withdrawal shall be entertained by the MEDA in respect of such Bid.

Step2: Bid Evaluation

Bid evaluation will be carried out considering the information furnished by Bidders as per the Tender documents. This process will involve evaluation of the response to tender document of the Bidder as per terms and conditions of this Tender Document. Based on technical/ qualifying criteria preferred bidders will be shortlisted.

A. Technical Evaluation

a. Only Technical Proposals conforming to minimum eligibility criteria and found to be responsive will be taken up for detailed technical evaluation. A technical/tender committee shall evaluate the Bids submitted by bidders for a detailed scrutiny. During evaluation of Bids, MEDA, may, at its discretion, ask the bidders for clarification of their Proposals.

b. Performance Test: The bidder qualified in technical evaluation shall have to carry out the Performance test as specified by MEDA(Section VII) on all the capacities and type (i.e. AC/DC) of complete Solar Photovoltaic water pumping system as whole for which participated.

c. Only upon successful completion of performance test; the bidder will be qualified for opening of price bid.

d. Though the bidder qualify in Technical evaluation but Fails in the performance test; his price bid shall not be opened & he shall be disqualified from further bidding process.

B. Financial Evaluation.

The price bids of the eligible bidders will then be evaluated in the manner provided below;

a. At the outset, the price bids of all the Bidders who are technically qualified in technical evaluation and there after qualifies the Performance test shall be opened in the presence of the Bidders’ Representatives who choose to attend.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 21

b. The bidder's names, the Bid Prices, the total amount of each bid, any discounts, and such other details as the Employer may consider appropriate, will be announced and recorded by the Employer at the opening. The bidder's authorized representatives will be required to sign this record.

c. Determination of the Lowest quoted price against individual capacity of Solar Water pumping System :

i. The price (inclusive of all the taxes/duties) quoted against the individual capacity i.e. 3hp/5hp AC/DC of Solar Water pumping System shall be considered to determine the Lowest price for individual capacity for the tender.

ii. Such Bidder that has quoted the lowest price (inclusive of all the taxes/duties) against the individual capacity & category shall be declared as the preferred Bidder (the “First Selected Bidder”) for that capacity of the Solar Water pumping System only.

19. Award Criteria and Award of Contract

MEDA will award the Contract to the success full Bidder(s) whose Bid has been determined to be substantially responsive and has been determined as the lowest evaluated Bid as per the criteria.

Provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

20. Security Deposit:

a. The successful bidder shall furnish the Demand Draft of 3% amount of total contract Value within 14 calendar days from the issue of the Letter of Award (LOA)/ Work Order.

b. After completion of CMC of last pump, Contractor/Agency will submit performance Bank Guarantee, for an amount equal to 20% of contract value for the period of 5 years. Out of these 4% contract value will be released per year after submission of performance report generated by remote monitoring system. As mentioned in terms of payment clause.

c. Without limitation to the provisions of the preceding paragraph, whenever the Employer's Representative determines an addition to the Contract Price as a result of a change in scope and/or legislation or as a result of a variation, the Contractor, at the written request of the Employer's Representative, shall promptly increase the value of the security deposit by an equal percentage.

d. The defect liability period of the works including the material shall be 5 years which includes free replacement of defective/non-working/faulty/ malfunctioning components of Solar Photovoltaic water pumping systems within Contractual period till completion of Comprehensive maintenance contract period (CMC) of 5 years of commissioning of last pump.

e. Prior to making a claim under the Performance Bank Guarantee, the Employer or his representative shall, in every case, notify the Agency stating the nature of the default for which the claim is to be made. E-Tender DPC Fund District Yavatmal (MEDA Amravati) 22

f. Forfeiture of Security Deposit The security deposit specified in the clause 20 will be liable to be forfeited if i. The contractor fails to initiate the works after award of contract or ii. The progress of works were perpetually lagging behind the intended progress of works as per agreed milestone or iii. The contract is terminated due to the reasons attributed to the contractor or iv. The quality of material is not as per standard or if the works is not carried out as per standard method of construction, or not observing the rules and regulations as specified or v. The Security Deposit shall not be forfeited unless the opportunity of being heard has been reasonably given to the party and no sign of improvement has been observed. 21. Corrupt or Fraudulent Practices MEDA requires that Bidders shall observe the highest standard of ethics during the execution of contracts. In pursuance of this policy, MEDA: a. Defines, for the purposes of this provision, the terms set forth as follows:

i. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and

ii. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Government, and includes collusive practice among Bidders (prior to or after tender submission) designed to establish tender prices at artificial non-competitive levels and to deprive the Government of the benefits of free and open competition; b. will reject a proposal for award if it determines that the Bidder(s) recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question; c. Will declare a firm ineligible, 3 years for a period of time, to be awarded a Government financed contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing a contract.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 23

SECTION - III

GENERAL CONDITIONS OF CONTRACT (GCC)

The following are the General Conditions of Contract for Supply of Solar Photovoltaic Water Pumping Systems, as per the specifications given in the document.

In this Contract, the following terms shall be interpreted as indicated:

1. THE CONTRACT

1.1 Definitions

In the Contract (as defined below) the words and expressions defined below shall have the meanings assigned to them, except where the context requires otherwise:

Documents

"Contract" means the agreement if any to be entered into by the owner with the contractor and shall includes these Conditions of Contract, the Employer's Requirements, the Tender, the Contractor's Proposal, the Schedules, the Letter of Award and such further documents as may be expressly incorporated in the Letter of Award or Contract Agreement (if completed) and any further conditions which may be specifically agreed to between the parties as forming the part of contract.

"Employer's Requirements" means the description of the scope, standards, design criteria (if any) and program of work, as included in the Contract, and any alterations and modifications thereto in accordance with the Contract. The Conditions of Contract, Technical Specifications, Drawings, Appendix to Tender and all other information contained in the bidding documents form an integral part of the Employer’s Requirements.

"Tender" means the Contractor's priced offer to the Employer for the Works, as accepted by the Letter of Award. The word 'tender’ is synonymous with 'bid'.

“Appendix to Tender" means the completed appendix comprised in the Tender. The words ‘Appendix to Tender’ are synonymous with the words ‘Appendix to Bid’, ‘Appendix to Technical Proposal’, and ‘Appendix to Price Proposal’.

"Contractor's Proposal" means the completed Sections, Schedules, and supporting documentation submitted with the Tender, as included in the Contract.

"Schedules" means the information and data submitted with the Tender, as included in the Contract.

"Schedule of Payments" means the Schedule designated as such (if any), referred to in section IX.

"Letter of award" means the formal acceptance by the Employer of the Tender. The term “Letter of award” is synonymous with the term “Notice of Award”.

"Contract Agreement" means the contract agreement (if any) referred to in Sub-Clause 1.5.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 24

Persons

"Employer" means the person named as specified in clause 2 of section 1, and the legal successors in title to such person, but not (except with the consent of the Contractor) any assignee of such person.

“MEDA” means Maharashtra Energy Development Agency; is a Government of Maharashtra Institution registered under the society registration act 1860 and Public registration act 1950.

"Contractor" means the person whose Tender has been accepted by the Employer and the legal successors in title to such person, but not (except with the consent of the Employer) any assignee of such person.

"Employer's Representative" means the person appointed by the Employer to act as Employer's Representative for the purposes of the Contract and named as specified, or other person appointed from time to time by the Employer and notified as such to the Contractor.

"Contractor's Representative" means the person (if any) named as such in the Contract or other person appointed from time to time by the Contractor.

“Arbitrator” means a person agreed by the parties to act as Arbitrator or a person appointed by the Employer to settle any dispute or differences between the Employer and the Contractor and named as such is specifiedTender and shall include “Principal Arbitrator”.

“Financing Agency” means the financial institution that will provide or has provided loan financing to the Employer which is to be applied towards the cost of executing the Contract.

“Third Party Inspector” means the person(s) or firm(s) engaged by the Employer and notified as such to the Contractors who will be authorized to conduct independent inspections on the Plant, Equipment and Materials to be supplied bythe Contractor for incorporation into the permanent Works in respect of Solar Photovoltaic water pumping System, either at the place of manufacture or fabrication or at the Site, as applicable.

“Beneficiary” shall mean the farmer, finalized by the district committee as per the list issued along with the work order for supply of Solar Photovoltaic Water pumping System with its installation and commissioning with CMC of 5 years by the Contractor/Agency under this Contract.

“Inspecting Authority” shall mean any Engineering person or personnel authorized by MEDA to supervise and inspect.

“The Contractor/Agency” means the entity supplying the goods and services under this contract

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 25

Dates, Times and Periods

"Effective Date" means the date on which the Contract enters into legal force and effect. That will be the date of signing of the contract agreement.

"Commencement Date" Date of issue of Letter of Award (LOA) shall be considered as the commencement date of contract.

"Time for Completion" means the time for completing the Works and commissioning of complete Section, and passing the Tests on Completion, as stated in the Appendix to Tender, calculated from the Commencement Date.

“Guarantee Period” means the time as stated in the Appendix to Tender for guaranteeing the Plant, Equipment, and Materials against defects in materials, workmanship and manufacturing defects, calculated from the date upon which the entire Works ( completion and commissioning of all the useful Sections in all respect) have been completed as certified by the Employer’s Representative. The term “Defects Liability Period” is synonymous with the term “Guarantee Period”.

"Contract Period" means the period from the Commencement Date to the date of completion of the guarantee period.

"day" means a calendar day, “month” means a calendar month, and ”year" means 365 days, as per the English Calendar.

“Milestone” means the time as specified for completing and commissioning of complete Sections or for completing a designated percentage of the total value of the Works, calculated from the Commencement Date. The Milestones shall be developed by the Contractor, in consultation with the Employer and Employer’s

Representative, so as to form an “interim target date” by which the Contractor will be required to complete that Section’s Works so as to maintain pro-rata progress throughout the duration of the Time for Completion.

“Defect Notice Period” means the period after observation of the Defect within which the Employer should notify the Contractor about the Defect. Notification of the Defect will normally be made immediately after its observation.

“Defect Correction Period” means the period for correction of the Defect by the Contractor, beginning from receipt of the Notice of Defect from the Employer by the Contractor and extending up to days thereafter.

Tests and Completion

"Tests on Completion" means the tests specified in the Contract and designated as such, and any other such tests as may be agreed by the Employer's Representative and the Contractor or instructed as a Variation, which are to be carried out before the Works are taken over by the Employer.

“Pre-commissioning” means the testing, checking and other requirements specified in the Contract that are to be carried out by the Contractor in preparation for Commissioning, as provided in hereof. The term “Pre-commissioning” is synonymous with the term “Test Charging”, as commonly used in the Industry. E-Tender DPC Fund District Yavatmal (MEDA Amravati) 26

"Tests after Completion" means the tests specified in the Contract and designated as such, which are to be carried out after the Works are taken over by the Employer, as specified hereof.

“Commissioning” means operation of the Facilities or any part thereof by the Contractor following Completion, which operation is to be carried out by the Contractor, for the purpose of carrying out Guarantee Test(s). The term “Commissioning” is synonymous with the term “Permanent Energisation”, as commonly used in the Industry.

“Guarantee Test(s)” means the test(s) specified in the Contract to be carried out to ascertain whether the Facilities or a specified part thereof is able to attain the Functional Guarantees specified in the Contract in accordance with the provisions.

"Taking-Over Certificate" means a certificate issued by the Engineer when the Works, have been completed in accordance with the Contract.

"Final Contract Completion Certificate" means the certificate issued by the Employer’s Representative upon satisfactory completion of the Guarantee responsibilities.

Money and Payments

"Contract Price" means the sum stated in the Letter of Award as payable to the Contractor for the survey, design, execution, testing, commissioning and completion of the Works and the remedying of any defects in accordance with the provisions of the Contract, including guarantee of the Works and plant during the defects liability period.

"Local Currency" means the currency of the Employer’s Country, i.e., Indian Rupees.

"Foreign Currency" is not applicable for this Contract.

"Cost" means all expenditure properly incurred (or to be incurred} by the Contractor, whether on or off the Site, including overhead and similar charges, but does not include profit.

Other Definitions

"Construction Documents" means all drawings, calculations, computer software (programs), samples, patterns, models, operation and maintenance manuals, and other manuals and information of a similar nature, to be submitted by the Contractor.

“Specifications” mean and include collectively all the terms and stipulations contained in the bid document including the Conditions of Contract, technical provisions and annexure thereto, addenda and lists of corrections, amendments and clarifications, as well as any variations issued by the Employer’s Representative during the course of the Contract.

"Variation" means any alteration and/or modification to the Contract which is instructed by the Employer's Representative or approved as a variation by the Employer's Representative.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 27

"Works" means the Permanent Works and the Temporary Works or either of them as appropriate, including design, supply, transportation, construction, erection, testing, pre-commissioning of the constructed facilities in respect of Solar Photovoltaic water pumping system and remedying of any defects, but excluding guarantee of the facilities after completion of the Works.

“Defect” means any part of the Works not completed in accordance with the Specifications and terms and conditions of Contract, including any Works or part thereof which becomes faulty during the Guarantee (Defects Liability) Period.

“Facilities” means the Plant and Equipment to be supplied and installed, as well as all the Installation Services to be carried out by the Contractor under the Contract.

"Permanent Works" means the permanent works to be designed and executed in accordance with the Contract.

"Temporary Works" means all temporary works of every kind (other than Contractor's Equipment) required for the execution and completion of the Works and the remedying of any defects.

"Plant" and/ or “Plant and Equipment” means permanent plant, equipment, machinery, apparatus, articles and things of all kinds to be provided and intended to form or forming part of the Permanent Works, including the supply-only items (if any) which are to be supplied by the Contractor as specified in the Contract, but does not include Contractor’s equipment.

"Materials" means things of all kinds (other than Plant) to be provided and incorporated in the Permanent Works by the Contractor, including the supply-only items (if any) which are to be supplied by the Contractor as specified in the Contract.

“Installation Services” means all those services ancillary to the supply of the Plant and Equipment for the Facilities, to be provided by the Contractor under the Contract; e.g., provision of marine or other similar insurance, inspection, expediting, site preparation works (including the provision and use of Contractor’s Equipment and the supply of all construction materials required), installation, testing, pre-commissioning, commissioning, operations, etc.

“Guarantee" means the supply of all things necessary so as to remedy any defects in workmanship, materials, plant and equipment and guarantee proper operation of the constructed facilities for the period of time as specified in the Appendix to Tender after completion of the Works, all in accordance with the conditions of the Contract.

"Contractor's Equipment" means all machinery, apparatus and other things (other than Temporary Works) required for the execution, completion and guarantee of the Works and the remedying of any defects, but does not include Plant and Equipment, Materials, or other things intended to form or forming part of the Permanent Works.

"Site" means the places provided by the Employer where the Works are to be executed at the locations of identified Villages and to which Plant and Materials are to be delivered and any other places as may be designated in the Contract as forming part of the Site.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 28

"Country” means the country in which the Works are to be executed and to which Plant and Materials are to be delivered. For the purposes of this Contract, the Country is India.

“GCC” means the General Conditions of Contract contained in this

“SCC” means the Special Conditions of contract section.

“General Conditions” shall mean the General conditions of Contract.

"Services" means services ancillary to the supply of the Goods which includes transportation and insurance and any other incidental services, such as installation, commissioning, maintenance, provision of technical assistance, training and other obligations of the Contractor/Agency covered under the Contract;

“Goods” shall mean Solar Photovoltaic Water Pumping Systems.

"Writing" shall include any manuscript, typewritten, printed or other statement reproduced in any visible form whether under seal or written by hand.

“The Government” means the Government of Maharashtra State

1.2 Headings and Marginal Notes

The headings and marginal notes are not part of these Conditions, and shall not be taken into consideration in their interpretation.

1.3 Interpretation

i. Words importing persons or parties shall include firms and corporations and any organization having legal capacity.

ii. Words importing the singular also include the plural and vice versa where the context requires.

iii. Words importing one gender also include other genders.

1.4 Law and Language

The law of the Contract is the law of India.

Where versions of the Contract are prepared in different languages, the English language version shall prevail.

The language for reporting and day to day communications shall be English.

1.5 Contract Agreement

A Contract Agreement shall be provided separately.

2. Priority of Documents

The documents forming the Contract are to be taken as mutually explanatory of one another. If there is an ambiguity or discrepancy in the documents, the Employer shall

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 29

issue any necessary clarification or instruction to the Contractor, and the priority of the documents shall be as follows: (a) The Contract Agreement; (b) The Letter of award; (c) The Bid (accepted Price Proposal); (d) The Conditions of Contract, ; (e) The Employer's Requirements (including Specifications and Drawings); and (f) The Contractor's Proposal (Technical Proposal, including Completed Schedules).

1.1 Documents on Site

The Contractor shall keep on the Site one complete set of the documents forming the Contract, the Construction Documents, Variations, other communications given or issued and the documents mentioned in Sub-Clause 5.4. The Employer, the Employer's Representative and assistants (as referred to in Clause 3) shall have the right to use such documents at all reasonable times.

1.2 Communications a. Wherever provision is made for the giving or issue of any notice, instruction, consent, approval, certificate or determination by any person, unless otherwise specified such communication shall be in writing and shall not be unreasonably withheld or delayed. b. Wherever provision is made for a communication to be "written" or "in writing", this means any hand-written, type-written or printed communication, including the agreed systems of electronic transmission stated in the Appendix to Tender. c. All certificates, notices or written orders to be given to the Contractor by the Employer or the Employer's Representative, and all notices to be given to the Employer or to the Employer's Representative by the Contractor, shall either be delivered by hand against written acknowledgement of receipt, or be sent by airmail or one of the agreed systems of electronic transmission. The addresses for the receipt of such communications shall be as stated in the Appendix to Tender. d. Project review coordination meetings between the Employer, Employer’s Representative and Contractor shall be conducted on a monthly basis or as and when required by the Employer, at locations decided by the Employer, to review the Contractor’s progress and plans for completing the remaining Works, to deal with matters affecting the progress of the Works, and to decide on responsibility for actions required to be taken. The Employer / Employer’s Representative shall prepare the Minutes of Meeting and provide copies for the records of all attendees. Decisions taken and instructions issued during the coordination meetings, as recorded in the Minutes, shall have the same force and effect as if they were written communications issued in accordance with the three preceding paragraphs.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 30

1.3 Provision of Construction Documents

The Construction Documents shall be in the custody and care of the Contractor. Unless otherwise stated in the Employer's Requirements, the Contractor shall provide one reproducible original, one soft (electronic) copy, one full-size original copy and six printed copies of all designs and drawings prepared by the Contractor for the use of the Employer's Representative and assistants.

1.4 Employer’s Use of Contractor’s Documents

Copyright in the Construction Documents and other design documents made by or on behalf of the Contractor shall (as between the parties) remain the property of the Contractor. The Employer may, at his cost, copy, use and communicate any such documents (including making and using modifications) for the purposes of completing, operating, maintaining, altering, adjusting and repairing the Works. They shall not, without the Contractor's consent, be used, copied or communicated to a third party by the Employer or the Employer's Representative for other purposes.

1.5 Contractor’s Use of Employer’s Documents

Copyright in the Employer's Requirements and other documents issued by the Employer or the Employer's Representative to the Contractor shall (as between the parties) remain the property of the Employer. The Contractor may, at his cost, copy, use and communicate any such documents for the purposes of the Contract. They shall not, without the Employer's consent, be used, copied or communicated to a third party by the Contractor, except as necessary for the purposes of the Contract.

3. Confidential Details

The Contractor shall not be required to disclose, to the Employer or the Employer's Representative, the confidential details listed in the Appendix to Tender.

1.1 Compliance with Statutes, Regulations and Laws

The Contractor shall, in all matters arising in the performance of the Contract, comply with, give all notices under, and pay all fees required by the provisions of any national or state statute, ordinance or other law, or any regulation of any legally constituted public authority having jurisdiction over the Works. The Contractor shall obtain all permits, licenses or approvals required for implementing, testing and commissioning any part of the Works in reasonable time taking account of the times for delivery of the Plant and Materials and for completion of the Works, and the costs of any such permits, licenses or approvals shall be included in the Contract Price for the relevant Activity. The Employer and the Contractor shall comply with the laws of India and the State of Maharashtra.

1.2 Labour laws

The Contractor shall comply with all the relevant labor laws applying to his employees, and shall duly pay and afford to them all their legal rights. The Contractor shall require all such employees to obey all applicable laws and regulations concerning safety at work. Contractor shall deposit the labour cess as per Building and Other Constructions workers, Welfare Cess Act 1996 to State Government(if

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 31

applicable) otherwise same shall be deducted from RA (Running Account) bill and shall be deposited to Government Authority.

1.3 Confidentiality

The Contractor shall treat the details of the contract as private and confidential, except to the extent necessary to carry out its obligations under it. The Contractor shall not publish any information, drawings or photographs concerning the Works, or permit to be published, or otherwise disclose any particulars of the Contract in any trade or technical paper or elsewhere without the prior consent in writing of the Employer, and subject to any terms and conditions that he may prescribe.

1.4 Inspections and Audit by the Financing Agency and/or Employer

The Contractor shall permit the Financing Agency and/or Employer and /or Employer’s representative to inspect the Contractor’s accounts and records relating to the performance of the Contract and to have them audited by the Financing Agency and/or Employer, if so required by the Financing Agency and/or Employer.

4. Manner of Execution

Execution of work shall be carried out in the approved manner as outlined in the technical specifications or where not outlined, in accordance with relevant MNRE/MEDA/ BIS/ Indian Standard Specifications, to the reasonable satisfaction of The Employer.

a. The Contractor/Agency should successfully complete the project within timeframe set out by the employer and as per the mutually agreed milestone between Contractor/Agency and Employer.

b. MEDA shall not be responsible for any loss or damage of any material when providing Solar Photovoltaic Water Pumping Systems.

c. Undertake necessary activities during the warranty period as set out in this Contract.

5. Application

These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the contract.

6. Standards

a. The goods supplied under this contract shall confirm to the Standards mentioned in the Technical specification Section VII as per the MNRE/MEDA requirements and, when no applicable standard is mentioned, to the authoritative standard appropriate to the Good’s country of origin and such standards shall be the latest issued by the concerned institution.

b. Inspection & Testing: MEDA reserves the right to Inspect & test the various components Solar Photovoltaic Water Pumping System before the dispatch to confirm their standards to the contract specifications at no extra cost to MEDA. If

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 32

required, the pre dispatch testing of the Solar Photovoltaic Water Pumping System shall be done at the manufacture’s place. These tested parameters should match the IEC/ ISI/ MNRE/MEDA/ BEE standards of tender. If components of the system are not as per the standards, entire lot has to be replaced with new components which shall confirm to the standards mentioned in the tender at Contractor/Agency’s cost.

7. Setting Out:

The Contractor shall set out the Works in relation to original points, lines and levels of reference specified in the Contract Documents or, if not specified, given by the Employer's Representative in writing. The Contractor shall rectify, at his cost, any error in the positions, levels, dimensions or alignment of the Works.

8. Use of Contract Documents; Inspection and Audit by the Government

a. The Contractor/Agency shall not, without MEDA’s prior written consent, disclose the contract or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of MEDA in connection therewith, to any person other than a person employed by the Contractor/Agency in performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only, so far as may be necessary for purposes of such performance.

b. The Bidder shall not, without MEDA prior written consent, make use of any document or information.

c. Any document, enumerated in this tender shall remain the property of MEDA and shall be returned (in all copies) to MEDA on completion of the Contractor/Agency performance under the contract if so required by MEDA.

d. The Contractor/Agency shall permit the authorized representative of MEDA to inspect the its accounts and records relating to the performance of the Contractor/Agency and to have them audited by auditors appointed by the Government, if so required by the Government.

9. Inspections and Tests:

a. MEDA or its representative shall have the right to inspect or to test the goods to confirm their conformity to the contract specifications at no extra cost to MEDA.

b. The inspections and tests may be conducted on the premises of the Contractor/Agency at point of delivery and/ or at the goods final destination. If conducted on the premises of the Contractor/Agency, all reasonable facilities and assistance, including access to drawings and production data-shall be furnished to the inspectors at no charge to MEDA.

c. Should any inspected or tested goods fail to conform to the specifications, MEDA m a y reject the goods and the Contractor/Agency shall either replace the rejected goods or make necessary alterations to meet specifications requirements free of cost to MEDA.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 33

d. The MEDA's right to inspect, test and where necessary, reject the Goods after the Goods arrival at Project Site shall in no way be limited or waived by reason of the goods having previously been in spected, tested and passed by MEDA or its representative prior to the goods shipment.

e. Pre-dispatch Inspection: MEDA or its representative shall perform pre dispatch Inspection of Solar Photovoltaic Panel/Pump/motor etc as per the procedure mentioned in Appendix -VII.

f. Nothing in GCC Clause 7 shall in any way release the Contractor/Agency from any warranty or other obligations under this contract.

g. MEDA may appoint third party for inspection of complete system, its workmanship and performance during contract period of the projects.

10. Delivery and Documents

Delivery of the goods shall be made by the Contractor/Agency in accordance with the terms specified by MEDA and notified in the Intent. The details of dispatch and other documents to be furnished by the Contractor/Agency are specified in SCC.

11. Insurance

Solar photovoltaic water pumping Systems under the contract shall be fully insured by the Contractor in Indian Rupees against any loss or damage incidental to manufacture or acquisition, transportation, storage till handing over the complete system to the beneficiary.

12. Transportation

Where the Contractor/Agency is required under the contract to transport the goods to specified locations defined as Project sites, transport to such places including insurance, as shall be specified in the contract, shall be arranged by the Contractor/Agency, and the contract price shall include transportation costs.

13. Payment: Payment will be made to the Contractor/Agency as per section IX.

14. Sub-contracts: Sub contract is strictly prohibited.

15. Delays in the Contractor/Agency's Performance Delivery of the goods and performance of the services shall be made by the Contractor/ Agency in accordance with the milestone determined and mutually agreed conditions.

If at any time during installation and commissioning, if the Contractor/Agency encounters conditions impeding timely delivery of the goods and performance of services, the Contractor/Agency shall promptly notify MEDA in writing of the fact of the delay, it’s likely duration and its cause(s). As soon as possible after receipt of the Contractor/Agency notice, MEDA shall evaluate the Situation and may, as its discretion, extend the Contractor/Agency's time for performance with or without

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 34

liquidated damages, in which case the extension shall be ratified by the parties by amendment of the contract.

Except as provided under GCC Clause 15, a delay by the Contractor/ Agency in the performance of its delivery obligations shall render the Contractor/ Agency liable to the imposition of liquidated damages pursuant to GCC Clause 16, unless an extension of time is agreed upon pursuant to GCC Clause 16 without the application of liquidated damages.

16. Termination for Default

MEDA without prejudice to any other remedy for breach of contract, by written notice of default sent to the Contractor/ Agency, terminate the contract in whole or part:

a) If the Contractor/Agency fails to deliver any or all the goods within the period(s) or within any extension thereof granted by the MEDA pursuant to GCC Clause15; or

b) If the Contractor/Agency, in the judgment to MEDA has engaged in corruptor fraudulent practices in competing for or in executing the contract.

For the purpose of this Clause:

 "Corrupt Practice" means the offering, giving, receiving, or soliciting of any thing of value to influence the action of a public official in the procurement processor in contract execution.

 "fraudulent Practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Borrower, and includes collusive practice among (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Borrower of the benefits of free and open competition.

In the event MEDA terminates the contract in whole or in part, pursuant to clause no 18 section II, 'MEDA may procure, upon such terms and in such manner as it deems. Appropriate goods or services similar to those undelivered and the Contractor/Agency shall be liable to MEDA for any excess costs for such similar goods or services. However, the Contractor/Agency shall continue the performance of the contract to the extent not terminated.

17. Force Majeure

Not with standing the provisions of GCC Clause 18, 19, the Contractor/Agency shall not be liable for forfeiture of his/her performance security, liquidated damages or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations is the result of an event of Force Majeure.

For purposes of this Clause "Force Majeure" means an event beyond the control of the Contractor/ Agency and not involving the Contractor/ Agencies fault or negligence and not forcible. Such event may include, but are not limited to, acts of MEDA either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 35

If a Force Majeure situation arises, the Contractor/Agency shall promptly notify MEDA in writing of such conditions and the cause thereof. Unless otherwise directed by MEDA in writing, the Contractor/Agency shall continue to perform its obligations as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure.

18. Termination for Insolvency

MEDA may at any instance /time may terminate him from the rate contract by giving written notice to the Contractor/Agency, if the Contractor/Agency become bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Contractor/Agency, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to MEDA.

19. Settlement of Disputes

A. Dispute Resolution Committee

Three Member Dispute Resolution Committee shall be constituted with one member representing the bidder & the two members of MEDA (including one member from Account Department). In case the Dispute resolution committee fails to resolve the dispute, the matter shall be resolved by arbitration as stipulated under the arbitration act 1996.

B. Notices (GCC Clause 24)

For the purpose of all notice, the following shall be the address of the MEDA and Contractor/Agency.

Divisional General Manager () MAHARASHTRA ENERGY DEVELOPMENT AGENCY Opp. D I G Bungalow, Nazul Sheet No.18/C, Near Circuit House , CampAmravati -444602 Phone No: - 0721/2661610 E-mail ID: - [email protected]

Contractor/Agency: Name & Postal Address, contact nos., fax no. etc.

(To be filled in at the time of contract signature) ______

20. Arbitration

A. The matters to be determined by the Divisional General Manager (MEDA AMRAVATI) :

All disputes and differences of any kind whatsoever arising out of or in connection with the contract, whether during the progress of the work or after its completion and whether before or after the determination of the contract, shall be referred by the contractor to the Divisional General Manager MEDA, Amravati within l20 days

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 36

after receipt of the contractor’s representation make and notify decisions of all matters referred to by the contractor in writing.

(i) Demand for Arbitration: In the event of any dispute or difference between the parties hereto as to the construction or operation of this contract, or the respective rights and liabilities of the parties on any matter in question, the dispute or difference on any account or as to the withholding by MEDA of any certificate to which the contractor may claim to be entitled to, or if the Divisional General Manager MEDA, Amravati fails to make a decision (within l20 days) then and in any such case the contractor (after 120 days) but within (180 days) of his presenting his final claim on disputed matters, shall demand in writing that the dispute or difference to be referred to arbitration.

(ii) The demand for arbitration shall specify the matters which are in question, or subject of the dispute or difference as also the amount of claim item- wise. Only such dispute(s) or difference(s) in respect of which the demand has been made, together with counter claims or set off shall be referred to arbitration and other matters shall not be included in the reference. (a) The arbitration proceedings shall be assumed to have commenced from the day, a written and valid demand for arbitration is received by the MEDA. (b) The claimant shall submit his claim stating the facts supporting the claims along with all relevant documents and the relief or remedy sought against each claim within a period of 30 days from the date of appointment of the Arbitral Tribunal. (c) The MEDA shall submit its defence statement and counter claim(s), if any, within a period of 60 days of receipt of copy of claims from the Tribunal thereafter unless otherwise extension has been granted by the Tribunal. (iii) No new claim shall be added during the proceedings by either party. However a party may amend or supplement the original claim or defence thereof during the course of arbitration proceedings subject to acceptance by Tribunal having due regard to the delay in making it. (iv) If the contractor(s) does/do not prefer his/their specific and final claims in writing, within a period of 90 days of receiving the intimation from the MEDA, that the final bill is ready for payment, he/they will be deemed to have waived his/their claim(s) and the MEDA shall be discharged and released of all liabilities under the contract in respect of these claims.

B. Obligation during pendency of Arbitration:

Work under the contract shall, unless otherwise directed by the Engineer, continue during the arbitration proceedings, and no payment due or payable by the MEDA shall be withheld on account of such proceedings, provided, however, it shall be open for Arbitral Tribunal to consider and decide whether or not such work should be continued during arbitration proceedings.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 37

(i) In cases where the total value of all claims in question added together does not exceed Rs.10,00,000/- (Rupees Ten Lakhs) the Arbitral Tribunal shall consist of a Sole Arbitrator who shall be either the Divisional General Manager(DGM) MEDA, Amravati of the MEDA or serving or retired officer of the MEDA/Government not below the grade of DGM or equivalent nominated by the Director General of the MEDA in that behalf. The Sole Arbitrator shall be appointed within 60 days from the day when a written and valid demand for arbitration is received by the MEDA. (ii) In cases the value of the claim exceeds Rs.10,00,000/-Rupees Ten Lakhs ) as above, the Arbitral Tribunal shall consist of panel of 3 serving or retired officers of MEDA/ Govt. not below the grade of DGM / Assistant Director as the Arbitrators. For this purpose, the MEDA will send a panel of more than 3 names of arbitrators of one or more department of the MEDA/ Govt. to the contractor who will be asked to suggest to the Director General at least 2 names for appointment as contractor’s nominee. The Director General shall appoint at least one of them as the contractor’s nominee and will also appoint the balance number of arbitrators either from the panel or from outside the panel, duly indicating the presiding arbitrator from amongst the three (3) arbitrators so appointed. While nominating arbitrators, it will be necessary to ensure that one of them is or has worked in Accounts department.

(iii) If one or more arbitrators appointed as above refuses to act as arbitrator, withdraws from his office as arbitrator or vacates his/their office/offices or is/are unable or unwilling to perform his functions as arbitrator for any reason whatsoever or dies or in the opinion of the Director General fails to act without undue delay, the Director General shall appoint new arbitrators to act in his/their place in the same manner in which the earlier arbitrator/s had been appointed. Such reconstituted Tribunal, may, as its discretion proceed with the reference from the stage at which it was left by the previous arbitrator(s).

(iv) The Tribunal shall have powers to call for such evidence by way of affidavits or otherwise as the Arbitral Tribunal shall think proper, and it shall be the duty of the parties hereto to do or cause to be done all such things as may be necessary to enable the Arbitral Tribunal to make the award without any delay.

(v) While appointing arbitrator(s) as above, due care shall be taken that he/they is/are not the one/those who had an opportunity to deal with the matters to which the contract relates or who in the course of his/their duties as MEDA’s servant(s) expressed views on all or any of the matters under dispute or differences. The proceedings or the Arbitral Tribunal or the award made by such Tribunal will, however, not be invalid merely for the reason that one or more arbitrator had, in the course of his service, opportunity to deal with the matters to which the contract relates or who in the course of his/their duties expressed views on all or any of the matters under dispute.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 38

(vi) Arbitral award shall state item-wise, the sum and reasons upon which it is based.

(vii) A party may apply for corrections of any computational errors, any typographical or clerical errors or any other error of similar nature occurring in the award and interpretation of specific point of award to tribunal within 30 days of receipt of the award.

(viii) A party may apply to Tribunal within 30 days of receipt of award to make an additional award as to claims presented in the arbitral proceedings, but omitted from the arbitral award.

(ix) In case of the Tribunal, comprising of three members any ruling or award shall be made by a majority of Members of Tribunal. In the absence of such a majority, the views of the Presiding Arbitrator shall prevail.

(x) Where the arbitral award is for payment of money, no interest shall be payable on whole or any part of the money for any period till the date on which the award is made.

(xi) The cost of the arbitration shall be borne equally by the respective parties. The cost shall inter-alia include fees of the arbitrators as per the rates fixed by the MEDA from time to time. Provided that the fees payable per arbitrator for claims up to Rs. Ten Lakhs shall not exceed Rs. 2000/- per sitting subject to a maximum of Rs. 25,000/- and the fees payable per arbitrator for claims over Rs. Ten Lakhs, shall not exceed Rs.2000/- per sitting subject to a maximum of Rs. 50,000/-. Provided further that the arbitrators who are in service of Govt./MEDA shall draw fees at half of the rates mentioned above.

(xii) MEDA shall maintain a list of arbitrators. The Director General , MEDA shall have full powers to delete or add the name of the arbitrators in the list or to make amendments to the said list as per his discretion.

(xiii) The arbitral proceedings should be completed and the award be finalized within one year from the date of appointment of arbitrators.

(xiv) Subject to the provisions as aforesaid, Arbitration and Conciliation Act, 1996 and the rules there under, and any statutory notification thereof shall apply to the arbitration proceedings under this clause.

C. Disputes

Any disputes or differences arising under, out of or in connection with this tender or contract if not concluded shall be subject to exclusive jurisdiction of courts in Amravati city of Maharashtra. The Indian Law shall govern the contract.

MEDA and the Contractor/Agency shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 39

i. If, after thirty (30) days, the parties have failed to resolve their dispute by such mutual consultation, then either MEDA or the Contractor/ Agency may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.

ii. Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be finally settled by arbitration. Arbitration may be commenced at any time during the validity of rate contract.

iii. Arbitration proceeding shall be conducted in accordance with the rules of procedure specified.

Notwithstanding any reference to arbitration herein,

a. The parties shall continue to perform their respective obligations unless they otherwise agree; and

b. The MEDA shall pay the Contractor/ Agency any monies due to the Contractor/ Agency.

The MEDA reserves right to place Intent for supply to extent of availability of funds/grants and may cancel the project due to unforeseen obligations.

21. Limitation of Liability

Except in cases of criminal negligence or will full misconduct, and in the case of infringement pursuant to Clause 5 of GCC,

a. The Contractor/Agency shall not be liable to MEDA, whether in contract ,tort, or Otherwise for any in director consequential loss or damage ,loss of use, loss of Production or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Contractor/Agency to pay liquid dated damages to MEDA;

b. The aggregate liability of the Contractor/Agency to MEDA, whether under the contract, into or to otherwise, shall not exceed the total contract price, provided that this limitation shall not apply to the cost of repairing or replacing defective solar photovoltaic water pumping system.

22. Governing Language

The Agreement shall be written in English language only. Subject to GCC Clause 25, English language version of the contract shall govern its interpretation. All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same English language alone.

23. Applicable Law

The contract shall be interpreted in accordance with the laws of the Union of India. E-Tender DPC Fund District Yavatmal (MEDA Amravati) 40

24. Notices

Any notice given by one party to the other pursuant to this contract shall be sent to other party in writing or by cable, telex or facsimile and confirmed in writing to the other party's address specified in SCC.

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

25. Agreement:

a) The successful Bidder(s) shall execute an agreement for the fulfilment of the contract on non-judicial stamp paper as per Maharashtra Stamp Act purchase within the state of Maharashtra as per the format provided separately.

b) The incidental expenses of execution of agreement shall be borne by the successful Bidder {s).

c) The conditions stipulated in the agreement should be strictly adhered to and violation of any of the conditions in full or in part will entail termination of the contract without prejudice to the rights of Government of Maharashtra, Purchase and recovery of any consequential loss from the Successful Bidder.

26. Performance specifications and warranty

a. The successful bidder warrants that the Goods installed under this Contract are new, unused, of the most recent or current models and that they are as per the Technical Specification provided under this Contract. The Contractor/Agency further warrants that all Goods supplied under this Contract shall have no defect arising from design, materials or workmanship or from any act or omission of the Contractor/Agency that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination.

b. The warranty of the solar photovoltaic pumping system shall be as mentioned in section VII.

c. The warranty period shall be extended by the project during which the plant remains non operative due to the reasons within the control of the contractors. Care should be necessarily taken to make Solar Photovoltaic Water Pumping System operational, once there porting of the fault/non operational status is done, within 48hours. If the Solar Photovoltaic water pumping system is not made operational within 48 hours, the Contractor/Agency will be penalized as per the penalty clause (Section VI)

d. The Motor Pump sets, Distribution Boards or digital meters or switchgear and overall workmanship of the Solar Photovoltaic Water Pumping System including mechanical structures and electrical works must be warranted against any manufacturing or design or installation or performance defects.

e. The warranty will be against breakages, malfunctions, non-fulfilment of guaranteed performance and breakdowns due to manufacturing defects or defects that may arise due to improper operation of electrical or electronic components of the system but do not include physical damages by the end users. E-Tender DPC Fund District Yavatmal (MEDA Amravati) 41

f. The above warranty shall take effect from the date on which the system is taken over by the users or beneficiaries.

g. The successful bidder shall be liable to make good the loss by replacing the defective product during the warranty period for the entire system free of cost, failing which MEDA deduct the amount from the amount retained by MEDA as per Payment terms and will be blacklisted.

h. The warranty will cover all the materials and goods involved in the installation and commissioning of Solar Photovoltaic Water Pumping Systems by the successful Bidder under this contract, irrespective of the fact whether these have been manufactured by the Successful Bidder or not. The decision in this regard by MEDA is final and binding on the successful bidder.

27. Patent Rights

The Bidder shall indemnify MEDA against all third-party claims of infringement of patent, trademark or industrial design rights arising from use of the Goods or any part thereof in India.

28. Operation and Maintenance Manual & Maintenance Diary

An Operation and Maintenance Manual, printed in , should be provided with each Solar Photovoltaic pumping system to the beneficiary. The Manual should have information about solar energy, photovoltaic, modules, AC motor pump set, mounting structures, electronics and switches. It should also have clear instructions about mounting of PV module, DO's and DONT's and on regular maintenance and Trouble Shooting of the pumping system. Name and address of the person or centre to be contacted in case of failure or complaint should also be provided. A warranty card for the modules and the motor pump set should also be provided to the beneficiary.

Contractor/Agency shall maintain a Maintenance Diary with Beneficiary. All the attendance entries /maintenance records/trouble shooting/complaint attendance/ readings etc. shall be maintained in this diary.

29. Packing

The Bidder shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the contract. The packing shall be sufficient to withstand, without limitation, rough handling and exposure to extreme temperatures during transit and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the goods final destination and the absence of heavy handlings facilities at all points in transit.

The packing, marking and documentation within and outside the item shall comply strictly with such special requirements as shall be provided for in the contract including additional requirements, if any, specified in SCC and in any subsequent instructions ordered by the MEDA.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 42

30. Incidental Services

The Contractor/Agency may be required to provide any or all of the following services, including additional services, if any, specified in SCC:

a. Performance or supervision of the on-site assembly and/ or start-up of the supplied Goods;

b. Furnishing of tools required for assembly and/ or maintenance of the supplied Goods;

c. Furnishing of detailed operations and maintenance manual for each appropriate unit of supplied Goods;

Performance or supervision or maintenance and/ or repair of the supplied Goods, for a period of 5 years, provided that this services hall not relieve the Contractor/ Agency of any warranty obligations under this Contract; and Contract Price quoted by the Contractor/Agency shall include the incidental services and no separate payment in this regard would be made to the Contractor/Agency.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 43

SECTION–IV

SPECIAL CONDITIONS OF CONTRACT (SCC)

The following Special Conditions of contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the General Conditions is indicated in parentheses.

1. Definitions (GCC Section II Clause 1):

As mentioned in Sec-III GCC Clause 1.

2. Delivery and Documents (GCC Section II Clause 10)

Dispatch clearance has to be obtained from MEDA only after the issue of the same the materials shall be dispatched.

Upon Delivery of the goods, the Contractor/Agency shall notify MEDA full details of the shipment including contract number, transport receipt number and date, description of goods, quantity, name of the consignee etc. The Contractor/Agency shall mail the following documents to MEDA:

a. Four copies of the Contractor/Agency invoice showing contract number, goods description, quantity, price, total amount;

b. Transport receipt/acknowledgement of receipt of goods from the consignee(s)

c. Four copies of packing list identifying of each package;

d. Bidder's/ Contractor/Agency's warranty certificate

e. Inspection certificate issued by the Competent authority nominated by MEDA, and the Contractor/Agency factory inspection report; and

f. The packages shall have clear indication of place/quantity on the outer cover and within the cover it shall have all the detailed list of beneficiary and all the bill books, acknowledgement receipts etc as per work order.

The above documents shall be submitted to MEDA before arrival of the goods (except where the goods have been delivered directly to the consignee with all documents) and, if not received, the Contractor/Agency will be responsible for any consequent expenses. MEDA is not responsible for any loss/damages to the material & what so ever and the material if sent to different destiny /location the entire incidental charges to resend the same to the correct location shall be borne by the bidder.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 44

3. Billing and Payment (Section IX)

Billing:

a. Contractor/Agency shall raise the invoice / bill separately 1. For supply , installation ,testing and commissioning Solar Photovoltaic water pumping system 2. For comprehensive maintenance Payment: Refer schedule of prices and schedule of payment section IX.

4. Contractor/Agency Integrity: The Contractor/Agency is responsible for and obliged to conduct activities in accordance with the terms and conditions of tender Document using state-of- the-art methods and economic principles and exercising all means available to achieve the performance specified in the contract.

5. Contractor/Agency's Obligations:

The Contractor/Agency is obliged to work closely with MEDA staff, act within its own authority and abide by directives issued by MEDA and implementation activities.

The Contractor/Agency will abide by the job safety measures prevalent in India and will free MEDA from all demands or responsibilities arising from accidents or loss of life the cause of which is the Contractor/Agency's negligence. The Contractor/Agency will pay all indemnities arising from such incidents and will not hold MEDA responsible or obligated.

The Contractor/Agency is responsible for managing the activities of its personnel or subcontracted personnel and will hold itself responsible for any misdemeanours.

The Contractor/Agency will treat as confidential all data and information about MEDA, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of MEDA.

MEDA, in no case will be responsible for any accident fatal or non-fatal, caused to any workman or outsider in course of transport or execution of work. All the expenditure including treatment or compensation will be entirely borne by the Contractor/Agency. The Contractor/Agency shall also be responsible for any claims of the workers including PF, Gratuity, ESI & other legal obligations.

The Contractor/Agency should provide Solar Photovoltaic Water Pumping System as per the particulars as per the tender scope to the Beneficiaries in districts of Maharashtra strictly in accordance with the Terms & Conditions of the contract and without any defects.

a. The work relating to providing Solar Photovoltaic Water Pumping System should be executed without any delay as per the implementation schedule

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 45

mentioned in this document. b. MEDA reserve the right to depute engineer officers from his/her office for the supervision and inspection at the time of implementation of the contract. The bidder should submit report to the concerned engineer officer regarding the implementation of the contract. c. The Contractor/Agency should provide Solar Photovoltaic Water Pumping System in accordance with Technical Specification. d. If any defect is noticed within warranty period after supply, same will have to be replaced by the Contractor/Agency at his own expenses. e. The successful bidder should indicate the name and address of their nearest centre that can take up immediate action on complaint

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 46

SECTION-V IMPLEMENTATION SCHEDULE AND PROCESS: The work should be implemented by the Contractor/Agency as per the following implementation schedule: -  The list of Grampanchayat/Village for installation of Solar Photovoltaic Water Pumping System along with Taluka & necessary other details such as site address will be handed over by Divisional Office MEDA, Amravati along with LOA/work order.

 The Agency to provide Solar Photovoltaic Water Pumping System to Selected Grampanchyat/Village as per mutually agreed milestone.

 If Agency fails to perform the activities as per the agreed milestone, the Notice to Correct Work shall be issued.

 In spite of above notice to correct works Agency fails to perform/improve the activities, the notice of termination of the contract shall be issued.

 In case Agency fails to perform the activities even after 15 days from the issue of the Termination of Contract Notice, the contract/work shall be terminated.

 The incomplete work as per the contract shall be completed at the risk and cost of the Agency and the further penal/legal action shall be initiated against agency.

• The Agency has to provide operation and maintenance manuals, as specified, in Marathi Language and also to provide Maintenance Diary with beneficiary at site as mentioned in Section III Clause 28 of GCC.

• The system shall be handed over to the concern Grampanchyat after successful commissioning and operation through prescribed handing over and taking over as per procedure in prescribed format. The Agency should take acknowledgment as per the procedure.

• Agency should handover acknowledgement receipts to MEDA along with photo graphs of Solar Pumping System with beneficiary & employer’s local representative.

• Agency has to attend the complaints on information and resolve the same within 48 hrs.

• Agency has to replace defective Solar Photovoltaic Components of the systems during the warranty period.

• Agency to follow above outlined process for replacement of defective Solar Water Pumping system. Agency has to obtain acknowledgment for the same and submit to MEDA as per the procedure.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 47

SECTION VI: PENALTY FOR DELAY AND INCENTIVE:

1. Liquidated Damages for Delay a) If the Contractor fails to comply with Section 2 clause (m), the Contractor shall pay to the Employer Liquidated damages for delay to be calculated at a rate of 0.5% (Half percent) of the value of the works delayed excluding MVAT, Service Tax , GST etc for every week or part of the week which shall elapsed between the stipulated time for completion of the works and date stated in taking over of the certificate of the works subject maximum 10 % of the contract value. b) The Liquidated Damages for the delay applicable to activities will not be attributed to the contractor subject to the condition specified in the clause 16 “Force Majeure” and the mutually agreed genuine causes brought on the records thereof by the contractor. c) Further L.D for Works not executed due to the reasons attributed to the contractor, maximum 10% on value of unexecuted work shall be levied in addition to RISK AND COST.

2. Penalty for attending complaint/s during the CMC period of 5 years.

Contractor shall take necessary care to maintain Solar Water Pumping System operational, however after reporting of the fault/non operational status is not attended within 48hours and the Solar Photovoltaic water pumping system is not made operational within 48 hours, the penalty of Rs.200/-per day per Solar Photovoltaic water pumping system for first 3 days and thereafter Rs 500/-per day per Solar Photovoltaic water pumping system shall be levied till the Solar Photovoltaic water pumping system is put back in to satisfactory working condition. The penalty amount will be deducted from payable amount.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 48

SECTION-VII

Annexure I

TECHNICAL SPECIFICATIONS, PERFORMANCE TESTING AND OTHER OPERATION AND MAINTENANCE GUIDELINES

MINIMUM TECHNICAL SPECIFICATIONS OF VARIOUS COMPONENTS OF SOLAR PUMPS

I. INTRODUCTION

A Solar Photovoltaic (SPV) Water Pumping System consists of:

 PV Array :

Capacity in the range of 2700 Wp to 4800 Wp. These ranges of Solar Photovoltaic (SPV) Water Pumping Systems are basically for “Irrigation” applications. However, these may also be used for “Drinking Water Applications wherever such capacities are required”.

PV Array should be mounted on a suitable structure with a provision of tracking the sun.

 Motor Pump Set (Surface or submersible) :

D.C. Motor Pump Set (with Brushes or Brush less D.C.) OR – A.C. Induction Motor Pump Set with a suitable Inverter

 Electronics :

- Maximum Power Point Tracker (MPPT)

- Inverter for A.C. Motors (Appropriate Electronic Controller in case of (B.L.D.C.)

- Electronic Protections.

- Interconnect Cables and “On-Off” switch

II. PERFORMANCE SPECIFICATIONS AND REQUIREMENTS

Solar PV Water Pumps with PV module capacity in the range of 2700 Watt to 4800 Watt may be installed on a suitable bore-well / open well / Water Reservoir / Water stream etc.

Under the “Average Daily Solar Radiation” condition of 7.15 KWh / sq.m. on the surface of PV array (i.e. coplanar with the PV Modules), the minimum water output from a Solar PV Water Pumping System at different “Total Dynamic Heads” should be as specified below :

For D.C. Motor Pump Set with Brushes or Brush Less D.C.(B.L.D.C. ) :

(i) 100 liters of water per watt peak of PV array, from a Total Dynamic Head of 10 metres (Suction head, if applicable, minimum of 7 metres) and with the shut off head being at least 12 metres. (ii) 50 liters of water per watt peak of PV array, from a Total Dynamic Head of 20 metres (Suction head, if applicable, up to a maximum of 7 metres) and with the shut off head being at least 25 metres. (iii) 35 liters of water per watt peak of PV array, from a Total Dynamic Head of 30 metres and the shut off head being at least 45 metres.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 49

(iv) 21 liters of water per watt peak of PV array, from a Total Dynamic Head of 50 metres and the shut off head being at least 70 metres. (v) 14 liters of water per watt peak of PV array, from a Total Dynamic Head of 70 metres and the shut off head being at least 100 metres. (vi) 9.5 liters of water per watt peak of PV array, from a Total Dynamic Head of 100 metres and the shut off head being at least 150 metres. The actual duration of pumping of water on a particular day and the quantity of water pumped could vary depending on the solar intensity, location, season, etc

Indicative performance specifications for the Shallow and Deep well SPV Water Pumping Systems are given in the Annexure I.

For A.C. Induction Motor Pump Set with a suitable Inverter :

(i) 90 liters of water per watt peak of PV array, from a Total Dynamic Head of 10 metres (Suction head, if applicable, minimum of 7 metres) and with the shut off head being at least 12 metres. (ii) 45 liters of water per watt peak of PV array, from a Total Dynamic Head of 20 metres (Suction head, if applicable, up to a maximum of 7 metres) and with the shut off head being at least 25 metres. (iii) 32 liters of water per watt peak of PV array, from a Total Dynamic Head of 30 metres and the shut off head being at least 45 metres. (iv) 19 liters of water per watt peak of PV array, from a Total Dynamic Head of 50 metres and the shut off head being at least 70 metres. (v) 13 liters of water per watt peak of PV array, from a Total Dynamic Head of 70 metres and the shut off head being at least 100 metres. (vi) 8.5 liters of water per watt peak of PV array, from a Total Dynamic Head of 100 metres and the shut off head being at least 150 metres. The actual duration of pumping of water on a particular day and the quantity of water pumped could vary depending on the solar intensity, location, season, etc.

Indicative performance specifications for the Shallow and Deep well SPV Water Pumping Systems are given in the Annexure II. III.

I. PV ARRAY

The SPV water pumping system should be operated with a PV array capacity in the range of 2700 Watts peak to 4800 Watts peak, measured under Standard Test Conditions (STC). Sufficient number of modules in series and parallel could be used to obtain the required PV array power output. The power output of individual PV modules used in the PV array, under STC, should be a minimum of 125 Watts peak, with adequate provision for measurement tolerances. Use of PV modules with higher power output is preferred. Indigenously produced PV module (s) containing mono/ multi crystalline silicon solar cells should be used in the PV array for the SPV Water Pumping systems.

3. Modules supplied with the SPV water pumping systems should have certificate as per IEC 61215 specifications or equivalent National or International/ Standards. 4. Modules must qualify to IEC 61730 Part I and II for safety qualification testing.  The efficiency of the PV modules should be minimum 14% and fill factor should be more than 70%  The terminal box on the module should have a provision for “Opening” for replacing the cable, if

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 50

required  There should be a Name Plate fixed inside the module which will give: a. Name of the Manufacturer or Distinctive Logo. b. Model Number c. Serial Number d. Year of manufacture

II. MOTOR PUMP-SET

The SPV water pumping systems may use any of the following types of motor pump sets: a. Surface mounted motor pump-set b. Submersible motor pump set c. Floating motor pump set d. Any other type of motor pump set after approval from Test Centers of the Ministry.

 The “Motor Pump Set” should have a capacity in the range of 3 hp to 5 hp and should have the following

features:

 The mono block DC/ AC centrifugal motor pump set with the impeller mounted directly on the motor shaft and with appropriate mechanical seals which ensures zero leakage.  The motor of the capacity ranging from 3 hp to 5 hp should be AC, PMDC or BLDC type. The suction and delivery head will depend on the site specific condition of the field.  Submersible pumps could also be used according to the dynamic head of the site at which the pump is to be used.

It is recommended that all parts of the pump and the motor of the submersible pumps should be made of stainless steel.

- The manufacturers of pumps should self certify that, the pump and all external parts of motor used i submersible pump which are in contact with water, are of stainless steel. The pumps used for solar application should have a 5 years warranty so it is essential that the construction of the pump be made using parts which have a much higher durability and do not need replacement or corrode for at least 5 years.

Remote Monitoring Arrangement

Provision for remote monitoring of the installed pumps must be made in the controllers or the inverters either through an integral arrangement or through an externally fitted arrangement. It should be possible to ascertain the daily water output, the power generated by the PV array, the UP TIME of the pump during the year, Number of days the pump was unused or under breakdown/repairs.

A sample depicted below is a typical log-book deployed for output data and performance of the Solar Ag water pump: User Name Parameter Name - Select ↓

From: DD/MM/YY To: DD/MM/YY

Sr. Parameter Name Unit Result Date (DD/MM/YY) No 1 Maximum Voltage (V max) Volt 2 Maximum Current (Imax) Amp 3 Power Generated by PV array (Pmax) Watt 4 Total Water Output Ltr 5 Pump On / Off On / Off

Note: - It is expected that the software shall be able to show the results of above listed parameters at a glance / individual as desired for a day / particular period.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 51

 The following details should be marked indelibly on the motor pump set a) Name of the Manufacturer or Distinctive Logo. b) Model Number c) Serial Number.

 The suction/ delivery pipe (GI/HDPE), electric cables, floating assembly, civil work and other fittings required to install the Motor Pump set.

III. MOUNTING STRUCTURES and TRACKING SYSTEM.

The PV modules should be mounted on metallic structures of adequate strength and appropriate design, which can withstand load of modules and high wind velocities up to 150 km per hour. The support structure used in the pumping system should be hot dip galvanized iron with minimum 80 micron thickness.

To enhance the performance of SPV water pumping systems, manual or passive or auto tracking system must be used. For manual tracking, arrangement for seasonal tilt angle adjustment and three times manual tracking in a day should be provided.

IV. ELECTRONICS AND PROTECTIONS

 Maximum Power Point Tracker (MPPT) should be included to optimally use the Solar panel and maximize the water discharge.

 Inverter could be used, if required, to operate an A.C. Pump. The inverter must have IP 54 protection or must be housed in a cabinet having at least IP54 protection.

 Controller for BLDC motor driven pumps, if required be used. The controller must have IP 54 protection or must be housed in a cabinet having at least IP 54 protection.

 Adequate protections should be incorporated against dry operation of motor pump set, lightning, hails and storms.

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

V. ON/OFF SWITCH

A good reliable switch suitable for DC use is to be provided. Sufficient length of cable should be provided for interconnection of the PV array, Controller / Inverter and the motor pump set.

VI. WARRANTY

The PV Modules must be warranted for output wattage, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years. The whole system including submersible/ surface pumps shall be warranted for 5 years. Required Spares for trouble free operation during the Warrantee period should be provided along with the system.

VII. Earthing and Lighting Protection:

Earthing: The array structure of the PV Yard shall be grounded properly using adequate number of earting kits. All metal casing or shielding of the pumping system shall be thoroughly grounded t ensure safety of the solar pumping systems.

VIII. Lighting Arrester: The Solar Ag water pumping system should be provided with lightning and over voltage protection. The principle aim in this protection is to reduce the over voltage to a tolerable value before it reaches the PV or other sub systems components. The source of over voltage can be lightning or another atmospheric disturbance. Necessary foundation for holding the Lightning Arrestors (LA) is to be arranged keeping in view the wind speed of the site and flexibility in maintenance in future. Suitable number of lightning arrestors will be provided in the array field.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 52

Lighting & Over Voltage Technical Specifications Parameters Specification Diameter of pipe 1 ½ '' diameter GI Spike 5 feet long Earth Pit Maintenance free earthing Color Red/Blue/Black Protection Power Surges/ Lightning Strikes

IX. OPERATION AND MAINTENANCE MANUAL

An Operation and Maintenance Manual, in English and the local language, should be provided with the solar PV pumping system. The Manual should have information about solar energy, photovoltaic, modules, DC/AC motor pump set, tracking system, mounting structures, electronics and switches. It should also have clear instructions about mounting of PV module, DO's and DONT's and on regular maintenance and Trouble Shooting of the pumping system. Name and address of the person or Centre to be contacted in case of failure or complaint should also be provided. A warranty card for the modules and the motor pump set should also be provided to the beneficiary.

X. NOTES

 Wherever the “Water table” or the level of water in the reservoir or the water source (e.g. Diggie) from which the water is to be pumped, is within 10 metres depth, ‘Surface Motor Pump sets” should be preferred.  The type of pump set used must match the total dynamic head requirement of the site (i.e. the location at which it is installed). Moreover, it should be appropriately tested and certified by the authorized test centres of the Ministry to meet the performance and water discharge norms specified in section II above.  There should not be any compulsion to use only one or the other type of Motor-pump set. The beneficiary may select an appropriate Model (i. e. Capacity of PV Array and Type of Motor Pump Set) as per site requirement.

Indicative Technical Specifications of Shallow Well (Surface) Solar Pumping

Description Model-III

PV array 2700Wp

Motor capacity 3hp

Shut Off Dynamic Head 12 metres

Water output * 90,000 litres per day from a total head of 20 metres

* Water output figures are on a clear sunny day with three times tracking of SPV panel, under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the surface of PV array (i.e. coplanar with the PV Modules).

Notes:

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

2. For higher or lower head / PV capacity, or in between various models; water output could be decided as per the clause II. (i.e. performance specifications and requirements) specified earlier.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 53

1. If submersible pumps are used in lieu of surface pumps, the water output must match that of the surface pumps as specified in this table. 2. Module mounting structure shall be MS hot dipped galvanised, with a facility of manual tracking at least three times a day

ANNEXURE – I (CONTD.)

PV Array 2700 Wp 2700 Wp 4800 Wp 4800 Wp

Motor Capacity 3Hp 3Hp 5 Hp 5 Hp

Shut Off 15 Metres 25 Metres 15 Metres 30 Metres Dynamic Head

Water Output* 243,000 litres per day 121,500 litres per 432,000 litres per 216,000 litres per day from a total head of day from a total day from a total from a total head of 10 metres head of 20 metres head of 10 metres 20 metres

Indicative Technical Specifications of Solar Deep well (submersible) Pumping Systems: With D.C. Motor Pump Set with Brushes or Brush Less D.C.(B.L.D.C.)

Description Model III Model IV Model V Model VI Model VII Model VIII

PV Array 3000 Wp 3000 Wp 3000 Wp 4800 Wp 4800 Wp 4800 Wp

Motor Capacity 3Hp 3Hp 3 Hp 5 Hp 5Hp 5 Hp Submersible Submersible Submersible Submersib Submersible Submersible with controller with controller with controller le with with controller with controller controller

Shut Off 45 Metres 75 Metres 100 70 Metres 100 Metres 150 Metres Dynamic Head Metres

Water Output* 105,000 litres 63,000 litres 42,000 100,800 litres 67,200 litres 45,600 litres per per day from per day from a litres per per day from per day from day from a total a total head total head of 50 day from a a total head a total head head of 100 of 30 metres metres total head of 50 metres of 70 metres metres of 70 metres

* Water output figures are on a clear sunny day with three times tracking of SPV panel, under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the surface of PV array (i.e. coplanar with the PV Modules).

Notes:

1. For higher or lower head / PV capacity, or in between various models; water output could be decided as per the clause II. (i.e. performance specifications and requirements) specified earlier.

2. If surface pumps are used in lieu of submersible pumps, the water output must match that of the submersible pumps as specified in this table.

3. Module mounting structure shall be MS hot dipped galvanised, with a facility of manual tracking at least three times a day.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 54

Annexure II

Table of Technical specification of Solar Photovoltaic Water Pimping System

Indicative Technical Specifications of Shallow Well (Surface) Solar Pumping Systems , With A.C. Induction Motor Pump Set and a suitable Inverter

* Water output figures are on a clear sunny day with three times tracking of SPV panel, under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the surface of PV array (i.e. coplanar with the PV Modules).

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

2. For higher or lower head / PV capacity, or in between various models; water output could be decided as per the clause II. (i.e. performance specifications and requirements) specified earlier.

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

4. Module mounting structure shall be MS hot dipped galvanised, with a facility of manual tracking at least three times a day.

Marking of Project Details: Every Solar Water Pumping System shall be marked /engraved in such a way that it shall be clearly visible. The details in the marking shall be as given below:

.

( )

.

महारा ऊजा िवकास अिभकरण (महाऊजा),

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 55

Annex ure III

Performance Testing:-

 The bidder who qualifies in Technical bid shall perform the performance test for respective capacity of pumps for which he is qualified. After successful completion of performance test only, the bidder shall actually be eligible for his participation in financial bid. Failing which his price bid shall not be opened & he shall disqualify from further bidding process.  Performance test will be carried out by Amravati.  Division Office will identify the site for testing of Solar Water Pumping System.  MEDA will certify the performance test and will be the final authority.  Bidder shall make complete necessary arrangement for performance testing of Solar Water Pumping System having capacities (3, 5 ,AC/DC) as below:- 1. Suitable numbers of structures for mounting arrays with a provision of tracking for different capacities of Solar Water Pumping Systems. 2. Pyranometers for measuring irradiance. 3. Digital temperature sensors for measuring module temperature and ambient temperature. 4. Calibrated digital flow meters to measure the water flow in the required range. 5. All equipments specified in above points, the equipments not specified in above points but are necessary to conduct testing and instruments should be calibrated by a National Accreditation Board for Testing and Calibration Laboratories (NABL) accredited Calibration laboratory. 6. The Result of performance test with ± 15% variation will be accepted for the technical specification mentioned in the tender.

TENTATIVE TECHNICAL INFORMATION FOR WIRE MESH FENCING

Sr. No. Capacity of Approx.Area Approx. No. of M.S. G.I. Wire Mesh Solar Pump Reqd. for Circumference Angles Sq ft (HP) installation of (Ft.) pump (SQ FT) 1. 3 450 75.42 7 603.36 2. 5 720 95.16 9 761.28

 Dimensions of Angle: Height- 11 feet (3 feet beneath the ground (RCC) ) + 8 feet above the ground). Size of M.S ANGLE 60mm X60mm X 6mm thickness.

Details M.S Angle Gate : Size 3ft width x8 ft height with 8 no. horizontal angles the distance between angle should be 1 ft. and wire mesh of size 3ft x8 ft.

 Diameter of the G.I. wire mesh diameter 5mm.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 56

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 57

SECTION VIII

A. FORM OF TECHNICAL/PRICE PROPOSAL AND APPENDIX TO TECHNICAL/PRICE PROPOSAL

Preamble:

This Part contents Invitation and Instructions to Bidders, is comprised of 9 parts:

 Section I, Bid Invitation  Section II, Information and Instructions to Bidders,  Section III, General Conditions of Contract  Section IV, Special condition of Contracts  Section V, Implementation Schedule and Process  Section VI, Penalty and termination for non fulfilment of contract  Section VII, Technical Specifications, performance testing and other operation and maintenance guidelines.  Section VIII, Forms of Technical proposal and Price Proposal,  Section IX, Schedules of Prices and Schedule of Payments.

All portions of this Volume should be carefully read and thoroughly understood in the context of all the various conditions of Contract before the forms, Schedules, are completed by the Bidder. Section III, General Conditions of Contract, Section VII, Technical Specifications, describe the technical requirements for the Works, while the activities listed in the Schedule of Prices Price Bid, set out the scope of the Works that are to be completed under this Contract.

In Schedules, of this Technical Proposal, the Employer has requested information on the Bidder’s experience, current financial position and technical aspects related to execution of the Works. The Bidder shall complete these Schedules in their entirety so as to enable the Employer to evaluate whether the Bidder is qualified, and whether the technical aspects of the Bid are responsive to the requirements set forth in the bidding documents.

Such information shall cover all work described in, or to be implied from, the Works described in this bidding document, and shall take into account all conditions of Contract as set out in the Appendix to Technical Proposal under this Section VIII. The Bidder will be responsible to provide any supplementary data and documents wherever these may be required.

The rates and prices quoted by the Bidder shall cover all work described in, or to be implied from, the description, conditions and specifications provided in the bidding documents.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 58

Form of Technical Proposal (On Bidder’s Letterhead)

Name of Contract:

Turnkey Contract for Solar Water Pumping System in Maharashtra

Contact No: TENDER NO. MEDA-AMRAVATI/REN/ SOLAR Water Pumping/1/2018-19

To: Maharashtra Energy Development Agency (MEDA) Divisional Office Amravati. Represented by the: Divisional General Manager (Amravati) MAHARASHTRA ENERGY DEVELOPMENT AGENCY Opp. D I G Bungalow, Nazul Sheet No.18/C, Near Circuit House , Camp Amravati -444602 Sir: We have examined the Conditions of Contract, Specifications, Schedules, and Addenda Nos. ____ and the matters set out in the Appendix hereto. We have understood and checked these documents and have not found any errors in them. We accordingly offer to AC / DC Solar Photovoltaic water pumping systems of 3/ 5 HP capacity with a reading and recording facility at the project sites of identified Villages in Yavatmal District of Maharashtra with comprehensive maintenance contract for 5 years, (hereinafter referred to as the contract of works) and as described in the Bidding Document in Maharashtra State under single point responsibility “Turnkey Contracts” as well as remedy any defects and guarantee the entire completed facilities against any defects in materials, workmanship and equipment for period specified in Bid Documents, after completion, fit for its purpose in conformity with these documents and the enclosed Proposal. We hereby declare that we accept all the terms, conditions, specifications and all other matters set forth in sections : o Section I, Bid Invitation o Section II, Information and Instructions to Bidders, o Section III, General Conditions of Contract o Section IV, Special condition of Contracts o Section V, Implementation Schedule and Process o Section VI, Penalty for delay o Section VII, Technical Specifications, performance testing and other operation and maintenance guidelines. o Section VIII, Forms of Technical proposal and Price Proposal, o Section IX, Schedules of Prices and Schedule of Payments; and agree that these will form a part of the Contract if we are selected for award of Contract.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 59

We have submitted price bids for Tender Nos. _ _ . We have submitted complete details of our technical and financial capabilities for establishing our eligibility to undertake works on all these tenders. However we hereby confirm that we accept that the Employer’s decision on our eligibility to undertake the works in accordance with the requirements set out in the Invitation for Bids will be final and binding on us, and that we will not raise any objection should the Employer decide to reject our Bid for one or more Tenders on the grounds that we do not satisfactorily meet the minimum qualifying criteria. This Bid and your written acceptance shall be the basis for Contract Agreement. We understand that you are not bound to accept the lowest or any bid you receive or assign any reason thereof for the rejection. We agree to keep this bid open for acceptance for a period of 120 days from the date of opening thereof and also agree not to make any modification in the terms and conditions on our own accord. We further agree to sign an Agreement to abide by the Conditions of Contract and carry out all works according to specific clauses. We accept that Dispute Resolution procedures in accordance with Clause 18 of Section III, General Conditions of Contract, will be used for settling any disputes that cannot be mutually agreed with the Employer, and confirm that we specifically agree that Arbitration proceedings will be applicable for resolving any disputes.

Yours faithfully,

Signature & Seal of company______in the capacity of ______duly authorized to sign bids for and on behalf of ______

Address: ______

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 60

APPENDIX TO TECHNICAL PROPOSAL

Description Contract Data MMaharashtra Energy Development Agency (MEDA) Divisional Office Amravati. Represented by Divisional General Manager (Amravati ) Employer's Name and Address Opp. D I G Bungalow, Nazul Sheet No.18/C, Near Circuit House , Camp Amravati -444602 Phone No: - 0721/2661610 Contractor's Name and (To be completed by the Bidder before the Bid is submitted) Address Name and Address of Maharashtra Energy Development Agency (MEDA) Division Office the Employer's Amravati Represented by Divisional General Manager (Amravati ) Representative Time is of the essence under this Contract. The Works shall be completed within Time for Completion of Four (4) months including Monsoon period from Date of LOA and the Contractor the Works shall be required to achieve pro-rata progress on all components of the works throughout the Contract Period in accordance with the Indicative Milestone Chart. The defect liability period of the Solar Photovoltaic water pumping system is 60 Guarantee (Defects (Sixty) months starting from the calendar month of actual commissioning of the Liability) Period Solar Photovoltaic water pumping system. For installation and commissioning is of 4 months from the date of issue of LOA and further 60 (sixty) months for comprehensive maintenance. Therefore total Contract Period contract period is of 60 months. Upon successful completion of the Contractor’s obligations, the Employer shall issue a Final Contract Completion Certificate accordingly. An Indicative Milestone Chart that describes - in terms of activity wise periods of work to be completed - the milestones required to be achieved by the Contractor Milestone during each month for completing the Works, as calculated from the Commencement Date i.e Date of LOA

Within 14 days from the date of issue of the LOA , the successful bidder Signing of the Contract shall sign the Form of Contract Agreement on Stamp Paper (non-judicial) Agreement borne by the contractor as per the rate specified in Maharashtra Stamp Act (Amended) 2016 issued in Maharashtra and return it to the Employer.

The successful bidder shall furnish the performance Bank guarantees of Performance bank Nationalize Bank of total 20% amount (5years x4 equal parts) after successful Guarantee installation and commissioning of solar pumps and submission of three month performance report generated through remote monitoring systems. Limit of Liquidated As specified in section VI clause 1 Damages for Delay Penalty for non attending complaint/s during the As specified in section VI clause 2 CMC period of 5 years

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 61

The dispute resolution committee shall be constituted with one member representing the bidder and the two members of MEDA (including one Dispute Resolution member from account dept). In case the Dispute resolution committee Committee. fails to resolve the dispute, the matter shall be resolved by arbitration as stipulated under the arbitration act 1996.

In case the Dispute resolution committee fails to resolve the dispute, the matter Arbitration shall be resolved by arbitration as stipulated under the Arbitration Act 1996.

Bidder’s Signature: ______(Seal)

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 62

B. FORM OF PRICE PROPOSAL AND APPENDIX TO PRICE PROPOSAL

FORM OF PRICE PROPOSAL (On Bidder’s Letterhead)

Name of Contract: Turnkey Contract for Solar Water Pumping System in Amravati Division and of Maharashtra

Contract No: TENDER NO. MEDA/REN/ SOLAR-Water Pumping/1/2018-19 To: Maharashtra Energy Development Agency (MEDA) Divisional Office Amravati . Represented by the: Divisional General Manager (Amravati) MAHARASHTRA ENERGY DEVELOPMENT AGENCY Opp. D I G Bungalow, Nazul Sheet No.18/C, Near Circuit House , Camp Amravati -444602 Sir, We have examined the Conditions of Contract, Specifications and Drawings, Schedules, Addenda Nos. ______and the matters set out in the Appendix hereto. We have understood and checked these documents and have not found any errors in them. We accordingly offer to execute and complete and guarantee the said Works and remedy any defects, fit for its purpose in conformity with these documents and the enclosed proposal, for the sum of Rs. ______(Rupees ______only), inclusive of all the taxes/duties in accordance with the terms and conditions of the Contract. The above amounts are in accordance with the Price Schedules herewith enclosed which form a part of this bid.

We agree to abide by this Bid until ______, 2018 [insert the date 120 days after the date of opening of the Technical Proposal], and it shall remain binding upon us and may be accepted at any time before that date. We acknowledge that the Appendix to Price Proposal and Appendix to Technical Proposal form part of our Bid.

If our Bid is accepted, we will provide the specified Security Deposit, commence the Works as soon as reasonably possible after receiving the Notice to Commence, and complete the Works in accordance with the above-named document within the time stated in the Appendix to Technical Proposal.

Unless and until a formal Agreement is prepared and executed, this Bid, together with your written acceptance thereof, shall constitute a binding contract between us.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 63

We understand that you are not bound to accept the lowest or any bid you may receive.

We are, Gentleman

Yours faithfully

Signature ______Seal

in the capacity ______duly authorized to sign bids for and on behalf of ______.

Address: ______

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 64

APPENDIX TO PRICE PROPOSAL

Description Contract Data

To: Maharashtra Energy Development Agency (MEDA), Divisional Office, Amravati. Represented by the:

Employer's Name and Address Divisional General Manager (Amravati) MAHARASHTRA ENERGY DEVELOPMENT AGENCY Opp. D I G Bungalow, Nazul Sheet No.18/C, Near Circuit House , Camp Amravati -444602 (To be completed by the Bidder before the Bid is Contractor's Name and Address submitted) Name and Address of the DGM , Maharashtra Energy Development Agency Employer's Representative (MEDA) Divisional Office, Amravati Foreign Currency Not applicable for this contract. 20% of the invoice raised along with 20% amount 5 Performance Bank Guarantees (4 % of each year) of 5 Con-sective years of Nationalize Bank Guarantees of equal amount against supply, installation commissioning Percentage of Retention and performance monitoring report generated through remote monitoring system. Year wise 4% amount performance bank guarantee each year will be released after submission of performance report duly submitted by User agency and MEDA Division Office. Payment will generally be made within 15 days of Payment disbursement submission of the bills by the contractor.

Signature of Bidder: ______

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 65

Section IX SCHEDULES OF PRICES AND SCHEDULE OF PAYMENTS

1. The Contract Price:

i. Unless specified otherwise in the Employer’s Requirements, Bidders shall quote for the entire facilities on a “single point responsibility" basis such that the total bid price covers all the Contractor's obligations mentioned in or to be reasonably inferred from the bidding documents in respect of Design, Manufacture, Supply, Transport, Installation, Testing and Commissioning of AC/DC Solar Photovoltaic Water Pumping Systems of 3, 5 HP Capacity with a Reading And Recording Facility at the project sites of Various Grampanchyat/Villages area of Yavatmal Districts in State of Maharashtra with comprehensive maintenance contract for 5 years and as described in the Bidding Document on “Turnkey” Contract Basis. All the taxes, duties, surcharges & all levies under the contract or for any other cause shall be included in the rates and prices and the total bid price to be submitted by the bidder. This includes all requirements under the Contractor's responsibilities for testing and commissioning of the facilities and, unless otherwise stipulated in the bidding documents, the acquisition of all permits, approvals and licenses, etc., payment of all taxes, duties, surcharges octroi charges, inspection charges and other agency fees, and such other items and services as may be required for execution of the Works, all in accordance with the requirements of the Conditions of Contract. ii. The Bidders shall mention the Details of GST (excluding any other taxes if applicable) in quoted prices. Bidder shall note that only these taxes/actual whichever is less shall be paid to Contractor. iii. The ‘FORD’ price (inclusive of all the taxes/ duties) quoted against the individual capacity i.e. 3hp/ 5hp AC/DC Solar Water Pumping System shall be considered to determine the ‘lowest price’ for individual capacity for the tender. iv. Such Bidder that has quoted the lowest price (inclusive of all the taxes/ duties) against the individual capacity shall be declared as the preferred Bidder (the “First Selected Bidder”) for that capacity of the Solar Water pumping System only. v. MEDA will award the Contract to all the successful Bidder(s) whose Bid has been determined to be substantially responsive and has been determined as the lowest evaluated Bid as per the criteria mentioned in section II clause(16). vi. The Bidder shall quote rates clearly and no alterations or additions shall be made to the schedule by the bidder. vii. The rates and prices quoted by the bidder shall remain fixed and valid for the duration of the contract and would not be subject to variation on any account.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 66

Terms of Payment: Programme - wise payment will be released in the following manner after receipts of Grants from Collector Office Yavatmal (OTSP / TSP /DPDC)

a. Sixty Percent (60%) of the total cost will be released after supply, installation & successful commissioning of the Solar PV Water Pumping System at villages duly certified by Bidder, Officer of MEDA & authorized person of User Agency in the Yavatmal District along with submission of Insurance policy documents effective from date of commissioning for CMC period.

b. Twenty Percent (20%) of the total cost shall be released on receipt of one month successful performance report.( Performance monitoring report generated through remote monitoring system). This one month performance report should be certified by Bidder, Officer of MEDA & authorized person of User Agency c. Twenty Percent (20%) of the total cost shall be released on submission of next two month successful performance report along with of following document.

S.No. Details of Document to be submitted by Certified document to be submitted Bidder

1 Five equal amount of Performance Bank Two Month Performance Monitoring Guarantees (PBG) of 4% amount from any report generated through remote Nationalized Bank valid for period of 5 years.monitoring system , Hand Over These PBGs can be in 5 equal parts(4% Per Certificate duly certified by Bidder, year) respectively valid for 1, 2, 3, 4 and 5 years Officer of MEDA & authorized person from the date of installation and the expired BG of User Agency. should be released every year. In every year Manufacturers has to submit 12 month Performance Monitoring report generated through remote monitoring system duly certified by Bidder, Officer of MEDA & authorized person of User Agency. After receipt of these reports, MEDA office will release every year PBGs.

2 In case if “Bidder” does not provide service during the warrantee period, PBG will be forfeited and “Bidder” will be blacklisted (in case of “Consortium”: all the partners be blacklisted) Deduction:- i. The TDS at the source will be deducted as per the Govt. rule and regulations. ii. MEDA will issue necessary certificates of TDS deduction iii. ‘C’ / ‘D’ form will not issued by MEDA.

9. Payment Terms for Comprehensive Maintenance Contract (CMC): Five (5) years CMC cost will be released against submission of Performance Bank Guarantee valid for 5 years from the date of completion of project work. The submission of performance Bank Guarantee is mandatory for successful bidder. For releasing the 5 years CMC cost the bidder has to submit following documents along with his claim. Performance Bank Guarantee equivalent to 20% (4% per year) of the project cost from any Nationalized Bank valid up to 5 years from date of completion of the project.

10. PENALTY CLAUSE If the systems are not installed and commissioned within the stipulated period as mentioned in the work order the Bidder shall be required to pay penalty of 0.25% (half percent) per week, maximum up to 10% of the total cost of the systems and the amount shall be recovered either from the amount due to the Bidder or from security deposit.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 67

APPENDIX- I (A)

Bidder’s Information Sheet

To establish its qualifications to perform the contract the Bidder shall provide the information requested in the corresponding Information Sheets included here under.

Bidder’s legal name Bidder’s country of constitution Bidder’s year of constitution Bidder’s legal address in country of constitution. Bidder’s UIN No.

Bidder’s Copy of Constitution

Bidder’s registration certificates for VAT /CST/GST and Service Tax, and registration certificates under the applicable PF and labor laws.

Bidder’s authorized representative (Name, address, telephone numbers, fax numbers, e- mail address) Attached are copies of the necessary original documents. 1 2 3 4 5 6

Signature of Bidder Name Designation Company Date:

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 68

APPENDIX- I (B) Firm profile at a glance

Sr. No. Particulars

1 Name & Mailing Address of firm Contact Person Name, Designation & Contact 2 No. 3 E-mail Address for correspondence 4 Firm Website Address Firm Status (Private/ PSU/ 5 Incorporate/Proprietor) 6 Establish Year of firm 7 PAN/ TAN No. 8 Firm Registration No/ ROC 9 EPF Registration No, if applicable 10 GST registration No 11 Bank name & contact No Turnover 2015-16, 2016-17 & 2017-18 (in 12 Crore Rs.) 13 Company Profile (<100 words) 14 Factory Address & Floor Area of factory 15 Net worth Self Manufacturing facilities & Capacity ( A list 16 of machinery be attached) Outsourcing Item and Firm (Name & Address 17 of Indian/ foreign 18 Collaborator/s, if Any ) 19 Own Testing facility 20 Skilled manpower 21 Dealer/ supply network in Maharashtra Experience in Solar Photovoltaic Pump 22 Commissioning (<100 words) Experience in other solar projects (<100 23 words) 24 Solar related Product Range Guarantee, Maintenance & After Sales 25 Services (Years) 26 Accreditation (Own Firm) 27 Accreditation (Partner/ outsourcing Firm) 28 List of ISI, ISO, other cert. for own firm List of ISI, ISO, other cert. for partner/ 29 outsourcing firm Technical specification for solar photovoltaic 30 cell/ panel/ module

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 69

32 Technical specification for motor pump sets 33 Technical specification for Junction boxes 34 Technical specification for Controller 35 Technical specification for Cables 36 Other Technical specification, if any Has any Govt. / Under - taking ever debarred 37 the company / firm from executing any work ? 38 Special Remarks, if any

It is certified that the information provided above is true to the best of my knowledge and belief. If any information found to be concealed, suppressed or incorrect at later date, our tender shall be liable to be rejected and our company may be debarred from executing any business with Govt. of Maharashtra/ MEDA.

Signature of Bidder Name Designation Company Date:

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 70

APPENDIX- I (C) Financial Status

Each Bidder must fill in this form including private/public limited company.

Sr. Financial Data for Previous 3 Years [Rs. in Lacs] Particulars No. 2015-16 2016-17 2017-18

1 Total Assets 2 Current Assets 3 Total Liabilities 4 Long Term Loans 5 Current Liabilities* 6 Profits Before Taxes 7 Profits After Taxes 8 Net Worth [1 - 4 - 5] Dedicated Revolving Line of Credit 9 (as per format) 10 Available Working Capital [2 -5] + [9] Return on Equity [6 / 8 of previous 11 year] Attached are copies of the audited balance sheets, including all related notes, and income statements for the any three years of FY 2015-16,2016-17 & 2017-18 as indicated above, complying with the following conditions. 1. All such documents reflect the financial situation of the Bidder, and not sister or parent companies. 2. Historic financial statements must be audited by a certified accountant 3. Historic financial statements must be complete, including all notes to the financial statements. 12 4. Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted). 5. As per International Accounting, Current Liabilities shall include loan and other repayments due within one year. 6. If the bidder feels that its financial capacity is insufficient bidder may include with the bid a letter from a reputed bank, addressed to the Chief Engineer (Distribution), MEDA which describes the revolving line of credit that the bidder is eligible for with the bank.

Applicant’s Auditor

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 71

APPENDIX- I (D) Annual Turnover

Each Bidder must fill in this form including private/public limited company.

Annual Turnover Data for the any 3 Years of FY 2015-16, 2016-17 & 2017- 18

Year Amount Currency Exchange Rate Rs in Lacs

2015-16

2016-17

2017-18

The information supplied should be the Annual Turnover of the Bidder in terms of the amounts billed to clients for each year for work in progress or completed.

Signature of Applicant Certified by Applicant’s Auditor

(Affix Stamp)

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 72

APPENDIX- II FORM OF PERFORMANCEBANK GUARANTEE To: Maharashtra Energy Development Agency (MEDA) Divisional Office Amravati . Represented by the: Divisional General Manager (Amravati) MAHARASHTRA ENERGY DEVELOPMENT AGENCY Opp. D I G Bungalow, Nazul Sheet No.18/C, Near Circuit House , Camp Amravati -444602 WHEREAS[name and address of Contractor] (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. TENDER NO. MEDA/REN/ SOLAR-Water Pumping/1/2018-19. ___ for works ______,dated ______2018 to undertake Design, Manufacture, Supply, Transport, Installation, Testing And Commissioning Of AC Solar Photovoltaic Water Pumping Systems Of 3/ 5 Hp Capacity with reading and recording facility at the project sites of identified Grampanchyat area in Amravati Division districts of Maharashtra with comprehensive maintenance contract for 5 Years, (hereinafter referred to as the contract of works) and as described in the Bidding Data in Maharashtra State for works under the Solar Photovoltaic Pump Project in Maharashtra under single point responsibility “Turnkey Contracts” basis (hereinafter called "the Contract"); AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligation in accordance with the Contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of ______[amount of Guarantee]1 _____- ______[in words], and we undertake to pay you, through our branch office at ______[Address of branch office at , Maharashtra], upon your first written demand and without cavil or argument, any sum or sums within the limits of ______[amount of Guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until the date of completion of the defects liability period, with a claim period of further one month. Yours truly, ______Signature and seal of the Guarantor: ______Name of Bank/Financial Institution: ______Address: ______Date:______

An amount to be inserted by the Guarantor, representing 5% of the Contract Price and denominated in Indian Rupees as specified in the Contract. E-Tender DPC Fund District Yavatmal (MEDA Amravati) 73

APPENDIX- III Installation & Performance Credentials

Experience for technical know how for maintenance and operation of Solar Photovoltaic Water pumping system

Experience

Client’s Name Contract Date of Date of Present Sr. Description certificate of Amount (in start of completion of Status of No. of work attached at Client lac.) work work Systems page No.

Signature of Bidder Name Designation Company Date

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 74

APPENDIX- IV Experience for supply and Commissioning of Solar Photovoltaic Water pumping system

Year wise receipts/ expenditure on Supply work Client’s Sr. Name of Manufacturing certificate No. component capacity attached at Nos./ Wp 2015-16 2016-17 2017-18 page No. …

Signature of Bidder Name Designation Company Date

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 75

APPENDIX- V

Pre-dispatch Inspection:-

 The material shall be dispatched by the supplier after inspection by the Officer, MEDA at his premises and acceptance of the same.

 The supplier shall give pre-dispatch inspection notice before or at least 15 days prior to the last date of supply of material.

 The material shall be supplied within 14 days from the date of inspection/ acceptance of material.

 The supplier will submit test report with regard conformity to technical specifications for the items to be dispatched at site. However, equipments will be dispatched only after the receipt of “Dispatch Clearance” from MEDA after acceptance of test report.

 No consignment shall be dispatched without the receipt of dispatch clearance from MEDA.

 The supplier shall supply all materials, tools, testing equipments, labour and assistance of every kind which the inspecting officer may consider necessary for any test or examination which he may require to be made on the supplier premises without any extra charge.

 The supplier shall allow all reasonable facilities and free access to his works and records to the Inspection Authority. The supplier shall, at his own expense, afford to the Inspection authority all reasonable facilities as may be necessary for satisfying himself that the goods are being and / or have been manufactured in accordance with the contract requirements.

 The result of the inspection will be notified to the supplier by the Inspection Authority.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 76

Pre-Dispatch Inspection Report

Name of Supplier:- Order No. & Date:-

Site of Inspection:-

Name of Suppliers Invoice No. & Date:- Representative:-

Name of Inspecting Officer:- Date of Inspection:-

Details of Inspection:-

Capacity / Sr. No. Items Selected Rejected Remark Quantity 1 * PV Module 2 * Pump with Motor - 3 Test Reports as per MNRE Specification 2015-16 4 Operation Manual 5 Spares 6 Controller / Inverter 7 Hardware for Data Logger 8 Necessary Switches 9 Cables 10 Connecting probes 11 Module Mounting Structure

* indicates that it is mandatory to attach the list of Serial numbers.

Name and Sign of Manufacturer Name and Sign of Inspecting Officer

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 77

(Appendix -VI) Performa of Hand over Certificate Date HAND OVER CERTIFICATE To, Divisional General Manager MAHARASHTRA ENERGY DEVELOPMENT AGENCY Opp. D I G Bungalow, Nazul Sheet No.18/C, Near Circuit House , Camp Amravati -444602

Subject: INSTALLED OFF-GRID SOLAR WATER PUMPING SYSTEM UNDER MINOR WATER AND TAP WATER SUPPLY PROGRAMME IN YAVATMAL DISTRICT OF MAHARASHTRA THROUGH DPC (genaral & TSP) FUND – Regarding Handing Over and Taking Over . Dear sir, M/s.------has successfully installed and commissioned the ac/dc Solar Pumping System of capacity ------HP on ------(Date) at ------(Name of Grampanchayat/Villages). M/s. ------has handed over the solar pump to our Grampanchayat, on dated------, We the Grampanchayat ------Tal. Dist.------is taking over the total water pumping systems in working condition. The installed solar Pump will be belong to MEDA/Govt of Maharashtra The Grampanchayat will fulfill the following conditions. • Grampanchayat will carry out the daily operation and maintenance of the water pumping system. • Off-grid solar water pumping system sanctioned and installed for those purpose, we will use the said pump for that purpose only. • Grampanchayat will allow to concerned official /Manufacturer to inspect the solar pump, repair as when required. We will also assist and help to the concerned officials. • If the solar pumping systems becomes the non-functional then we will contact to the concerned manufacturer and Executive Engineer (Water supply) and MEDA Division office. • Grampanchayat ------has made the entry of solar pump in our material receipt register. • The whole responsibility of Security in respect of water pumping system will remain of our Grampanchayat. M/s. ------has handed over the solar pump to our Grampanchayat and Our Grampanchayat has taken over.

Signature of Sarpanch and Gramsev Signature of Manufcturer Seal Seal

Signature of MEDA Officer with seal

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 78

(Appendix -VII)

List of Villages in Yavatmal district under DPC fund (scheme (A.1) OTSP/(A.2) TSP/(B) DPDC) will be made available at the time of placing the work order.

Under programme-DPC (OTSP) fund A.1 List of Villages in Yavatmal District:- 3 HP AC Off Grid Solar Pump

S.N. District Taluka Grampanchayat Villages Capacity 1 Yavatmal Yavatmal Kita Kita 3 HP AC 2 Yavatmal Yavatmal Rohtek Rohtek 3 HP AC 3 Yavatmal Yavatmal Rohtek Ramgaon 3 HP AC 4 Yavatmal Yavatmal Murzadi (Lal) Murzadi (Lal) 3 HP AC 5 Yavatmal Yavatmal Daheli Daheli 3 HP AC 6 Yavatmal Yavatmal Chinchbardi Chinchbardi 3 HP AC 7 Yavatmal Yavatmal Dorli Dorli 3 HP AC 8 Yavatmal Yavatmal Raatchandana Raatchandana 3 HP AC

List of Villages in Yavatmal District:- 5 HP AC Off Grid Solar Pump

S.N. District Taluka Grampanchayat Villages Capacity 1 Yavatmal Yavatmal Manpur Manpur 5 HP AC 2 Yavatmal Yavatmal Bhoyar Bhoyar 5 HP AC 3 Yavatmal Yavatmal Jamb Jamb 5 HP AC 4 Yavatmal Yavatmal Bhisani Bhisani 5 HP AC 5 Yavatmal Yavatmal Waatkhed Waatkhed 5 HP AC

Under programme DPC (TSP) fund A.2 List of Villages in Yavatmal District:- 5 HP AC Off Grid Solar Pump

S.N. District Taluka Grampanchayat Villages Capacity 1 Yavatmal Yavatmal Murzadi (Chinch) Murzadi (Chinch) 5 HP AC 2 Yavatmal Yavatmal Dhamni Dhamni 5 HP AC 3 Yavatmal Maangi Maangi 5 HP AC 4 Yavatmal Kelapur Singledeep Singledeep 5 HP AC 5 Yavatmal Kelapur Dhoki Dhoki 5 HP AC 6 Yavatmal Kelapur Khu. Maregaon Khu. 5 HP AC 7 Yavatmal Kelapur Mangurda Mangurda 5 HP AC 8 Yavatmal Zari-Jamani Shibla Paachpor 5 HP AC

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 79

Under DPC (DPDC general) fund programme-B- List of Villages in Yavatmal District:- 5 HP AC/DC Off Grid Solar Pump

S.N. District Taluka Grampanchayat Villages Capacity 1 Yavatmal Yavatmal Barad Barad 5 HP AC 2 Yavatmal Yavatmal Bechkheda Bechkheda 5 HP AC 3 Yavatmal Yavatmal Borisingh Borisingh 5 HP AC 4 Yavatmal Yavatmal Dhanora Dhanora 5 HP AC 5 Yavatmal Yavatmal Kamathwada Kamathwada 5 HP AC 6 Yavatmal Yavatmal Salod Salod 5 HP AC 7 Yavatmal Darwah Wadgaon Gh. Wadgaon Gh. 5 HP AC 8 Yavatmal Darwah Palshi Palshi 5 HP AC 9 Yavatmal Darwah Ganeshpur Ganeshpur 5 HP AC 10 Yavatmal Darwah Bhopapur Bhopapur 5 HP AC 11 Yavatmal Yavatmal Ghodkhindi Pandhari 5 HP AC 12 Yavatmal Yavatmal Ujona Ujona 5 HP AC 13 Yavatmal Yavatmal Dudhgaon Dudhgaon 5 HP AC 14 Yavatmal Yavatmal Zhuli Zhuli 5 HP DC 15 Yavatmal Yavatmal Wai Rui Wai Rui 5 HP DC 16 Yavatmal Darwah Khopdi Bk. Khopdi Bk. 5 HP DC 17 Yavatmal Darwah Mozhar E. Mozhar E. 5 HP DC 18 Yavatmal Darwah Deulwadi Lad Deulwadi Lad 5 HP DC

Above lists of villages are tentative only in the consideration of MNRE new bench mark cost.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 80

(Appendix-VIII)

. . 1

2

3

4

5

6 ./ -

7 / / .

8 / .

9 10

11

12

13

14

15 – . . ./

16

17 ( / )

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 81

18 ( 300 ) 19

20

अ) (Lattitude) (Longitude)

(Elevation in meter )

,

......

( ) ( ) ...... ( )

( )

( )

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 82

(Appendix-VIII) Undertaking (On Rs.100/- Stamp Paper)

I ______Age- years, Occup- ______, Address ______, the (authorized signatory) of M/s …………………… (Company) hereby state that, I/my company is intending to participate for tender no. TENDER NO. MEDA/REN/ SOLAR-Water Pumping/1/2018-19, survey, design, fabrication, supply, installation, testing, commissioning of ac/dc solar photovolatic water pumping systems of 3/5 hp capacity with a reading & recording facilities at various identified grampanchyats/villages areas sites under off-grid solar water pumping minor water and tap water supply programme in Yavatmal district of maharashtra through OTSP/TSP/DPDC fund with comprehensive maintenance contract for 5 years.

I have read all the terms & conditions mentioned in the Tender document of the MEDA. I hereby further undertake and declare that all the terms & conditions mentioned in each and every page of the said tender document along with the clarifications released, if any, are binding on me / my company and I am fully aware that, in case of breach of any term or condition of the said Tender document, I am/my company is liable to be disqualified from the said tender process. Sign:

Name of authorized Signatory:

Name of Company with Stamp:

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 83

ANNEXURE - B Check List All the necessary Documents / Certificates should be uploaded as a SINGLE PDF in proper sequence as mentioned below: 1. Original tender document duly signed and stamped on each page or Undertaking (Rs.100 as per the Appendix-IX) and declaration that all the terms & conditions mentioned in each and every page of the said tender document with further clarifications released if any are acceptable. 2. List of self attested document for proven of eligibility with as per given in eligibility criteria. 3. EMD and Tender document fee (It is compulsory to pay tender document fee, EMD through E-payment SBI Net Banking/ RTGS and NEFT only). 4. Name of authorized person (power of attorney) for submitting the document. 5. Name of the Banker. 6. Copy of the recently paid Income Tax Challan / Return, Latest CA certified balance sheet of last three years, PAN number, registration certificates of GST, and excluding any other taxes if applicable. (Self Attested) 7. Information on Infrastructure for maintenance work. 8. Registration Certificate of the firm. 9. Form of Technical Proposal on letter head of Bidder duly certified by Bidder as per given in Tender document. 10. Appendix to Technical Proposal as per given in Tender document. 11. Bidder's Information Sheet Appendix-I (A). 12. Firm profile at Glance Appendix-I(B) 13. Financial Status Appendix-I(C) 14. Annual Turnover Appendix-I (D). 15. Form Of Performance Bank Guarantee Appendix-II 16. Experience Installation and Performance Credentials for supply and commissioning of Solar Pumping systems APPENDIX-III & IV (along with the self attested copies of work order). 17. Site Visit Reports (100% of villages) in the prescribed Performa as per the Appendix-VIII.

If any of the above documents is not submitted in Technical bid, then tender will be rejected. However Divisional General Manager has reserved right to ask bidder to submit the document if it is not found clear or visible.

E-Tender DPC Fund District Yavatmal (MEDA Amravati) 84