Corrigendum – 1

In reference to EOI Refernce No: XN/Solar/ EoI/SPP/J&K/2021-22 Dated: 09-07- 2021 (Tender) for the selection of Business Associates for 1000 nos. of 3.5 KW off grid Solar Power Plant with 5 Years CMC and 2 years extended maintenance contract including imparting basic vocational training at J &K Panchayat Ghars. (Customer NIT/Bid Document No.:- SPSA/RDD/ SLPG/2021-1019 Dated: 28-06- 2021), the Pre Integrity Pact and Customer NIT/Tender are attached for refernce. All the terms and conditions mentioned in EOI remains same.

For ITI LIMITED

Chief Manager- Marketing & Commercial PRE-CONTRACT INTEGRITY PACT

GENERAL

This pre-bid pre-contract agreement (hereinafter called the Integrity Pact) is made on day of ………….... the month of …….. , between, ITI Limited, ITI Bhavan, Dooravaninagar, Bangalore – 560016, , (hereinafter called the "BUYER", which expression shall mean and include, unless the context otherwise requires, his successors in office and assigns) of the First Part and M/s …………….……. (address of the Bidder) (hereinafter called the "BIDDER " which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part.

WHEREAS the BUYER proposes to invite Expression of Interest (EoI) for selection/ empanelment of technology partner for a technical tie-up with ITI for the marketing/manufacturing of ……………….….. (name of the product) and the BIDDER is willing to participate in the EoI as per the terms and conditions mentioned thereon;

WHEREAS the BIDDER is a private company/public company/Government undertaking/partnership company (strike off whichever is not applicable), constituted in accordance with the relevant law in the matter and the BUYER is a PSU under the Department of Telecommunications, Ministry of Communications & IT, Government of India.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to :-

Enabling the BUYER to select/ empanel a technology partner for the marketing/ manufacturing of …. (name of the product) through the EoI in a transparent and corruption free manner, and

Enabling BIDDERs to abstain from bribing or Indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:

1. Commitments of the BUYER

1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, 'organisation or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract.

1.2 The BUYER will during the pre-contract stage, treat all BIDDERs alike, and will provide to all BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs.

1.3 All the officials of the BUYER will report to the appropriate Government office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach.

2 In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled.

3 Commitments of BIDDER

3.1 The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:-

a) The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organisation or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

b) The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or, execution of the contract or any other contract with the Government for showing or forbearing to show favor or disfavor to any person in relation to the contract or any other contract with the Government.

c) BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates. d) BIDDERs shall disclose the payments to be made by them to agents/ brokers or any other intermediary, in connection with this bid/contract. e) The BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufacturer/ integrator and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such, intercession, facilitation or recommendation. f) The BIDDER either while presenting the bid or during pre-contract negotiations or before signing the contract, shall 'disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their· family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments. g) The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract. h) The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities. i) The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged. j) The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts. k) The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above. l) If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any relative of an officer of the BUYER has financial interest/stake in the BIDDER's firm, the same shall be disclosed by the BIDDER at the time of filing of tender. The term 'relative' for this purpose would be as defined in Section 6 of the Companies Act 1956.

m) The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the BUYER.

4 Previous Transgression

4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company in any country in respect of any 'corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER's exclusion from the tender process.

4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

5 Sanctions for Violations

5.1 Any breach of the aforesaid provisions by the BIDDER or anyone employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required:-

a) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue.

b) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.

c) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/rescission.

d) To recover all sums paid in violation of this Pact by the BIDDER(s) to any middleman or agent or broker with a view to securing the contract.

5.2 The BUYER will be entitled to take all or any of the actions mentioned above, also on the Commission by the BIDDER or anyone employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption.

5.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent Monitor(s) appointed for the purposes of this Pact.

6 Independent Monitors

6.1 The BUYER appoints Independent Monitor (hereinafter referred to as Monitor) for this Pact in consultation with the Central Vigilance Commission.

6.2 The task of the Monitor shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact.

6.3 The Monitor shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently.

6.4 Both the parties accept that the Monitor have the right to access all the documents relating to the project/procurement, including minutes of meetings.

6.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the BUYER.

6.6 The BIDDER(s) accept(s) that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER with confidentiality.

6.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings.

6.8 The Monitor will submit a written report to the designated Authority of BUYER within 8 to 10 weeks from the date of reference or intimation to him by the BUYER I BIDDER and, should the occasion arise, submit proposals for correcting problematic situations.

7 Facilitation of Investigation

7.1 In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination.

8 Law and Place of Jurisdiction

8.1 This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

9 Other Legal Actions

9.1 The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

10 Validity

10.1 The validity of this Integrity Pact shall be from date of its signing and extend up to the contract period with the BUYER in case a contract is signed. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract.

10.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.

11 The parties hereby sign this Integrity Pact.

BUYER BIDDER Name of the Officer. CHIEF EXECUTIVE OFFICER Designation M/s …. (address) ITI Limited (address) Place: Place: Date: Date:

Witness:

1. ……….. 1. ………… 2. ……….. 2. …………. Government of and

STATE PROCUREMENT AND SUPPLIES AGENCY DEPARTMENT OF RURAL DEVELOPMENT AND PANCHAYATI RAJ. H.NO.21, SECTOR: 1 TRIKUTA NAGAR, JAMMU, J&K-180020

E-mail:[email protected]

E-TENDER DOCUMENT

E-NIT No: SPSA/RDD/SLPG/2021-1019

For

Design, Supply, Installation, Testing & Commissioning of

1000 Nos, 3.5 kWp Capacity, Off-Grid Solar PV Power Plants

with 5 Years Comprehensive Maintenance Contract (CMC)

and 2 Years extended Maintenance contract including

Imparting Basic vocational Training

at

J&K Panchayat Ghars.

Ȁ ƒ‰‡1

Table of Contends

1. Data Sheet…………………………………………………………………………..….03 2. Preface………………………………………………….…………………………..….06 3. PREAMBLE……………………………………………………………………….…..07 4. EARNEST MONEY:……………………………………………………………...... 08 5. INSTRUCTIONS TO THE BIDDERS FOR SUBMISSION OF BIDS:………..…09 6. OPENING OF BIDS:……………….………………………………………………....11 7. PRICE :………………………………….……………………………………...... 11 8. PAYMENT SCHEDULE:…………………….……………………………….....…...12 9. PERFORMANCE SECURITY:………………….………………………….....…...12 10. WARRANTY:………………………………………….………………………...... 13 11. ELIGIBILITY CONDITIONS………………………………………………...... 13 12. INCOME TAX:………………………………………………….………………….....15 13. EVALUATION OF BIDS…………………………………………………………...... 15 14. SCOPE OF WORK ……………………………………………..………………...…..17 15. TECHNICAL SPECIFICATION……………………………………….…………....27 16. CONNECTIVITY:-…………………………………………………………………...44 17. DANGER BOARDS AND SIGNAGES…………………………..………………....45 18. FIRE EXTINGUISHERS…………………………………………………..………..45 19. OPERATION AND MAINTENANCE……………………………………………....45 20. DRAWINGS & MANUALS………………………………………………………....45 21. PLACE OF MANUFACTURE AND INSPECTION:………………………………..46 22. PRE DESPATCH INSPECTION:…………………………………………………….46 23. LIQUIDATED DAMAGES FOR DELAY IN COMPLETION:………………...... 46 24. CANCELLATION OF ORDER:……………………………………………..……….47 25. AUTHORITY OF PERSON SIGNING THE DOCUMENTS:…………………...... 47 26. NO CLAIM OR COMPENSATION FOR SUBMISSION OF TENDER:……...... 48 27. FORCE MAJEURE:…………………………………………………………………..48 28. FRAUD & CORRUPTION………………………………………………………...... 48 29. AGREEMENT:………………………………………………………………………..49 30. CLARIFICATIONS & AMENDMENT TO REQUEST FOR PROPOSAL………....49 31. SPECIAL INSTRUCTIONS :………………………………………………………....50 32. Proforma – 1…………………………………………………………………………...52 33. Proforma – 2…………………………………………………………………………...53 34. Proforma – 3…………………………………………………………………………...55 35. Proforma – 4…………………………………………………………………………...58 36. Proforma – 5………………………………………………………………………….,,59 37. Proforma – 6………………………………………………………………………….,,60 38. Proforma – 7………………………………………………………………………….,,61

Ȁ ƒ‰‡2

Data Sheet

S.No. Description Details

1. Notice Inviting Tender No. E-NIT NO: SPSA/RDD/ SLPG/2021-1019 and Date Dated: 28-06-2021

2. Name of work 1. Design, Supply, Installation, Testing & Commissioning of 3.5 kWp capacity, Off- Grid PV Power Plants on Panchayat Ghars Department of Rural Development and Panchayati Raj at Jammu and Kashmir.

3. Date of issue of E- Date: 28-06-2021 Tender

4. Submission of hard/ Chief Executive Officer/MD State Procurement original copies of bid docs. and Supplies Agency Department of Rural with Tender Document Fee Development and Panchayati Raj. and EMD. H.No:21, Sector:1, Trikuta Nagar, Jammu, J&K. 180020 E- mail:[email protected]

5. Mode of Tender Online Submission (www.jktenders.gov.in) Website

6. Pre Bid Meeting Date: 12-07-2021 11:30 AM Date ,Time and Venue Chief Executive Officer /MD State Procurement and Supplies Agency, RDD 21/1, Trikuta Nagar, Jammu-180021 E- mail : [email protected]

7. Last date & time of Date: 24-07-2021 05.00 PM submission of bids

8. Date & time of opening of Date: 26-07-2021 11.30 AM Technical Bids

9. Date & time of opening Date: 05-08-2021 11.30 AM Price-Bid

Ȁ ƒ‰‡3

10. Cost of Tender Document Rs. 25,000/= (Twenty Five Thousand Only) (Non-refundable) Bidders can download the tender document from JK e- tendering website (www.jktenders.gov.in) and remit the cost of the bid document of requisite value (as applicable) along with their response to the tender document in the form of a /NEFT/RTGS favoring CEO/MD SPSA/RDD, Jammu ‘State Procurement & Supplies Agency’ A/c No. 0375010200000002 IFSC JAKA0TRIKOT payable at Jammu. (A Bid submitted without the cost of bid document, shall be rejected.)

11. Earnest Money Deposit (Refundable) The Bid shall also be accompanied by an Earnest Money Deposit (EMD) of an amount equivalent to 2% (Two Percent) of the total tendered value i,e Rs.1.00 Cr. (Rupee one Crore only) in the form of CDR/FDR/DD/BG from any Nationalized / Scheduled commercial Bank issued in favour of CEO/MD SPSA/RDD, Jammu ‘State Procurement & Supplies Agency’. (The EMD in the form of a Bank Guarantee, as stated hereinabove, shall remain valid for a period of 12 (Twelve) months from the last date of submission of Bids.)

12. Estimated cost The total estimated project cost is Rs. 50.00 Crores approximately ( Rupees fifty Crores).

13. Time of completion Installation and commissioning of the entire scope shall be completed within a period of 12 (twelve) months from the date of placing of work orders which can be further extended by a maximum period of six (6) months.

Ȁ ƒ‰‡4

14. Validity of the Bid The Bid / Rates shall remain valid for a period of 18 months from the date of submission of Bid. During the validity period the Department can place order for additional quantity of systems, which the bidder shall be bound to comply.

15. Contact Address Email: [email protected].

Ȁ ƒ‰‡5

Preface

1. The Project for Design, supply, installation, Testing and commissioning of the 3.5 kwp capacity off Grid Solar PV power plants with 5 years Comprehensive Maintenance and 2 Years extended Maintenance Contract is envisaged to provide solar power plants to all Panchayat Ghars of J&K in phased manner with availability of funds.

2. 1000 Panchayats of J&K are identified to provide solar power plants as a phase -I and rest of the panchayats shall be covered in phases with availability of funds and requirements.

3. The targeted panchayats are mainly border 576 panchayats and balance 424 panchayats are most remote and far-flung panchayats of each district of J&K. The list of panchayats depicting its District/Block is placed at Page No. 18-26

4. This is an effort towards providing Green energy as well as continuous power supply to all Panchayat Ghars so that uninterrupted e-Panchayat programme can be implemented.

5. Further in the Comprehensive Maintenance of Solar PV Power Plants, an effort has been envisaged to create local technical man power. It shall be more feasible if local man power is generated to maintain the power plants and by proposing imparting of training to 02 heads per effective Panchayat shall lead to quick response in maintenance and generation of employment. Apart from this local people shall have more awakening towards Green Energy.

Ȁ ƒ‰‡6

PREAMBLE

1. The tender document corresponds to inviting e-bids, to be evaluated under Quality and Cost Based System (QCBS), for Design, Supply, Installation, Testing and Commissioning of 3.5 kWp capacity, Off-Grid PV Power Plants with Indigenous Modules including 5 years Comprehensive Maintenance Contract on the Plants with 2 years Extended Maintenance Contract including Imparting Basic vocational Training to the concerned at Panchayat Ghars under Department of Rural Development and Panchayati Raj at various identified locations in Jammu and Kashmir.

2. To ensure disruption free working of the installed Solar Power Plant, the contract gives equal importance to installation, commissioning of Solar Power Plant of 3.5 kWp capacities and Comprehensive Maintenance for 5 years along with Extended Maintenance for 2 years at identified locations spread throughout J&K including areas having tough terrain and logistic challenges.

3. Although GFR 2017 prescribes Least Cost System for procurement of goods but the current contract is not simply purchase of goods but the goods purchased become a system and in fact RDD is procuring 7 (seven) years maintenance services of these systems as a whole.

4. The QCBS is being applied for selection of successful bidder as after successful installation and commissioning, the vendor must possess sufficient capacity, technical knowledge, experience to maintain the Solar Power Plants installed as per the terms and conditions of tender document and subsequent contract agreement under Comprehensive Maintenance Contract of 5 years and Extended Maintenance Contact of 2 years. Thus, the weight-age to quality has been incorporated to evaluate bids so as to ensure high quality of service delivery by successful bidder in this case.

Ȁ ƒ‰‡7

1. EARNEST MONEY:

1.1 Bids must be accompanied with 'Earnest Money Deposit (EMD)'of an amount equivalent to 2% (Two Percent) ie.Rs.1.00 cr. of the tendered value in the form of CDR/FDR/DD/BG Bank Guarantee issued by a Nationalized Bank/Scheduled commercial Bank issued in favour of the CEO/MD, SPSA/RDD. (Funds transfer only as no activity of off line shall be accepted) 1.2. 'Earnest Money Deposit' of unsuccessful Bidders/ disqualified at the stage of Techno- Commercial evaluation will be discharged/ returned as promptly as possible. 1.3. The successful bidder's 'Earnest Money Deposit' will be discharged upon the Bidder's acknowledging the 'Award' and signing the 'Agreement' and furnishing the ’Performance Security'. 1.4. Notwithstanding anything contained herein, the 'EMD' may also be forfeited in any of the following cases: a) If a Bidder withdraws or varies his Bid during the 'Period of Bid Validity'. b) If a Bidder has indulged in corrupt/ fraudulent/ collusive/ coercive practice c) If the Bidder modifies bids during the period of bid validity (after last date of submission).

d) Violates any other condition, mentioned elsewhere in the tender document, which may lead to forfeiture of EMD. e) In the case of a successful Bidder, if the Bidder fails to: i Acknowledge receipt the NOA/ LOI/ LOA within 15 (Fifteen) days from issuance of same. ii to furnish Performance Security within 15 days from issuance of LoI iii to accept 'arithmetical corrections‘

1.5. MSME as per GFR (2017) revised rule 170 (I) shall be implemented

Ȁ ƒ‰‡8

2. INSTRUCTIONS TO THE BIDDERS FOR SUBMISSION OF BIDS:

2.1 Bidders are advised to submit their bids strictly based on the specifications, terms and conditions contained in the bid document and subsequent revisions/amendments, if any. 2.2 The bid shall be prepared and submitted by typing or printing in English with indelible black ink on white paper in consecutively numbered pages duly signed by the authorized signatory with company seal affixed on each page. 2.3 Any part of the bid which is not specifically signed by the authorized signatory and not affixed with company seal, shall not be considered for the purpose of evaluation. 2.4 Original copy of bid document, amendments/revisions to bid document, issued by JKSPSA/RDD, if any, shall be signed and submitted along with the bid. 2.5 All the Proformas must be on the bidder’s official letterhead. Any change in wording of the Proforma may lead to rejection of the bid application at the discretion of JKSPSA/RDD. 2.6 The offer shall contain no erasures or overwriting except as necessary to correct errors made by bidder. Such corrections, if any, shall be initialed by the person signing the offer. 2.7 The Bid should contain authenticated copies of the test certificates from authorized test centers of MNRE GoI as per MNRE guidelines, relevant certificates of IEC/BIS as applicable, make of various components/parts to be used and certificates of utilizing IEC standard materials in the PV Modules. 2.8 Documents in support of eligibility must be uploaded with the tender. Offers without satisfying eligibility conditions will be out rightly rejected and no correspondence in this regard will be entertained. 2.9 SPSA/RDD reserve the right to change the location of identified Panchayat(s) due to non-feasibility or some other reason(s). 2.10. The prices quoted should be inclusive of all central/state/local taxes, duties etc as applicable and also freight, insurance, carriage etc FOR sites with Comprehensive maintenance Contract (CMC) for 5 years with 2 years extended maintenance contract.(The details of locations where the 3.5 kW Off-Grid systems needs to be installed shall be informed separately).

Ȁ ƒ‰‡9

The price shall be quoted online only as per the format given in BOQ file.(Proforma4)

NOTE:- The offer of the firms which do not quote prices as per above instructions shall not be entertained and the Agency can also ask for the original certificates for verification or clarification. 2.11 In case of any contradictions between the prices mentioned in figures and words, the prices mentioned in words shall be considered final. Also, in case of any arithmetical error in regard to the total amount and individual rates, the individual rates shall be taken as final and the total amount shall be adjusted accordingly. 2.12. The hard/ original copy of Power of Attorney, Tender Document Fee and EMD should be addressed to the Chief Executive Officer, State Procurement and Supplies Agency, Department of Rural Development and Panchayati Raj, duly sealed and super scribed with NIT No. SPSA/RDD/SLPG/2021- 1019 , Due Date 24-07-2021 and name of bidder etc and sent under registered cover/by hand.

2.13 The bidder shall ensure timely receipt of hard/ original copy of Power of Attorney, Tender Document Fee and EMD in the office of the Chief Executive Officer, JKSPSA/RDD prescribed above. The bids received by hand or by post after due date of receipt of bid shall not be entertained even if the bid has been posted/dispatched before the due date of receipt. 2.14. The bid must be complete in all respects. All the terms and conditions of bid including technical specifications should be carefully studied for the sake of submitting complete and comprehensive quotation. Failure to comply with any of the terms and conditions or instructions of the offer with insufficient particulars which is likely to render fair comparison of bid as a whole impossible may lead to rejection even if otherwise it is a competitive offer/bid. 2.15 No bidder unless otherwise specified in this NIT shall be exempted from depositing earnest money. 2.16 No claim shall be raised against the department either in respect of interest or depreciation in value for the amount of security deposit and / or earnest money. In case of bank deposits, the department shall not be responsible for any loss on account of failure of the bank.

Ȁ ƒ‰‡10

3. OPENING OF BIDS:

3.1 On the date of opening of Technical bids only the techno-commercial Bids shall be opened. The price bid shall be opened only in case of such bidders who on scrutiny of Technical proposal of their offers are found to have qualified for opening of price bid. In case the due date of opening of bids falls on holiday or the holiday being declared subsequently, the bids will be opened on the next working day following such holiday or any other date convenient to the CEO, JKSPSA/RDD. Bidders are requested to visit the website (jktenders.gov.in) regularly and keep themselves informed.

3.2 JKSPSA/RDD, if required, may at its discretion obtain clarifications on offers by requesting clarifications from any or all the bidders at any time prior to online Price Bid opening. Such request for clarification and the response shall be in writing through e-mail only within given time limit i.e 12-07-2021.

3.3 JKSPSA/RDD shall examine whether the bid is complete in all respects and conforms to the stipulated requirement of the technical specifications and tests reports. The bid having material deviation shall be rejected as being non-responsive.

3.4 JKSPSA/RDD, if required, may at its discretion extend the scheduled date of online opening of Price Bid.

4. PRICE :

4.1 The total price & rates of 3.5 kWP Off-Grid Solar Power Plant with 5 years Plant Comprehensive Maintenance Contract (CMC) incl. 2 Years extended maintenance contract including imparting vocational training to locals should be quoted as per format given in BOQ file. 4.2 The price shall be for the total scope as defined in this document. The Price also includes all charges towards packing &forwarding, inspection, insurance, freight charges all central/ state/ local taxes &duties etc. as applicable for the supplies. 4.3 The price & unit rates includes and covers the cost of all royalty & fees for all articles & processes, protected by letters, patent or otherwise in corporate din or used in connection with the work, also all royalties, rents and other payments in connection with obtaining all the materials for the work and the Bidder shall indemnify and keep indemnified JKSPSA/ RDD, which indemnity, the Bidder hereby gives against all actions, proceedings, claims, damages, costs and expenses arising from the incorporation in or use of Ȁ ƒ‰‡11

work of any such articles, processes or supplies. All applicable charges for taking statutory clearances, where ever necessary, are included in the contract price. 4.4 The rates shall be valid for a period of 18 months. During the period of the contract, JKSPSA/RDD may order addition/deletion in quantities which the Bidder shall comply. The adjustment in Contract Price shall be made at the same unit rate as per Price Schedule. The value of the contract may increase upto 50 % of the tendered cost depending on the requirement and availability of funds for execution of the same scope of work at additional sites to be identified by JKSPSA/RDD.

5. PAYMENT SCHEDULE:

The payment shall be made as per the following schedule:

5.1. Payment to the extent of 30% shall be released as mobilization advance against an equal amount of Bank Guarantee from any Nationalized/ Scheduled Commercial Bank in favour of CEO/MD, SPSA, / RDD. 5.2 Payment to the extent of 40% shall be released on pro- rata basis on supply of material at the Divisional Stores of RDD subject to the condition that the material has been inspected by the representative of JKSPSA/ RDD/ JAKEDA and after completing other formalities as per the NIT. The company shall be responsible for further transportation of the material to the identified sites from the Divisional Stores 5.3 Payment to the extent of 30% shall be made on pro-rata basis after successful commissioning and handing over of the system to the in-charge of the Panchayat Ghar. The successful bidder shall submit a Bank Guaranty equal to 5% of total value of contract for Seven years against the maintenance job. The installation and commissioning of the system shall be authenticated certified by JAKEDA.

6. PERFORMANCE SECURITY:

6.1 The successful bidders(s) shall furnish and Performance Security equivalent to 3% ( Three percent) of the value of the contract in the form of Bank Guarantee from Nationalized/ Scheduled Commercial Banks issued in Favour to The Chief Executive Officer, SPSA, JKSPSA/RDD for a period of five (5) years. Such Performance Security shall be furnished within fifteen days from the date of LOI.

Ȁ ƒ‰‡12

6.2 The Performance Security will be released within one month from the date of completion of five (5) years of CMC the systems and no interest will be paid on it. 7. WARRANTY:

7.1 The Bidder must provide guarantee which includes replacement warranty for parts and components (such as battery, PCU, electronics, etc.) of Solar Photovoltaic Power Plants for 5 (five) years plus 2 years extended contract (without free replacement of parts) for maintenance of SPPs. For PV modules, the replacement warranty is for 25 (twenty five) years from the date of supply.

7.2 Bidder shall without prejudice to any other clauses of the order repair/replace the defective parts and restore the system to satisfactory working/performance within 15 days of intimation of fault without any additional cost to JKSPSA/RDD within the period of warranty.

7.3 The agreement will be valid for seven years from the date of completion of the job

8. ELIGIBILITY CONDITIONS

8.1 QUALIFYING REQUIREMENTS (QR);

Qualification of the bidder(s) will be based on meeting the general eligibility criteria specified below regarding the Bidder‘s General Standards, Technical Experience and Financial Position as demonstrated by the Bidder‘s response to the corresponding Bid document. The work experience of only such firms would be entertained who have an experience of Supply, Installation and commissioning of SPV power plants through Govt. Organizations /Govt. Agencies/ SNAs/ PSUs of State or Central government under Government Sponsored Programs during the last 7(seven) financial years.

8.2 GENERAL ELIGIBILITY CONDITIONS

ƒȌ The Bidder or a Bidding Entity shall mean be a body corporate incorporated in India under the Companies Act, 1956 or 2013 including any amendment thereto or, a Limited Liability Partnership formed under the prevailing laws in India (a copy of certificate of incorporation should be furnished along with the bid) engaged in the business of Solar for the last 7 (seven) years. Ȁ ƒ‰‡13

„Ȍ The bidder should be registered SPV Manufacturers/ System Integrators/Project developers for Design, Supply, Installation, Testing & Commissioning of PV Power Plants with Indigenous Modules. Ȍ The Minimum Average Annual Turnover (MAAT) of the Bidder in the last three financial years (i.e. FY 2018-19, 2019-20 and 2020-21) should be Rs. 15.00 cr.(Rupees Fifteen Crore). Turnover shall mean Revenue from Operations as stated in the audited Profit & Loss Account and shall exclude other income like interest, sale of fixed assets etc. The Bidder shall submit a summarized sheet of Average Annual Turnover certified by a practicing Chartered Accountant. †Ȍ For the purpose of ascertaining the Financial Eligibility the Bidder shall submit unconsolidated audited Financial Statements of previous Three Financial Years viz; FY 2018-19, 2019-20 and 2020-21. In case the bidder is a holding company, the financial position criteria referred to in clause above shall be of that holding company only (i.e. excluding its subsidiary/ group companies). In case bidder is a subsidiary of a holding company, financial position criteria referred to in clause above shall be of that subsidiary company only (i.e. excluding its holding company). ‡Ȍ The Bidder should have experience of having successfully completed one similar work (i.e. Solar Power Plant projects Off-Grid / Grid connected) costing not less than the amount equal to 80% of the estimated cost (ie.Rs.50.00 Cr.) of the project during last 7 yearsie.1stJune- 2014 to 31st May-2021. OR ˆȌ The Bidder should have experience of having successfully completed Two similar works (i.e. Solar Power Plant projects Off-Grid / Grid connected) costing not less than the amount equal to 50% of the estimated cost (ie.Rs.50.00 Cr.)of the project during last 7 years i.e.1st June- 2014 to 31st May-2021. OR ‰Ȍ The Bidder should have experience of having successfully completed three similar works (ie. Solar Power Plant projects Off-Grid / Grid connected) costing not less than the amount equal to 40% of the estimated cost (i.e.Rs.50.00 Cr.)of the project during last 7 yearsie.1st June- 2014 to 31st May-2021.

Ȁ ƒ‰‡14

ŠȌ Preference shall be given to those bidders who have experience of working in Solar Power Plants in J&K for the last seven years. ‹Ȍ The bidder should provide single line/ One line diagram to ensure the laying of solar power plants. ŒȌ A Bidding Entity which has been barred/black listed from participating in any Tenders by a Government Entity (Central or State) / Government Department (Central or State) / PSU / Bank / Financial Institution / Multilateral Body and such debarment/ black listing is in force as on the date of issuance of this tender shall not be eligible to participate. Ȍ For abundant clarity it is stated that only Companies and LLP’s are allowed participating in this tender. For the purpose of ascertaining the eligibility, following shall apply:

(i) Work orders from the clients with proof of Completion indicating the date of Allotment & Commissioning. The commissioning certificates issued by the appropriate authority should clearly indicate the type of projects and its capacity.

Note: A job executed by a Bidder for its own plant/ projects cannot be considered as experience for the purpose of meeting the Eligibility Conditions of the tender. However, projects executed by bidder’s group company or holding company or subsidiary company shall be considered as bidder’s experience for meeting the eligibility conditions, provided the bidder is an Indian company and is manufacturer of one of the major component of the solar power plant viz. PV Module or Solar Battery or Solar Inverter.

9. INCOME TAX:

Without prejudice to the obligation of the supplier under law, any Income Tax, which JKSPSA/RDD may be required to deduct by law/ statute, shall be deducted at source and shall be paid to the Income Tax authorities on account of the supplier. JKSPSA/RDD shall provide the Supplier a certificate for such deduction of Tax.

10. EVALUATION OF BIDS

Since the project is combination of procurement of goods and services for an extended period of 7 years (including 5 years Comprehensive Maintenance contract and 2 years extended maintenance contract) as a composite, the Bids shall be evaluated on QCBS mode with Weightage of Technical score (T) at

Ȁ ƒ‰‡15

60 and Financial (P) at 40 The bids of only those bidders shall be evaluated who qualify in General eligibility conditions as stated above. Minimum Score for Techno-commercial Qualification is 45marks.

# Particular Score

A Manufacturer of Solar Modules Indigenously 10

1.1 Manufacturer of Solar Modules 5

1.2 Manufacturer of Solar Modules &Solar Cells 10 B Technical Experience during last 7 years ( 01-06-2014 to 31- 60 05-2021 )

1 Cumulative Experience in execution of Solar Power Plants 30

1.1 2000 kW to 4000 kW 10

1.2 4001 kW to 8000 kW 15

1.3 8001kW to 10000kW 20

1.4 10001 kW and above 30

2 Individual Project Capacity in execution of Solar Power Plants 15

2.1 1 No.- 50Nos. of 4 kW and above capacity Systems. 05

2.2 51 Nos.- 100 Nos. of 4kW and above capacity Systems. 10

2.3 More than 100 No. of 4kW and above capacity Systems. 15

3 Experience of Working in Jammu & Kashmir (last 07 years) 15

3.1 Solar power plant projects (on-grid/off-grid) under single 05 order with a cumulative capacity of minimum 1100 KW upto 1500 KW 3.2 Solar power plant projects (on-grid/off-grid) under single order 10 with a cumulative capacity of minimum 1501 KW upto 2500 KW 3.3 Solar power plant projects (on-grid/off-grid) under single order 15 with a Capacity of 2501KW and above

Ȁ ƒ‰‡16

C Financial Position (Last 3 years) 30

4.1 Minimum Average Annual Turnover ≥ INR 15.00Cr upto 10 50.00 Crore

4.2 Minimum Average Annual Turnover > INR 50.00 Crore upto 20 100.00 Crore

4.3 Minimum Average Annual Turnover > INR 100.00 Crore 30

Proposal with the lowest cost will be given a financial score of 100 and financial scores of other offers/bids will be calculated with the formula, Sf = 100*Fm/F in which SF is the financial score, Fm is the lowest quoted cost and F is the quoted cost of the offer/bid under consideration.

The total combined score, both technical score (St) and financial score (Sf), shall be obtained by weighing the quality and cost scores and adding them up as H= St*T+ SfP. On the basis of the combined weighted score for quality and cost, the bidder /bidders shall be ranked in terms of the total score obtained. The bid obtaining the highest total combined score in evaluation of quality and cost will be ranked as H-1 followed by the bids securing lesser marks as H-2, H-3 etc. The proposal securing the highest combined marks and ranked H-1 shall be selected by JKSPSA/ RDD.For the purpose of evaluating bids, the bidders should submit Work orders from the clients with proof of. Date of Allotment & Completion indicating the date of commissioning. The commissioning certificates issued by the appropriate authority should clearly indicate the type of projects and its capacity.

11. Scope of Work :

11.1. Design, Supply, Installation, Testing & Commissioning of 3.5 kWp capacity, Off-Grid PV Power Plants on Panchayat Ghars identified by Rural Development and Panchayati Raj Department at various locations in Jammu & Kashmir Regions of J&K under Domestic Competitive Bidding. 11.2. Maintenance of commissioned SPV Power Plants installed through this tender under Comprehensive Maintenance Contract (CMC) for 5 years including 2 Years extended maintenance contract. Ȁ ƒ‰‡17

11.3. Laying of separate isolated electrical circuits, wherever necessary, for running of priority loads through Solar Power, at the identified Panchayat Ghars. 11.4. Imparting Basic Vocational Trainings to the concerned persons, Minimum 02 persons per effective Panchayat necessary for operation of the Solar Power Plants at the Panchayat Ghars. 11.5. SPSA/RDD reserve the right to change the location of Panchayat Ghar(s) without assigning any reasons

a). District and Block Wise list of Panchayats in S.N District Block Name of Panchayat o 1. Jammu Arnia Kathar,Allah,Bahadurpur,Changia,Trewa, Dhateriyal, Rajpura,Flora agbani,Ganjansoo, Gango chak,Parwah, Gho Manhasan,Halqua, Jaswan,Kalyanpur, Kanachak, karloop, Marh, Nai Basti, Panjore,Rathua, Saharan,Sohagani, R.S Pura Chakbale, Chak khana purabana, Rathana, Fatehpur Brahmana, Badyal Brahamana, chandu chak, Chowki Choura,chowki, Kaheri Choura Kotli tanda,Ambran,Bandral khurd, Kaink Jagur, Raja chak, Bharda Kalan, Bomal, Dasgal, Dhok Jagir, Pangiari, Sungal lower, Sungal upper, Targwal, Bandwal, Nagrota Surinsar, Sagoon, Aeithem,Bain Bajalta, Marh Chibba, Dhok Wazarian ,Jagti, Kana Changral lower ,Kana Changral Upper, Khanpur Nagrota, Paragatta Surinsar Bhalwal Lehar,s Brahmana Kharah Balli Battal Khour Manchak

Maira Maira Maindrain,Nardi,Balagara Mandraian Suchetgarh Talhars,Nikowal, Parlah, Rngpur Mullan, Sai

Ȁ ƒ‰‡18

Kalan,Satowali, Suchetgarh, Chak baja, Abdal, Bardyal ,Quazian Chak Baja ,Chak Mullo, Chakaral lower , Chakaral upper ,Dewan Garh ,Flora, Gharana Haripur,Jeora, Kalangan Magowali,Nikowal, Kharah Balli Dager, Dori,Kharah,Mallah, Nathal, Serh, Pargwal Pargwal-L, Pargwal-U, Pindi, Bhalwal Mullo,Gurha Manhasan,Sarwals Mandal Hakkal,Haripur, Khandwal, Phallain Kirpalpur,mandal,Mukwal,Parladpur, Sohanjana, Miran Sahib Bagga zana,Dhindey kalan –U, Dhindey kalalan –L,

2 Udhampur Jib-A,jIb-B Parli Dhar Dhanwait,Kogar Marh,Pinger,Rang,Baryalta,Blandh,Dheeran Ram Nagar Thaplal Tikri Dhanoo, Ladda-C,Jadsarkote,Mand East,Mand West,Muttal,Seen Brahamana,Sundranis Latti Marothi Chopper –A ,Chopper-B, Dudu, Latti- A,Marothi, garh,Pachound li,Jak Ghordi Satyalta,Rassian,Nalla Mallian,Nalla Ghourian 3 Kishtiwar Chatroo Chingam-B, Chingam-C Mugal Drubeel,Horna,Juchal-OC,Sigdi B-Two, Maidan Bhata, Dadpeth, Drubeel, Kuchal A, Kuchal B, Kuchal C, Loidhar B, Mulchiter, Rahalthal, Sigdi A, Sigdi B One, Tagood Padder Ligri,Affani, Palali,Massu, Atholi, Gulabgarh, Ishtiyari, Jar, Kundal, Machail, Sohal, Thun, Tihari Thakrie Keshwan-A,Anjole,Filler-A,Filler-B, Warwan Aftee,Busmina,Choiedrama Bhadat,Bugrana,Khori,Balgran

4. Baggan Baggan Upper-A, Marhoon, Dehota,Dhar Dugnu Upper , Duggian Godu flal,Sadrota-A, Banjal, Lorhi Baggan Malad, Dal Bajoi,Badnota, Nelew Duggan Koti chandyor, Dullangle, Bani Roulka, Dandi Ghuttu,Barmota,Sandroon Bhoond Sialag,Ghodal

Ȁ ƒ‰‡19

Marheen Chak Bhagwana,Bobiya, Haripur, Pansar, Changi, Punnu, maeheen, Nagri Airwan, Goond, Mirpur Ram, Hira nagar Jandi, Sube chak, Kunthal, Chann khatrain.

Basohli B/ Rural, Ghagrore, Jhanker, Plahi, Plakh, Plassi, Prehta, Saman 5. Rajouri Muradpur-A, Fatehpur Gurrian,Nagrota Maira, Nagrota Saldhar, Fatehpur, Bathuna Kangri Middle, upper , lower, Bajwal-B Darhal Ujhan-D, Chowkian-C,Ujhan-C, Plangarh Planger,Kote, Kakara upper, Kakara lower, Kakara middle, Khawas Gadyoke, Badhai-B, Budhal old Kotranka, Kandi upper, Dhangri Sangpur, Dogani,Pothal, Panjgrain Panjgrain lower-A, Katarmal Manjakote Dabrote, sarolla lower, sarolla upper,Mangalnar, Rajdhani lower, Rajhdni upper, Kotli, Hayatpur, Gulhati L, U Lamberi Lamberi East, lower,upper,Bagnoti, Rajal –B, BBudhal(old) Chambitarar,Dhar,Draj,Draj-B,Gakhrote- A,Gakhrote-B,Hubbi,Jaglanoo,Jamola lower,Jamola upper-A,Jamola upper-B,Kandi lower, Kandi upper,Kanthol, 6. Doda Kastighar Munddhar, Kotli Bhalla Khellani,Pranoo, Rewara, Changa Achair,Alnigangota-A,Alnigangota- B,Barthi,Changa-A,Changa-BChanser,Chanti sbala,Dhossa,Gowari,Gurekhra,Inharrah,Kalju gassar-A Assar Chakka-A, Chaka-A-1,Chakka –B-2 Bhagwah Mallan-A, Gai Dessa- C, Bijarni lower- B, Mallan- B, Gai Dessa-A, Saddar,Bhagwah lower –A, Bhagwah- B, Gaddi-A, Mallan-A, Gonika, Malwas Chilly Pingal Bhatoli, Chilly bala Dali Bagla Udhyanpur 7. Hari lower left,Dodi, Hari lowser right Mandi Balnai,Chhela,Gagrian chool Loran Dana kharappa loran, Arigam Lassana Kalais Poonch Karmara,Khari, Dara Dullaian Lower ,Dara

Ȁ ƒ‰‡20

Dullaian upper,Degwar maladiya, Banwat gundi, Ajote, Gulpur , Noorkote, Kasalian, Manghar lower, Manghar upper

Buffliaz Murrah-A,Sailan,Draba, ,Murrah lower kulali Dharati, Dassoni, Sangiote,Dhargloon NSSB Taki Shararief, Qasba lower ,Qasba upper Mendhar Mardan shah,Ari narrian,Galutta central,Gohlad reelan,Gohlad Malikpur, Banola, Jugal, Bhatidhar,Dharana lower, Sakhimaidan, Dharana upper,Gursai sar,Ari Qasab,Chack Banola, Samba Sumb Amli, Blater, Goran,Kard, Patyari, Samlah, Sodam, Taloor Ramgarh Abtal, Cha Blotran, Chak Chattkan ,Nazar, Chal salarian , Chang, Chani fatwal, , Kesso Manhasan ,Khanpur ,Lagwal, Mahalshah, Nanga, Swankhan Bari Badheri,Palli Brahmana

Rajpura Chacwal, Chak dulma Samba Rakh Amb Tall Anandpur, Deaon, Purmandal, Khara Madana, Khara Madana Lower, Katwalta Nud Bharat Garh, Dagore, Dhora, Druee, Mananu, Paper Avtara, Sarian, Sarna Nud, Mohar garh, Moutlian Kalan Ghagwal, Harsath, Jatwal, naran, Nonath, Patyari Kattlian, Ratwana, Sangwali, Surrara, Tapyal 9. Ramban Chamalwas lower A, Chamalwas lower B, Batote Doligam upper A, Doligam upper B, Doligam lower, Gund Tethar, Gundadalkoot A, Gundadalkoot B, Kaskot, Krawah, Lamber, Nagam, Nowgam, Gandhri Bhattan, Gandhri, Kabbi Jagir, Gool Gool-A,Gool – B, Gool –C, Gool Jaman, Gool Parthmulla, Dheeda, Ind, Gundi Dharam –A, Dharam- B,Gagersula Gundi, Dharam Goyee Bhimdassa Khari Khari Lower A, Khari Lower B, Khari Upper

Ȁ ƒ‰‡21

A, Khari Upper B, Mohu Lower, Rajgarh Jhatgali- A, Jhatgali – B, Kumate, Rajgarh, Ghari Ramban Balihote-A, Demote- A, Demote-B, Dhandrath-A, Dhandrath-B, Neel-A, Neel-B, Neel- C, Neel –D,Bhordar-A, Bhordar-B, Sujmatna-A ,Sujmatna-B, Sarbagni-A, Sarbagni- B, Bhajmasta, Dhanmasta A, Dhanmasta B, Sangaldan-A, Sangaldan-B, Seripura, Sumsber Lower, Sumber Upper-A, Sumber Lower- B

10. Mahore Larh Katra Agha Jitto, Arli Hansali Bhomag Sarhi, Harotekote ,Dangakote , Pouni Mari, Saloon, Talwara lower, Dodowa, Bhambla , Jeeri, s Arnas Bidda, Chilled, Dhanour, Dhansal, Dugga Arnas, Hunder, Judda A, Judda B, Kanthan A, Kanthi A, Kanthi B, Thuroo Budhan A, Budhan B, Chaklas, Lancha, Matlote, Thiloo, Thuroo A 1, Thuroo 11, Chasana Bagankote, Bagodass, Banna A, Banna B, Channa A, Channa B, Chassana A, Chassana B, Chassote A, Chassote B, Hassote A, Hassote B, Kunderdhan A, Kunderdhan A Bhair, Majra Kund,

b). District and Block Wise list of Panchayats in

S.No District Block Name of Panchayat Breng Ahlan gadole c, Ahlan gadole A, Ahlan bala, 1. Ahlan gadole B, Ahlan gadole D, Chree. Chittergul AHO PAISAN, Brah A, BrahB, Brimer , Chairpora , Chaklipora , Chowgam, Panchalthan D. pora Gujrat, Sheikhpora, Lehandajan Hiller Lowermunda,Manzmoh, Dungiwari,

Tanjloo K. pora Hapatnad A, Hapatnad B, Khayar, Hangalpawa, Sumhall Larnoo Arthur ,Danipora A,Danipora B,Gadvail B,

Ȁ ƒ‰‡22

Guridraman A, Halan nawbugh B ,Kharpora ,Matti gawran B, Ainoo Brai,Dehwatoo, Vesaran,Frislana ,Lidroo ,Overa Kewa ,y. k. pora patli A Sagam Lisar chowangam, Arhama ,Kandiwara Shahabad Mehmooda Abad B Sheikhpora ,Khanpora ,Brar angan A, Brar angan B,Shangus B Chohan ,Gawas ,Her Gawas, Thaman koot ,Rain chowgund A, Rain chowgund B B Bandipora Muqam A,Benlipora B, Malangam C 2. Malangam B Arin Balhama , Chontimullah, Kudara ,Sumler B, Surinder Bagtoor Gulshanpora Bagtoor, Kanzalwan Bandipora Aragam gojerpatti ,Brar,Chatibanday C, Laharwalpora, Onagam B, khayar Bonakoot Athwatoo, , Boothu, Panner Ganastan Dangerpora Badwan , Markoot , Wanpora , Shahpora balla, Shahpoora payeen , Dawar A, Dawar B Kandiyal Hajin Ajas E, S . k payeen Nowgam Zalpora Sumbal Shilwat Tulail Neeru , Gujran, Budugam , Buduaab, Buglilnder A, Buglinder B, Zadigye A, Jurniyal A, Jurniyal B, Zadigye B Kalaroos Mori, Narikoot ,Ladha, Nagsari, Nunwani, 3. Parraypora In, Sarkuli, Thayan B Ramhall Cheerkoot , Vilgam A, Dolipora ,Dahama A, Dahama B, Kukroosa A, Kukroosa B Sogam Dardpora , Muqam Dardpora Kralpora Dardpora D ,Dardpora E, Dardsun A,

Dardsun B,Warsun A, Warsun B Meelyal Dard Harie, Dard Harie A, Rashanpora A, Rashanpora B, Kachama A, Kachama B, Farkin Keran Pathroo , Mundain , Keran , Mundain A Hyhama Gutlipora, Manzhar , Kashira , Manigah B, Manigah A, Manigah C

Ȁ ƒ‰‡23

Wavoora Khodi, Kawari,Gogal B, Warnow A,Warnow B Warnow C, Warnow D Natnussa Keegam Opezwani Tangdar Gomal ,Nachyian , Kona Gabra, Hajinard, Baghballi, , Dildar A, Dildaar B, Nowagabar A, Nowagabar B, Nowagabar C, Kandibala , Kandipayeen , Tangdar A, Tangdar B, Tangdar C Mawar Teerina , Shartgund bala, Nowgam A, Nowgam B,Shartgund Balla,Teerina Tarathpora Phalmarg , Hangnikoot Parada , Seemari, Teetwal , Amrohi , Badharkoot,Chamkoot, Chamkoot A, Chamkoot B, Chanipora A, Chanipora B Machil Chontiwara A, Chuntiwara B, Dudi , Machil Poshwari , Katwara, Harding A, Harding B Dapal mirgibekh 4. Ganderbal Gutlibagh , Urpash Gund Rayil, Fraw Haknar A, Fraw Haknar B, Surfraw A, Surfraw B, Sumbal, Ganiwan A, Ganiwan B, Kullan A, Kullan B Kangan Akhal A, Akhal B, Khanan, Arigoripora, Chattergul A, Chattergul B,Chattergul C, Cheerwan A, Cheerwan B, Hayanpalpora, Lar Anderwan A,Anderwan B, Arhama A,Arhama B,Arhama C,Bonizil, Haripora, ChuntwaliwarA, Chuntiwaliwar B,Chuntiwaliwar C D H pora Nandimarg B,Nandimarg A, Yarikah 5. A,Yarikah B,Yarikah C,Bangiward, Margibal, G. Basti,Laisoo Dewsar Maskhud G.basti Kulgam Pranhal Hilmitroo, Akhal, Khulshan, Banimullah, Chandergii, Kulinard, Arward,Bonibhutto, Choonthward, Partly Malwan D. K marg Chimmer A, Chimmer B, Badi jahellan, Partly D.K Marg, Kuta Marg,Dregdan, Sialkanin, Rangeth, Dandward, Nagnard Kund Kanchloo, Batengoo,Partly Waltengoo, Waltengoo G.Basti, Kraloo, Panchgam, Nowbugh, Panchgam Nard, G. Basti, Uril. Manzgam Asnoor, Koril, Mirwani, Ȁ ƒ‰‡24

A,Tangmarg B, Partly Watoo, Reiwatten, Hallan Baramulla Chandoosa A, Chandoosa B, Katiyanwali, 6. Hudpora Bijhama Bijhama A, Bijhama B, Bagna , Salamabad A, Salamabad B, Noorkhah , Lachipora A, Niloosa , Muqam parin ,Lachipora B Banali, Lari, Trikanjan, Baiden, Boniyar, Maidanand,Nowshera A, Nowshera B,Bela salamabad, Burnate, Chandel Chandel wanigam, Dardpora, Baderkote, wanigam Devpora,Gogaldara,Gonwani zandpal, Kulhama Hard aboora Goigam,Gund Dalwash, Hardaboora A, Hardaboora B,, Heigh,Karhama,, Pinjoora, Tarhama, Uthikoo, Wassan Bangil Kandi belt Chaatoosa, Hachipora, Kangroosa,Pazalpora rafiabad A , Pazalpora B,Pukhwara, Zethan Venkari Narwav Dangerpora, Kaliban, Khawhar, Laridoora, Namblan Noorkhah Bimyar A,Bimyar B, Ahtimshampora, Limber A, Limber B,Naganari, Pehlipora A,Pehlipora B, Zehanpora, Pringel warikhah Parenpeelan Dachi, Dardkote, Cholan, Dawaran, Daragutlain, Gingle A,Gingle B,Gohallan, Jabla, Uroosa, Sultan Daki, Nawarunda, Zamboor Pattan. Uri Churranda ,Bakoot , Garkoot A, Garkoot B, Manchikrend , Namph A, Namph B, Namph C, Isham , Mohurra Rafiabad Dandoosa , Drusoo , Bakhipora , Behrampora A, Behrampora b, Chanum, Chatloora , Dangiwacha ,Fiderpora , Hib dangerpora Rohama Balhama , Braman , Brandub, Chijihama, , Hadipora A, Hadipora B,

Khahmoo Kutronaribal , Ladu Tangmarg Drung , Baba rishi chontpatri , Druro , Trairan, Warpora Tujjer Yemberzalwari , Zaloora A , Zaloora B sharief Darwa ,Dudbugh, Bandiballa , Bandi payeen A, Bandipayeen B, Dandmoh , Kakawthal A, Ȁ ƒ‰‡25

Kaka withal B, Kalantra , Shrakwara, Zaingeer Rampora , Shiva B, Brath kalan 7. Achgooza Inderwali, Chowtal, Wasomarg Zarihard, Brenpathri, Nagwadi, Owrigund, Gujar Basti Madoora, reshwani, Basmani, nagpathri, dodmarg, Zajikhowar , Babseer, RAzdoori, Gujjar Basti Wahab- sahab, Batlow, Banjarim Nagnard. Aripal Nagnard, Gujjar Basti Gudpora, Banjidar, Watiwan, WAtinard, Berinjan, Shaizan, Dudklan, Gujjar Basti Gulshanpora, Zezbal 8. Kunjiullar Shamsipora, C H Shamsipora Keller Batmuran, Matipora, Moshwar, kralchak, mastpora, panzer, Mujpathri, Kralpora, Zraqan, Vishroo, Keller, Ringward, Berthipora, Gujar basti, Naserpora, Ramnagri Reshi nagri, Ramnagri A, Ramnagri B, Saidpora payeen, Saidpora Balla, Saidpora Payeen, Chek saidpora, Rangmarg, Shopian Pahnoo, pahlipora, voterpora, chotipora, herpora, Devpora, Kershapthri, Devpora chamanwani.

Budgam Khag Kokerbagh,Sugen,Sugen A, Sitaharan A, 9. Sitaharan B, Shunglipora A,Shunglipora B,Drung Khan sahib Kralpathri, Mojipathri, Raiyar beeru, Raiyarich Nagam Laden, Loolipora,Watakuloo Pakherpora Brari pathri,Charipora, Dalwan,Chalyan choontinar, Darwan,Footlipora, Kanidanjan ,Mehandipora, Nagbal , Shankerpora Sukhnag Chill,Kralnewa,Ringzabal, Zoogoo A,Zoogoo B Suresyar Jabbad,Jadden,Kherigund,Neego, Nowhar,Bonen,Gogji pathri A, Gogjipathri B,Dadaompora Balla ,Dadompora payeen

Ȁ ƒ‰‡26

12. Technical Specification

12.1. TECHNICAL REQUIREMENT FOR3.5KWP, OFF-GRID SOLAR SYSTEMS.

i) The Primary Requirement and specifications of 3.5 kWp Off-Grid Solar Systems is provided below. This is not exhaustive in nature and shall include everything that is required as per technical specifications.

For3.5 KWp SPP (OFF-Grid)

S Item Quantity No.

1 Solar Photovoltaic Modules 3500 Wp

2 DC Distribution Box 1 Set

3 Off-grid Power Conditioning Unit. 4kVA

4 Flooded Lead Acid ( LMLA ) Battery Bank 9600VAH

5 AC Distribution Box 1 Set

6 Module Mounting Structure (MMS) 1 Set

7 AC & DC Cables with conduits and other associated As per accessories design

8 Lightening Arrestor 1 pc

9 Earthing & Associated accessories 1 Set

10 Fire Extinguisher 1 NO.

11 Wiring, Switches and accessories for Load segregation. As per design.

12 Danger Sign Boards 1 set

13 Air Cooled Servo Stabilizer 5 KVA

ii) An OFF- Grid Photovoltaic (SPV) power plant consists of SPV array, Module Mounting Structure, OFF-Grid Power Conditioning Unit, Batteries

Ȁ ƒ‰‡27

& Battery Rack and Controls & Protections, interconnect cables, Junction boxes, Distribution boxes and switches. PV Array is mounted on a suitable structure. Components and parts used in the SPV power plants including the PV modules, metallic structures, cables, junction box, switches, PCUs etc., should conform to the BIS or IEC or international specifications, wherever such specifications are available and applicable.

12.2. TECHNICAL SPECIFICATIONS FOR MAJOR EQUIPMENTS OF 3.5 KW OFF-GRID SOLAR PV SYSTEMS ARE ASBELOW:-

(i) The design, manufacture, erection and testing of the equipment and material to be supplied shall comply with latest revisions of relevant Indian Standards or equivalent IEC standards, latest MNRE’s specification, standards, requirements.

(ii) Solar PV system shall consist of following equipment/components x Solar PV arrays consisting of required number of Crystalline PV modules. x Off-Grid Power Conditioning Unit x Mounting structures x Batteries x Junction Boxes /DCDB x Earthing and lightening protections x IR/UV protected PVC/XLPE armored/ unarmored copper / Aluminum Cables, pipes and accessories x Fire Protection Devices

12.3. The detailed Technical specifications and applicable IEC codes for major equipments as below :-

Solar Photovoltaic Modules

The Technical Specifications required for Solar Modules are as below:

Detail Specification Acceptable Norms

PV module types. Crystalline only

Ȁ ƒ‰‡28

IEC 61215/ IS 14286 Design Qualification and Type Approval for Crystalline Silicon Terrestrial Photovoltaic (PV)Modules

IEC 61730-1,2 Photovoltaic (PV) Module Safety Qualification – Part 1: Requirements for Construction, Part 2: Requirements for Testing

IEC 61853- Part 1/ IS Photovoltaic (PV) module performance testing 16170 : Part 1 and energy rating –: Irradiance and temperature performance measurements, and power rating.

Minimum wattage of ≥ 300Wp crystalline for 3.5 kWp SPP individual Solar PV module

The r a t e d o u t p u +/-3% in single plant so as to reduce mismatch t variation of losses individual module Each module shall display rating and power curve from average modules shall be available for inspection. in single Unit.

Power output rating To be given for standard test conditions (STC). I-V curve of the sample module shall besubmitted.

Salt Mist and As per IEC 61701 (applicable for projects Ammonia installed in highly corrosive environments) resistantcorrosion Testing

Module Frame Aluminum anodized corrosion resistant material. Shall be electrolytically compatible with mounting material

Module cover surface Toughened high transmissive glass at front. Multi-layered polymer sheet/glass cover at back Suitable encapsulation and sealants to protect module from

environmental effect such as moisture and dust.

P h o t o e l e c t r i c a >16% for 300Wp crystalline type . l conversion Efficiency of SPV module

Ȁ ƒ‰‡29

Fill factor >= 75%

Origin Manufactured in India

Range of Relative humidity up to 85% Temperature a n d Temperature between -10 degree to +85 degree Humidity for Satisfactory performance

Degradation warranty Crystalline silicon type modules shall carry of Module warranty of minimum 25 years. Panel output (Wp) capacity to be >=90% of design nominal power for 10 years and >=80% of design nominal power for next 15 years.

Termination box Thermo-plastic, IP 65, UV resistant

RF Identification tag Shall be provided inside the module and must for each solar module be able to withstand environmental conditions and last the lifetime of the solar module.

RF Identification tag Name of the manufacturer of PV Moduled data Place of manufacture Country of origin I-V curve for the module. Wm, Im, Vm and FF for the module. Unique Serial No and Model No of the module, Date and year of obtaining IEC PV module qualification certificate. Name of the test lab issuing IEC certificate. Other relevant information on traceability of solar cells and module as per ISO 9000 standard. Type or model number; Unique serial number Maximum suitable system voltage for the module iii) Low voltage drop bypass diodes shall be provided.

Ȁ ƒ‰‡30

iv) PV modules must be tested and approved by one of the IEC/MNRE/NABL authorized test centers. v) The Bidder shall carefully design & accommodate requisite numbers of the modules to achieve the rated power in projects. Only minor changes at the time of execution. vi) The peak-power point voltage and the peak-power point current of any supplied module and/ or any module string (series connected modules) shall not vary by more than 2 (two) per cent from the respective arithmetic means for all modules and/or for all module strings, as the case maybe. vii) The orientation & tilt of the solar module array should be such that the plant’s generation should be at its maximum possible in the location. viii) The warranty to be provided for Solar Modules are as below a. The Bidder should warrant the Solar Module(s) to be free from the defects and/or failures specified below for a period not less than Twenty five (25) years from the date of sale to the original customer ("Customer"), Defects and/or failures due to manufacturing, Defects and/or failures due to quality of materials shall be covered under warranty. b. Non-conformity to specifications due to faulty manufacturing and/or inspection processes. If the solar Module(s) fails to conform to this warranty, the Bidder will repair or replace the solar module(s), at the Owners soleoption. c. In addition to the product guarantee, manufacturers shall grant exponential nominal power guarantees year on year for a minimum period of 25 years. Under these guarantees manufacturer shall ensure that module will deliver nominal power output based on manufacturer provided annual degradation rate. The output shall be measured at string level. The nominal power guarantees shall be in lieu of manufacturing defects and workmanship; the minimum set terms shall be as below: d. 0 to 5 years – for a period of five years from the date of commissioning, if any module produces a nominal power output below 94.7% as set out in manufacturer‘s data sheet, bidder shall replace module free of cost with a new guarantee for balance period and compensate the developer for the loss of revenue caused by the failure. Else, refund the then current market price of modules with monetary compensation at the then energy prices of the power purchasing company. The process of facilitation of the replacement should be done by the contractor assigned the job of initial sourcing of modules

Ȁ ƒ‰‡31

(Turnkey EPC contractor if job is assigned on turnkey basis or work contractor is contract is awarded in parts. e. 6 to 12 years – for a period of seven years from the date of completing five years of nominal power guarantee, if any module produces a nominal power output below 89.8% asset out in manufacturer‘s datasheet, manufacturer shall replace module free of cost with a new guarantee for balance period and compensate the developer for the loss of revenue caused by the failure. Else, refund the then current market price of modules with monetary compensation at the then energy prices of the power purchasing company. The process of facilitation of the replacement should be done by the contractor assigned the job of initial sourcing of modules (Turnkey EPC contractor) if job is assigned on turnkey basis or work contractor is contract is awarded in parts. f. 13 to 25 years– for a period of thirteen years from the date of completing twelve years of nominal power guarantee, if any module produces a nominal power output below 80.7% as set out in manufacturer‘s data sheet, manufacturer shall replace module free of cost with a new guarantee for balance period and compensate the developer for the loss of revenue caused by the failure. Else, refund the then current market price of modules with monetary compensation at the then energy prices of the power purchasing company. ix) The other guarantees specifications required for Solar Modules are as below x Nominal Power Tolerance: The nominal power tolerance of modules shall not be beyond +5%; x Efficiency: Minimum acceptable efficiency of all the modules under standard test conditions is16%; x Temperature Coefficients: Variation in temperature has a significant effect on electrical parameters of PV modules; following are the benchmark for the maximum temperature coefficients for all the proposed modules by manufacturers: (i) Temperature Coefficient of Pmpp - 0.41%/°C (for Crystalline) (ii) Temperature Coefficient of Voc - 0.32%/°C (for Crystalline) , x) In addition to the best construction requirements of respective manufacturers, following are the specific requirements for the crystalline modules: (a) All the modules shall be equipped with IP67 or higher protection level Ȁ ƒ‰‡32

junction box and appropriately sized output power cable of symmetric length with twist locking connectors.

(b) Fill factor for proposed PV modules shall not be less than 0.75 In order to minimize power loss due to partial shading on modules, all modules shall be equipped with bypass diodes.

(c) Modules shall be capable of withstanding a wind pressure of 2400Pa or the local wind loading, whichever is higher.

(d) Modules may be subjected to high intensity hail-storms thus appropriate measures should be taken for selecting glass.

(e) Module frames shall be corrosion resistant and shall have adequate holes for mounting, water drain and connecting ground conductor. All modules shall be appropriately grounded. xi) The modules should be free of PID and IEC 62804 certified documents for the same should be submitted. Conditions of the PID test should be for a humidity of 85% and a cell temperature of 80oC at 1000Volts.The Insurance to be provided for Solar Modules are as below: x The Supplier shall at its expense take out and maintain, during the execution of the Contract, the insurance set forth below; x Transit insurance (including marine and inland transportation) during transport to cover loss or damage to modules supplied by the manufacturer. x The Developer shall be named as co-insured under these insurance policies. Said policies shall be obtained after finalization and as soon as practicable prior to commencement of any activities under the Contracts. The Developer shall have the right to assign these policies to its tenders. x Upon conducting the functional tests, modules shall be classified under multiple bin classes. The maximum allowable difference between the two consecutive classes shall be 0.1A. For ease in identification, the manufacturer shall designate colour codes to each of the bin classification; these shall be then packed in same bin class pallets and cardboard boxes. Packs of 20 modules having a single bin class shall be dispatched and delivered onsite. x During Operation, Owner may check the power output degradation of modules at regular interval on sampling pattern. In case if the degradation found to be more than the linear guaranteed limits on the individual modules, Bidder shall supply new modules as a replacement of degraded module of the same type or the improved version of the modules if the technology advances

Ȁ ƒ‰‡33

without any additional cost to Owner. New modules shall be supplied by the Bidder at site location, India 60 days from the date of issuance of Notice by the Owner.

12.4.PCU /Inverter

i) PCU must be tested and approved by any of the MNRE/NABL accredited test labs. ii) PCU shall include a facility to convert the DC energy produced by solar array to AC iii) voltage, through DC bus to extract maximum energy from array and produce AC power. iv) The inverter capacity shall be equal or more than then approved project capacity. v) It must have modes to prioritize between solar, grid and battery. vi) The output of power factor of PCU inverter is suitable for all voltage ranges or sink of reactive power, vi. The PCU/ inverters should be tested from the MNRE approved test centers/ NABL/ BIS/ IEC accredited testing- calibration laboratories. In case of imported power conditioning units, these should be approved by international test houses. vii. The Technical Specifications required for 4KVA (Off-Grid), PCU/ Inverters are as below:-

Technical Specification Requirement

Total output power (AC) 4000 VA /3200 W (calculated at 0.8 PF)

Input DC voltage range As required for the Solar OFF-grid inverter DC input.

Nominal AC output 230V,1-phase , 50Hz. voltage

Operation AC voltage 190V – 260V regulation

Operating Frequency 47.5 – 51.5 Hz range

Nominal frequency 50 Hz

Waveform Pure Sine Wave

Ȁ ƒ‰‡34

Harmonics AC side total harmonic current distortion <3%

Ripple DC Voltage ripple content shall be not more than 3 %

DC Content Less than 0.5 %

Power factor of the 0.8 inverter

Surge Rating Up to 150% of the continuous rating for a minimum of 2 seconds.

Built-in Protection AC high / low voltage; AC high /low frequency

Operating ambient -10 deg C to +50 degC temperature range Shall conform to local temperature conditions of the site.

Humidity 0 – 95% Rh

Inverter efficiency (Off- ≥85 grid)

Protection degree (casing Minimum IP 20 for indoor mounting /IP65 for protection levels) outdoor

Environmental Testing IEC 60068-2

Efficiency Measurement IS/IEC 61683 Procedure

Cooling Convection / Force

Display type LCD for data display. LCD / LED for status display

Indication through Inverter ON LED/LCD display Grid ON Inverter under/over voltage Inverter overload Inverter over temperature

Ȁ ƒ‰‡35

Display on front panel DC voltage (v) DC current (A) AC voltage AC frequency AC current Battery bank volts. Battery bank current Load

12.5. Batteries & Rack

x The battery shall be Flooded Lead Acid (MLA) as per MNRE specs/guidelines and from approved MNRE empanelled battery manufactures. It should conform to IS 13369. The battery capacity shall be designed @ C/10.The 2 V cells shall have cell cut off voltage of x 1.75 V/cell. The depth of discharge should be considered not less than 80% at the end of 5th year. It must be rugged for transportation & durable for harsh environment. The battery x must also offer high charge and discharge efficiency, low self-discharge and low electrolyte loss. x In case batteries (12V) are connected in parallel combinations, the number of parallel strings shall not more than 2(Two) x Battery rack shall be of MS with duly painted with acid resistant paint. Placing of battery should be such that maintenance of the battery may be carried outeasily. x The non reactive acid proof mats shall be provided to cover the entire floor space of the battery rack and is to be arranged along with supply of battery bank. The supplier will take full responsibility of any damage of the floor due to leakage. Thermometer, cell tester, battery connecting leads etc are required to be supplied with each battery bank.

x Warranty: The battery should have a minimum life of 5 years or 1800 discharge cycles (whichever is later) with discharge depth not less than 80%.

Ȁ ƒ‰‡36

12.6.Module Mounting Structure

a. The Technical Specifications required for Module Mounting Structures are as below

Detailed specifications Acceptable Norms

Wind velocity with As per wind speed at the project site. standing capacity (Minimum 150 km/hr)

Structure material In case of flat roofs, the array structure shall be made of hot dipped galvanized MS angles of suitable size subject to withstand the wind load (minimum80 micron thickness of galvanization) In case of inclined CGI roofing hot dip galvanized MS/aluminum rails of suitable to with stand the wind load

Material for the IS 2062 - standards for Hot Rolled Medium structure mounting and High Tensile Structural Steel IS 4759; 2006 - Hot-dip Zinc Coatings on Structural Steel and Other Allied Products

Bolts, nuts, fasteners, Stainless steel SS 304 panel mounting clamps

Minimum distance Min. 300 mm – for flat roof between terrace and Min 50 mm – for shed type roof installations MMS at any point

Mounting arrangement Mounting directly on the sheet metal, for metal sheet roofs ensuring stability and wind withstanding capacity, or penetrating the sheet metal and fixing to the substructure, ensuring that the roof remains water- proof and ensuring stability and wind withstanding capacity

Ȁ ƒ‰‡37

Mounting arrangement The elevated structure has to be securely for elevated structures anchored to the supporting surface. Concrete foundations of appropriate weight and depth for elevated structures mounted directly on the ground; bolted with anchor bolts of appropriate strength for elevated structures mounted on RCC surfaces. The array structure shall be grounded properly using maintenance free earthing kit suitable for mounting over building terrace.

Installation The structures shall be designed for simple mechanical on-site installation. There shall be no requirement of welding or complex machinery at the installation site. The mounting of solar modules shall be done in such a way that there is no possibility of short circuit due to water logging. In addition, the structure of the Unit or the module should be mounted in such a way so as to cause no puncturing or any other damage to the roof.

Access for panel All solar panels must be accessible from the cleaning and top for cleaning and from the bottom for maintenance access to the module junction box.

Panel tilt angle Each structure should have an angle of inclination as per the site conditions to take maximum insolation. However to accommodate more capacity the angle of inclination may be reduced until plant meets the specified performance ratio requirements. The structure should be fixed type.

Ȁ ƒ‰‡38

Module weight and The total load of the structure (when installed Structure Strength with PV modules) on the terrace should be less than 60 kg/ m2. It is clarified that the bidder shall be responsible for verification of the roof’s structural strength for installation of the Unit. Factor of safety for designing shall be considered Min. 1.5. The bidder must furnish test certificates /STAAD report along with detailed GA drawing of the structure for its validity.

12.7.Array Junction Boxes (AJBs); if applicable:

x Specifications for junction boxes to be used in proposed roof top SPV power packs on roofs. x Junction boxes and solar panel terminal boxes shall be of the thermo plastic type with IP 65 protection for outdoor use, and IP 21 protection for indoor use x The array junction box will also have MOV type surge protection. x The junction boxes should be able to combine groups of modules into independent charging sub-arrays. x The junction boxes should provide arrangement for disconnection for each of the groups x It should provide a test point for each sub- group for quick fault location to provide group array isolation. x The current carrying rating of the junction box shall be suitable with adequate safety factor to inter-connect the Solar PV array. x The junction boxes shall have suitable cable entry points fitted with cable glands of appropriate size for both incoming & outgoing cables. x Suitable markings shall be provided on the bus bar for easy identification & cable ferules shall be fitted at the cable termination points for identification. x Junction boxes and solar panel terminal boxes shall be of the thermo plastic type with IP 65 protection for outdoor use and IP 54 protection for indoor use.

Ȁ ƒ‰‡39

x Cable terminations shall be taken through thermo-plastic cable glands. Cable ferrules shall befitted at the cable termination points for identification

12.8. DC Combiner Box/ in PCU.

i. A DC Combiner Box shall be used to combine the DC cables of the solar module arrays with DC fuse or MCB protection for the outgoing DC cable(s) to the DC Distribution Box. ii. A DC distribution box shall be mounted close to the SPV area. The DC distribution box shall be of the thermo-plastic IP65 DIN-rail mounting type and shall comprise the following components and cable terminations: x Incoming positive and negative DC cables from the DC Combiner Box; x DC circuit breaker, 2 pole (the cables from the DC Combiner Box will be

connected to this circuit breaker on the incoming side); x DC surge protection device (MOV) x Outgoing positive and negative DC cables to the solar grid inverter. x Bidder can select either Array Junction Box or DC Combiner Box basis on their design for trouble free operation of complete system

12.9.AC Distribution Panel Board:

x An AC distribution box shall be mounted close to the off grid inverter. The AC distribution box shall be of the thermoplastic IP65 (Outdoor) & IP21 (Indoor) DIN rail mounting type and shall comprise the following components and cable terminations x Incoming 3-core (single-phase) cable from the solar off- grid inverter x AC circuit breaker, 2-pole. x MOV type AC surge protection device. x Outgoing cable to the building electrical distribution board.

12.10.PLANNING &DESIGNING

The Bidder should carry out Shadow Analysis at the site and accordingly design strings & arrays layout considering optimal usage of space, material and labour. The bidder should also submit the array layout drawings along with shadow analysis report to the owner for approval.

Ȁ ƒ‰‡40

12.11. SAFETY MEASURES The Bidder shall take entire responsibility for electrical safety of the installation(s) and follow all the safety rules & regulations applicable as per Electricity Act, 2003 and CEA guidelines and relevant Electricity Regulatory Commission guidelines.

12.12.VOLTAGE STABLIZER: The Power quality at sites can be poor. The bidder shall provide a 5 KVA servo-voltage stabilizer to ensure maximum uptime of invertor during charging of batteries from Grid Supply. Servo stabilizer should have input voltage range of 110V to 260V and output voltage regulation of 230V+/- 2%

12.13.PROTECTION SYSTEMS:

The system should be provided with all necessary protections like earthing, Lightning arrestors, as follows: a) Lightening Protection: The SPV power plants shall be provided with lightning & overvoltage protection. Bidder shall provide conventional Franklin Rod type Lightning Arrestor. The main aim in this protection shall be to reduce the over voltage to a tolerable value before it reaches the PV or other sub system components. The source of over voltage can be lightning, atmosphere disturbances etc. The entire space occupying the SPV array shall be suitably protected against Lightning by deploying required number of Lightning Arrestors. Lightning protection should be provided as per IEC 62305 standard. The protection against induced high- voltages shall be provided by the use of metal oxide varistors (MOVs) and suitable earthing such that induced transients find an alternate route to earth. IEC 62561 IEC 62561-1 Lightning protection system Series (Part 1 & 2) components (LPSC) - Part 1: Requirements for connection components IEC 62561-2 Lightning protection system components (LPSC) - Part 2: Requirements for conductors and earth electrodes IEC 62561-7 Lightning protection system components (LPSC) - Part 7: Requirements for earthing enhancing compounds

Ȁ ƒ‰‡41

b) Surge Protection:-Internal surge protection shall consist of three MOV type surge- arrestors connected from +ve and –ve terminals to earth.

IEC60364-5-53/IS Low-voltage surge protective devices - Part 11: Surge protective devices connected to low voltage power 15086-5 (SPD) systems - Requirements and test methods

(c) Earthing Protection:-The system shall have earthing for DC Side, AC Side & Lightning Arrestor. The PV module structure components shall be electrically interconnected and shall be grounded. Earthing shall be done as per RE Norms, provided that earthing conductors shall have a minimum size of 6.0 mm2 copper, 10 mm2 aluminum or 25X3 hot dip galvanized steel strip. Unprotected aluminum or copper-clad aluminum conductors shall not be used for final underground connections to earth electrodes. A minimum of two separate dedicated and interconnected earth electrodes must be used for the earthing of the solar PV system support structure with a total earth resistance not exceeding 5 Ohm. Earth-pit shall be maintenance free chemical earth-pit with chemical compound and 1.5 meter copper bonded electrode. The earth electrodes shall have a precast concrete / PVC enclosure with a removable lid for inspection and maintenance. The entire earthing system shall comprise non-corrosive components.

12.14.CABLES:-

i. Cables of appropriate size to be used in the system shall have the following characteristics: ii. All cables shall be supplied conforming to any of these standards IEC 60227/ IS 694/ IEC 60502/ IS 1554 considering the voltage rating: 1100V for AC and DC iii. For the DC cabling, XLPE or XLPO insulated and sheathed, UV stabilized single core flexible tinned copper cables shall be used. iv. For the AC cabling, PVC or XLPE insulated and PVC sheathed multi-core flexible copper cables shall be used. Outdoor AC cables shall have a UV- stabilized outer sheath. v. The total voltage drop on the cable segments from the solar PV modules to the solar grid inverter shall not exceed2.0%. vi. The total voltage drop on the cable segments from the solar grid inverter to the building distribution board shall not exceed2.0%

Ȁ ƒ‰‡42

vii. The DC cables from the SPV module array shall run through a UV- stabilized PVC conduit pipe of adequate diameter with a minimum wall thickness of1.5mm. viii. Cables and wires used for the interconnection of solar PV modules shall be provided with solar PV connectors (MC4) and couplers. ix. All cables and conduit pipes shall be clamped to the rooftop, walls and ceilings with thermo-plastic clamps. The minimum DC cable size shall be 4.0mm 2 copper. The minimum AC cable size shall be 4.0 mm2 copper. In three phase systems, the size of the neutral wire size shall be equal to the size of the phase wires. The following color coding shall be used for cable wires: x DC positive: red (the outer PVC sheath can be black with a red line marking) x DC negative: black x AC single phase: Phase: red; neutral: black x Earth wires: green x. Cables and conduits that have to pass through walls or ceilings shall be taken through a PVC pipe sleeve. xi. Cable conductors shall be terminated with tinned copper end-ferrules to prevent fraying and breaking of individual wire strands. The termination of the DC and AC cables at the Solar off Grid Inverter shall be done as per instructions of the manufacturer, which in most cases will include the use of special connectors. xii. DC Cables in plants x BS EN 50618: Electric cables for photovoltaic systems (BT(DE/NOT)258), mainly for DC cables x All module interconnecting cables and those between solar module and array junction boxes shall be of flexible type. UV protected cables these shall be laid along the module mounting structures. x Size of interconnection for modules and from modules to inverter shall be so selected that loss would not be more than2%. x The expected life of cables shall be not less than 30(thirty)years x The cables shall have suitable insulation and outer sheath: x High ambient temperature range -40 deg. C and +90 deg.C

Ȁ ƒ‰‡43

x Withstand conductor temperature of 120C x It shall have high resistance to UV, water, corrosion.

13. CONNECTIVITY:- The maximum capacity for interconnection with the grid at a specific voltage level shall be specified in the Distribution code/supply of the state and amended from time to time. Following Criteria has been suggested for selection of voltage level in the distribution system for ready reference of the solar suppliers.

Plant capacity Connecting Voltage

3.5KW (Off Grid) 230V-Single phase.

The 3.5KW (Off Grid) SPPs are to be installed at the Panchayat Ghars in Jammu and Kashmir regions of the J&K.

14. DANGER BOARDS AND SIGNAGES

Danger boards should be provided as and where necessary as per IE Act. /IE rules as amended up to date. Three signage‘s shall be provided one each at battery/control room, solar array area and main entry block. Text of the signage may be finalized in consultation with JKSPSA/RDD.

15. FIRE EXTINGUISHERS

The firefighting system for the proposed power plant for fire protection shall be consisting of: x Portable fire extinguishers in the control room for fire caused by electrical shortcircuits. (Minimum 3 Kg) x The installation of Fire Extinguishers should confirm to TAC regulations and BIS standards. The fire extinguishers shall be provided in the control room housing PCUs. x Approved ISI and reputed makes for equipment be used.

16. OPERATION AND MAINTENANCE

The Successful bidder shall also provide Training to staff of beneficiary institution along with providing an exhaustive O&M manual. Ȁ ƒ‰‡44

17. DRAWINGS & MANUALS

x Two sets of Engineering, Electrical drawings as are to be supplied and Installation and O&M Manual. Bidder shall provide complete technical data sheets for each equipment giving details of specifications along with make /makes in their bid with basic design of the power plant and power evacuation, synchronization along with protection equipment. x Approved ISI and reputed makes for equipment be used. x For complete Electro-mechanical works, bidders shall supply complete design, details and drawings for approval to owner before initiating the installation work.

18. PLACE OF MANUFACTURE AND INSPECTION:

The bidder shall state in his bid the place of manufacture and inspection of the equipment (Modules, PCU and Battery) offered in the bid. The Engineer-in-Charge and / or its Representatives will have full power and authority to inspect the Manufacture/Work at any time wherever in progress either on the Site or at the Contractor's premises/workshops wherever situated, premises/ workshops of any person, firm or corporation where Work in connection with the Contract may be in hand or where materials are being or are to be supplied, and the Contractor shall afford or procure for the Engineer-in-Charge every facility and assistance to carry out such inspection. The charges on account of inspection shall be borne by the supplier. Whenever the Agency feels it necessary a few systems shall be drawn for testing at the MNRE approved test labs for which the charges are to be borne by the supplier.

19. PRE DESPATCH INSPECTION:

The Items shall be dispatched only after Pre-dispatch inspection by Third Party Inspection / Monitoring through designated agencies accredited by Quality Council of India (QCI).

20. LIQUIDATED DAMAGES FOR DELAY IN COMPLETION:

20.1. The completion period for the assignment has been worked out and all resource & work planning is to be done accordingly with flexibility for adjustments.

Ȁ ƒ‰‡45

20.2. If the Bidder fails in the due performance of the contract to deliver and commission any part of the equipment or complete the work within the scheduled date for any reason other than due to Force Majeure conditions or any extension thereof granted to him by JKSPSA/ RDD, he shall be liable to pay to JKSPSA/RDD as pre-agreed liquidated damages on account of delayed successful Supply. In case a bidder approaches JKSPSA/RDD for extension of contract to deliver and commission any equipment, then they have to deposit ½% (half percent) of total contract value per fortnight of extension in the form of a bank draft. Cases for approval of extension of contract will be put up by CEO, JKSPSA/RDD with adequate justification either for accepting or rejecting to the Chief Executive Officer/ MD, SPSA, JK RDD or Administrative Secretary, Rural Development and Panchayati Raj Department. 20.3. The liquidated damages for delayed completion can also be recovered from the Bidder’s Bill/Bank Guarantee. 20.4. Deductions/payment of liquidated damages shall in no way relieve the Bidder from his contractual responsibility to complete the works.

21. CANCELLATION OF ORDER:

JKSPSA/RDD will be at liberty to terminate in part or full the awarded contract without prejudicing its rights and affecting the obligations of the Contractor by giving seven (7) days notice in writing in the following events: a) If the Bidder is found defaulter for delayed supply or failure to deliver satisfactory performance or supply of substandard materials pursuant to NIT conditions. b) If the Bidder/Vendor fails to comply with the provision (s) of the contract including the responsibilities to fulfil the 5 years CMC with 2 years extended maintenance contract as per the provisions mentioned in this bid document.

Ȁ ƒ‰‡46

22. AUTHORITY OF PERSON SIGNING THE DOCUMENTS:

(i) Authorization letter as per Proforma with the seal of the company for the person signing the bid document. (ii) A person signing the bid document or any document forming part of the bid document shall be deemed to warrant that he has authority to bind such offer/document and if on enquiry itappears that the person signing had no authority to do so, JKSPSA/RDD may, without prejudice to other civil and criminal remedies, cancel the bid/contract and hold the signatory liable for all costs and damages. 23. NO CLAIM OR COMPENSATION FOR SUBMISSION OF TENDER:

The bidder whose bid is not accepted shall not be entitled to claim any costs, charges, expenses incurred by him through or in connection with his submission of bid, even though JKSPSA/RDD may elect to withdraw the notice inviting bid. 24. Force Majeure:

For the purpose of this clause Force Majeure event means an act of God, War, Blockage, Lightening, fire, earthquake, storm, flood, epidemic, political turbulence, acts of terrorism or any other event or circumstances or combination of events & circumstances beyond the reasonable control of either parties. If the Bidder is prevented from performing its obligation due to such Force Majeure, the bidder will be remunerated for the duration of 3 months. The Affected party/ bidder shall in every instance, to the extent it is capable of doing so, use its best efforts to perform and fulfill the obligation to the extent possible with flexible solutions in such a case.

25. Fraud & Corruption

It is required that the Bidders submitting Proposal and Agency selected through this Request for Proposal must observe the highest standards of ethics during the process of selection and during the performance and execution of the Work Order.

Ȁ ƒ‰‡47

For this purpose, definitions of the terms are set forth as follows:

I. ”Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of State Procurement and Supplies Agency/RDD or its personnel in Work Order executions. II. ”Fraudulent practice ”mean same is representation of facts, in order to influence selection process or the execution of the Work Order, and includes collusive practice among Bidders(prior to or after Proposal submission) III. ”Unfair trade practice” means supply of services different from what is ordered on, or change in the scope of work. IV. ”Coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the selection process or execution of the Work Order. V. State Procurement and Supplies Agency/RDD will reject a proposal for award, it fit determines that the Bidder recommended for the award, has been determined to have been engaged incorrupt, fraudulent to run fair trade practices. VI. State Procurement and Supplies Agency/RDD will declare an Agency in eligible, either indefinitely or for a stated period of time, for awarding the Work Order, if it any time determines that the Agency has engaged incorrupt, fraudulent and unfair trade practice in competing for, or in executing the Work Order.

26. AGREEMENT:

26.1. The successful bidders shall be required to execute an agreement on a valid stamped paper for strict compliance of the terms and conditions of the contract, vis-à-vis the NIT and supply order within a period of one month after the placement of order. 26.2. The supplier shall have to execute a separate agreement with SPSA RDD for operationalzing the warranty clause immediately after the installation & commissioning of the supplied material. 26.3. The supplier shall bear all the legal expenses incurred on the execution of the agreements.

Ȁ ƒ‰‡48

27.Clarifications & Amendment to Request for Proposal

a) Bidders requiring any clarification on the bid Documents shall notify through email [email protected]. SPSA/RDD shall respond in writing through email to any request for the clarification of the Bid Documents which he receive not later than two days prior to the date of opening the tender. b) The clarification made as above shall form part of the bid documents will be treat as amendment to the bid documents. These clarifications will also be made available in the website and bidders who done loaded bid document from internet are to submit the bid documents accordingly after taking into account all the clarification issued.

28. SPECIAL INSTRUCTIONS :

28.1 Bids not submitted on the lines indicated above are liable to be rejected without correspondence 2.8.2 Request for extension in last date of receipt of bid is likely to be ignored. 28.3 The purchaser reserves the right to order additional quantity or reduce the quantity of the material advertised at the time of placement of order for which the quoted rates shall be valid. 28.4 All legal proceeding in connection with the order/bid will be subject to the jurisdiction of local courts of Jammu and Kashmir. 28.5 In case of any doubt, dispute or differences arising out of the contract, the same shall be referred to the Arbitrator for arbitration to be appointed by Administrative secretary Department of Rural Development whose decision shall be final. 28.6 The purchaser shall not be bound to accept the lowest or any bid and reserves to itself the right of accepting or rejecting the whole, without assigning any reason thereof. 28.7 Any form of canvassing by the bidder to influence the consideration of their bid shall render the bid liable to summary rejection. 28.8 In order to avoid delay caused by postal correspondence and to expedite the process, the purchaser may require the successful bidder to hold technical & commercial negotiations and convey the decision/acceptance on behalf of the bidder with the purchase committee. 28.9 The conditions here in after deal with system details and supplementary conditions of the contract in addition to those stipulated in foregoing clauses which along with schedules and proformas, shall be deemed to

Ȁ ƒ‰‡49

form part of detailed specification for equipment. The bidders are advised to study and familiarize themselves with the terms and conditions of the bid. 28.10 All materials shall be of the MNRE, GoI approved quality, new and unused and be capable of satisfactory operation when exposed to the local atmospheric conditions. 28.11 The bidder is required to submit a statement of facts in details as to their previous experience in performing a similar or comparable work and business and technical organization, financial resources and manufacturing facilities available and to be used in performing the contract. 28.12 If at any time any of the documents/information submitted by the bidder is found to be incorrect, false or untruthful, the bid and/or the resultant order may be summarily rejected/ cancelled at the risk of the bidder. 28.13 All bids will be received in duly sealed cover within the due date and time. Bids received after the due date and time is liable for outright rejection. 28.14 JKSPSA/RDD reserves the right to postpone the date of receipt and opening of the bids or cancel the bid without bearing any liability, or make amendments whatsoever, consequent upon such decision. 1. The bid documents are not transferable. 2. No other conditions except those mentioned above shall be acceptable.

Chief Executive Officer,

SPSA, RDD

Ȁ ƒ‰‡50

Proforma – 1

Forwarding Letter

NIT No. Date:

The Chief Executive Officer/MD State Procurement and Supplies Agency, (JKSPSA/RDD) . Sub:-Offer In Response to Notice Inviting Tender No. for Design, Engineering, Supply, Construction, Erection, Testing & Commissioning of 3.5KWp Off-Grid Solar Power PV Plants with Indigenous Modules including 5 Years CMC with 2years extended maintenance contract on Panchayat Ghars identified by JKSPSA/ RDD.

Sir, With reference to the above we are submitting this offer after having fully read and understood the nature of the work and having carefully noted all the specifications, terms& conditions laid down in the bid document.

1. We also confirm that : We are an Indian company/firm. The components of Solar systems shall be indigenously manufactured. 2. We have never been debarred from executing similar type of work by any Central/State/ Public Sector Undertaking/Department/Nodal Agency. 3. The Bid Document can be downloaded from (jktender.gov.in) website. 4. We shall execute the offer/work order as per specifications, terms & conditions of the Bid Documents on award of work. 5. Our offer shall remain valid for placement of purchase orders as per NIT. If at any time, any of the declarations submitted by us is found to be false, our offer or order is liable to rejection. Yours faithfully, Signature of Authorized Signatory) Name : Designation : Company Seal:

Ȁ ƒ‰‡51

Proforma-2

FORMAT FOR WARRANTY CARD TO BE SUPPLIED WITH EACH SOLAR SYSTEM

1. Name and Address of the manufacturer/ supplier of the Solar System

2. Name and Address of the Purchasing Agency

3. Date of supply of the Solar System ______4. Details of PV module(s) supplied in the Solar Home System ______Make (Name of the manufacturer) ______

Model Serial No(s). ______Wattage of the PV module(s) under STC ______Warranty valid upto ______

5. Details of Battery

Make (Name of the manufacturer)

Model Batch/Serial No(s).

Warranty valid upto

6. Details of PCU and other BOS items Make (Name of the manufacturer) Model ______Serial No.(S) ______warranty valid upto ______

Ȁ ƒ‰‡52

7. Designation & Address of the person to be contacted for claiming warranty obligations ______

Date: (Signature)

Name & Designation Name & Address of the manufacturer/supplier (SEAL)

(Cards needs to be furnished for each equipment. During the warranty period, MNRE/State Agencies/Users reserves the right to cross check the performance of the systems with the minimum performance levels specified in the MNRE specifications)

Ȁ ƒ‰‡53

Proforma – 3 Information about the Bidding Firm

S.N Particulars o

1 Name of the Bidder

2 Address of Bidder

3 Telephone No

4 Fax No.

5 E-mail Address

6 Name & Designation of Authorized Signatory for Correspondence

7 Nature of Firm (Proprietorship/Partnership /Pvt. Ltd./Public Ltd. Co./Public Sector)

8 Permanent Account Number (PAN/TAN)

9 Firm’s Registration Number/ ROC

10 Sales Tax/Value Added Tax Registration Number/TIN

11 Specify the Item Originally Manufactured

12 International Certification Awarded (if any)

13 Year of Starting of Manufacturing/ Assembling of PV Component(s)

14 Production Capacity per month/ Quarter/ annum of PV components

Ȁ ƒ‰‡54

15 Installed Capacity for Solar Products/ Components

16 Avg. Annual turnover in the last Year three years 2018-19 (in Rupees)

2019-20

2020-21

17 Name of Material and Model Type Offered

18 Name of Bidder of Solar System with Full Address

SPV

PV Module

PCU

Battery

19 Particulars of Earnest Money

20 Telephone/ Fax no of the Bank from where EMD is prepared

21 Quantity Quoted for this Bid

3.5 kWp Off-Grid Solar Systems with five ALL/ NONE (5) Years Comprehensive Operations and Maintenance and two (2) years extended ALL/ NONE maintenance.

22 Place where Materials will be Manufactured

23 Place where Materials will be Available for Inspection

Ȁ ƒ‰‡55

24 Whether the Bidder has submitted details with regard to supplies made to important organizations.

25 Other details and remarks, if any

Yours faithfully,

(Signature of Authorized Signatory) Name : Designation : Company seal:

(Separate sheet may be used for giving detailed information in seriatim duly signed. This bid proforma must be submitted duly signed in case separate sheet is submitted).

Ȁ ƒ‰‡56

Proforma-4

Format for Submitting the Price Schedule

(To be submitted online only as per format given in BOQ file uploaded with e- tender document)

Sr. Item Unit Rate No.

1. 3.5 kWp Off-Grid SPP as per the 1No. Rate to be quoted on requirement of NIT e-tendering portal only

Ȁ ƒ‰‡57

Proforma-5 Check List

(TO BE COMPLETED / FILLED-IN DULY SIGNED BY THE BIDDER AND ENCLOSED WITH THE OFFER)

COMMERCIAL

1. Quantity offered by the bidder(Nos.)______2. Amount of earnest money(Rs.) ______1. DD(with No. & Date and name of the bank) 2. Turn over as desired at15,ii-c(enclosed) Yes /No

3. Proforma 3 &4(enclosed) Yes /No

TECHNICAL

1. Whether relevant catalog (if any)enclose Yes /No 2. Whether the Equipment fully corresponds

to the NIT specifications Yes /No 3. If no, have the deviations been pointed out Yes /No 4. Test certificate issued by MNRE (enclosed/ Declaration in case equipment shall be purchased later) Yes/No

5. IEC/BIS and all other certificates as applicable Yes /No

6. Proforma 1, 2,6 &7 (enclosed) Yes /No

7. Certificate of utilizing IEC/other standard material

in the PV modules (attested copies of all possible makes). Yes /No 8. Copies of Procurement orders Yes /No

Signature of the bidder

Ȁ ƒ‰‡58

Proforma – 6

Authority Letter for Signing Bid Document

NIT No. : Date:

The Chief Executive Officer/MD SPSA, (JKSPSA/RDD)

Sub : Authority Letter for Signing Bid Document

I hereby authorize ………………………………………………………………………………… (Name & Designation) to sign the Bid Document.

He is also authorized to provide clarifications/confirmations, if any, and such clarifications/ confirmations shall be binding on the company. The specimen signature of… ...... is attested below.

(Specimen Signature) (Signature of Authorized Signatory) Name: ...... Name :...... Designation: ……………………………… Designation :………………...... Company Seal :

Yours faithfully,

(Signature of Authorized Signatory) Name : Designation : Note : To be submitted by bidders on official letter head of the company. 1. Authorization can be for more than one persons 2. POA of authorized Signatory to be provided

Ȁ ƒ‰‡59

Proforma – 7

No Deviation Certificate

NIT No. : Date:

The Chief Executive Officer/MD SPSA, (JKSPSA/RDD) Trikuta Nagar, Jammu.

Sir,

We understand that any deviation/exception in any form from our bid against the abovementioned reference number may result in rejection of our bid. We, therefore, certify that we have not taken any exceptions/deviations anywhere in the bid and we agree that if any deviation is mentioned or noticed, our bid may be rejected.

Yours faithfully,

(Signature of Authorized Signatory) Name : Designation : Company seal :

Note : This ”No Deviation Certificate” should be written on the letter head of the bidder indicating BID No. duly signed and stamped with date by a person competent and having the power of attorney to bind the bidder.

Signature valid Digitally signed by SHUAIB ABDULLAH Date: 2021.06.28 16:39:46 IST Ȁ ƒ‰‡60 Location: Jammu and Kashmir-JK