EOI No. C-2(b)/EOI/0704/183/2017 FORMAT NO. : … NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS...

35
EOI No. C-2(b)/EOI/0704/183/2017 FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sect or Ent erprise) RATE CONTRACT OFFER for “Supply of Pump and BOS Installation (Erection), Testing, Commissioning including warranty for a period of 5 years of Solar Water Pumping in UP, Rajasthan, MP, Telangana and Odisha” EOI No. C-2(b)/EOI/0704/183/2017 dated 29 th April, 2017 Assistant General Manager (Materials) Materials Management Division Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: Website: www.celindia.co.in Page 1 of 35

Transcript of EOI No. C-2(b)/EOI/0704/183/2017 FORMAT NO. : … NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS...

EOI No. C-2(b)/EOI/0704/183/2017

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

CENTRAL ELECTRONICS LIMITED

(A Public Sector Enterprise)

RATE CONTRACT OFFER

for

“Supply of Pump and BOS Installation (Erection), Testing, Commissioning

including warranty for a period of 5 years of Solar Water Pumping in UP,

Rajasthan, MP, Telangana and Odisha”

EOI No. C-2(b)/EOI/0704/183/2017 dated 29th

April, 2017

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

Page 1 of 35

EOI No. C-2(b)/EOI/0704/183/2017

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

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

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

NOTICE

EOI No. C-2(b)/EOI/0704/183/2017 29th

April, 2017

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

a minimum period of 365 days from the date of opening for “Rate Contract Offer for Supply of

Pump and BOS Installation (Erection), Testing, Commissioning including warranty for a period of 5

years of Solar Water Pumping in UP, Rajasthan, MP, Telangana and Odisha”

Scope of Work Rate Contract Offer for Supply of Pump and BOS Installation (Erection),

Testing, Commissioning including warranty for a period of 5 years of

Solar Water Pumping in UP, Rajasthan, MP, Telangana and Odisha

Earnest Money

Deposit

NIL

Interested parties may view and download the EOI document containing the detailed

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

Please see document control Sheet at Annexure-1

For CENTRAL ELECTRONICS LIMITED

Sd-

Assistant General Manager (Materials)

Materials Management Division

Page 2 of 35

EOI No. C-2(b)/EOI/0704/183/2017

Annexure-1

Document Control Sheet & Important dates

EOI Reference No. EOI No. C-2(b)/EOI/0704/183/2017

Name of Organization Central Electronics Limited

EOI Type

(Open/Limited/EOI/Auction/Single)

Limited

EOI Category (Services/Goods/works) Goods

Type/Form of Contract (Work/Supply/

Auction/Service/Buy/Empanelment/Sell)

Buy

Payment Mode (Online/Offline) Offline

Date of Issue/Publishing 29/04/2017 (18:00 Hrs)

Document Download/Sale Start Date 29/04/2017 (18:00 Hrs)

Document Download/Sale End Date 17/05/2017 (15:00 Hrs)

Bid submission Start Date 29/04/2017 (18:00 Hrs)

Last Date and Time for Submission of Bids 17/05/2017 (15:00 Hrs)

Date and Time of Opening of Bids 17/05/2017 (15:30 Hrs)

Eligibility Criteria: As given in Annexure-A

Page 3 of 35

EOI No. C-2(b)/EOI/0704/183/2017

Document for EOI No. C-2(b)/EOI/0704/183/2017

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

a. Notice b. Document Control Sheet Annexure -1 c. Detailed specifications Annexure-A d. Price bid format Annexure- B1 to Annexure-B6 e. Commercial terms & conditions Annexure -C f. Format for submission of Vendor Data Annexure-D g. EOI acceptance letter Annexure-E

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

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

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

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

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

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

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

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

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

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

iii. Filled up Format for Submission of Vendor Data as per format at Annexure D. iv. EOI acceptance letter as per format at Annexure E

b) Cover – 2: Price Bid : This must contain only the Price Bid on company’s letter head as per format in Annexure- B1 to Annexure-B6.

Page 4 of 35

EOI No. C-2(b)/EOI/0704/183/2017

Annexure-A

Enquiry for Rate Contract Offer (RCO) for Supply of pump and Balance of system, Installation (Erection), Testing, Commissioning, including Warranty for a period of 5 years of

Solar water pumping System in UP, Rajasthan, Haryana, MP, Telangana, Odisha.

S. No. Particulars QTY.

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

and warranty for 5 years of Solar PV pumping system (1HP/2HP/3HP/5HP) DC/AC Submersible / surface pump along-with all the necessary accessories

required as per tender at suitable location including all the required parts,

complete in all respect, For site (Anywhere in UP, Rajasthan, Haryana, MP, Telangana,

Odisha) per set.

As Required.

List of Abbreviations

BIS Bureau of Indian Standards

CA Charted Accountant

CST Central Service Tax

EMD Earnest Money Deposit

IEC International Electrotechnical Commission

IP Ingress Protection

MNRE Ministry of New and Renewable Energy

PAN Permanent Account Number

MP Madhya Pradesh

UP Uttar Pradesh

RCO Rate Contract Offer

GI Galvanised Iron

BOS Balance of System

PO Purchase Order

STCC Standard Transportation Commodity Classification

Wp Watt Peak

VAT Value Added Tax

SPV Solar Photo Voltaic

IS Indian Standard

Page 5 of 35

EOI No. C-2(b)/EOI/0704/183/2017

1. Eligibility Criteria:

In order to participate in the tender, the bidder must fulfill the following eligibility criteria. Any discrepancy or departure from the same shall make the bidder ineligible for participating in the

tender:

Sr. No. Eligibility Criteria Complied /

Not Complied

01. The bidder must be empanelled EPC vendor with CEL & registered as a

EPC vendor with the states UP, Rajasthan, Haryana, MP,

Telangana, Odisha. If not registered, Once the work order is awarded

for a particular state, the vendor has to do registration within 15 days of

placement of order. Undertaking in this regard must be submitted along

with the bid. If not submitted the bid may be treated as non-responsive

and rejected. (To be submitted with bid)

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

GST if implemented e-submission certificate from appropriate

authorities. (To be submitted with bid)

03. Each page of the technical specification of tender submitted should be

signed by the legally empowered and designated person of the tenderer

otherwise tender shall be treated as invalid and rejected.

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

of Rs 500 Lakh in last three years exclusively in the business of solar PV.

As proof of the same a certificate to the effect duly signed and

stamped by a registered chartered accountant in the letter head

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

05. The bidder’s company/firm must have installed and commissioned min.

100Nos. of solar water pumping systems for any government

department or PSU Directly or Indirectly during last 3 years. The

completion certificate duly signed from concerned department

must be submitted along with bid.

06. The firm must not have been debarred / blacklisted / defaulted by any

Govt. Dept., agency, PSUs /institution / agencies / autonomous

organisations. As proof of the same the bidder shall submit duly

notarized a self-certificate by an authorized person of the

bidder’s company/firm.

07. The firm must have quality plan / manual document for quality testing of

the solar pumps.

08. The firm must have minimum 2 persons with more than 3 years in solar

installations associated. Resumes to be provided along with offer.

Page 6 of 35

EOI No. C-2(b)/EOI/0704/183/2017

2. Scope of work: The broad scope of the work includes supply of balance of system, installation, testing

commissioning, warranty (Comprehensive Maintenance) for 5 years for a complete / composite work of 1HP / 2HP / 3HP / 5HP AC/DC surface / submersible Solar energy based water

pumping system with complete accessories required adhering to the standardized norms / BIS

/MNRE specifications.

Note: The SPV modules shall be supplied by CEL at centralised location of each State. i. Successful bidder has to submit activity schedule/plan with time frame after receipt of

Purchase orders.

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

iii. Transportation of all materials supplied by Successful bidder as well as of CEL to the site and keeping the same in safe own custody. The Successful bidder is wholly responsible for any

loss, damage & theft till the handing over of the systems to End Users. iv. Supply of the complete systems, including all necessary components, sub-components,

spares, tools, tackles etc. as per technical specifications given in this document including

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

v. Installation of the solar PV water Pump, solar PV array etc. as per the technical specifications and standards provided in the tender and testing the same in the presence of the authorised

technical persons of CEL/user/nodal agency.

vi. Realistic and pragmatic engineering designing of all the necessary devices/ components and subsystems that are required for system. This shall have to be carried out keeping in view the collected field data, general technical requirements / specifications.

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

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

construction work etc all other required work for successful implementation of project on

turnkey basis. ix. After initial operation, Training and testing of the pump the same shall be handed over to the

User identified by the customer/user. x. Collection & verification of all documents/site, photographs of the installed systems and

preparing the joint commissioning reports/handing over certificates duly signed by

CEL/Customer officials & End User. xi. Quarterly maintenance of the systems as detailed in this tender. The Successful

bidder/bidder shall rectify the defects within Two days of the receipt of the complaint. In case the same are not rectified the CEL will have full authority to rectify the same themselves

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

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

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

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

related to the works.

xvi. Adequate training has to be provided to the persons to be designated by village committee / pump users in maintenance and upkeep of the installed systems. The bidder must also

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

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

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

system • Location map of the System

Page 7 of 35

EOI No. C-2(b)/EOI/0704/183/2017

• System handing over report & Joint commissioning certificate.

xviii. Follow up for completion of work & Collection of payment from customer on behalf of CEL.

xix. During operation and maintenance period of the pumping systems if there is any loss or

damage of any component due to Mis-management/Mis-Handling or due to any other reasons pertaining to the deputed personal what so ever, the Successful bidder shall be

responsible for immediate replacement or rectification. xx. After sales, service and routine maintenance is utmost important and at least 95% systems

must be functional at any time.

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

advantage through publicity of the work without written permission of CEL. xxiii. The entire system must conform to all the relevant national and international standards of

safety.

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

xxv. During Warranty, successful bidder has to perform the following duties: • Successful bidder is fully responsible for the trouble-free maintenance and is liable to

rectify / remove any defect noticed within the aforesaid period free of cost for the

materials supplied by them. • The Successful bidder and CEL should jointly impart training to the users on day to

day repair and maintenance of the systems.

• This includes repair/ replacement of all spares and consumable supplied by

Successful bidder during the Warranty period. • The Successful bidder shall undertake the periodical maintenance work of complete

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

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

as and when required by the beneficiary and ensure rectification of defects and restore functionality within three working days of lodging the complaints. The

Successful bidder shall furnish the status report after the maintenance works are

over, which shall invariably bear the signature of the beneficiaries. • It will be the liberties of the CEL to cross check the system maintained by the

successful bidder.

3. Technical Specification:

A solar photovoltaic (SPV) water pumping system consist of: • PV Array & Electronics

- Capacity in the range of 200Watt to 5 KW.

- Should be mounted on a suitable structure with a provision of tracking the sun.

- Electronics � Maximum Power Point Tracker

� Control / Protections

• Motor Pump set (Surface or submersible):

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

- A.C. Induction Motor pump set with a suitable Inverter

• Interconnect Cables and “On-Off switch

• Earthing

• Mounting structure and tracking system

Solar PV water pumps with PV array could be installed on suitable bore well, open

well, water stream etc. Under the “Average Daily Solar Radiation.” Condition of 5.5 KWh / Sq.m. on a horizontal surface.

The SPV modules shall be supplied by CEL.

Page 8 of 35

EOI No. C-2(b)/EOI/0704/183/2017

i. Mounting Structure and Tracking System:

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

design, which can withstand load of modules and high wind pressure velocities up to 150 km/hr. The support structure used in the pumping system should be hot dip galvanised iron with

minimum 120 micro thickness.

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

system must be used. For manual tracking, arrangement for seasonal tilt angle adjustment and

three times manual tracking in a day should be provided. • Array structure shall be so designed that it will occupy minimum space without sacrificing

the output from SPV panels.

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

with the site requirements.

• The array structure shall be made of hot dipped galvanized MS angles of suitable size.

Galvanization thickness shall be of min. 80µm.

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

or any other combination based on the local site condition requirement for which design

details shall be submitted and approved before start of work.

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

shall not be less than 500mm.

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

generally be of stainless steel SS304.

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

being used), for optimum performance.

ii. Fencing (Around Array area):

1. Angle size : 35x35x5 mm with Red oxide & Black Paint coating

2. Distance : 2.5 Mtrs between two poles & corner angle support

3. Fencing Height : 5 Ft.

4. Gate Size : 3x5 Ft. With lock provision

5. Foundation : 1x1x1.5Ft (1:2:4)

6. Distance from Module: 1 Mtr. North, 2 Mtrs. South & 2 Mtrs. East-west

7. Fencing thickness : 2mm thick Mesh wire or 16 Gauge (SWG) barbed

wire

iii. Junction Boxes i) Array junction boxes, shall have the following properties:

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

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

on the enclosure.

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

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

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

Page 9 of 35

EOI No. C-2(b)/EOI/0704/183/2017

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

ii) Internal Surge protection (SPDs) shall consist of three MOV type arrestors connected

from +ve and –ve terminal to earth (Via Y arrangement) for higher withstand of the continuous PV-DC voltage during earth fault condition.

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

appropriate sizes for both incoming and outgoing cables.

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

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

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

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

grounding for protection against any serious faults.

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

applications.

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

grounding before start of work.

III. The Successful bidder will supply and install an adequate number and appropriate size

of IS:3043 – 1987 compliant earthing kits.

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

Standards with earth pits. Each lightning conductor shall be fitted with individual earth

pit as per required Standards including accessories, and providing masonry enclosure.

Else, a matrix of lightning conductors is to be created which will be required to be

connected to an earth.

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

Note: Successful bidder has to submit the drawings/Make/Sample for Module mounting

structure, Junction boxes, cables, Charge controller, Earthing for approval to CEL prior to

commencement of work.

Page 10 of 35

EOI No. C-2(b)/EOI/0704/183/2017

4. Bill of material:

900 Wp (1HP) DC Submersible BLDC Pump (BOS)- Each System

S.No. Item Qty. Unit

1 900 Wp (1HP) DC Submersible BLDC Pump make of Lorenz /

Rotomac / CEL approved manufacturer **

1 Set

2 Supply of MS Galvanized Module Mounting structure for 3 Nos of 300Wp with manual tracking three times along with necessary

hardware.

1 Sets

3 Panel Junction box (with suitable cable glands) with 'ON' & 'OFF' switch Hager/Schneider Make or equivalent with mounting facility.

1 Nos

4 GI Bend 40 NB or 56 NB C class pipe, BSP threading both ends 2 Nos

5 GI Nipple 40 NB or 56 NB (1-meter length) B class BSP threading

both ends

1 No

6 HDPE ringer pipe (40NB) with S.S. nipple fitted S.S. bolted As Required Sets

7 Foot Valve with strainer one side open PVC type (ISI Mark) 1 Nos.

8 GI Clamp for 40 NB or 56NB pipe 1 set

9 Cable set using 1x6 Sq.mm Copper cable PVC insulated as per IS 694 (Red & Black) with suitable RCA connector

1 Set

10 Copper cable 2x6 Sq. mm, Unarmored, PVC sheath & PVC insulated

as per IS 694 As Required Mtrs.

11 Copper Lugs CUS06, CUS08, CP7 or as per site As Required Nos

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

13 Flexible conduit pipe (UV Resistant- Light Grey) for wiring/cabling 10 Mtrs.

14 Earthing Kit as per IS. 1 Set

15 Pump Controller casing as per requirement 1 No.

16 Fencing of the Solar Module area (Array Area) (Optional for AC) 1 Set

17 Borewell cover 1 Set

18 SS Wire rope φ4mm2 As Required Mtrs.

19 Drop cable 3X2.5 mm2 Unarmoured, PVC sheathed & PVC

insulated as per IS 694

As Required Mtrs

* Note: Bidder to quote the material as per maximum head requirement. Size and quantity of items may vary according to actual site conditions. Any item, which is not specifically

mentioned but necessary for making the Solar Pump fully functional, shall deemed to be

included in the scope of work of the contract and shall be supplied and installed by the successful bidder without any extra cost to CEL.

** We have given the make of pumps as per our approved vendor list however if any

vendor wants to quote for some different make pump, Then vendor has to get test approval for the same pump in the name of CEL at its own expenses. The pump must

comply to latest prevailing MNRE specification.

Page 11 of 35

EOI No. C-2(b)/EOI/0704/183/2017

900 Wp (1HP) AC Surface water Pump (BOS)- Each System

S.No. Item Qty. Unit

1 900 Wp (1HP) AC Surface water Pump make of Shakti pump / Chetan

**

1 Set

2 Supply of MS Galvanized Module Mounting Structures with manual

tracking three times along with necessary hardware (PM 300 –

3Nos.)

1 Set

3 Panel Junction box (with suitable cable glands) with 'ON' & 'OFF' switch

Hager/Schneider Make with mounting facility

1 Set

4 GI Bend 40NB C class pipe, BSP threading both ends (As per site) 2 Nos

5 GI Nipple 40NB (1-meter length) B class BSP threading both ends (As

per site)

2+2 Nos

6 GI Pipe (40NB or 56NB) (3-meter length) with 1 No. seamless socket,

both ends BSP threading as per site

As Required set

7 2x6 mm2 copper Unarmoured, PVC sheathed & PVC insulated as per IS

694 (With suitable RCA connector)

As Required meters

8 2x10 mm2 copper Unarmoured, PVC sheathed & PVC insulated as per

IS 694 6 meters

9 Copper Lugs CUS06, CUS08, CP7 or as per site As Required Nos

10 Cable Ties (Nylon- UV resistant) min. 300 mm length 50 Nos.

11 GI Clamp for 50NB or 65NB pipe 1 set

12 Flexible conduit pipe (UV Resistant- Light Grey) for wiring/cabling 10 Mtrs.

13 Earthing Kit as per IS. 1 Set

14 Borewell cover 1 Set

15 Fencing of the Solar Module area (Array Area) 1 Set

16 Foot Valve with strainer one side open PVC type (ISI Mark) 1 No.

* Note: Bidder to quote the material as per maximum head requirement. Size and quantity of items may vary according to actual site conditions. Any item, which is not specifically mentioned but necessary for making the Solar Pump fully functional, shall deemed to be included in the scope of work of the contract and shall be supplied and installed by the

successful bidder without any extra cost to CEL.

** We have given the make of pumps as per our approved vendor list however if any

vendor wants to quote for some different make pumps, Then vendor has to get test approval for the same pump in the name of CEL at its own expenses. The pump must

comply to latest prevailing MNRE specification.

Page 12 of 35

EOI No. C-2(b)/EOI/0704/183/2017

900 Wp (1HP) DC Surface Pump (BOS)- Each System

S.No. Item Qty. Unit

1 900 Wp (1HP) DC Surface Pump make of Lorenz / Rotomac / CEL approved manufacturer **

1 Sets

2 Supply of MS Galvanized Module Mounting structure for 3 Nos of

300Wp with manual tracking three times along with necessary hardware.

1 Sets

3 Panel Junction box (with suitable cable glands) with 'ON' & 'OFF'

DC switch Hager/Schneider/L&T/ABB Make with mounting facility

1 Nos

4 GI Bend 50NB or 65NB C class pipe, BSP threading both ends 2 Nos

5 GI Nipple 50NB or (1-feet length) B class BSP threading both ends 1 No

6 GI Pipe (40NB or 56NB) (3-meter length) with 1 No. seamless socket, both ends BSP threading

2+2 Sets

7 Foot Valve with strainer one side open PVC type (ISI Mark) 2 Nos.

8 GI Clamp for 40NB pipe 1 set

9 Cable using 1x6 Sq.mm Copper cable PVC insulated as per IS 694

(Red & Black) with suitable RCA connector As Required Set

10 Copper cable 2x10 Sq. mm, Unarmored, PVC sheath & PVC insulated as per IS 694

As Required Mtrs.

11 Copper Lugs CUS06, CUS08, CP7 or as per site As Required Nos

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

13 Flexible conduit pipe ( UV Resistant- Light Grey) for wiring/cabling 10 Mtrs.

14 Earthing Kit as per IS 1 Set

15 Fencing of the Solar Module area (Array Area) 1 Set

* Note: Bidder to quote the material as per maximum head requirement. Size and quantity of items may vary according to actual site conditions. Any item, which is not specifically mentioned but necessary for making the Solar Pump fully functional, shall deemed to be

included in the scope of work of the contract and shall be supplied and installed by the

successful bidder without any extra cost to CEL.

** We have given the make of pumps as per our approved vendor list however if any vendor wants to quote for some different make pump, Then vendor has to get test

approval for the same pump in the name of CEL at its own expenses. The pump must

comply to latest prevailing MNRE specification.

Page 13 of 35

EOI No. C-2(b)/EOI/0704/183/2017

1800 Wp (2HP) AC Submersible Water Pump (BOS)- Each System

S.No. Item Qty. Unit

1 1800 Wp (2HP) AC Submersible Water Pump make of Shakti pump /

Chetan **

1 Set

2 Supply of MS Galvanized Module Mounting Structures with manual

tracking three times along with necessary hardware (PM 300 – 6Nos.)

1 Set

3 Panel Junction box (with suitable cable glands) with 'ON' & 'OFF' switch

Hager/Schneider/L&T/ABB with mounting facility

1 Set

4 GI Bend 65 NB C class pipe, BSP threading both ends (As per site) 2 Nos

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

per site)

2 Nos

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

ends BSP threading/HDPE pipes of 6 Kg /square cm - 63 mm OD - PE

100 grade with stainless steel coupling (2Nos.)

As Required set

7 1x6 mm2 copper Unarmoured, PVC sheathed & PVC insulated as per IS

694 (With suitable RCA connector)

As Required meters

8 2x10 mm2 copper Unarmoured, PVC sheathed & PVC insulated as per

IS 694 As Required meters

9 Drop cable 4 x 6/10 Sq.mm Unarmoured, PVC sheathed & PVC

insulated as per IS 694

As Required Mtrs.

10 Copper cable 2 x 1 Sq.mm PVC sheathed and PVC insulated as per IS

694

As Required Mtrs.

11 Copper Lugs CUS06, CUS08, CP7 or as per site As Required Nos

12 Cable Ties (Nylon- UV resistant) min. 300 mm length 150 Nos.

13 GI Clamp for 65NB 2 set

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

15 Flexible conduit pipe (UV Resistant- Light Grey) for wiring 10 Mtrs.

16 Earthing Kit as per IS 1 Set

17 Borewell cover 1 Set

18 Pump Controller casing as per requirement 1 No.

19 Fencing of the Solar Module area (Array Area) 1 Set

* Note: Bidder to quote the material as per maximum head requirement. Size and quantity of items may vary according to actual site conditions. Any item, which is not specifically

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

successful bidder without any extra cost to CEL.

** We have given the make of pumps as per our approved vendor list however if any vendor

wants to quote for some different make pump, Then vendor has to get test approval for the same pump in the name of CEL at its own expenses. The pump must comply to latest

prevailing MNRE specification.

Page 14 of 35

EOI No. C-2(b)/EOI/0704/183/2017

1800 Wp (2HP) DC Surface Pump (BOS)- Each System

S.No. Item Qty. Unit

1 1800 Wp (2HP) DC Surface Pump make of Lorenz / Rotomac / CEL approved manufacturer **

1 Set

2 Supply of MS Galvanized Module Mounting structure for 6 Nos of

300Wp with manual tracking three times along with necessary hardware.

1 Set

3 Panel Junction box (with suitable cable glands) with 'ON' & 'OFF'

switch Hager/Schneider/L&T/ABB with mounting facility

1 No

4 GI Bend 65 NB C class pipe, BSP threading both ends 2 Nos

5 GI Nipple 65 NB (1-meter length) B class BSP threading both ends with………

1 No

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

4 Set

7 Foot Valve with strainer one side open PVC type (ISI Mark) 2 Nos.

8 GI Clamp for 65NB pipe 1 set

9 Cable set using 1x6 Sq.mm Copper cable PVC insulated as per IS

694 (Red & Black) with suitable RCA connector As Required Set

10 Copper cable 2x10 Sq. mm, Unarmored, PVC sheath & PVC insulated as per IS 694

As Required Mtrs.

11 Copper Lugs CUS06, CUS08, CP7 or as per site As Required Nos

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

13 Flexible conduit pipe (UV Resistant- Light Grey) for wiring/cabling 10 Mtrs.

14 Earthing Kit as per IS 1 Set

15 Fencing of the Solar Module area (Array Area) 1 Set

* Note: Bidder to quote the material as per maximum head requirement. Size and quantity of items may vary according to actual site conditions. Any item, which is not specifically mentioned but necessary for making the Solar Pump fully functional, shall deemed to be

included in the scope of work of the contract and shall be supplied and installed by the

successful bidder without any extra cost to CEL.

** We have given the make of pumps as per our approved vendor list however if any vendor wants to quote for some different make pump, Then vendor has to get test approval for the

same pump in the name of CEL at its own expenses. The pump must comply to latest

prevailing MNRE specification.

Page 15 of 35

EOI No. C-2(b)/EOI/0704/183/2017

3000 Wp (3HP) AC Submersible Water Pump (BOS)- Each System

S.No. Item Qty. Unit

1 3000 Wp (3HP) AC Submersible Water Pump make of Shakti pump / Chetan

**

1 Set

2 Supply of MS Galvanized Module Mounting Structures with manual tracking

three times along with necessary hardware (PM 300 – 10Nos.)

1 Set

3 Panel Junction box (with suitable cable glands) with 'ON' & 'OFF' switch

Hager/Schneider/L&T/ABB with mounting facility.

1 Set

4 GI Bend 65 NB C class pipe, BSP threading both ends (As per site) 2 Nos

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

site)

2 Nos

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

BSP threading/HDPE pipes of 6 Kg /square cm - 63 mm OD - PE 100 grade

with stainless steel coupling (2Nos.)

As Required set

7 2x6 mm2 copper Unarmoured, PVC sheathed & PVC insulated as per IS 694

(With suitable RCA connector)

As Required meters

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

694 As Required meters

9 Drop cable 4 x 6/10 Sq.mm Unarmoured, PVC sheathed & PVC insulated as

per IS 694

As Required Mtrs.

10 Copper cable 2 x 1 Sq.mm PVC sheathed and PVC insulated as per IS 694 As Required Mtrs.

11 Copper Lugs CUS06, CUS08, CP7 or as per site As Required Nos

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

13 GI Clamp for 65NB pipe 2 set

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

15 Flexible conduit pipe (UV Resistant- Light Grey) for wiring/cabling As Required Mtrs.

16 Earthing Kit as per IS 1 Set

17 Borewell cover 1 Set

18 Pump Controller casing as per requirement 1 No.

19 Fencing of the Solar Module area (Array Area) 1 Set

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

of items may vary according to actual site conditions. Any item, which is not specifically mentioned but necessary for making the Solar Pump fully functional, shall deemed to be

included in the scope of work of the contract and shall be supplied and installed by the successful bidder without any extra cost to CEL.

** We have given the make of pumps as per our approved vendor list however if any vendor

wants to quote for some different make pump, then vendor has to get test approval for the

same pump in the name of CEL at its own expenses.

Page 16 of 35

EOI No. C-2(b)/EOI/0704/183/2017

3000 Wp (3HP) AC Surface water Pump (BOS)- Each System

S.No. Item Qty. Unit

1 3000 Wp (3HP) AC Surface water Pump make of Shakti pump / Chetan ** 1 Set

2 Supply of MS Galvanized Module Mounting Structures with manual tracking

three times along with necessary hardware (PM 300 –

10Nos.)

1 Set

3 Panel Junction box (with suitable cable glands) with 'ON' & 'OFF' switch

Hager/Schneider/L&T/ABB with mounting facility

1 Set

4 GI Bend 65 NB C class pipe, BSP threading both ends (As per site) 2 Nos

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

site)

1 Nos

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

threading as per site

As Required set

7 2x6 mm2 copper Unarmoured, PVC sheathed & PVC insulated as per IS 694

(With suitable RCA connector)

As Required meters

8 2x10 mm2 copper Unarmoured, PVC sheathed & PVC insulated as per IS 694 6 meters

9 Copper cable 2 x 1 Sq.mm PVC sheathed and PVC insulated as per IS 694 As Required Mtrs.

10 Copper Lugs CUS06, CUS08, CP7 or as per site As Required Nos

11 Cable Ties (Nylon- UV resistant) min. 300 mm length 150 Nos.

12 GI Clamp for 65NB pipe 2 set

13 Flexible conduit pipe (UV Resistant- Light Grey) for wiring/cabling 10 Mtrs.

14 Earthing Kit as per IS 1 Set

15 Borewell cover 1 Set

16 Fencing of the Solar Module area (Array Area) 1 Set

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

of items may vary according to actual site conditions. Any item, which is not specifically mentioned but necessary for making the Solar Pump fully functional, shall deemed to be

included in the scope of work of the contract and shall be supplied and installed by the

successful bidder without any extra cost to CEL.

** We have given the make of pumps as per our approved vendor list however if any vendor wants to quote for some different make pump, Then vendor has to get test approval for the

same pump in the name of CEL at its own expenses.

Page 17 of 35

EOI No. C-2(b)/EOI/0704/183/2017

3000 Wp (3HP) BLDC Submersible Water Pump (BOS)- Each System

S.No. Item Qty. Unit

1 3000 Wp (3HP) BLDC Submersible Water Pump make of Lorenz / Rotomac

**

1 Set

2 Supply of MS Galvanized Module Mounting Structures with manual

tracking three times long with necessary hardware (PM 300 – 11Nos.)

1 Set

3 Panel Junction box (with suitable cable glands) with 'ON' & 'OFF' switch

Hager/Schneider/L&T/ABB with mounting facility

1 Set

4 GI Bend 65 NB C class pipe, BSP threading both ends (As per site) 2 Nos

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

site)

2 Nos

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

BSP threading/HDPE pipes of 6 Kg /square cm - 63 mm OD - PE 100

grade with stainless steel coupling (2Nos.)

As Required set

7 2x6 mm2 copper Unarmoured, PVC sheathed & PVC insulated as per IS

694 (With suitable RCA connector)

As Required meters

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

694 6 meters

9 Drop cable 4 x 6/10 Sq.mm Unarmoured, PVC sheathed & PVC insulated

as per IS 694

As Required Mtrs.

10 Copper cable 2 x 1 Sq.mm PVC sheathed and PVC insulated as per IS 694 As Required Mtrs.

11 Copper Lugs CUS06, CUS08, CP7 or as per site As Required Nos

12 Cable Ties (Nylon- UV resistant) min. 300 mm length 150 Nos.

13 GI Clamp for 65NB pipe 2 set

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

15 Flexible conduit pipe (UV Resistant- Light Grey) for wiring/cabling 10 Mtrs.

16 Earthing Kit as per IS 1 Set

17 Borewell cover 1 Set

18 Pump Controller casing as per requirement 1 No.

19 Fencing of the Solar Module area (Array Area) 1 Set

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

quantity of items may vary according to actual site conditions. Any item, which is not specifically mentioned but necessary for making the Solar Pump fully functional, shall

deemed to be included in the scope of work of the contract and shall be supplied and installed by the successful bidder without any extra cost to CEL.

** We have given the make of pumps as per our approved vendor list however if any

vendor wants to quote for some different make pump, Then vendor has to get test

approval for the same pump in the name of CEL at its own expenses.

Page 18 of 35

EOI No. C-2(b)/EOI/0704/183/2017

4800 Wp (5HP) AC Submersible Water Pump (BOS)- Each System

S.No. Item Qty. Unit

1 4800 Wp (5HP) AC Submersible Water Pump make of Shakti pump /

Chetan

1 Set

2 Supply of MS Galvanized Module Mounting structure for 16 Nos. of

300Wp with manual tracking three times along with necessary

hardware (PM 300 – 16Nos.)

3 Set

3 Panel Junction box (with suitable cable glands) with 'ON' & 'OFF' switch

Hager/Schneider/L&T/ABB with mounting facility

1 No

4 GI Bend 65 NB C class pipe, BSP threading both ends (As per site) 2 Nos

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

per site)

2 No

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

BSP threading/HDPE pipes of 6 Kg /square cm - 63 mm OD - PE 100

grade with stainless steel coupling (2Nos.)

As Required Nos.

or

Mtrs.

7 2x6 mm2 copper Unarmoured, PVC sheathed & PVC insulated as per IS

694 (With suitable RCA connector) 25 meters

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

694 6 meters

9 Drop cable 4 x 6/10 Sq.mm Unarmoured, PVC sheathed & PVC insulated

as per IS 694

As Required Mtrs.

10 Copper cable 2 x 1 Sq.mm PVC sheathed and PVC insulated as per IS 694 As Required Meters

11 Copper Lugs CUS06, CUS08, CP7 or as per site As Required Nos

12 Cable Ties (Nylon- UV resistant) min. 300 mm length 150 Nos.

13 GI Clamp for 65NB pipe as per drawing No. F00001000103 2 set

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

15 Flexible conduit pipe (UV Resistant- Light Grey) for wiring/cabling 10 Mtrs.

16 Earthing Kit as per IS 1 Set

17 Borewell cover 1 Set

18 Pump Controller casing as per requirement 1 No.

19 Fencing of the Solar Module area (Array Area) 1 Set

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

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

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

installed by the successful bidder without any extra cost to CEL.

** We have given the make of pumps as per our approved vendor list however if any vendor wants to quote for some different make pump, Then vendor has to get test approval for the same pump in the name of CEL at its own expenses.

Page 19 of 35

EOI No. C-2(b)/EOI/0704/183/2017

4800 Wp (5 HP) BLDC Submersible Water Pump (BOS)- Each System

S.No. Item Qty. Unit

1 4800 Wp (5 HP) BLDC Submersible Water Pump make of Lorenz /

Rotomac **

1 Set

2 Supply of MS Galvanized Module Mounting structure for 16 Nos. of

300Wp with manual tracking three times

2 Sets

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

1 No

4 GI Bend 65 NB C class pipe, BSP threading both ends (As per site) 2 Nos

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

(As per site)

2 Nos

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

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

20

or 70

Nos.

or Mtrs.

7 2x6 mm2 copper Unarmored, PVC sheathed & PVC insulated as per

IS 694 (With suitable RCA connector) 15 meters

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

6 meters

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

70 Mtrs.

10 Copper cable 2 x 1 mm 2 PVC sheathed and PVC insulated as per IS

694 70 Meters

11 Copper Lugs CUS06, CUS08, CP7 or as per site As Required Nos

12 Cable Ties (Nylon- UV resistant) min. 300 mm length 150 Nos.

13 GI Clamp for 65NB pipe 2 set

14 Stainless Steel wire rope 4 mm dia 7 strands with U bolts 70 meters

15 Flexible conduit pipe (UV Resistant- Light Grey) for wiring/cabling 10 Mtrs.

16 Earthing Kit 1 Set

17 Borewell cover 1 Set

18 Pump Controller casing as per requirement 1 No.

19 Fencing of the Solar Module area (Array Area) 1 Set

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

quantity of items may vary according to actual site conditions. Any item, which is not specifically mentioned but necessary for making the Solar Pump fully functional,

shall deemed to be included in the scope of work of the contract and shall be supplied and installed by the successful bidder without any extra cost to CEL.

** We have given the make of pumps as per our approved vendor list however if any vendor wants to quote for some different make pump, Then vendor has to get test approval for the same pump in the name of CEL at its own expenses.

Page 20 of 35

EOI No. C-2(b)/EOI/0704/183/2017

5. Programme Execution Schedule:

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

per the schedule given in the work order.

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

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

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

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

will be carried out by the representatives of CEL and other officers from Govt of India / nodal agency.

• The issuance of a JCC shall, in no way relieve the Successful bidder of its responsibility for

satisfactory operation of the solar pumping systems.

6. Validity of offer:

The offer must be kept valid for a period of one year from the date of opening of the technical bid or till the completion of the tender project. No escalation clause except the admissible tax

component under the period of rate contract would be accepted.

7. Warranty:

The Successful bidder warrants that the Goods supplied under this Contract are new, unused, of the most recent or current models and incorporate all recent improvements in design and materials

unless provided otherwise in the Contract. The Successful bidder surther warrants that the Goods supplied under this Contract shall have no defect arising from design, materials or workmanship (except when the design and/or is required by CEL Specifications) or from any act or omission of the

Successful bidder, that may develop under normal use of the supplied Goods in conditions prevailing in the country of final destination.

This warranty shall remain valid for sixty months after the Goods or any portion thereof as the case may be, have been delivered to and commissioned and accepted at the final destination indicated in

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

Upon receipt of such notice, the Successful bidder shall repair or replace the defective Goods or

parts thereof, without cost to the Purchaser within a five days time other than, where applicable, the cost of inland delivery of the repaired or replaced Goods or parts from the port of entry to the final

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

proceed to take such remedial action as may be necessary, at the Successful bidder's risk and

expense and without prejudice to any other rights which the Purchaser may have against the Successful bidder under the Contract.

8. Penalty and termination of contract:

The systems shall be supplied, installed and commissioned within the scheduled time as mentioned in the work order. If the Successful bidder fails to adhere to the schedule, CEL shall without

prejudice to its other remedies under the contract deduct from the contract price as liquidated

damages a sum equivalent to 1% of the delivery price of the delayed goods or unperformed services for each week of delay until actual delivery or installation/commissioning up to a maximum

deduction of 5% of the contract price for delayed goods or installation and commissioning. Once the maximum is reached (i.e. 5 weeks of delay) CEL may consider termination of the contract and forfeit

the security deposit without prejudice to the other remedies of the contract.

If at any time during the performance of the Contract, the Successful bidder or its subtle executants(s) should encounter conditions impeding timely delivery of the Goods and performance of the Services, the Successful bidder shall promptly notify CEL in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Successful bidder's

notice, CEL shall evaluate the situation and may at its discretion extend the Successful bidder's time

for performance, with or without liquidated damages, in which case the extension shall be ratified by the parties by amendment of the Contract.

Page 21 of 35

EOI No. C-2(b)/EOI/0704/183/2017

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

Successful bidder liable to the imposition of liquidated damages pursuant, unless an extension of

time is agreed upon without the application of liquidated damages.

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

sent to the Successful bidder, terminate the Contract in whole or in part:

• if the Successful bidder fails to deliver any or all of the Goods within the period(s) specified in the

Contract, or within any extension thereof granted by the Purchaser; or • if the Successful bidder fails to perform any other obligation(s) under the Contract.

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

practices in competing for or in executing the contract.

For the purpose of this clause:

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

“fraudulent practice” means a misrepresentation of facts in order to influence a procurement

process or the execution or a contract to the detriment of the borrower, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial

non-competitive levels and to deprive the borrower of the benefits of free and open competition. In the event the Purchaser terminates the Contract in whole or in part, the Purchaser may procure,

upon such terms and in such manner as it deems appropriate, Goods or services similar to those

undelivered, and the Successful bidder shall be liable to the Purchaser for any excess costs for such similar Goods or services. However, the Successful bidder shall continue the performance of the Contract to the extent not terminated.

10. Inspection & tests:

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

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

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

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

authorized by CEL shall be entitled at all reasonable time to inspect and supervise and test during erection and commissioning.

• In case it is felt by inspection team to conduct the test carried out by an independent agency

CEL shall have right to carry out the tests. Cost of such tests will be borne by supplier.

11. Selection Criteria:

All Bidders qualifying tender criteria shall be placed as equal. Eligible bidder shall be ranked from the

lowest to the highest based on the financial bid submitted by the bidder for each model in each state. Eligible bidder for respective state, in each model shall be invited to match the lowest financial bid to

become qualified bidder(s) and eligible for the empanelment. Maximum L1 to L5 bidders shall be empanelled. In this regard, final decision shall be taken by CEL management.

L1 bidder shall be eligible for the supply of 60 % of the order volume. Balance quantity of 40% shall be distributed among L2 to L5 (10% of the total requirement to each bidder) at the rate of L1 price. If performance of the bidder against the work(s) allocated is not found satisfactory, then CEL reserves the right to terminate the agreement.

Page 22 of 35

EOI No. C-2(b)/EOI/0704/183/2017

12. Payment:

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

A. 30% of the total value (supply) of BOS materials with full taxes / duties will be made after supply & verification of the supplied system by CEL officials and submission of

BG/DD/FDR of 10% Purchase order value valid for three months by successful bidder. B. 50% of the total value for supply & 80% of installation and commission of systems with

full taxes / duties will be made after commissioning, documentation and handing over of

the system to user. C. Balance 20% of the systems will be released @4% in five instalments after end of each

successful year or against submission of BG of equivalent value valid for 63 months of any Nationalised Bank. This payment shall be released based on the functionality of the

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

13. Security Deposit (SD):

(i) The Security deposit as 5% of purchase order value (including taxes & duties) shall be deposited by successful bidder within7 (seven) days pf date of purchase order through DD/BG. It will remain with the CEL during the currency of the contract.

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

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

14. Force Majeure:

In no event shall either Party have any liability for failure to comply with this Agreement, if such

failure results directly from the occurrence of any contingency beyond the reasonable control of the Party, including, without limitation, strike or other labor disturbance, riot, major power

failure, war, natural calamities including but not limited to floods, earthquakes, fire, volcanic eruptions, epidemics, National Emergency, interference by any government or governmental

agency, embargo, seizure, or enactment or abolition of any law, statute, ordinance, rule, or

regulation (each a " Force Majeure Event"). In the event that either Party is unable to perform any of its obligations under this Agreement because of a Force Majeure Event, the Party who has

been so affected shall as soon as may be, after coming to know of the Force Majeure Event, inform the other Party and shall take reasonable steps to resume performance as soon as may be

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

may, by giving written notice, terminate this Agreement.

Page 23 of 35

EO

I N

o.

C-2

(b)/

EO

I/0

70

4/1

83

/20

17

Annexure-B1

PRICE BID

for Rajasthan

Sl

no

Particulars

1HP DC

Submersible

1HP DC

Surface

1HP

A/C

Surface

2HP AC

Submersible

2HP DC

Surface

3HP AC

Submersible

3HP AC

Surface

3HP DC

Submersible

5HP AC

Surface

5HP DC

Submersible

1

Supply

of

pum

p &

alo

ng w

ith b

ala

nce

of

syst

em

, w

ith 5

years

’ w

arr

anty

.

2

Inst

alla

tion,

com

mis

sionin

g,

Test

ing,

of Solar

PV water

pumping system

alo

ng-w

ith a

ll th

e

nece

ssary

acc

ess

ories

required a

s per

tender

at

suitable

lo

cation incl

udin

g

all

the r

equired

part

s, c

om

ple

te in

all

resp

ect

. *

3

Taxes

& d

uties

on

supplie

d ite

ms

as

per

BO

Q.

4

Taxes

on

inst

alla

tion a

nd

com

mis

sionin

g,

test

ing o

f all

com

ponents

as

per

BO

Q.

5

Tota

l (1

+2+

3+

4)

*D

eta

iled S

peci

fica

tions

as

per

Annexure

-A

Sig

natu

re o

f th

e b

idder

with S

eal

Page 24 of 35

EO

I N

o.

C-2

(b)/

EO

I/0

70

4/1

83

/20

17

Annexure-B2

PRICE BID

for Madhya Pradesh

Sl

no

Particulars

1HP DC

Submersible

1HP DC

Surface

1HP

A/C

Surface

2HP AC

Submersible

2HP DC

Surface

3HP AC

Submersible

3HP AC

Surface

3HP DC

Submersible

5HP AC

Surface

5HP DC

Submersible

1

Supply

of

pum

p &

alo

ng w

ith b

ala

nce

of

syst

em

, w

ith 5

years

’ w

arr

anty

.

2

Inst

alla

tion,

com

mis

sionin

g,

Test

ing,

of Solar

PV water

pumping system

alo

ng-w

ith a

ll th

e

nece

ssary

acc

ess

ories

required a

s per

tender

at

suitable

lo

cation incl

udin

g

all

the r

equired

part

s, c

om

ple

te in

all

resp

ect

. *

3

Taxes

& d

uties

on

supplie

d ite

ms

as

per

BO

Q.

4

Taxes

on

inst

alla

tion a

nd

com

mis

sionin

g,

test

ing o

f all

com

ponents

as

per

BO

Q.

5

Tota

l (1

+2+

3+

4)

*D

eta

iled S

peci

fica

tions

as

per

Annexure

-A

Sig

natu

re o

f th

e b

idder

with S

eal

Page 25 of 35

EO

I N

o.

C-2

(b)/

EO

I/0

70

4/1

83

/20

17

Annexure-B3

PRICE BID

for Telangana

Sl

no

Particulars

1HP DC

Submersible

1HP DC

Surface

1HP

A/C

Surface

2HP AC

Submersible

2HP DC

Surface

3HP AC

Submersible

3HP AC

Surface

3HP DC

Submersible

5HP AC

Surface

5HP DC

Submersible

1

Supply

of

pum

p &

alo

ng w

ith b

ala

nce

of

syst

em

, w

ith 5

years

’ w

arr

anty

.

2

Inst

alla

tion,

com

mis

sionin

g,

Test

ing,

of Solar

PV water

pumping system

alo

ng-w

ith a

ll th

e

nece

ssary

acc

ess

ories

required a

s per

tender

at

suitable

lo

cation incl

udin

g

all

the r

equired

part

s, c

om

ple

te in

all

resp

ect

. *

3

Taxes

& d

uties

on

supplie

d ite

ms

as

per

BO

Q.

4

Taxes

on

inst

alla

tion a

nd

com

mis

sionin

g,

test

ing o

f all

com

ponents

as

per

BO

Q.

5

Tota

l (1

+2+

3+

4)

*D

eta

iled S

peci

fica

tions

as

per

Annexure

-A

Sig

natu

re o

f th

e b

idder

with S

eal

Page 26 of 35

EO

I N

o.

C-2

(b)/

EO

I/0

70

4/1

83

/20

17

Annexure-B4

PRICE BID

for UttarPradesh

Sl

no

Particulars

1HP DC

Submersible

1HP DC

Surface

1HP

A/C

Surface

2HP AC

Submersible

2HP DC

Surface

3HP AC

Submersible

3HP AC

Surface

3HP DC

Submersible

5HP AC

Surface

5HP DC

Submersible

1

Supply

of

pum

p &

alo

ng w

ith b

ala

nce

of

syst

em

, w

ith 5

years

’ w

arr

anty

.

2

Inst

alla

tion,

com

mis

sionin

g,

Test

ing,

of Solar

PV water

pumping system

alo

ng-w

ith a

ll th

e

nece

ssary

acc

ess

ories

required a

s per

tender

at

suitable

lo

cation incl

udin

g

all

the r

equired

part

s, c

om

ple

te in

all

resp

ect

. *

3

Taxes

& d

uties

on

supplie

d ite

ms

as

per

BO

Q.

4

Taxes

on

inst

alla

tion a

nd

com

mis

sionin

g,

test

ing o

f all

com

ponents

as

per

BO

Q.

5

Tota

l (1

+2+

3+

4)

*D

eta

iled S

peci

fica

tions

as

per

Annexure

-A

Sig

natu

re o

f th

e b

idder

with S

eal

Page 27 of 35

EO

I N

o.

C-2

(b)/

EO

I/0

70

4/1

83

/20

17

Annexure-B5

PRICE BID

for Odisha

Sl

no

Particulars

1HP DC

Submersible

1HP DC

Surface

1HP

A/C

Surface

2HP AC

Submersible

2HP DC

Surface

3HP AC

Submersible

3HP AC

Surface

3HP DC

Submersible

5HP AC

Surface

5HP DC

Submersible

1

Supply

of

pum

p &

alo

ng w

ith b

ala

nce

of

syst

em

, w

ith 5

years

’ w

arr

anty

.

2

Inst

alla

tion,

com

mis

sionin

g,

Test

ing,

of Solar

PV water

pumping system

alo

ng-w

ith a

ll th

e

nece

ssary

acc

ess

ories

required a

s per

tender

at

suitable

lo

cation incl

udin

g

all

the r

equired

part

s, c

om

ple

te in

all

resp

ect

. *

3

Taxes

& d

uties

on

supplie

d ite

ms

as

per

BO

Q.

4

Taxes

on

inst

alla

tion a

nd

com

mis

sionin

g,

test

ing o

f all

com

ponents

as

per

BO

Q.

5

Tota

l (1

+2+

3+

4)

*D

eta

iled S

peci

fica

tions

as

per

Annexure

-A

Sig

natu

re o

f th

e b

idder

with S

eal

Page 28 of 35

EO

I N

o.

C-2

(b)/

EO

I/0

70

4/1

83

/20

17

Annexure-B6

PRICE BID

for Haryana

Sl

no

Particulars

1HP DC

Submersible

1HP DC

Surface

1HP

A/C

Surface

2HP AC

Submersible

2HP DC

Surface

3HP AC

Submersible

3HP AC

Surface

3HP DC

Submersible

5HP AC

Surface

5HP DC

Submersible

1

Supply

of

pum

p &

alo

ng w

ith b

ala

nce

of

syst

em

, w

ith 5

years

’ w

arr

anty

.

2

Inst

alla

tion,

com

mis

sionin

g,

Test

ing,

of Solar

PV water

pumping system

alo

ng-w

ith a

ll th

e

nece

ssary

acc

ess

ories

required a

s per

tender

at

suitable

lo

cation incl

udin

g

all

the r

equired

part

s, c

om

ple

te in

all

resp

ect

. *

3

Taxes

& d

uties

on

supplie

d ite

ms

as

per

BO

Q.

4

Taxes

on

inst

alla

tion a

nd

com

mis

sionin

g,

test

ing o

f all

com

ponents

as

per

BO

Q.

5

Tota

l (1

+2+

3+

4)

*D

eta

iled S

peci

fica

tions

as

per

Annexure

-A

Sig

natu

re o

f th

e b

idder

with S

eal

Page 29 of 35

EOI No. C-2(b)/EOI/0704/183/2017

Commercial Terms and Conditions: Annexure-C

1. No Deviation from Specifications, Terms & Conditions are allowed. Quotations having deviation from our specifications, terms & conditions would be rejected.

2. Basis of price: Offer should clearly indicate units and rates. Prices should be submitted on FOR Site’s basis. Quotations submitted with basis of price other than the above will be out rightly rejected.

3. Taxes and duties: Taxes and duties are to be clearly mentioned in the price bid.

4. Period of Rate Contract: One year from the date of award of rate contract

5. Delivery period: As per “Programme Execution Schedule” given in Annexure-A.

6. Payment terms:

Payment will be made on back-to-back pro-rata basis as per the following

A. 30% of the total value (supply) of BOS materials with full taxes / duties will be made

after supply & verification of the supplied system by CEL officials.

B. 50% of the total value for supply & 80% of installation and commission of systems with full taxes / duties will be made after commissioning, documentation and handing

over of the system to user.

C. Balance 20% of the systems will be released @4% in five instalments after end of each

successful year or against submission of BG of equivalent value valid for 63 months of any Nationalised Bank. This payment shall be released based on the functionality of the

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

7. Warrantee period: The items supplied shall be under warrantee for a period of 60 months from the date of supply. Guarantee/Warrantee certificate shall be submitted along with the material.

8. Security Deposit: The rate contracted L1 seller will deposit a Security deposit @5% of Purchase Order Value through a demand draft/RTGS or Bank guarantee from a Scheduled or nationalized bank within seven days of placement of supply orders/work orders, failing which, CEL will be at liberty to cancel the rate contract and blacklist the seller for further supplies under the rate contract. No interest shall be payable on the amount of Security Deposit. The amount of Security Deposit or the Bank Guarantee there for shall be released after two months of execution of the respective supply order. For Security Deposit through RTGS, bank details of CEL are as under:

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

9. Performance Bank Guarantee (PBG): PBG for 10% of each supply order value valid for 63 months from the date of supply to be submitted at the time of delivery of the material. In case, PBG is not submitted by the bidder, 10% payment shall be retained by CEL for 63 months

10. Price reduction for delayed delivery: In the event of delay in affecting the delivery within agreed period, a reduction in the price shall be levied @ 1% of the total order value per week or part thereof subject to maximum of 5% of the total order value.

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

12. Price variation Clause : Price variation would not be permitted either in the bid or till the expiry of the

rate contract period. Bids having Price variation clause would be rejected.

13. Validity of offer: The quotation/tender/bid submitted by the bidder/supplier shall be valid for a minimum period of 365 days from date of opening.

Page 30 of 35

EOI No. C-2(b)/EOI/0704/183/2017

14. CEL reserve the right to split the quantity and award on two or more vendors as per the production requirement. The following norms would be adopted in case of spilt of quantity:

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

b) Minimum 90% quantity of any open tender would be procured from amongst the approved vendors of CEL at the rate of lowest approved vendor as per splitting criteria at S.No.14 (a).

c) Maximum 10% quantity open tender may be procure from unapproved/New vendor to develop bidders as a approved vendor to CEL as per vendor policy S.No.15.

Micro & Small Enterprises quoting price within price band of L1+15 per cent shall also be allowed to supply a portion upto 20% of requirement by bringing down their price to L1 price where L1 is non MSEs (as per “Public Procurement Policy for Micro & Small Enterprises (MSEs) Order 2012”)

15. Any corrections/alterations in the tender/quotation/bid are to be duly signed by the bidder. CEL does not

take any responsibility for delay in receipt or non-receipt or loss of bid(s) in transit.

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

17. Submission of Bid: Bids in sealed cover super-scribing the EOI no., name of the item and due date

should be delivered at the Office of the Asstt. General Manager, Materials Management Division, Central

Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201010 (U.P). Last date of receipt of

bids/quotations is 17/05/2017 up to 15:00 hrs IST. CEL will not be responsible for any postal delays. The

offer shall be submitted in TWO sealed envelopes as detailed below:

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

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

eligibility criteria given in the tender. ii. Filled up Format for Submission of Vendor Data as per format at Annexure D. iii. EOI acceptance letter as per format at Annexure E

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

format given in Annexure- B1 to Annexure- B6.

18. Opening of Tenders: Technical Bids/Quotations will be opened on 17/05/2017 at 1530 hrs (IST). The date for opening of price bids would be fixed after evaluation of the technical bids, usually within a week of opening of technical bids. Price bid of only those bidders would be opened who qualify the technical bid. The date of price bid opening would be intimated to the eligible bidders (qualified in the technical evaluation) at least 1 day in advance.

19. Technical Clarifications: Bidders desiring any technical clarification may contact Assistant General Manager, MMD, Central Electronics Limited, 4, Industrial Area, Sahibabad – 201010 Phone no. 0120-2895145 Fax: 0120-2895148 email: [email protected] between 1000 hrs to 1600 hrs on any working day. However, the bid submission and opening dates would remain unchanged.

20. In case an order placed by the CEL based on the quotation/bid submitted by the bidder/supplier is not

Page 31 of 35

EOI No. C-2(b)/EOI/0704/183/2017

executed by the supplier/bidder, CEL may buy the ordered goods from elsewhere and recover the additional amount that CEL may have to spend in procuring the stores plus 10% to cover the overhead & incidental expenses.

21. Replacement of Rejected Material: Any material supplied against order placed on the basis of this EOI and found to be defective on inspection or differing from approved samples or make or specifications will be replaced by the supplier free of cost or full refund made for the amount paid by Central Electronics Limited including freight and insurance and other incidental charges at CEL’s discretion, within two weeks of receipt of complaint/information from CEL, failing which, the PBG submitted by the supplier will be forfeited.

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

23. For further/detailed terms & conditions, please also see the terms and conditions given in Annexure A. In case of any ambiguity in any of the terms and conditions given hereinabove and in Annexure-A, the terms and conditions given in Annexure A shall prevail.

Page 32 of 35

EOI No. C-2(b)/EOI/0704/183/2017

Annexure D

Format for submission of Vendor Data

1. Name of vendor

2. Registered Address

Phone No.

Fax No.

Name of Proprietor/ CEO/Chairman

Phone/Mobile No.

Email id

3. Factory Address

Phone No.

Fax No.

Email id

4. Delhi/NCR Address (if any)

Phone No.

Fax No.

Email id

5. Correspondence Address

6.

Name of Contact Person

Designation

Phone/Mobile no.

Fax No.

Email id

7. Website

Page 33 of 35

EOI No. C-2(b)/EOI/0704/183/2017

I certify that the information given herein is correct to the best of my knowledge and belief. Signature of Proprietor/CEO/Chairman Seal of the company/concern

8. Sales Tax related information

TIN No.

L.S.T. No.

C.S.T. No.

Sales Tax Exemption No. (if any)

9. Income Tax related information

PAN No.

PAN reference no. (in case PAN applied for)

PAN Status (in case PAN applied for)

10. Excise duty related information

ECC No.

Range

Collectorate

11. Registration No. with Directorate of Industries

12. SSI Reg. No. (if Small Scale Industrial Unit)

13. Bank related information

Bank name

Branch name

Bank address

Bank phone no.

Bank fax no.

Bank MICR Code (9 digit)

RTGS-IFC Code

Account type

Account no.

Swift Code

Page 34 of 35

EOI No. C-2(b)/EOI/0704/183/2017

Annexure – E EOI ACCEPTANCE LETTER

(To be given on Company Letter Head)

Date:

To,

Sub: Acceptance of Terms & Conditions of EOI.

EOI Reference No:

Name of EOI / Work: -

Dear Sir,

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

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

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

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

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

5. In case any provisions of this EOI are found violated, then your department/ organisation shall without prejudice to any other right or remedy be at liberty to reject this EOI/bid including the forfeiture any other punitive action as deemed proper.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Page 35 of 35