IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no....

65
IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR PRADESH e-TENDER NOTICE NO. EQ-1195/2018-19 BIDDING DOCUMENT FOR SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING SYSTEM, ON-GRID OPERATED STATE TUBEWELLS OF 1.0 CUSEC (102M3/HR)&24M HEAD, INCLUDING MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF IRRIGATION & WATER RESOURCES DEPARTMENT, U.P. LUCKNOW Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department U.P. , Ganga SinchaiBhawan, Telibagh, Lucknow-226025, U.P. Phone & Fax No. : 0522-2441281 E-mail :[email protected]

Transcript of IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no....

Page 1: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR PRADESH

e-TENDER NOTICE NO. EQ-1195/2018-19

BIDDING DOCUMENT

FOR

SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE

CAPACITY WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET,

SUITABLE SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT

ELECTRONIC TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING

CABLE AND ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING

SYSTEM, ON-GRID OPERATED STATE TUBEWELLS OF 1.0 CUSEC (102M3/HR)&24M HEAD,

INCLUDING MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL

TECHNICAL SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY

OF

IRRIGATION & WATER RESOURCES DEPARTMENT, U.P. LUCKNOW

Superintending Engineer, Central Equipment & Stores Procurement Organisation-1,

Irrigation & Water Resources Department U.P. , Ganga SinchaiBhawan, Telibagh, Lucknow-226025, U.P.

Phone & Fax No. : 0522-2441281 E-mail :[email protected]

Page 2: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

INDEX

1. Bidding Document : 1

2. e-Tender Notice : 2

3. Invitation for Bids : 3-4

4. Section I - Instruction to Bidders (ITB) : 5-16

(A) The Bidding Document : 5

(B) Preparation of Bids : 6

(C) Bid Opening and Evaluation of Bid : 12

(D) Award of Contract : 15

5. Section II- Conditions of Contract : 17-34

INDEX : 17

II (A) General Conditions of Contract (GCC) : 18

II (B) Special Conditions of Contract (SCC) : 25

6. Section III - Technical Bid : 35-53

III (A) Technical Specifications (TS) : 35

III (B) Technical Conditions including Qualification Requirements (TC) : 41

III (C) Bid Form : 46

III (D) Purchase Order Details Form, Annexure: A1 : 47

III (E) Performance Certificate Statement, Annexure: A 2 : 48

III (F) Check List/Annexure: Q : 49

III (G) Form of Agreement for Validity Commitment, Annexure: VC : 50

III (H) Form of Declaration regarding Blacklisting/Debar/Integrity, Annexure: BL : 51

III (I) Integrity Pact, Annexure: IP : 52

7. Section IV - Financial Bid : 54-55

IV (A) Schedule of Prices & Quantities / BOQ, Schedule: A : 54

IV (B) Form of Agreement : 55

8. Section V - Bank Guarantee Format for Earnest Money, Performance Security, Cenvat Credit and Warranty Clause etc.

: 56-63

V (A) Bank Guarantee Format For Earnest Money, Annexure: EM : 56

V (B) Bank Guarantee Format For Performance Security, Annexure: PS : 57

V (C) Input Tax Credit, Annexure: ITC : 58

V (D) Warranty Clause, Annexure: WC : 59

V (E) Form of Power of Attorney Annexure –PA : 60

V (F) Form of Bio Data Annexure- BD : 61

V (G) Form of e-Payment Annexure –EP : 62

V (H) Schedule of Quantity & dispatches Schedule “AA” : 63

Page 3: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

1

BIDDING DOCUMENT

FOR

SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY

WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE

SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC

TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND

ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING SYSTEM, ON-

GRID OPERATED STATE TUBEWELL OF 1.0 CUSEC (102M3/HR) & 24M HEAD, INCLUDING

MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL

SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF IRRIGATION

& WATER RESOURCES DEPARTMENT, U.P. LUCKNOW.

BID REFERENCE : EQ-1195/2018-19

AVAILABILITY OF e-BID : 11.01.2019, 15.00 Hours onwards.

DOCUMENT ON WEBSITE

LAST DATE AND TIME FOR : 02.02.2019 up to 17.00 Hours

SUBMISSION OF e-BIDS

DATE AND TIME OF OPENING : 04.02.2019 AT 15.00 HOURS

OF e-BIDS

PLACE OF OPENING OF e-BIDS : OFFICE OF

THE SUPERINTENDING ENGINEER, Central Equipment & Stores Procurement Organisation-1, I&WRD, Ganga Sinchai Bhawan, Telibagh, LUCKNOW-226025, U.P.

ADDRESS FOR COMMUNICATION : SUPERINTENDING ENGINEER

Central Equipment & Stores Procurement

Organisation-1, I & WRD Ganga Sinchai Bhawan, Telibagh, LUCKNOW-226025, UP.

Phone & Fax : 0522 2441281

E-mail :[email protected]

BID EARNEST MONEY :Rs 12,500.00 (Rupees Twelve

Thousand Five Hundred Only)

BID DOCUMENT FEE : Rs. 2,150.00 (Rupees Two Thousand

OneHundred Fiftyonly)

COMPLETION SCHEDULE : 02 MONTHS

This Document Contains no. of Pages – 63

It will be the responsibility of the bidders to check U.P. Government e-procurement

website http://etender.up.nic.in for any amendment through corrigendum in the tender document. In case of any amendment, bidders shall incorporate the amendments in their

bid accordingly.

Page 4: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

2

Office of the Superintending Engineer

Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P.

Ganga Sichai Bhawan, Telibagh, Lucknow-226025

e-TENDER NOTICE NO. EQ- 1195/2018-19 On behalf of the Honorable Governor of Uttar Pradesh Online e-Bid simultaneously in three parts namely (i)

Earnest Money Bid (ii) Technical Bid (iii) Price Bid. Items for irrigation purposes as per description in the table, are invited by the undersigned only from ISO: 9001 & ISO: 14001 certified Original Manufacturer registered with Director of Industries of the State/ N.S.I.C./Ministry of Industries, Government of India as original manufacturer of Solar PV Module Panel on firm & fixed price for upgradation of State Tubewell with Solar and Grid Energy Hybrid Pumping System as per the schedule stated below on firm & fixed prices. Rating of Firm should essentially be minimum SP 2B from MNRE approved certifying agencies. Details of eligibility, qualification, technical conditions & specification and method of submission of bids etc. are in the bidding document uploaded on the U P government e-procurement website http://etender.up.nic.in. The bidder shall have no claim for acceptance of any deviations in technical specifications and technical condition as stipulated in tender document. The undersigned reserves the right to cancel any or all the e-bids/annul the bidding process without assigning any reason. In case of any variation in English and Hindi version of this tender notice, English version shall prevail. The details of different activities are as follows:-

(a) SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE

PANEL OF SUITABLE CAPACITY WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING SYSTEM, ON-GRID OPERATED 01 NO. STATE TUBEWELLS OF 1.0 CUSEC (102M3/HR) DISCHARGE OF 24 M HEADFOR MODERNIZATION & UPGRADATION WITH SOLAR & GRID ENERGY HYBRID PUMPING SYSTEMOF IRRIGATION & WATER RESOURCES DEPARTMENT, UP, IN BAREILLY DISTRICT INCLUDING MAINTENANCE AND WARRANTEE FOR FIVE YEARS.

01 Job

(b) Date & time for Availability of the bid document on website. 11.01.2019 from 15.00 Hours onwards

(c) Period of online bid submission in PDF/XLS format in accordance to bid document.

From 11.01.2019, 15.00 Hours

Upto 02.02.2019 up to 17.00 Hours

(d) Hard copy of original Bid Document fee, Bid Security & Industries

Registration Certificate for exemption from EMD and other supporting documents as per bid document to be deposited in the office concerned.

04.02.2019Upto 14.00 Hours

(e) Online opening date & time of Part “A” i.e. Earnest Money Bid. 04.02.2019 at 15.00 Hours

(f) Online opening date & time of Part “B” i.e. Technical Bid. 07.02.2019 at 15.00 Hours

(g) Online opening date & time of Part “C” i.e. Financial Bid. 14.02.2019 at 15.00 Hours

(h) Venue of opening of bid and Pre-bid meeting

Office of The Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, I&WRD, U.P., Ganga Sinchai Bhawan, Telibagh, Lucknow (U.P.) - 226025.

Ph. No. 0522 2441281

(i) Bid document fee. Rs. 2,150.00(Rupees Two Thousand One Hundred Fifty only)

(j) Bid Security (Earnest Money Deposit). Rs 12,500.00 (Rupees Twelve

Thousand Five Hundred Only)

(k) Work Duration 02 months

Note:-

(1) The Tender Notice is available on Information & Public Relation Department website (http://information.up.nic.in). Tender Notice and Tender Documents can be downloaded from e-procurement

website (http://etender.up.nic.in) and Irrigation Department website (http://idup.gov.in).

(2) In case the date of opening of bids is declared a holiday then the e-bids shall be opened on the next working day at the same time.

Superintending Engineer Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P. Lucknow

Page 5: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

3

INVITATION FOR BIDS

This invitation for bids is for issue of contract for Supply, Erection & Comissioning of

Solar PV Module Panel of suitable capacity with fixed structure system, suitable Solar

Submersible Pumpset, suitable Solar Pump Controller Energy Meter (Three Phase, Four Wire,

LT Electronic Trivector Meter) Ip Camera (Dome Type & Still), Interconnecting Cable And

Accessories alongwith required Lighting Arrester And Earthing System, on-grid operated

State Tubewell of 1.0 cusec (102m3/hr) & 24m Head, including Maintenance and Warrantee

for Five Years, as per Departmental Technical Specification under jurisdiction of Tubewell

Division-1, Bareily, of Irrigation & Water Resources Department, U.P. Lucknow.

1. The bidding document is available at e-procurement website http://etender.up.nic.in. Interested

bidders may view, download the bidding document, seek clarification and submit their bid online up to the date & time prescribed as therein.

2. Submission of e-bids against the bidding notice shall be deemed to have been done after careful study and examination of the procedures, terms and conditions stipulated in the Bid Documents

with full understanding of its implications. 3. The bids prepared in accordance with the procedures enumerated in ITB Clause 15 of Section-I

shall be submitted through e-procurement website http://etender.up.nic.in

4. The bidders are required to submit the cost of bidding document as per ITB Clause 1(b) through demand draft in favor of the Executive Engineer, Inventory Control Division, Irrigation

Department, U.P., Lucknow payable at Lucknow, by hand/post/courier up to scheduled date & time and scanned copy of demand draft must be uploaded in Part “A” of their offer, failing which technical bid shall not be considered/opened.

5. All bids must be accompanied by a Bid Security (EMD), if not exempted, submitting scanned copy in the form of Bank Guarantee in prescribed proforma annexed in Section-V(A)- Annexure-EM or FDR of scheduled bank which shall be duly pledged in favor of the Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P.,

Lucknow.

6. The scanned copy of the Bid Document Fee, Bid Security, Power of Attorney, Non Blacklist Notarial Affidavit, Form of Warranty, Integrity Pact, Validity Commitment, Bio data of Firm, Form of Input tax credit, Form of e-payment etc. must be uploaded electronically along with the bids and the original copy of Bid Document Fee, Bid Security, Power of Attorney made in the name of individual

who signed bid document digitally through DSC and Validity Commitment in prescribed format stipulated as Annexure-VC on non-judicial stamp paper of Rs. 100.00 each, Form of Warranty, Integrity Pact, and Non Blacklist Affidavit,Bio Data of Firm, Input tax credit, Form of e-payment etc.

with covering letter mentioning this all list of documents tnerein shall be furnished in prescribed format to the purchaser’s office at Lucknow within scheduled date and time, failing which the bid shall not be considered/opened.

7. The bids shall be electronically opened in the presence of bidder’s representatives, who choose to attend, at the venue, date and time mentioned above in tender notice.

8. The purchaser reserves the right to cancel any or all the bids/annul the bidding process without assigning any reason thereof.

9. In the event of date specified for bids opening, being declared a holiday at purchaser’s office then the

due date for opening of bids shall be the following working day at the scheduled time. 10 All the required documents shall be submitted / uploaded by the bidder electronically in the PDF

format. However, the financial bid shall be submitted in the XLS format. The required electronic documents for each document label of Part “A” Earnest Money (Bid Document fee, Bid Security or

Registration Certificate for exemption with request letter, Part “B” Technical (Complete Technical Offer, Bid Form, Form of Agreement, Form of Warranty (WC), Industries Registration, Integrity Pact (IP), Check List (Q) and Document pertaining to qualifying and technical conditions such as GSTIN No, GST/VAT Clearance, Income Tax Clearance Documents, Power of Attorney, Validity Commitment (VC), ISO Certificate, undertaking for Input Tax Credit (ITC), Affidavit regarding blacklisting/Debar (BL), Acknowledgement of Bid uploading, technical literature, technical/financial

capabilities, testing facilities, list of plant and machinery installed, quality assurance system, guarantee of workmanship and material, Detail of Supplies made to Government Department & Performance Certificate in respect of supplies referred, Bio-data, e-payment form in prescribed format as stipulated Annexure and Part “C” Financial (Price Schedule/BOQ) schedule/packets can

be clubbed together to make single file for each different label. Each of the files can be zipped through “WinZip” utility so that the size of the files is reduced for faster online submission/uploading.

Page 6: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

4

11. Exemption from depositing the Earnest money shall be admissible to the firm registered as Micro

andsmallscale unit, with Director of Industries, U.P., National Small Industries Corporation or as per clause no. 12.8 of ITB. The bidder, seeking exemption, is required to furnish and upload the

scanned copy of such valid registration with request letter for exemption in Part “A” of their offer to avail exemption.

12. Bidders must note that every document bearing the non-judicial stamp paper, Fee & EMD

instruments and documents required on prescribed format as per different annexures of this

documentshall be submitted in original along with other required documents to the office of

purchaser within specified time preferably by speed post or registered courier. On wish of

bidder, this shall be received by hand also under specified time only in working days.

13. The bidder shall have no claim for acceptance of any deviations in Technical Specifications and Technical Conditions as stipulated in tender document.

Superintending Engineer Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P., Lucknow

Page 7: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

5

SECTION I : INSTRUCTIONS TO BIDDERS (ITB)

(A) THE BIDDING DOCUMENTS

1.0 Cost of Bidding

a) The Bidder shall bear all cost associated with the preparation and submission of their bid and Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P., Lucknow hereinafter referred to as “the purchaser”, will in no case be held responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

b) This bid document is available on the website http://etender.up.nic.in to enable the bidders to view, download the bidding document and submit their bids online up to the last

date and time mentioned in e-biddingnotice/bidding document against this bidding. The bidders shall have to pay nonrefundable bidding document fee of Rs. 2,150.00(Rupees Two Thousand One Hundred Fifty only) through Demand Draft payable in favor of The

Executive Engineer, Inventory Control Division, Irrigation Department, Lucknow payable at Lucknow. The original Demand Draft should be received in the office of Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P., Lucknowupto the time prescribed before

opening of the Part “A” bid and scanned copy of Demand Draft must be uploaded in Part “A” of their offer, failing which technical bid shall not be considered / opened.

2.0 Contents of Bidding Documents

2.1 The bidding procedures and contract terms and conditions are prescribed in the bidding documents, which include as mentioned herein under:-

(a) Invitation for Bids

(b) Section I : Instruction to Bidders (ITB)

(c) Section II (A) : General Conditions of Contract (GCC)

(d) Section II (B) : Special Conditions of Contract (SCC)

(e) Section III(A) : Technical Specifications: (TS)

(f) Section III(B) : Technical Conditions: (TC)

(g) Section III(C) : Bid Form

(h) Section III(D) : Purchase Order Detail Annexure: A-1

(i) Section III(E) : Performance Certificate Statement Annexure: A-2

(j) Section III(F) : Check List Annexure: Q

(k) Section III(G) : Form for Validity Commitment Annexure: VC

(l) Section III(H) : Form or Declaration regarding Black Listing/Debar/SuspensionAnnexure:

BL

(m) Section III(I) : Integrity Pact Annexure: IP

(n) Section IV(A) : Schedule of Prices & Quantities /BOQ Schedule: A

(o) Section IV(B) : Form of Agreement

(p) Section V(A) : Bank Guarantee Format for Earnest Money, Annexure: EM

(q) Section V(B) : Bank Guarantee Format for Performance Security, Annexure: PS

(r) Section V(C) : Input Tax Credit Annexure: ITC

(s) Section V(D) : Warranty Clause Annexure: WC

(t) Section V(E) : Form of Power of Attorney Annexure-PA

(u) Section V(F) : Form of Bio-data of the Firm, Annexure-BD

(v) Section V(G) : Form of e-Payment-Annexure-EP

(w) Section V(H) : Schedule of Quantity and Dispatches Schedule AA

2.2 The Bidders are expected to examine all instructions, forms, terms & conditions and also technical specifications stipulated in the bidding documents. Failure to furnish all information required as per stipulation of the bidding documents or submission of bid not commensuration to the requirement of the bidding documents in every respect may result in

rejection of the bid. 2.3 Bid Signing Authority Individual signing bid or other documents digitally or manuallyconnected with the contract

must write his name in block letters under his signature and must specify in submitted Power of Attorney on prescribed format Annexure “PA” whether he/they sign/sign as:

i. A “Sole Proprietor” of the firm or his “Attorney”. ii. A “Procurator” of the firm. iii. An active partner of the firm in case where authority to refer arbitration disputes

concerning the business of the partnership has been conferred on every partner by Partnership Agreement.

Page 8: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

6

iv. A person or persons duly authorize by a power of attorney to bind all the partners of the

firm in all matters pertaining to the agreement including the arbitration clause.

v. In case the bid is submitted by a Company/Corporation the same shall be signed by the authorized signatory. Satisfactory evidence / authority of the person signing on behalf of

the bidder shall be furnished along with tender.

Note:

a) In case of (iii) & (iv) above, a copy of Partnership Deed Agreement or General Power of Attorney attested by the public notary should be furnished.

b) In the case of the Partnership Firm, where authority as aforesaid has not been

conferred upon any individual by Partnership Agreement or Power of Attorney, tenders and other related documents must be signed by all partners.

c) A person signing the bid form or any document forming part of the contract on behalf

of another shall be deemed to warranty that he has authority to do so and if on enquiry, it appears that the person so signing had no authority to do so, the Purchaser, without prejudice to other civil and criminal remedies may cancel the contract& hold the signatory liable for all cost of damages.

d) Each page of the Bid Document, Schedules and Annexures shall be signed and stamped by the Bidder. Cutting/overwriting /Erase, if any, must invariably be initialed

by the person signing the Bid Document.

3.0 Clarification of Bidding Documents

A prospective bidder requiring any clarification of the bidding documents may raise his point of clarification through Bid Management Window after successfully logging to the e-procurement

website http://etender.up.nic.in The bidder may seek clarification by posting query in the relevant window after clicking “Seek Clarification” option in the view bidding details window for bidding, which can be selected through tender option of bid submission menu. However, it is mandatory for the firm to seek clarification in writing also. The clarification if any will be replied

back by the purchaser through the e-procurement website which can be read by the bidders through the “Clarification” option under Bid Submission menu. The purchaser may also respond to clarifications raised by the prospective bidders on purchaser’s e-mail address

[email protected] or through Post. However, it is mandatory for the firm to seek clarification in writing also apart from seeking electronically and it will be replied accordingly in writing.

4.0 Amendment of Bidding Documents

4.1 At any time prior to deadline for submission of bids, the Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding document by amendments. Such amendments shall be posted/

uploaded on the e-procurement website http://etender.up.nic.in through corrigendum and shall form an integral part of bidding document, failing which the purchaser shall not be

liable for any responsibility.

4.2 It shall be the sole responsibility of the prospective bidders to check the website http://etender.up.nic.in regularly for subsequent amendments, if any in the bidding

document, failing which the purchaser shall not be liable for any responsibility.

4.3 The Purchaser, at his discretion, may extend the deadline for the submission of bids, which

shall be posted/ uploaded on the e-procurement website http://etender.up.nic.in

(B) PREPARATION OF BIDS

5.0 Language of Bid

The bid prepared by the Bidder, as well as correspondence and document relating to the bid exchanged by the bidder and the purchaser shall be made in Hindi or English language. The

correspondence and document in Hindi must be accompanied by embedded / separate Hindi Font files. Only English numerals shall be used in the bid. Certificates in regional languages

should accompany their translation in Hindi or English duly signed by the bidder.

6.0 Document Constituting the Bid

The bid prepared for online uploading (Part A and Part B in pdf and Part C “BOQ” in xls format) on e-procurement website http://etender.up.nic.in by the bidder, shall comprise the following

parts:

(a) Part “A”- Earnest Money, will comprise of scanned copies of:

(i) Bid security (EMD)or Industry Registration Certificate for exemption from depositing EMD with request of letter for exemption, as applicable, furnished in accordance with ITB Clause 12.0 and pursuant to Clause 2.1 & 2.2 of the Special

Conditions of Contract mentioned hereinafter.

Page 9: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

7

(ii) Bid Document Feein accordance with ITB Clause 1(b).

The above documents shall be submitted in PDF format on website and originals of above documents shall be furnished to the purchaser’s office at Lucknow within

stipulated time period. Failing so, the bid may not be considered.

(b)Part “B”- Technical Bidwill comprise with following details for online submission in pdf

format:

(i) Qualification Details- Copies of required documents as per Clause 8.0& 13.0 of

Technical Conditions Section III (B)of bid document, for assessment of financial, technical and production capability of the bidders in order to perform the contract successfully and that the bidder conform to the technical conditions of the bidding

documents and Technical Specifications, so as to ensure the correct supply of

material.

(ii) Technical Conditions Details- Itincludes copy of documents as per Technical

Conditions {Section-III(B)} of tender document in PDF format.

(iii) Bid Form& Form of Agreement-

(a) Copy of filled in Bid Form {Section-III(C)}, in PDF format in token of complying with all the conditions of the contract and Technical Specifications of the bidding

Document. No deviation by the bidder shall be acceptable.

(b) Copy of filled in Agreement Form as per Section-IV(B), in PDF format in token

of complying with all the conditions of the financial conditions of contract.

(iv) Goods& Service Tax Clearance Certificate-

Bidder shall submit scanned copy of their Goods & Service Tax Clearance Certificate /No Dues Certificate of taxes/ acknowledgement issued within 364 days prior to

opening of bid, duly signed by the Tax officer concerned under the seal of their office. Failure to produce the said certificate will render their tender liable to be ignored.

(v) Power of Attorney in the name of individual who signs bid document digitally

through DSC, pursuant to clause 2.0 of section III BTechnical Conditions of

contract in PDF format in Annexure- PA.

(vi) Industry RegistrationDuly certified by public notary, issued by Director of

Industries of the State or Centre/N.S.I.C./Ministry of Industries, Government of India

as original manufacturer of tendered item.

(vii) ISO 9001:2008 & ISO 14001 Certificatefor manufacturing of Solar PV Module, Solar Pump Controller and Solar Submersible Pumpset of the original manufacturing Company. In case the above equipments are out-source, the ISO certificate of original

manufacturing company has to be submitted.

(viii) Validity Commitment pursuant to clause 4.0 of the Technical Conditions of Contractin prescribed proforma (Annexure- “VC”) on Rs.100.00 non-judicial stamp paper duly signed by the bidder.

(ix) INPUT TAX CREDIT- Bidder shall give an undertakingon Non Judicial Stamp Paper of Rs. 100 as per annexure-ITC, along with their offer regarding INPUT TAX CREDIT

(ITC) of Goods and Service Tax as per Clause 4.0 & 5.6 of Section-II(B) Special Conditions of Contract (SCC) of bid document in PDF format. Original copy (hard

copy) is to be submitted with the offer. Bidder shall also mention the GSTIN thereon.

(x)Affidavit regarding Blacklisting/Debar/Banning of Business/suspension- Bidder shall submit/uploadnotarized affidavit on Non-Judicial stamp paper of Rs 100.00 regarding firm not being blacklisted/suspended / banned of business by any State/Central Government Departments/Organizations/Undertaking, in the format as prescribed in Section III(H), Annexure: BL. Original shall be submitted in the office before opening of tender.

(xi) Acknowledgement of Bid Uploading- Hard copy of acknowledgement of uploading bid should be essentially submitted along with Part A. Bidder shall intimate total

number of pages uploaded in Part “A”, Part “B” & Part “C” in bid documents

separately.

(xii) Integrity Pact- To use, practice and observe all the best, clean, ethical, honest and legal means and behavior maintaining complete transparency and fairness in all activities concerning Registration, Bidding, Contracting/Rate Contracting and Performance thereto, for which bidder is required to submit an “Integrity Pact” as per “Annexure IP” in the Technical Part “B” of their offer and original shall be submitted to the office of purchaser in stipulated time.

(xiii) Warranty Clause- Bidder shall submit (Section-V(D)-Annexure-WC)on letter head of the original manufacturer duly signed by authority having legal power of attorney

regarding guaranty of the supplied equipments.

Page 10: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

8

(xiv) Income Tax Clearance Documents- Bidder shall submit/upload copy of Permanent Account Number (PAN) of firm and copy of latest relevant Income Tax Return (ITR)

form (not older than last two financial years).

(xv) Bio DATA of Firm-Details regarding the firm as per Section-V(F) Annexure-‘BD’.

(xvi) Bidder claiming for price preference, must upload the scanned copy of relevant government order issued & in force till the last prescribed date of submission of offer along with request letter for seeking price preference under relevant clause of

Government order in technical part “B” of the bid.

Price/Purchase preference to the firm shall be considered only as per prevalent rules/Govt. orders in force, on the request of the firm. Bidder found eligible for preference, shall have to match his price with the lowest bidder, in case he is willing

to work on the lowest rates.

(xvii)Bidder shall also submit and upload the all the documents required in evaluation of

technical bidsin pursuant toITB Clause-21.0

(xviii) Check List-Copy of filled in check liston Annexure “Q” in PDF format as enumerated in Section-III (F) Column-4 of the Check List should be essentially filled

indicating where the document is placed.

(xix) IEC & ISO Certificates:

(a) Solar PV Module: IEC-61215/IS-14286, IEC-61730-1,-2, IEC-62804 & IEC 61701.

(b) Solar Pump Controller: IEC-61683, IEC-60068-2 (1, 2, 30) & IEC-60529. Certification for minimum 7.5 HPis required.

(c) Solar Submersible Pumpset: IS-8034:2002 & IS-9283:1995.

(d) Flat Cable for Pumpset: IS-9283:1995 & IS-694:1990,

(e) Cable for connection: IEC-60227 / IS-694 & IEC-60502/IS-1554.

(xx) Valid Certificate of MNRE Channel Partner with 3 years tract record.

(xxi) Rating of bidder (all partners) should be minimum ‘2B’, by MNRE approved agencies.

Note-The above documents shall be submitted online in PDF Format and originals of

above documents shall be furnished to the purchaser’s office at Lucknow before the opening of Part “A” of the bid within stipulated time. Failing so, the bid

may not be considered.

(c) Part “C”- Financial Bidwill comprise with:

(i) Price Schedule / BOQ- Schedule of Prices & Quantities/ BOQ in accordance with Schedule-A-section-IV(A),in XLS format only to be filled and uploaded, after

downloading from the e-procurement website of the tender under reference.

Note: Bidders may please note that Photostat copies of only genuine documents duly attested by the Public Notary as well as signed & stamped by the Bidder be only submitted along with their offer and in the event of the same being found

forged / false, their offer along with Earnest Money deposited may be forfeited & besides this they may also be Black Listed, Suspended and Debarred from taking part in future tender / contract in the Department / Government

forever, necessary legal action in such cases may also be initiated against the

Bidder as per law, in force.

7.0 Bid Form

The Bidder shall complete the Bid form and appropriate Price Schedule/BOQ furnished in the bidding document, including the material to be supplied, their quantities and prices in the

format given in the bidding document.

8.0 Bid Price

8.1 The Bidder shall quote separately, in the downloaded spread xls sheet file for Price Schedule/BOQ, unit price along with Basic price including Packing, Forwarding, Transit insurance & Freight charges etc. up to destination and IGST/CGST/SGST as applicable for

item/ equipment as per specifiedTechnical Specifications{Section III (A)}.

8.2 Total Bid price for all the equipments indicated in the price Schedule/BOQ as mentioned in Para 8.1 above, shall include all expenses in regards to the supply, commissioning& testing of

equipments in the destination site and comprehensive performance guarantee/Security as

stipulated in clause no. 10.0 & 11.0 of SCC.

(i) The Price of material (Basic price including Packing, Forwarding, Transit insurance & Freight charges etc.).

(ii) Applicable taxes like GST (IGST/CGST/SGST) & other statutory applicable taxes as

per Clause 5.0 of SCC.

Page 11: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

9

(iii) The price of packing, forwarding, freight & transit insurance and other local expenses for final delivery in the stores/at destination station as per Clause 6.0 of

SCC.

(iv) The Price of Octroi, Toll Tax& Other Taxes, if any, listed in Clause 7.0 of the SCC.

(v) Prices of each Pump of specific discharge & head as mentioned in downloaded schedule of prices & quantities/BOQ, Schedule-A shall only be compared for bid evaluation.

9.0 Bid Currencies

Prices shall be quoted in Indian Rupees only.

10.0 Documents Establishing Bidder’s Qualification

10.1 Pursuant to ITB Clause-6, the bidder shall furnish its Technical Bid, incorporating document establishing the bidder’s qualification to perform the contract, in the event of the bid being accepted. The documentary evidence shall be submitted by the bidder electronically in the

PDF format.

10.2 The documentary evidence establishing bidder’s qualification to perform the contract in the

event of bid being accepted, shall be as per technical/financial capability requirement

specified in Clause 8.0 of Section III(B) Technical Conditions of tender document.

11.0 Documents Establishing Goods Conformity to Bidding Documents

11.1 Pursuant to ITB Clause 6, the bidder shall furnish, documents establishing the conformity to the bidding documents in respect of material proposed to-be supplied under the contract. The

documentary evidence should be in the PDF format.

11.2 The documentary evidence of conformity of the material to the bidding documents shall also

consist of:

(a) The brochures/leaflets/the document of the Original Manufacturer of the material

offered in support of the technical specifications stipulated in the tender.

(b) The bidder shall submit the documentary evidence in support of his being original

manufacturer of the material under reference.

(c) The bidder shall submit a statement giving reference of the relevant Clause where there is

deviation to the Technical Specifications.

12.0 Bid Security

12.1 Pursuant to Clause 2.0 of the Section II(B), Special Conditions of Contract (SCC), the

Bidder shall furnish, a bid security/EMD for amount Rs 12,500.00 (Rupees Twelve Thousand Five Hundred Only)in favour of the purchaser i.e. Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P., Lucknow. The scanned copy of the Bid Security/EMD must be submitted

along with the bids and the original one should reach the purchaser’s office at Lucknow before opening of Part “A”, failing which their offer shall not be considered. In case of opening of Part “A” is rescheduled or any other reason thereof, the validity shall be extended accordingly by the bidder on the request of department. The bidder who refuse to grant such an extension on the request of department, for an extension of the validity of their bids and bids securities will have their bid securities returned to them. Such bidders shall be deemed

to have waived their right to further participate in the bidding.

12.2 The bid security is required to protect the purchaser against the risk of Bidder’s performance & conduct which would warrant the forfeiture of security, pursuant to ITB Clause 12.7 as

mentioned herein under.

12.3 The bid security shall be in Indian Rupees and shall be in the instruments mentioned in

clause 2.0 of SCC. Bid Security shall not be accepted in cash in any circumstances.

12.4 Any bid not secured in accordance with ITB Clauses 12.1 and 12.3 above shall be treated as

non-responsive and will be rejected by the Purchaser.

12.5 Unsuccessful bidder’s bid security shall be discharged / returned after the finalization of

contract, pursuant to Clause 2.4 of Section II(B) of Special Conditions of Contract.

12.6 The successful bidder’s bid security will be discharged upon the bidder signing the Contract, pursuant to ITB Clause 28, and furnishing the performance security, pursuant to ITB

Clause 29 as mentioned herein under.

12.7 The bid security may be forfeited:

(a) If a Bidder

(i) Withdraws its bid during the period of bid validity specified by the Bidder; or

(ii) Does not accept the correction of errors pursuant toITB Clause 22.2 or

(iii) Modifies its bid price during the period of bid validity specified by the bidder on the bid form or

(iv) Commits Non-performance or misconduct in view of bids/contract terms and

conditions.

(b) If the qualified bidder fails:

(i) to sign the Contract with the purchaser in accordance withITB Clause 28; or

Page 12: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

10

(ii) to furnish performance security in accordance with ITB Clause 29.

Note:-(1) Bank Guarantee Bond not complying with the above stipulations shall not be

accepted.

(2) EMD in any other instrument or in cash shall not be accepted and offer is liable to

be rejected out-rightly.

12.8 Exemption From Earnest Money

As per U.P. Government G.O. No.5/2016/253/18-2-2016-3(,lih)/2010 dated

01.04.2016promulgatingUTTAR PRADESH PROCUREMENT MANUAL (procurementof goods)

and GO No.2119/18-5-2002-52(SP)/98 dated 21.11.02.

(a) SSI unit registered for participation under STORES PURCHASE PROGRAMME with Director of Industries, U.P. or National Small Industries Corporation (NSIC) for the

tendered item are exempted from depositing the Earnest Money.

(b) Micro and Small Enterprises and Industrial Co-operatives within U.P.State which are

certified as such by the Commissioner and Director of Industries or by Deputy Commissioner, District Industries Centre, are exempted in respect of certified items from furnishing earnest money deposit in support of tenders submitted by them. The Khadi and

Village Industries Co-operative Societies within the U.P.State, registered as such with the Khadi and Village Industries Board/Khadi and Village Industries Commission on furnishing proof of such registration are also exempted from furnishing earnest money

deposit.

(c) Micro and Small Enterprises registered with the National Small Industries Corporation

Limited, New Delhi (NSIC) and in respect of which competency certificates are issued by

the NSIC will be exempted from furnishing earnest money deposit.

(d) Government institutions / State Public Sector Undertakings, which manufacture and

supply goods, are exempted from furnishing earnest money for tenders.

However, they are required to submit scanned copy of their request letter along with copy of their valid registration as desired, duly attested by Public Notary in Part “A”

of their tender offer, failing which exemption shall not be admissible.

13.0 Period of Validity of Bids

13.1 Bid shall remain valid for3 months from the due date of opening of Part “A” of the Bid, pursuant to Clause 4.0 of Section III B, Technical Conditions, for conformity of the same,

the bidder shall be required to submit form of validity commitment as mentioned in Section III(H) of Bid document duly filled and signed on Rs.100.00 Non Judicial Stamp Paper, which shall be submitted along-with Earnest Money before the date of opening of Part "A" and scanned copy of the same shall be submitted along-with e-Bid. A bid valid for a shorter

period shall be rejected by the purchaser treating the same as non-responsive.

13.2 In exceptional circumstances, the purchaser may solicit the bidder’s consent to an extension

of bid security under ITB clause 12.0 during the period of validity.

14.0 Format and Signing of Bids

14.1 The Bidder shall prepare one electronic copy each of the EMD Bid, Technical Bid and

Financial Bid separately.

14.2 The bid documents shall be digitally or manually signed, by the person or persons duly authorized. The letter of authorization shall be indicated by a scanned copy of written power of attorney (Annexure PA), accompanying the Part “B” of bid. All the pages/documents of the bid uploaded shall be digitally signed by the person or persons authorized to sign the bid;

however originals shall be submitted in the office before stipulated time schedule.

14.3 Power of attorney in the name of individual signing the tender document shall be as per

Clause 2.0 of Technical Conditions, Section –III (B).

15.0 Submission of e-Bids

The bidders are required to be registered with U.P. Electronics Corporation, Ashok Marg,

Lucknow by depositing prescribed fee as applicable to participate in the e-tendering as per GO

no 1067/78-2-2017-42IT/2017 dated 12 May 2017. The Bid Submission module of e-procurement website http://etender.up.nic.in

enables the bidders to submit the e-bids online against the published tender enquiry. Bid may be submitted only during the period and time stipulated in the tender, i.e. from

11January2019 at 15:00 hours to 02 February2019 upto 17:00 hours. Bidders are advised to start the Bid Submission process well in advance so that they can submit their bid in time. The bidders shall submit their bids, taking into account the server time, displayed in the e-procurement website. This server time is the time by which the bid submission activity will be allowed till the permissible time on the last date of submission stipulated in the schedule. The bidders cannot submit their bids after the completion of bid submission period.Purchaser shall not be responsible for any delay in, submission of bid online or receipt of original

documentsto the office.

The bidders shall follow the instructions mentioned herein under for submission of their e-bids:

Page 13: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

11

15.1 For participating in bids through the e-tendering system, it is necessary for the bidders to be the registered users of the e-procurement website http://etender.up.nic.in. The bidders shall first register themselves on the e-tender website, if they have not done so previously,

using the option “Click here to enroll” available on the home page of the website.

15.2 In addition to the normal registration, the bidder has to register with their Digital Signature

Certificate (DSC) in the e-tendering system and subsequently he / she will be allowed to carry out his / her bid submission activities. Registering the Digital Signature Certificate (DSC) is a onetime activity. Before proceeding to register their DSC, the bidder

shall first log on to the e-tendering system using the User Login option on the home page with

the login Id and Password with which they have registered as per clause 15.1 above.

For successful registration of DSC on e-procurement website http://etender.up.nic.in., the bidder must ensure that they possess class-2 /Class-3 DSC issued by any one of the certifying authorities duly approved by Controller of Certifying Authorities. Government of India, such

CA details available on http://www.cca.gov.in/cca/.The bidder is also advised to register their DSC on e-procurement website well in advance before bid submission period & time so that they do not face any problem while submittingtheir e-bid against this tender. The bidder can perform User Login creation and DSC registration exercise as described in clauses 15.1

and 15.2 above even before bidsubmission period starts. The purchaser shall not be held responsible if the bidder tries to submit their e-bid at the last moment of submission of bid, thus failing to submit due to DSC registration problem or server problem or any

other technical reason.

15.3 The bidder can search for active tenders through “Search Active Biddings” link, select a

tender in which they are interested in and then move it to ‘My Biddings’ Folder using the option available in the Bid Submission menu. After selecting and viewing the biding, for which the bidder intends to bid, from “My Biddings” folder, the bidder can place their bid by

clicking “pay Offline” option available at the end of the view biding form. Before this, the bidder should download the Bidding document and price Schedule / Bill of Quantity (BOQ) and study them carefully. The bidder shall keep all the documents ready as per the requirements of bidding document in the PDF format except the Price Schedule / Bill of

Quantity (BOQ) which shall be in the XLS format (excel sheet).

15.4 After clicking the ‘Pay offline’ option, the bidder shall be redirected to the relevant pageof Terms and conditions. The bidder shall read the Terms and conditions before proceeding to fill in the Tender fee EMD offline payment details. After entering and saving the Tender Fee and EMD details, the bidder shall click “Encrypt & Upload” option given in the offline payment details form so that “Bid Document Preparation and Submission” window appears to upload the documents as per technical (Fee details, Qualification details, Bid Form and Technical Specification details) and financial (Bid Form and Price Schedule / BOQ) schedules

/ packets given in the tender details. The details of the Demand Draft or any other accepted instrument which is to be physically sent in original, before opening of Part “A” of the bids, should tally with the details available in the scanned copy and the data entered during submission time otherwise the bid submitted shall not be accepted.

15.5 Next, the bidder should upload the documents required as per ITB clause 6 such as, EMD

Bid Documents for fee details (Bidding fee and EMD), Qualification details as per “ITB Clause 10.0 and 21.0”, Bid Form, “Technical Specification” “Section-III(C)” and Financial Bid documents as per “Section-IV(A): Schedule of Prices & Quantities /BOQ” of bidding document. Before uploading, the bidder has to select the relevant Digital signature

Certificate. They may be prompted to enter the digital signature Certificate password, if necessary. For uploading, the bidder should click “Browse” button against each document label in Technical and Financial schedules / packets and then upload the relevant PDF / XLS

files already prepared and stored in the bidder’s computer. The required document for each document label of Technical (Fee details, Qualification details, Bid Form and Technical Specification details)can be clubbed together to make single separate file for each different

label.

15.6 The Bidder shall click “Encrypt” next for successfully encrypting and uploading of required documents. During the above process, the bid documents are encrypted / locked electronically with the DSC’s of the Bid openers to ensure that the bid documents are

protected, stored and opened by concerned bid openers only.

15.7 After successful submission of bid documents, a page giving the summary of bid submission will be displayed so as to ensure that the process of e- bid submission is completed. The

bidder can take a printout of the summary using the “print” option available in the window as

an acknowledgement for future reference.

15.8 Purchaser reserves the right to cancel any or all Bids without assigning any reason thereof. 15.9 The bidder shall submit acknowledgement of total number of pages/file size uploaded

for Part “A”, Part “B” and Part “C” of the Bid separately along with other documents to the purchaser office.

Page 14: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

12

16.0 Deadline for Submission of e-Bids

16.1 E-Bids (EMD, Technical and Financial) must be submitted online by the bidders at e-procurement website http://etender.up.nic.in not later than 17.00 Hours on 02.02.2019.

16.2 The Purchaser may at his discretion, extend this deadline for submission of bids or any other

date, by amending the bid documents in accordance with ITB Clause 4.0

17.0 Late Bids The server time indicated in the Bid Management window on the e-procurement website http://etender.up.nic.in will be the time by which the bid submission activity will be allowed till the permissible date and time schedule in the tender. Once the bid submission period is over, the bidders cannot submit their bid. Bidders are advised to start the Bid Submission

well in advance so that the bid submission process is completed within the scheduled period,

18.0 Withdrawal and Resubmission of e-Bids

18.1 At any point of time, a bidder may withdraw the bid submitted online before the completion of bid submission period. For withdrawal, the bidder shall first log in using their login Id and password and subsequently by their Digital Signature Certificate on the e-procurement

website http://etender.up.nic.in.The bidder shall then select “My Bids ”

option in the Bid Submission menu. The page listing all the bids submitted by the bidder shall be displayed. Click “View” to see the details of the bid to be withdrawn. After selecting the “Bid Withdrawal” option, the bidder has to click “Yes” to the message “Do you want to withdraw this bid?” displayed in the Bid Information window for the selected bid. The bidder also has to enter the reasons for withdrawing the bid and upload the same for withdrawal before clicking the “Submit” button. The bidder has to confirm again by pressing “Ok” button

before finally withdrawing their selected bid. 18.2 The bidder has to request the purchaser with a letter, attaching the proof of withdrawal and

submission of bid EMD in the office of purchaser for taking back the bid EMD as per the manual procedure.

18.3 No bid may be withdrawn in between the period fixed for submission of bids and the period of expiry. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of their bid EMD, pursuant to ITB Clause 12.7.

18.4 The bidder can resubmit their bid as and when required till the completion of the period of its submission. The bid submitted earlier will be replaced by the new one. The bid security submitted by the bidder earlier will hold good for revised bid and the new bid submission

summary generated after the successful submission of the revised bid will be considered for evaluation purposes. For resubmission, the bidder shall first log in using their Login ID and Password and subsequently by their Digital Signature Certificate on the e-procurement website http://etender.up.nic.in. The bidder should then select “My Bids” option in the Bid Submission menu. The page listing all the bids submitted by the bidder will be displayed. Click “View” to see the details of the bid to be resubmitted. After selecting the “Bid Resubmission” option, click “Encrypt & Upload” to upload the revised bid documents by

following the methodology provided in ITB clauses 15.4 to 15.7. 18.5 The bidders can submit their revised bids as many times as possible by uploading their bids

within the schedule period for submission of e-bids. 18.6 No bid can be resubmitted subsequently after the period for submission of bid is over.

(C) BID OPENING AND EVALUATION OF BIDS

19.0 (A) Opening of Part “A” (Earnest Money) & Part “B” (Technical) of the e-Bids by the

purchaser. A.1 Earnest Money: Part “A” & Technical: Part “B” of e-bids shall be opened, in the presence

of Bidders’ representatives, who so ever may like to attend at 15.00 Hours on

04.02.2019 and 15.00 Hours on 07.02.2019 respectively, at the Office of The Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P., Ganga SichaiBhawan, Telibagh, Lucknow-226025, UP. The representatives of the bidder present at the time

of opening are required to sign a register, as a token of their attendance. In the event of the specified date of e-bid opening being declared a holiday, the e-bids shall be opened

at the scheduled time and location on the next working day.

A.2 The important details of the bid, as the purchaser, at his discretion may consider appropriate, shall be announced at the time of opening.

A-3 The purchaser shall prepare brief information of documents submitted at the time of

opening of bid.

A.4 In case Part-“A” is not found responsive vis-à-vis as per stipulations of tender

conditions, the Technical Part-“B” shall not be opened.

Page 15: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

13

A.5 In case the downloaded documents of e-Bid or their part of, are found to be illegible, the purchaser has every right to demand for the same documents which were used in

uploading of e-Bid.

(B) Opening of Part “C” (Financial Bids) of the e-Bids by the purchaser.

B.1 After evaluation of technical bid, vis-à-vis Conditions of the Contract, Technical Specifications& Condition and Qualification Requirements, if the technical bid is not

found responsive, their financial bids shall not be opened.

B.2 However the date & time of opening the financial Bids (Part “C”) of technically qualified

bidders is scheduled to-be opened on 14.02.219 at 15.00 Hours at the Office of The Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P., Ganga SichaiBhawan, Telibagh, Lucknow, UP in the presence of bidders who choose to attend. The name of Bidders&

manufacturer, their Bid Prices and conditions etc. shall be announced at the time of

opening.

20.0 Clarification of Bids

During evaluation of bids, the purchaser may, at his discretion, seek clarification on any point

relating to their bid. The request for clarification and the response shall be in writing.

21.0 Evaluation of technical bids and Evaluation Criteria

21.1 The purchaser shall evaluate the bids vis-à-vis all the conditions & specifications of the

tender documents. Any of the bid not meeting the requisite, shall be rejected.

21.2 The bidders shall submit the scanned copies of the documents as mentioned in para 21.3 &

21.4 herein after as documentary proof for evaluation of their technical bids.

21.3 The Bidder shall be ISO:9001 & ISO: 14001 certified original manufacturer ofSolar PV Module, Solar Pump Controller and Solar Submersible Pumpsetof required capacity or more and also registered with Director of Industries / Small Scale Industries of the

State/N.S.I.C./Government of India, Ministry of Industry as original manufacturer for the said items. The bids shall contain scanned copy of valid ISO:9001 & ISO: 14001 or updatedcertificate and registration certificate for the tendered item with Director of

Industries/Small Scale Industries of the State/N.S.I.C./Government of India, Ministry of

Industry issued by any statutory authority, failing which their bid shall also be rejected.

Note:- Bidders may please note that if any of the preceding part of the tenders is not found responsive, the next part of the tender shall not be opened & no claim what so ever shall be

entertained.

21.4 (i) The bidder shall submit/upload statement containing manufacture and supply details of minimum 01 No. Solar Pumping Systemof 7.5 H.P. or more, duly manufactured and sold by them to Govt. Departments/Govt. Undertakings in the format annexed as "Section III(D)- Supply Orders detail FormAnnexure-A-1, herein after, duly certified by their Statutory

Auditors /Chartered Accountant, along-with copies of Supply Orders & Invoices for assessment of supplies actually made against the same.

Bidders may please note that the offer of only those bidders shall be considered who have manufactured and supplied minimum 01 No. Solar Pumping Systemof 7.5 H.P. or morein last 10 consecutive Financial Years, i.e. upto 31.03.2017, to the Government

Departments/Govt. Undertakings. To meet this requirement, the bidders shall submit copies of supply orders placed on them and invoices as a proof of supplies actually made. However this condition shall not be applicable to those bidders who have already suppliedminimum 01 No. Solar Pumping Systemof 7.5 H.P. or morein Irrigation Department U.P., but they

are required to furnish the details as required under this clause.

(ii) The bidder shall submit performance certificates of minimum 01 No. Solar Pumping Systemof 7.5 H.P. or moreout of the supplies corresponding to the supplies mentioned in "Section III(E)- Supply Orders detail Form Annexure-A-1, in successful use for a

minimum period of 12 months i.e. upto 31.03.2018related to supplies executed as mentioned in Annexure-A-1. The bidders shall submit details of Performance Certificates in the format annexed as “Section III(E)-Performance Certificate Form”Annexure-A-2 herewith.

Note:The above conditions (ii) shall not be applicable to the bidders, who have supplied the

minimum 01 No. Solar Pumping Systemof 7.5 H.P. or more to Irrigation & Water Resources Department, U.P. but they are required to submit invariably the details of supplies made to Irrigation & Water Resources Department, U.P. in "Section III(D)- Supply Orders

details Form" Annexure-A-1.

The performance in such case shall be evaluated on the basis of their past supplies at the departmental level, in case performance of their past supplies is found unsatisfactory or un-wanting, their Technical Part–B shall primarily be rejected on this ground alone and no further evaluation of Part-B shall be done.

Page 16: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

14

21.5 The Bidder shall submit Power of Attorney, Industrial Registration, ISO certificate and firms Technical and Financial capabilities in Part-B of their offer as mentioned in Power of Attorney (clause 2.0),Bid form & Form of Agreement (clause 3.0), Validity Commitment

(clause 4.0), Technical Literature (clause 5.0), Industry’s Registration(clause6.0), International Quality ISO System (clause 7.0), Information about Firm’s Technical/ Financial Capabilities (clause 8.0), Testing Facilities/ Equipments (clause 9.0), Check list(clause 10.0), Quality Assurance system followed at manufacture’s works (clause

11.0)&Eligibility Criteria (clause 13.0) respectively of Technical Conditions {Section III

(B)} of Tender Form.

In case the firm does not fulfill the requirement mentioned in Clause-13.0 of Section III(B) of Technical Condition of Tender, their Technical Part “B” primarily be rejected on this ground alone and no further evaluation of Technical Part–B shall be done. Such bidder may also please note that their consideration in earlier tender shall not be a basis of

their claim for consideration in the ensuing tender.

21.6 All the bids shall be submitted as per technical specifications given in the document.

21.7 The bidder shall submit an affidavit that the bidder has not been black listed from any State/Central/Government Departments/Organizations/Undertakings in the format annexed as (Annexure-BL) in section III(H). The bids of the black-Listed bidders or those not

submitting the required affidavit shall be rejected.

21.8 The bidder shall invariably furnish following informationfor assessment of their technical /

financial capability to execute supplies of materials/equipments covered under this tender

failing which their tender is liable to be rejected.

(i) Annual & Monthly manufacturing capacity of the tendered item.

(ii) Quantity which can be delivered per month to the Department.

(iii) Details of pending orders at the time of submitting tender.

(iv) Annual Turn Over of last three financial years duly certified by the statutory auditors/Chartered Accountant of the firm.(Pertains to the bidder)

(v) Duly notarized or CA certified copies of IT returns acknowledgement for two consecutive years including the latest assessment year. (Pertains to the bidder)

21.9 All bids submitted shall also include the following:

(i) Filled in form as per Section III (B) Capability Statement.

(ii) Copies of relevant pages of following documents:

a. Memorandum and Article of Association showing objectives of the company and authority to sign the bid/contract or delegate the power to others for signing the bid/contract/ Documentary Proof of being “Sole Proprietor of the firm”/ Active partner of the firm having digital signature along-with Partnership deed duly

issued by the court and copy duly notarized.

b. Place of registration of bidder.

c. The power-of-attorney of the person, in prescribed format as per annexure “PA”, on Rs 100.00 Non Judicial Stamp Paper duly notarized, who has digital signature for signing the bid/contract and digitally signed all the

documents while its submission.

d. Income tax registration number of the company.

e. GST registration number of the company.

The bids not fully enclosed with the copies of documents mentioned in clause 21.9(ii) above shall be rejected.

21.10 The bids found non-responsive shall be rejected. The conditional bids shall be rejected out-rightly.

21.11 The bidders are advised not to mix financial bidding documents with the PDF documents submitted for technical bid. The intermixing of the documents in either of the bids shall be

liable for rejection of the bid as a whole.

21.12 The Bidder shall furnish documentary proof for being registered as small/medium/large scale units by any statuary body along with location of their unit indicating the state where

it is located. Bidders claiming for price preference, must submit the scanned copy of relevant Government order issued and enforced till the last prescribed date of submission of offer along with the request letter for seeking price preference under relevant clause of

Government order in Technical Part –“B” of the bid.

Price/purchase preference to the Bidder shall be considered only as per

prevalent rule/Government order enforced, on the request of Firm. Bidder found eligible

for preference, shall have to match his price with the lowest bidder, in case he is

bidding to work on the lowest rates.

Page 17: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

15

Note:- Bidders may please note that if any of the preceding part of the tenders is not found responsive, the next part of the tender shall not be opened & no claim

what so ever shall be entertained.

22.0 Financial Evaluation and Comparison of Bids

22.1 Financial bids of only those Bidders shall be considered for evaluation whose technical bids have been accepted by the purchaser.

22.2 The bidders, not quoting the prices in the manner as prescribed in the price schedule / BOQ shall be rejected. If there is a discrepancy between basic price and landed price of the item that is obtainedby adding Basic Price, GST( IGST/CGST/SGST) etc., then the

basic price shall prevail and the landed prices shall be evaluated accordingly. 22.3 No additional payments shall be made for completion of any contractual obligation

beyond the quoted prices.

22.4 No weightage shall be given to the bidder specifying different technical specifications

other than specified in the tender.

22.5 The firm shall furnish documentary proof for being registered as small/medium/ large unit by any statutory body along-with location of their unit indicating the name of the state where it is located. Bidder claiming for price preference, must submit the scanned copy of relevant Government Order issued & in force till the last prescribed date of submission of offer along with request letter for seeking price preference under relevant

clause of Government Order in Technical Part “B” of the bid.

Price/Purchase preference to the firm shall be considered only as per prevalent rules/Govt. orders issued and in force till the last prescribed date for submission of offer, on the request of the firm, but in no case, firm shall be allowed higher rates other

than the lowest rates, received in the biddings.

22.6 Financial Evaluation of bids shall be done on the basis of lowest Grand Total landed bid price for tendered item including GST(IGST/CGST/SGST) as stipulated in SECTION-

IV(A) Schedule of Prices &Quantities/ BOQ.

Note:- Bidders may please note that if any of the preceding part of the tenders is not found

responsive, the next part of the tender shall not be opened & no claim what so ever

shall be entertained.

23.0 Contacting the purchaser

23.1 Subject to ITB Clause 20, Bidder shall not contact the purchaser in person on any matter regarding their bid, from the time of the bid opening to the time of award of contract. If the bidder wishes to bring additional information to the notice of the purchaser, they can do so in writing.

23.2 Any effort by a Bidder to influence the decisions on bid evaluation, award of contract,

may result in rejection of the bid.

(D) AWARD OF CONTRACT

24.0 Award criteria

24.1 The lowest responsive bid, meeting all the criteria specified in clauses of ITB.

24.2 Total of itemas mentioned in column 9 of Schedule of Prices & Quantities/BOQ

“Schedule A”, will be taken for evaluation of lowest bid price for respective item.

24.3 The purchaser’s decision in awarding the contract shall be final.

25.0 Purchaser’s right to vary Quantities at the Time of Award

The purchaser reserves the right to increase or decrease the quantity of material originally

specified in the Schedule of Requirements, at the time of award of contract.

26.0 Purchaser’s right to accept any bid and to reject any or all Bids

The Purchaser reserves the right to accept or reject any bid, annul the bidding process and reject all bids at any time prior to award of the contract.

27.0 Notification of Award

27.1 The purchaser shall notify the successful bidder in writing by letter/e-mail/fax,

regarding acceptance of the bid.

27.2 The notification of award shall constitute the formation of the Contract.

27.3 Bid security of successful Bidder, deposited as per ITB Clause 12 shall be discharged

after receiving performance security pursuant to ITB Clause 29.

28.0 Signing of Contract

28.1 The Purchaser shall send the letter of acceptance to the successful bidder.

28.2 The successful bidders shall sign the detailed contract within the period mentioned

therein.

28.3 If bidder fails to sign the contract within the stipulated time, purchaser may rescind /

cancel the letter of acceptance and action may be initiated to forfeit the earnest money

Page 18: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

16

and debar / ban/suspend/black list the firm, as the case may be, for any departmental tender for a period of time. The bidders exempted from earnest money under store purchase program shall be debarred from participating in further departmental tender

as per laid down rule and the matter shall be intimated to the certificate issuing

authority for strict action.

29.0 Performance Security

29.1 The supplier shall furnish the performance security as mentioned in Clause-11 of

Section II(B), Special Condition of Contract for an amount equal to 10% of the value of contract from State Bank of India or its associate banks or any nationalized bank of India or schedule bank, valid for 66 months from the last date of stipulated

Commissioning period , in favor of Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P., Lucknow in accordance with the Conditions of Contract, in the Performance Security

Form provided in the bidding document.

29.2 Failure of the successful bidder to comply with the requirement of tender shall

constitute sufficient grounds for the annulment of the award and forfeiture of the bid security. If the firm has opted for the exemption in earnest money, as being a SSI unit registered for participation under STORE PURCHASE PROGRAMME, fails to produce

the performance security within stipulated time action shall be initiated to blacklist the

firm with the information to the authority who issued the certificate for further action.

30.0 The Bidders are not permitted to alter or modify their tenders after expiry of the deadline for receipt of tender till the date of validity of tenders and if they do so, their earnest money will be

forfeited.

Superintending Engineer

Central Equipment & Stores Procurement Organisation-1

Irrigation & Water Resources Department, U.P., Lucknow.

Page 19: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

17

SECTION II

CONDITIONS OF CONTRACT

SECTION II(A) GENERAL CONDITIONS OF CONTRACT (GCC)

INDEX

Clause Number

Topic Page

Number

1 Definitions 18

2 Contractor to inform himself fully 18

3 Signing of Contract 18

4 Sub-letting of contract 18

5 Instructions to Contractor 19

6 Patent rights 19

7 Quality of materials 19

8 Training of Engineers 19

9 Packing 19

10 Power to vary or omit work 19

11 Negligence 20

12 Death, bankruptcy etc 20

13 Inspection and testing 20

14 Delivery of plant 21

15 Engineer’s Supervision 21

16 Engineer’s Decisions 21

17 Liability for accidents and damage 21

18 Replacement of defective plant or materials 21

19 Deductions from contract prices 21

20 Terms of payment 21

21 Suspension of works 21

22 Extension of time for completion 22

23 Damages for delay in completion 22

24 Rejection of defective plant 22

25 Taking over 22

26 Liability under the workmen’s compensation Act 22

27 Increase or decrease of quantity 23

28 Authority of persons signing documents 23

29 Use of material secured with Government assistance 23

30 Provisions of fencing, light etc. 23

31 Progress report 23

32 Breach of Contract 23

33 Maintenance 23

34 Certificate not to effect rights of the Purchaser or Contactor 23

35 Arbitration 24

36 Construction of contract 24

37 Vetting charges 24

38 Marginal note 24

Page 20: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

18

GENERAL CONDITIONS OF CONTRACT (GCC)

FOR

THE SUPPLY OF PLANT AND MACHINERY

1. Definitions:- In constructing these general and special conditions and the annexed

specifications, the following words shall have the meaning herein assigned to them unless there is anything in the subject or context in consistent with such constructions:

(i) “Contract” shall mean and include the general and special conditions, Specifications, Schedules, drawings, form of bidding, covering letter, schedule of prices or the final general conditions, Specifications & Technical Conditions, and drawings, and the agreement to be entered into under clause 3 of these general conditions.

(ii) “Contractor” shall mean the person, firm or company whose bidding shall be accepted by the Purchaser and shall be deemed to include the contractor’s

successors (approved by the Purchaser), representatives, legal heirs, executors and administrators unless excluded by the contract.

(iii) “Sub-Contractor” shall mean the person, firm or company, named in the

contract for any part of the work or any person, firm or company to whom any part of the contract has been sublet with the consent in writing of the Purchaser.

(iv) “Plant”, “Machinery”, “Equipment” and “Material” shall mean the plant and material to be provided by the contractor under the contract.

(v) “Specifications” shall mean the specifications annexed to these general conditions and schedules thereto, if any.

(vi) “Site” shall mean the site of the proposed work as detailed in the specifications or any other place in Uttar Pradesh where works is to be executed under the contract.

(vii) “Month” shall mean calendar month. (viii) “Writing” shall include any manuscript, type-written or printed statement,

under or over signature or seal, as the case may be: (ix) “Purchaser” shall mean Governor of Uttar Pradesh and shall include his

successors and assignees. (x) “Engineer” shall mean the officer placing the order for the work with the

contractor or his duly authorised representative.

(xi) The term “trial” or “test” shall mean such test or tests as are prescribed by the specifications or considered necessary by the engineer.

2. Contractor to inform himself fully-The contractor shall be deemed to have carefully examined the general and special conditions, specifications, schedules, Technical Conditions, drawings and any other details pertaining to the contract. If he shall have any

doubt as to the meaning of any portion of these conditions or of the specifications, schedules or drawings he shall, before signing the contract, set forth the particulars thereof and submit, them to the engineer in writing, in order that such doubt may be removed.

3. Signing of Contract-A formal agreement shall, if required by the Purchaser, be entered

into between the Purchaser and the Contractor for the proper fulfillment of the contract. Further, if required by the Purchaser, the Contractor shall deposit with the Purchaser as security for the due and faithful performance of the contract such sum not being less than one percent of the total value of the contract and not exceeding ten percent thereof, as may

be fixed by the Purchaser either in cash or other form approved by the Purchaser. If the Contractor is allowed to furnish security in the form of bank Guarantee, such guarantee shall be to the satisfaction of the Purchaser and shall be extended from time to time by the Contractor till the Engineer certifies that the terms and conditions of the contract have been fully and properly carried out by the Contractor, and any default on the part of the Contractor to extend the guarantee from time to time as aforesaid, shall be construed to be a breach of the contract. The security deposit shall be refunded to the Contractor on the

delivery and due check and test of the plant at the site of work and after expiry of the maintenance/ guarantee period.

4. Sub-letting of contract-The Contractor shall not, without consent in writing of the

Purchaser, assign or sub-let his contract, or any part thereof, other than for raw materials, for minor details, or for any part of the plant of which the makers are named in the contract, provided that any such consent shall not relieve the Contractor from any obligation, duty or responsibility under the contract.

Page 21: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

19

5. Instructions to Contractor-After the bidding has been accepted by the Purchaser all orders or instructions to the Contractor shall except as herein otherwise provided, be given by the Engineer shall be deemed to have been issued on behalf of the Purchaser.

6. Patent rights-In the event of any claim or demand being made or action being brought against the Purchaser for infringement or alleged infringement of Letters Patent, in respect of any plant or materials used or supplied by the Contractor under this contract or in respect of any method of using or working by the Purchaser of such plant, machinery,

equipment or material, the Contactor will indemnify the Purchaser against such claim or demand and all costs and expenses arising from or incurred by reason of such claim or demand, PROVIDED THAT the Purchaser shall notify the Contractor of the same and the

Contractor shall be at liberty, if he so desires, with the assistance of the Purchaser, if required, but at the Contractor’s own expense to conduct all negotiations for the settlement of the same or any litigation that may arise there from and PROVIDED THAT no such plant,

machinery, equipment or material shall be used by the Purchaser for any purpose or in any manner other than for which they have been supplied by the Contractor and specified under this contract.

7. Quality of materials-The plant, machinery, equipment or materials shall be manufactured

out of the best material conforming to standard specification or of the approved quality by the Purchaser. Manufacture and work shall be carried out with accuracy and in a skilled workmanship like manner.

8. Training of Engineers-The contractor shall train at his work Engineers of the Purchaser

in the manufacture and assembly [and erection] of plant and its parts for a period of. A separate agreement for such training shall be assigned by the Engineer or Engineers selected for training, the Purchaser and the Contractor on the form appended hereto.

9. Packing-The Contractor shall be responsible for protecting and packing the plants

securely so as to avoid damage under normal conditions of transport.

Packing cases, containers, gunny packing etc. which may be used for purposes of

packing and which are delivered with plant will not be returned or paid for unless specifically stipulated.

10. Power to vary or omit work- No alterations, amendments, omissions, additions,

suspensions, or variations of the plant (hereinafter referred to as “Variations”) under the contract as shown by the contract drawings or the specifications shall be made by the Contractor except as directed in writing by the Engineer, but the Engineer shall have full

power subject to the proviso hereinafter contained, from time to time during the execution of the contract by notice in writing to instruct the Contractor to make such variations without prejudice to the contract and the Contractor shall make such variations and be bound by them, as though the said variations occurred in the specifications. If any

suggested variations would, in the opinion of the Contractor if, carried out, prevent him from fulfilling any of his obligations or guarantees under the contract, he shall notify the Engineer thereof in writing, and the Engineer shall decide forthwith whether or not the

same shall be carried out, and if the Engineer confirms his instructions in writing, the Contractor’s obligations and guarantees shall be modified to such an extent as may be justified. The difference of cost if any, occasioned by any such variations shall be added to, or deducted from, the contract price as the case may require. The amount of such

difference, if any, shall be ascertained and determined in accordance with the rates specified in the schedule of prices, so far as the same may be applicable and where the rates are not contained in the said schedule, or are not applicable they shall be settled by

the Engineer and the Contractor jointly, as far as possible before such variations are carried out.

Provided that the Purchaser shall not become liable for the payment of any charge in respect of any such variations, unless the instructions for the performance of the same shall have been given in writing by the Engineer. In the event of the Engineer requiring any variations, such reasonable and proper notice shall be given to the Contractor as will enable him to make his arrangement accordingly, and in cases where goods or

materials have already been prepared, or any designs, drawings, or patterns, have been made or work done that is required to be altered, the Engineer shall allow such compensation in respect thereof as he shall consider reasonable:

Provided that no such variations shall, except with consent in writing of the Contractor, be such as will involve an increase or decrease of the total price payable under the contract by more than 10 percent thereof.

In every case in which the Contractor shall receive instructions from the Engineer for carrying out any work which will, in the opinion of the Contractor, involve a claim for additional payment the Contractor shall, within a week after the receipt of such instructions, inform the Engineer of such claim for additional payment.

Page 22: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

20

11. Negligence-If the Contractor shall neglect to manufacture or supply the plant with due

diligence and expedition, or shall refuse or neglect to comply with any orders given to him in writing by the Engineer in connection with the manufacture or supply, or shall

contravene any provision of the contract, the Purchaser may give notice in writing to the Contractor, to make good the failure neglect or contravention complained of and if the Contractor shall fail to comply with the notice within the time specified therein then it shall be lawful for the purchaser to take the manufacture or supply of plant wholly, or in part,

out of the Contractor’s hand and give it to another person on contract at a reasonable price and the Purchaser shall be entitled to retain and apply any balance which may be otherwise due on the contract by him to the Contractor or such part thereof as may be necessary, to the payment of the additional cost of manufacture or supply of such plant as aforesaid, and

if necessary, may take action for the recovery of such additional cost from the Contractor.

12. Death, bankruptcy etc.-If the Contractor shall die or commit any act of bankruptcy, or

being a Corporation commence to be wound up except for reconstruction purposes or carry on its business under a Receiver, the executers, successors, or other representative in law of the state of the Contractor or any such Receiver, liquidator or any person in whom the contract may become vested shall forth with give notice thereof in writing to the Purchaser

and shall for one month, during which he shall take all reasonable steps to prevent stoppage of the manufacture or supply of the plant have the option of carrying out the contract subject to his or their providing such guarantees as may be required by the

Purchaser but not exceeding the value of the plant or the time being remaining unexecuted. In the event of stoppage of the manufacture of supply or the plant the period of the option

under this clause shall be fourteen days only:

Provided that, should the above option not be exercised, the contract may be determined; by the Purchaser by notice in writing to the Contractor, and the Purchaser may exercise the same power which he could exercise and will have the same rights which he would have under the last preceding clause, if the work had been taken out of the

Contractor’s hand under that clause.

13. Inspection and testing-The Engineer and his duly authorized representatives shall have at all reasonable times access to the Contractors premises, and shall have the power at all

reasonable times to inspect and examine the materials and workmanship of the plant during its manufacture there, and if part of the plant is being manufactured on other premises, the Contractor shall obtain for the Engineer and for his duly authorized representative permission to inspect it as if the plant was manufactured on the Contractor’s

own premises.

The Engineer shall, on giving seven days notice in writing to the Contractor setting out any grounds of objections which he may have in respect of the work, be at liberty to reject

all or any plant, or workmanship connected with such work which, in his opinion, are not

in accordance with the contract, or are, in his opinion defective for any reason whatsoever:

Provided that, if such notice be not sent to the Contractor within reasonable time after the grounds upon which such notice is based have come to the knowledge of the Engineer, he shall not be entitled to reject the said plant or workmanship on such grounds. Unless specifically provided otherwise all tests be made at site after the receipt of the plant by the

consignee.

In case of inspection at Contractor’s premises, the Contractor shall inform the Engineer in writing when any portion of the work is ready for inspection giving him sufficient notice to enable him to inspect the same without retarding the further progress of the work. The

expense incurred in sending the Engineer to carry out inspection and/or test at the place

agreed upon in the contract will be defrayed, by the Purchaser:

Provided that the results are satisfactory and in accordance with the terms of the contract. In the event of the inspection and/or tests providing unsatisfactory and resulting in the non-acceptance of plant or any portion thereof, the cost of such inspection and/or tests (including the traveling and halting expenses incurred, if any), or such portion thereof as may be determined by that officer, shall be borne by the Contractor.

In all cases where the contract provides for tests, whether at the premises of the Contractor or of any Sub-Contractor, the Contractor, except where otherwise specified, shall provide, free of charge such labour, materials, electricity fuel, water, stores apparatus

and instruments to carry out test of plant in accordance with the contract and shall give

facilities to the Engineer or to his authorised representative to accomplish such testing.

If special tests other than those specified in the contract are required they shall be paid

for by the Purchaser as “variations” under clause 10.

When the tests have been satisfactorily completed at the Contractor’s works, the Engineer shall issue a certificate to that effect.

In all cases where the contract provides for tests on the site, the Purchaser, except otherwise specified shall provide, free of charges, such labour, materials, fuel, water,

Page 23: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

21

apparatus, and instruments as may be required from time to time and as may reasonably be demanded to carry out efficiently such tests of the plant or workmanship in accordance with the contract.

14. Delivery of plant- No plant shall be forwarded until shipping or dispatch instructions shall

have been given to the Contractor. Notifications of delivery or dispatch in regard to each and every consignment shall be made to the Purchaser immediately after dispatch or delivery. The Contractor shall further supply to the consignee a price invoice and packing

account of all plant delivered or dispatched by him. All packages, containers, bundles, and loose material forming part of each and every consignment shall be described fully in the packing account, and full details of contents of packages and quantity of materials shall be given to enable the consignee to check the plant on arrival at destination.

15.Engineer’s supervision-The manufacture and supply of plant shall be carried out under

the direction and to the satisfaction of the Engineer. 16.Engineer’s decisions-In respect of all matters which are left to the decision of the

Engineer, including the granting or withholding of the certificates the Engineer shall, if required, so to do by the Contractor, give in writing a decision thereon and his reasons for such decision. If the decision is not accepted by the Contractor, the matter shall at the

request of the Contractor, be referred to arbitration under the provision for arbitration hereinafter contained, but subject to the right of reference to arbitration such decision shall be final and binding on the Contractor.

17. Liability for accidents and damage-The Contractor shall be responsible for loss, damage

or depreciation to plant up to delivery at site. 18. Replacement of defective plant or materials-If during the progress of manufacture or

supply of plant the Engineer shall decide and notify in writing to the Contractor that the Contractor has manufactured any plant or part of plant unsound or imperfect, on has

supplied any plant inferior in quality to that specified, the Contractor on receiving details of such defect or deficiency shall, at his own expense, within such time as may be reasonably necessary for the purpose proceed to alter, reconstruct or remove such plant or part of plant or supply fresh materials up to the standard of thespecifications and in case the Contractor shall fail so to do, the Purchaser may on giving the Contractor a notice of not less than seven days in writing of his intention so to do, proceed to alter, reconstruct or

remove such plant or part of plant or supply all such plant at the Contractor’s cost: Providing that nothing in this clause shall be deemed to deprive the Purchaser of, or

affect any rights under the Contract which he may otherwise have in respect of such defects or deficiencies.

19.Deduction from contract prices-All costs, damages or expenses which the Purchaser may have paid, for which under the contract, the Contractor is liable, may be deducted by the Purchaser from any amount due or which may become due by him to the Contractor clause

10, under this Contract, or may be recovered by suit or otherwise from the Contractor. 20. Terms of payment- Subject to any deduction which the Purchaser may be authorized to

make under the contract or subject to any additions or deductions provided for under clause 10 the Contractor shall be entitled to payment as follows:

(a) Eighty percent of the f. o .r. Contract value of each consignment of the plant in rupees on receipt by the consignee of the clear railway receipt together with stamped and pre-receipted Contractor’s bill giving the number and date of the railway receipt covering

the dispatch of the plant from a station in India and to the advice-note giving case number and contents, together with a certificate by the Contractor to the effect that the plant detailed in the said advice-note has actually been dispatched under the said

railway receipt and that the contract value of the said plant so dispatched is not less than the amount entered in the invoice.

(b) Balance 20 percent of the f. o .r. Contract value of the plant after erection, test and check at site, but within 30 days of receipt of material.

PROVIDED THAT in cases where the erection, tests and check of the plant at site is delayed for any reasons for which the Purchaser is responsible, 10 percent of the f. o .r. Contract value of the plant shall become payable, after the expiry of three

months from the date of receipt of the last consignment at the destination railway station the remaining 10 percent being payable after erection and test and acceptance of the plant after proper operation by the consignee.

21. Suspension of works- The Purchaser shall pay to the Contractor all reasonable expenses

incurred by the Contractor by reason of suspension of the manufacture of plant or delay in shipment or dispatched by order in writing of the Purchaser or the Engineer, unless such suspension or delay shall be due to some default on the part of the Contractor or sub-

Contractor.

22. Extension of time for completion-The time given to Contractor for dispatch or delivery

shall be reckoned from the date of receipt, by the Contractor of the order, together with all

necessary information and drawings, to enable the work to be put in hand.

Page 24: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

22

In all cases in which progress shall be delayed by strikes, lockouts, fire, accidents, delay in approval of drawings or any cause whatsoever beyond the reasonable control of the Contractor and whether such delays or impediments shall occur before or after time or

extended time, for dispatch or delivery, a reasonable extension of time shall be granted.

23. Damages for delay in completion-

Applicable in case of materials only-

The time for and the date of delivery of plant stipulated in the letter of acceptance of bidding shall be deemed to be of the essence of the contract and delivery must be completed

not later than the dates specified therein, If the Contractor shall fail in the due performance of his contract within the time fixed by the contractor any extension thereof the Contractor agrees to accept a reduction of the contract price by ½ percent per week reckoned on the contract value of such portion only of the plant for which there has been delay in supply

and such reduction shall not in any cash exceed 10 per cent of the contract value of such

portion of the plant.

Applicable in case of machinery and equipment –

The time for and the date of delivery of plant stipulated in the letter of acceptance of bidding shall be deemed to be of the essence of the contract and delivery must be completed not later than the dates specified therein. If the Contractor shall fail in the due performance

of his contract within the time fixed by the contractor any extension thereof, the Contractor agrees to accept a reduction of the contract price by ½ per cent per week reckoned on the contract value of such portion only of the plant as cannot in consequence of the delay be used during each week after the appointment or extended time as the case may be, and

such reduction shall not in any case exceed 10 per cent of the contract of such portion of

the plant.

24. Rejection of defective plant-If the completed plant or any portion thereof before it is taken

over under clause 25 be found to be defective, or fails to fulfill the requirement of the contract the Engineer shall give the Contractor notice setting forth particulars of defects or failure, and the Contractor shall forthwith make good the defect, or alter the same to make it comply with the requirements of the contract. If the Contractor fails to do so within reasonable time, the Purchaser may reject and replace it at the cost of the Contractor, the

whole or any portion of the plant as the case may be, which is defective or fails to fulfill the requirements of the contract. Such replacement shall be carried out by the Purchaser within a reasonable time and at a reasonable price, and where reasonably, possible to the same specifications and under competitive conditions. In case of such replacement by the

Purchaser the Contractor shall be liable to pay to the Purchaser the extra cost, if any, of such replacement delivered and/or erected as provided for in the original contract, such extra cost, being the ascertained difference between the price paid by the Purchaser under

the provisions above mentioned, for such replacement and the contract price for the plant so replaced, and also to repay any sum paid by the Purchaser to the Contractor in respect of such defective plant. If the Purchaser does not so replace the rejected plant within a

reasonable time, the Contractor shall be liable only to repay on to the Purchaser all amount

paid by the Purchaser to him in respect of such plant.

In the event of such rejection, the Purchaser shall be entitled to the use of plant in reasonable and proper manner for a time reasonably sufficient to enable him to obtain other replacement plant. During the period the rejected plant if used commercially the contractor shall be entitled to a reasonable amount as payment for such use.

25.Taking over-Where the specifications call for performance tests before shipment of

dispatch and these have been successfully carried out the plant shall be accepted and taken over and the Engineer shall notify the Contractor to that effect. When the specifications call for test on site the plant shall be taken over after such test have been

satisfactorily carried out and the Engineer shall notify the Contractor to that effect.

Such notification shall not be unreasonably withheld nor shall the Engineer delay

giving such notification on account of minor omission and defects, which do not affect the use of the plant without any serious risk: PROVIDED ALWAYS that the Contractor undertakes to make good such omissions and defects at the earliest possible moment.

26.Liability under the workmen’s Compensation Act-The Contractor shall at all times indemnify the Purchaser against any claims which may be made under the Workmen’s

Compensation Act, 1923, or under third party risk or under any statutory modifications thereof or otherwise, or in respect of any damages or compensation payable in consequence of any accident or injury sustained by any workman or other person whether in the employment of the Contractor or not.

27. Increase or decrease of quantity-The Purchaser will be entitled at any time to increaser or decrease the total quantities of each description of the plant or material in the said schedule by not more than 25 percent and will give reasonable notice in writing of any such

increase or decrease to the Contractor during the period of validity of the Contract as provided in the bidding notice.

Page 25: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

23

28. Authority of persons signing documents-The person signing the bidding form or any documents forming part of the contract on behalf of another warrants that he has authority

to bind such other, and if, on enquiry, it appears that the person so signing had no authority to do so, the Purchaser may, without prejudice to other civil and criminal remedies, cancel the Contract and hold the signatory liable for all costs and damages.

29. Use of material secured with Government assistance-Where any materials for the

execution of the contract are procured with the assistance of the Government either by issue from Government stocks or purchase under arrangements made or permit or license issued by Government, the Contractor shall hold the said materials as trustee for Government and use such materials economically and solely for the purpose of the contract against which they are issued and not dispose them off without the permission of the

Engineer and return, if required by the Engineer, all surplus or unserviceable materials that may be left with him after the completion of the contract or its termination for any reason whatsoever, on his being paid such price as the Purchaser may fix with due regard to the condition of the material. The freight charges for the return of the materials

according to the directions of the Engineer shall be borne by the Contractor in the event of the contract being cancelled for any fault of his part. The decision of the Engineer shall be final and conclusive.

30. Provision of fencing, light etc.-In case of erection or assembly of plant at site, the

Contractor shall at all time provide sufficient fencing, notice boards, light and watchmen to protect and warn the public and guard the works and in default thereof the Engineer may provide such fencing notice boards, lights, watchmen as he may deem necessary and charge the cost thereof to Contractor.

31. Progress reports-The Contractor shall render such reports as to the progress of the

contract and in such form as may be called for the Engineer. The submission and acceptance of these reports shall not prejudice the rights of the Purchaser under clause 24.

32. Breach of contract-In case of non-performance in any form or shape of the covenants, and

conditions of this contract, Purchaser shall have power to annual, rescind, cancel the contract and upon his notifying in writing to the Contractor that he has so done this contract shall absolutely determine and the amount deposited as security for due

performance of this contract may be forfeited by him and upon his doing so shall become the property of the Purchaser.’

33. Maintenance-For a period of 12 calendars months commencing immediately upon the

setting to work of the plant called “the maintenance period”, the contractor shall remain liable to replace any defective parts that may develop in plant whether supplied by the original supplier or manufacturer or of his own manufacture or those of his Sub-Contractors approved under clause 4 under conditions provided for by the Contract under proper use and arising solely from faulty design, materials or workmanship : PROVIDED ALWAYS that such defective parts as are not repairable at site and are not essential in the

meantime to the maintenance in use of the plant, are returned to the Contractor’s works at the expenses of the Contractor unless otherwise arranged.

If it becomes necessary for the Contractor to replace or renew any defective parts of the plant under this clause, the provisions of the first paragraph of this clause shall apply to the parts of the plant so replaced or removed until the expiration of six months from the date of such replacement or renewal or until the end of the above-mentioned period of twelve months whichever may be the later.

If any defects be not remedied within a reasonable time the Engineer may proceed to do the work at the Contractor’s risk and expense, but without prejudice to any other rights which the Purchaser may have against the Contractor in respect of such defects.

The repaired or new parts will be delivered at site. The Contractor shall bear the cost of repairs carried out on his behalf at site.

At the end of the maintenance period the Contractor’s liability shall cease.

34. Certificate not to effect rights of the Purchaser or Contractor-No certificate of the

Engineer on account, nor any sum paid on account by the Purchaser, nor any extension of time granted under clause 22 shall affect or prejudice the rights of the Purchaser against the Contractor either under this agreement or under the law, or relieve the Contractor of his

obligations for the due performance of the contract, of the Engineer shall create liability if the Purchaser to pay for any alterations, amendments, variations, or additions not ordered in writing by the Engineer, or absolve the Contractor of his liability for the payment of

damage whether due, ascertained or certified or not or of any sum against the payment of which he is bound to indemnify the Purchaser nor shall any such certificate nor the acceptance by him of any sum paid on account or otherwise affect or prejudice the rights of the Contractor against the Purchaser, either under this Agreement or under the law.

35. Arbitration-Every dispute, difference or question which may at any time arise between the parties hereto or any person claiming under them, touching of arising out or in respect of

Page 26: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

24

this deed or the subject-matter thereof shall be referred to the arbitration of Engineer in chief (Mech.) I. D.,U.P, Lucknow or any person nominated by him. It will be no objection to any such appointment that the arbitrator so appointed is a Government Servant, that he

had to deal with the matters to which the contract relates and that in the course of his duties as Government Servant he had expressed views on all or any of the matters in dispute or difference. In the event of the arbitrator to whom the matter is originally referred being transferred or vacating his office or being unable to act for any reason. Engineer-in-

chief (Mech.) I.D.,U.P., Lucknow shall either enter upon the reference himself or appoint another person to act as arbitrator. Such person shall be entitled to proceed with the reference from the stage it was, left by his predecessor. It is also a term of this contract that no person other than a person appointed as aforesaid should act as arbitrator and if for any reason that is not possible the matter is not to be referred to arbitration at all. In all cases where the amount of the claim in dispute is Rs.50, 000 (Rupees Fifty thousand) and above

the arbitrator shall give reasons for the award.

It is a term of the Contract that the party invoking the arbitration shall specify the dispute or disputes to be referred to arbitration together with the amount or amounts claimed in respect of each such dispute.

Subject as aforesaid the provisions of the Indian Arbitration & conciliation Act,1996 or any statutory modification or re-enactment thereof and the rules made there under and for the time being in force shall apply to the arbitration proceeding.

The arbitrator may from time to time with the consent of the parties enlarge the time for making and publishing the award.

36. Construction of contract-The contract shall in all respects be construed and operate as a

contract as defined in the Indian Contract Act,1872, and all payment there under shall be made in rupees unless otherwise specified.

37. Vetting charges-The Government Conveyancer’s fees for vetting the contract documents,

shall be paid by the Contractor.

38. Marginal note-The marginal note to any clause of this contract shall not affect or control

the construction of such clause.

Superintending Engineer Central Equipment & Stores Procurement Organisation-1,

Irrigation & Water Resources Department, U.P., Lucknow

Page 27: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

25

SECTION-II(B)

SPECIAL CONDITIONS OF CONTRACT (SCC)

NOTE:(i) These Special Conditions shall be read and construed along with the annexed General

Conditions of Contract Form ‘B’ but in case of any contradiction or inconsistency between these Special Conditions and the General Conditions of Contract in Form ‘B’, the Special Conditions mentioned here in under shall prevail.

(ii) If any addition, deletion or alteration in the conditions of Contract is made consequent

to directions given by Government Conveyancer/Technical Audit Cell/Any other Government agency and if on account of such changes any financial liability is created, the same shall be to the contractor’s account.

(iii) No deviations from the technical specifications/conditions laid down shall be accepted in Technical Part-‘B’ of the e-Bid.

(iv) The purchaser is not bound to accept the lowest of any bid and may reject any or all the bids without assigning any reason. The purchaser may negotiate or re-tender on limited

tender basis, if substantial financial benefit is likely to accrue to Irrigation & Water Resources Department, U.P. This is known as inviting ‘Rock Bottom Rates’ where in the bidders are given the choice to reduce their rates to the minimum level possible. The

purchaser may also provide the counter offer rates, if need be, to the various bidders in the best interest of the Government.

(v)Delay in delivery will be treated as bad performance of the Firm for future tenders of the

Department.

1.0 SCOPE:

This tender / contract is for Supply, Erection & Comissioning of Solar PV Module Panel

of suitable capacity with fixed structure system, suitable Solar Submersible Pumpset, suitable

Solar Pump Controller Energy Meter (Three Phase, Four Wire, LT Electronic Trivector Meter) Ip

Camera (Dome Type & Still), Interconnecting Cable And Accessories alongwith required

Lighting Arrester And Earthing System, on-grid operated State Tubewell of 1.0 cusec

(102m3/hr) & 24m Head, including Maintenance and Warrantee for Five Years, under

jurisdiction of Tubewell Division-1, Bareily, of Irrigation & Water Resources Department, U.P.

Lucknow,as per Technical Specifications, Technical Conditions and relevant Indian Standards with

latest amendments if any, stipulated in the bid documents.

1.1 This e-bid Tender / Contract shall be exclusively governed by the terms and conditions noted in the following headings:- (a) Invitation for Bids (b) Section I : Instruction to Bidders (ITB)

(c) Section II (A) : General Conditions of Contract (GCC) (d) Section II (B) : Special Conditions of Contract (SCC)

(e) Section III(A) : Technical Specifications: (TS)

(f) Section III(B) : Technical Conditions: (TC) (g) Section III(C) : Bid Form

(h) Section III(D) : Purchase Order Detail Annexure: A-1 (i) Section III(E) : Performance Certificate Statement Annexure: A-2

(j) Section III(F) : Check List Annexure: Q

(k) Section III(G) : Form for Validity Commitment Annexure: VC (l) Section III(H) : Form or Declaration regarding Black Listing/Debar/SuspensionAnnexure: BL

(m) Section III(I) : Integrity Pact Annexure: IP (n) Section IV(A) : Schedule of Prices & Quantities /BOQ Schedule: A

(o) Section IV(B) : Form of Agreement (p) Section V(A) : Bank Guarantee Format for Earnest Money, Annexure: EM

(q) Section V(B) : Bank Guarantee Format for Performance Security, Annexure: PS (r) Section V(C) : Input Tax Credit Annexure: ITC (s) Section V(D) : Warranty Clause Annexure: WC

(t) Section V(E) : Form of Power of Attorney Annexure-PA

(u) Section V(F) : Form of Bio-data of the Firm, Annexure- ‘BD’

(v) Section V(G) : Form of e-Payment-Annexure-EP (w) Section V(H) : Schedule of Quantity and dispatches Schedule ‘AA’

&Letter of Acceptance of bid, annexed Agreement / Contract form and subsequent amendments/ Corrigendum issued from time to time under the provisions of the Contract by Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P., Lucknow and no other conditions other than those contained

therein shall apply.

Page 28: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

26

2.0 EARNEST MONEY:

2.1 TheBidders shall furnish, a Bid Security/EMD for amount Rs 12,500.00 (Rupees Twelve

Thousand Five Hundred Only)duly pledged for payment in favour of the Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources

Department, U.P., Lucknow, valid for a period of 45 days beyond the final tender validity period i.e. up-to Four and Half months from the date of opening of Earnest Money, Part “A” i.e. up to 19.05.2019. Bid Security/EMD can be submitted in any of the following instruments mentioned

herein under at (a)/(b), failing which their offer shall not be considered. In case the opening of Part "A" is rescheduled or any other reason thereof, the validity shall be extended accordingly by the bidder on the request by the department. The bidders, who refuse to grant extension on the request of department, for an extension of the validity of their bids and bid securities, will have

their bid securities returned to them. Such bidders shall be deemed to have waived their right to further participate in the bidding.

(a)

i. Fixed Deposit Receipt

ii. Bankers Cheque iii. Demand Draft

(Payable stamp duty @Rs. 70/-. per 1000/- of security value in case of a.)

(b) Bank Guarantee of Scheduled Commercial Bank on Non-Judicial Stamp paper of worth Rs100.00 as per prevailing Government orders of U.P. issued from Government Treasury or authorized vendor duly affixing Revenue Stamp of Rs.1.00 there-upon on enclosed prescribed

proforma (Annexure “EM”)as given in Section V(A), hereinafter.

Due precautions shall be taken in preparation of Bank Guarantee in respect of following:-

(i) The non-judicial stamp paper used in preparation of Bank Guarantee must be issued

from Government Treasury/Authorized Bank/Authorized Vendors and must be legally acceptable.

(ii) As per Indian Stamp Act 1899, the duty shall be payable by the person drawing, making and executing the bond. The stamp paper used in Bank Guarantee shall be issued in the

name of Bank issuing the Bank Guarantee from the Treasury or authorized vendor.

(iii) Reference of offer of bidder shall be properly entered in the blank spaces of prescribed

Bank Guarantee format.

(iv) The Bank Guarantee Bond shall be written in such manner that stamp may appear on

the face of the bond.

(v) All the cutting and erasures should be properly authenticated. Only water marked paper

shall be used, if required additionally.

Note:-Bank Guarantee Bond not complying with the above stipulations shall not be

accepted.

2.2 EXEMPTION FROM EARNEST MONEY:

As per U.P. government G.O. No.2119/18-5-2002-52(SP)/98 dated 21.11.02, and As per U.P.

Government G.O. No. 5/2016/253/18-2-2016-3/2010 dated 01.04.2016 promulgating UTTAR PRADESH PROCUREMENT MANUAL (procurement of goods) SSI unit registered for participation under STORES PURCHASE PROGRAMME with Director of Industries, U.P. or National SmallScale Industries Corporation (NSIC) for the tendered item are exempted from depositing

the Earnest Money.

(a) SSI unit registered for participation under STORES PURCHASE PROGRAMME with Director of Industries, U.P. or National Small Industries Corporation (NSIC) for the tendered item are exempted from depositing the Earnest Money.

(b) Micro and Small Enterprises and Industrial Co-operatives within State of Uttar Pradesh which are certified as such by the Commissioner and Director of Industries or by Deputy

Commissioner, District Industries Centre, are exempted in respect of certified items from furnishing earnest money deposit in support of tenders submitted by them. The Khadi and Village Industries Co-operative Societies within the State of Uttar Pradesh, registered as such with the Khadi and Village Industries Board/Khadi and Village Industries Commission on furnishing proof of such registration are also exempted from furnishing

earnest money deposit. (c) Micro and Small Enterprises registered with the National Small Industries Corporation

Limited, New Delhi (NSIC) and in respect of which competency certificates are issued by

the NSIC will be exempted from furnishing earnest money deposit.

(d) Government institutions / State Public Sector Undertakings, which manufacture and

supply goods, are exempted from furnishing earnest money for tenders.

However, they are required to submit Scanned copy of their letter of request along

with copy of their valid registration, as desired, duly attested by Public Notary in Part- ‘A’ of their tender offer, failing which exemption shall not be admissible.

Page 29: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

27

2.3 FORFEITURE OF EARNEST MONEY:

The bidder shall note carefully that in the event of the breach of any terms and conditions or subsequent commitment of assurance forming part of their tender, purchaser shall have unquestionable right to reject the tender and forfeiture of Earnest Money. In the event of bidder’s offer being accepted and failure for signing the agreement on or before the scheduled date as stipulated in the acceptance letter, earnest money deposited with the department, shall be liable

for forfeiture and no claim whatsoever shall be entertained in such case.

2.4 RELEASE OF EARNEST MONEY:

The Earnest Money of the lowest bidder shall be released without any interest there on after the signing of contract/ agreement, however the earnest money of other bidders fail to qualify, Part-"A"/ Part-"B" of the tender shall be released earlier with no claim of interest.

3.0 PRICES:

3.1 The Item wise prices quoted in column-4 of the Schedule of Prices & Quantities/ BOQ, Schedule-A-SECTION IV(A) shall be per Unit inclusive of Packing, Forwarding, Transit Insurance & Freight Charges up to destination site, which shall be distinctly shown in respective column along with the quoted prices, failing which offer may not be considered.

3.2 It is mandatory for the bidder to furnish the breakup of prices as required in Schedule-“A” (Schedule of Prices & Quantities/BOQ), failing which the offer shall not be considered.

3.3 The price quoted in column-9 of Schedule of Prices & Quantities/ BOQ, Schedule-A shall be F.O.R. destination duly insured for any loss/damage during transit including packing, forwarding, transit insurance & freight charges, GST (IGST/CGST/SGST) etc.

3.4 The bidders are required to quote FIRM & FIXED PRICES. In case, prices quoted are variable’ their offer is liable to be ignored.

4.0 Bidder claiming tax under goods and services tax shall ensure that prices of required stores/equipment quoted after taking Input Tax Credit in to account shall be passed on to

purchaser’s consignee account.

5.0 GOODS & SERVICE TAX:

5.1 GST (IGST /CGST/SGST) of any description, whatsoever, where leviable and intended to-be claimed from the purchaser, whether as part of price or by way of tax in pursuance of statutory provisions, applicable to the Bidder, the same shall be distinctly shown along-with

the prices quoted in BOQ i.e. Schedule of Prices & Quantities/ BOQ, Schedule-A. The type of GST imposed must be explicitly mentioned and filled manually upto maximum two decimal places, in the appropriate cell of the BOQ. Where this is not done, all claims for payment or reimbursement of GST (IGST /CGST/SGST) of any description what so ever

whether as a part of the prices or as tax shall be deemed to have been waived off on all the occasions and no such claims shall be entertained on any ground whatsoever.

5.2 The GST (IGST /CGST/SGST) shall be payable at concessional rates as admissible against Govt. Supplies.

5.3 In case GST (IGST /CGST/SGST) and other duties / levies, if any, is quoted as inclusive in the prices, the bidder shall clearly mention the rate at which it is included in the prices with

documentary proof failing which the statutory enhancement in GST (IGST/CGST/ SGST)shall not be payable to the bidder but in case of statutory reduction in GST the same shall be to purchaser’s account.

5.4 Any statutory variation in the tariff of GST (IGST /CGST/SGST) shall be to purchaser’s account during the stipulated Delivery Period.

5.5 Any other statutory orders of the Govt., if applicable at the time of supplies, shall come in force after due approval by the purchaser.

5.6 Bidder shall give an undertaking, on Annexure-ITC, along-with their offer in Part “B” of the bid on Rs. 100.00 Non-Judicial stamp paper that prices of required stores/equipment & GST (IGST/ CGST/SGST) have been quoted after taking INPUT TAX CREDIT of the inputs

into account and same shall be passed on the purchaser’s (consignee/ payee) account.

6.0 PACKING, FORWARDING, FREIGHT & TRANSIT INSURANCE:

6.1 Price mentioned in column-9 of Schedule of Prices & Quantities/ BOQ, Schedule-A of SECTION IV(A) shall be inclusive of Packing, Forwarding, Transit Insurance & Freight Charges up to destination of any railway station/consignee store in U.P. the bidder shall furnish copy of insurance certificate along with his invoice bills. The bidder shall be fully

responsible for any loss/damage, which may occur during transit. It is bidder’s responsibility to ensure safe delivery of the ordered material.

6.2 The responsibility in transit from works to the destination shall lay with the bidder, and as such the transit risk in this respect may be covered the contractor by getting the stores

duly insured, if he so desires. The insurance cover shall be obtained by the contractor in his own name and not in the name of the consignee. The consignee will as soon as possible

Page 30: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

28

but not later than 15 days of the date of arrival of stores at destination, notify the contractor of any loss or damage to the stores that may have occurred during transit.

7.0 OCTROI, TOLL TAX & OTHER TAXES :

The prices shall be quoted exclusive of Octroi, Toll Tax, other taxes such as entry tax and local duties imposed by State/ Central Govt. These taxes, if applicable, shall be paid extra on actual basis on production of documentary proof of their payment and any statutory variation in the

same during stipulated delivery period shall be to the purchaser’s account.

8.0 COMPARISION OF PRICES:

The comparison of prices shall be on the basis of TOTAL F.O.R. Destination (landed rates) inclusive of Basic rates with GST(IGST/CGST/SGST), Packing &Forwarding Charges, Freight and Transit Insurance etc.Total of items inSchedule of Prices & Quantities/ BOQ, Schedule-Aof SECTION IV(A) i.e.,Grand Totalas mentioned in column 9,will be considered for evaluation of bid price and accordingly lowest price bidder will be selectedfor item mentioned in Sl.

No. 1. In case of any difference between the Landed Prices quoted by firm and Landed Prices as calculated, the later prices shall be taken as final.

9.0 PRICE / PURCHASE PREFERENCE:

The firm shall furnish documentary proof for being registered as small/medium/ large unit by any statutory body along-with location of their unit indicating the name of the state where it is located. Bidder claiming for price preference, must submit the scanned copy of relevant

Government Order issued & in force till the last prescribed date of submission of offer along with request letter for seeking price preference under relevant clause of Government Order in Technical Part “B” of the bid.

Price/Purchase preference to the firm shall be considered only as per prevalent rules/Govt. orders in force, on the request of the firm, but in no case, firm shall be allowed

higher rates other than the lowest rates, received in the biddings.

10.0 PERFORMANCE GUARANTEE:

(i) The Solar PV Module shall be guaranteed against defects in material, workmanship & performance under normal use as specified in the detail Technical Specifications annexed, for a period of 05 years from the date of commissioning of the system.

(ii) The Pump Controller Unit shall be guaranteed against defects in material, workmanship & performance under normal use for a period of 05 years from the date of commissioning of the system.

(iii) The Solar Pumpset shall be guaranteed against defects in material, workmanship &

performance under normal use for a period of 05 years from the date of commissioning of the system.

(iv) The Energy Meter shall be guaranteed against defects in material, workmanship & performance under normal use for a period of 05 years from the date of commissioning of the system.

(v) The IP Camera shall be guaranteed against defects in material, workmanship &

performance under normal use for a period of 05 years from the date of commissioning of the system.

(vi) Any other mechanical or electrical equipment, what so ever it is, shall also be guaranteed for a period of 05 years from the date of commissioning of the system.

If any defect in respect of design, inferior material, workmanship or quality is noticed during these periods, the equipments shall be rectified as the case may be by the Firm/Supplier at his own cost & risk within fifteen days positively from the date of intimation

of the defect.

11.0 PERFORMANCE SECURITY:-

In the event of a contract being placed to a contractor, whether registered with D.I. Kanpur/ U.P. Small Scale Industries Centre/ N.S.I.C., khadi and Village Industries Co-operative societies with in the state, registered as such with the khadi and Village Industries Board/Khadi and Village Industries Commission,he shall have to deposit performance Security amounting to 10% value of the Contract within 15 days from the date of issuance of acceptance letter failing which it will be presumed that the firm is not interested in entering into Agreement and the offer of the firm shall be ignored at the risk and expenses of the firm and earnest money deposited shall be forfeited.

The aforesaid Performance Security if deposited in the form of Bank Guarantee issued by a scheduled Bank on non-judicial stamp papers legally acceptable as per stamp act 1899, equivalent to 0.5% of the performance security amount, subject to the maximum Rs.10,000.00 on the prescribed proforma annexed asSection V(B) (Annexure PS) of Bid document herewith, valid for payment for a period of 66 months from the last date of stipulated commissioning period, pledged for payment in the name of Superintending Engineer, Central Equipment and

Stores Procurement Organization-1, Irrigation & Water Resources Department, U.P. Lucknow for

Page 31: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

29

the purpose mentioned above and mentioned hereinafter.The performance security may also be deposited in any of the following instruments:-

(a) FDR issued by State Bank of India or any Scheduled commercial Bank payable stamp duty @ Rs. 70/ in the form of non-judicial stamp paper per 1000/- of security value, if security is paid in the form other than Bank Guarantee.

(b) Bank Guarantee from any scheduled commercial bankon non-judicial stamp papers legally acceptable as per stamp act 1899, equivalent to 0.5% of the performance

security amount.

The Superintending Engineer, Central Equipment and Stores Procurement Organisation-1, Irrigation & Water Resources Department U.P., Lucknow shall be at

liberty at any time to appropriate and apply any security so deposited as aforesaid in or towards payment or satisfaction of purchaser or any amount which shall become due for owing by the Contractor to the Purchaser by virtue of this Contract or other contracts

provided anything contained in this clause shall not prejudice any other remedy to which the Purchaser may be entitled for the recovery of such moneys available and this Performance Security subject to such deductions as aforesaid be refundable to the Contractor

after 66 months from the date of satisfactory completion of supplies and commissioning in accordance with the terms and conditions of the Contract.

(i) If the quantity to be supplied is enhanced at any stage, the Contractor shall be required to deposit additional Performance Security @10% of the value of enhanced quantity in the manner as mentioned above only then the contractor shall have the right to supply the

enhanced quantity.

(ii) The Bidder shall on requisition from time to time, renew, enhance or replenish the performance security. The Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P., Lucknow shall be at liberty at any time to appropriate & incase any security so deposited, in the

event of his failure to fulfill the terms & conditions of the contract.

(iii) In the event of grant of any extension in completion schedule of the Contract, due to any reason whatsoever it shall be mandatory for the contractor to extend the validity of their performance security/Bank Guarantee for further period of extension, in case there refusal to do so, it shall be treated as breach of contract and necessary action as deemed

fit shall be taken, in view of the terms & conditions of the contract.

(iv) The above stipulations shall not override the stipulations of Financial Hand Book.

Performance Security need not to be submitted if:-

(a) Bidder is a U.P. Government Corporation or Government of India Undertaking.

(b) Contract value is Rs. 1.00 Lac or below.

12.0 FORFEITURE OF PERFORMANCE SECURITY:

Performance security shall be forfeited and credited to Government Account in the event of a breach of contract, non-performance and misconduct by the supplier, in terms of relevant

contract.

13.0 REFUND OF PERFORMANCE SECURITY:

Performance security shall be refunded to the supplier without any interest, whatsoever, after

it duly performs and completes the contract in all respect and completes of all such obligations

under the contract including warranty/Guarantee obligations.

14.0 PRE-DISPATCH THIRD PARTY INSPECTION:

The entire supply ofSolar PV Module Panel of suitable capacity with fixed structure system,

suitable Solar Submersible Pumpset, suitable Solar Pump Controller Energy Meter (Three Phase, Four Wire, LT Electronic Trivector Meter) IP Camera (Dome Type & Still), Interconnecting Cable And Accessories along-with required Lighting Arrester And Earthing System, as per Departmental Technical Specificationshall be pre-dispatch inspected by M/S Certification Engineers International Ltd, New Delhi or any other Inspection Agency nominated by Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P., Lucknow as per Detailed Technical

Specification & Technical Conditions of the Tender/Contract, at manufacturer works.

The Contractor shall inform the Inspection Schedule of equipments in advance to the consignee & to this office, in case, if consignee intending to remain present during testing of equipments may present himself at the time of Testing, so that the Inspection Schedule is not delayed unnecessarily. The contractor shall co-ordinate such joint inspection & provides all necessary

facilities / documents desired by the Inspection Authority at the time of inspection.

(i) The Inspection Charges shall be initially borne by the contractor, which shall be claimed from the consignee in his bills / invoices of the supplies on actual / pro-rata basis against documentary proof. In case the material offered for inspection is rejected in the first inspection, the charges for second inspection shall be borne by the contractor, and the

Page 32: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

30

same shall not be reimbursed. In case the material offered for inspection is rejected after this second inspection purchaser may annul/rescind the contract and forfeit the

Performance Guarantee/ security for which no claim of contractor shall be admissible.

(ii) In the event of delay in the inspection at the level of designated Inspection Agency and material being urgently required, Superintending Engineer, Central Equipment & Stores

Procurement Organisation-1, Irrigation & Water Resources Department, U.P., Lucknow may designate alternative agency or his representative for the inspection of material.

(iii) The contractor shall submit Quality Assurance Plan (Q.A.P), to the inspection agency at the time of offering the material for inspection, with a copy to the Superintending Engineer, Central Equipment & Stores Procurement Organization-1, Irrigation & Water Resources

Department, UP, Lucknow. (iv) The purchaser or his authorized representative shall be free to inspect the material at any

time during or after manufacturing process at the time of completion of supplies &

afterwards also. The contractor shall provide all facilities, which will be required for such inspection at their work’s free of cost. In case the further inspection during or at later stage is proposed to be carried out through other agency, the inspection charges shall be borne by the purchaser.

(v) Inspection Charges: The CEIL’s inspection charges shall be initially borne by the supplier,

which may be claimed from the consignee in his bills/ invoices of the supplies on actual/ pro-rata basis against documentary proof. The Certification Engineers International ltd’s inspection charges @ 1.5% of Ex-works value + GST @18% on Inspection Charges is admissible at present or at actuals if charged on daily basis minimum charges.

15.0 NON-PERFORMANCE:

In the event of non-performance of any kind during the pendency of the contract, this shall be treated as misconduct on the part of the firm and the firm may be Black-listed along with panel action as per conditions stipulated in tender document / contract.

16.0 DELIVERY PERIOD:

(A) DELIVERY OF EQUIPMENTS / MATERIALS The supply shall be completed within 01 (One) month from the date of issue of

Acceptance Letter/Order. In case of dispatch by Rail from manufacturer’s works to the destination railway station, the date of railway receipt shall be deemed as date of completion of delivery, but in case of dispatch by road transport, the date of actual receipt

of the material in consignee’s store shall be taken as the date of completion of delivery. (B) ERECTION & COMMISSIONING

The erection and commissioning of the supplied equipments shall be completed within 01 (One) month from the actual date of completion of supplies subject to amendment in case the site for erection and commissioning is not made available to the Contractor.

(C) The total completion scheduled delivery period is 02 (Two) months.

However the purchaser reserves the right to alter the period of completion

17.0 DELAYED DELIVERY :

The bidder shall not be allowed to detain/delay the supplies/erection & commissioning work

abnormally and in the exigencies of Government work suffering in want of the said supplies/Erection & Commissioning work. The Superintending Engineer issuing Agreement/ Contract shall be at liberty to rescind/cancel the order placed on the contractor and arrange the

same supplies/Erection & Commissioning work at prevailing market rate and the higher price if any paid against such purchases/Work shall be recoverable from the contractor from his dues pending with the Department/Performance Security deposited by the Contractor or both.

Delivery of the supplies in time is the essence of the contract. Delay in delivery will be

treated as bad performance of the Firm for future tenders of the Department. 18.0 DISPATCHES:

18.1 The inspected material covered by this contract shall be dispatched freight paid duly

insured by goods train directly from manufacturer’s works to destination Railway Station or by road transport for delivery up to consignee’s stores /site as per Schedule of Supplies, Schedule: AA of Section V(H).

18.2 Unloading at destination railway station, carriage up-to consignee’s Stores/Site, unloading

and stacking at consignee’s Store/Site in case of dispatch by rail and unloading & stacking at Consignee’s Store/Site in case of road transport shall be contractor’s liability.

18.3 In case of dispatch by road, it shall be compulsory to bidder to generate E-Way Bill whenever the value of consignment is Rs. 50,000 or more or as per Govt. order issued and in force at time of supply. The detail of e-Way Bill generate shall be made available to consignee within stipulated time for acceptance, so that dispatches are not delayed and

are expedited in time.

Page 33: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

31

19.0 FAILURE TO EXECUTE SUPPLIES WITH IN DELIVERY PERIOD: If the contractor fails to supply the material within the stipulated delivery period, the

Superintending Engineer issuing Agreement / Contract shall be at liberty to, rescind / cancel the order placed on the contractor and arrange the same supplies at prevailing market rate and the higher price if any paid against such supplies shall be recoverable from the contractor from Performance Security/Pending claimed due in the department.

20.0 RESPONSIBILITY FOR SAFE TRANSPORTATION: The firm shall ensure safe delivery of material up to the railway destination/consignee’s store/

site as the case may be. In case of material being dispatched by rail & there is any evidence of loss or damage, the consignee shall acquire necessary certificate for such loss/damage/shortage from the appropriate Railway Officials before taking delivery and lodge the claims with the Railways within 15 days from the date of receipt of Consignment under intimation to the firm

and Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department U.P. Lucknow. In case of material dispatched through

road transport, the consignee shall report the loss/damage/shortage in the consignment received at consignee’s store to the firm under registered cover within 15 days of receipt of

material under intimation to Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P., Lucknow.

21.0 SUPPLY OF CORRECT STORES / EQUIPMENT:

The contractor shall ensure that only those stores, which are correct and according to stipulated technical specifications, are supplied. In the event of discrepancies being found subsequent to the completion of the supply, the contractor shall be bound to replace / rectify them by correct stores free of cost to the purchaser as per “PERFORMANCE GUARANTEE/SECURITY” Clause

10.0 &11.0 given herein before. 22.0 REPLACEMENT / RECTIFICATION OF DEFECTIVE SUPPLIES: If the supply is found defective/unsuitable/substandard or rejected at consignee’s site, the same

will be reported to the Contractor along with the defect details within 15 days from the date of notice of such defect by the consignee. The contractor shall replace/rectify the defective/rejected material free of cost within one month of receiving such information from

consignee, failing which the cost of material inclusive of all taxes and duties shall be recovered from the performance Security/pending claim in the department. In the event of Government work being suffered on account of delay in replacement/rectification of material by the contractor, the purchaser shall be at discretion to purchase the material at the prevailing market

price and in such case Contractor shall have to reimburse the excess amount if paid or else the same shall be recovered from the performance Security and other pending claims, due in the department.

23.0 LIQUIDATED DAMAGE: If the entire supply or any part thereof is not completed by the due-date the liquidated damage

as provided in Clause 23 of annexed General Conditions of Contract Form-‘B’ shall become payable at the rate of ½% per week of the contract value exclusive duties & taxes of unsupplied

/delayed supplies subject to a maximum of 10% of contract value of such supplies. 24.0 FORCE MAJEURE CLAUSE :

If at any time during the pendency of this contract , the performance in whole or in part without

the consent of purchaser or any obligation under this contract is prevented or delayed by the reasons of any war, sabotage, fires, floods, strikes, lock-out, explosion, epidemics, quarantine restriction or other act of God, King, Government or ruler (hereinafter referred as eventuality), if the notice of happening of such eventuality is given by the Supplier to the purchaser within 15

days from the date of occurrence of such eventuality thereof, the purchaser shall neither terminate contract nor claim any damages in respect of such non-performance or delay for the reasons as mentioned herein before, but the supply shall be resumed as soon as possible after

such eventualities have come to an end or seized to exist. However, the decision of Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P., Lucknowshall be final in such case.

25.0 VALIDITY OF CONTRACT: The contract shall be valid till the validity of the Performance Security as stipulated in Clause

11.0 herein above. 26.0 REQUEST FOR TIME EXTENSION:

The bidder shall apply for the extension of time at least 15 days in advance of the date of completion of supplies along with necessary documentary proof in support of theircontention for extension of time, to the Superintending Engineer, Central Equipment & Stores Procurement

Organisation-1, Irrigation & Water Resources Department, U.P., Lucknow, failing which request for extension of time is liable to-be rejected and liquidated damages as per Clause-23 of General Condition of Contract-Form “B” shall become payable.

Page 34: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

32

27.0 RESPONSIBILITY FOR COMPLETENESS: Any fittings or accessories which may not have been specifically mentioned in the Schedule of

Prices and Quantity but are usual or necessary, shall be provided by the contractor without

extra charges, so that equipment / plant is complete in all respect. 28.0 DRAWING AND LITERATURE: (i) The contractor shall supply operator’s instruction and service manuals along with parts

catalogue to the Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P. Lucknow and two sets of the same to the consignee.

(ii) Two sets of detailed drawings of tendered items showing various dimensions shall be furnished by the contractor to the consignee within two weeks of issue of Acceptance Letter for approval of overall dimensions to ascertain the space required for fitting the equipments. The contractor shall also submit the copy of Drawing to the S.E, CESPO-1, I&WRD, U.P., Lucknow.

29.0SPARES : The Contractor shall be bound to supply the spare parts ofHSC Centrifugal Pump sets and its

alliedequipments as & when required by the purchaser for maintenance, operation and repairs

of theHSC Centrifugal Pump sets during their life-time against the supply order issued by the department.

30.0 NOMINATION OF ENGINEERS:

The Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department U.P., Lucknow would act as Engineer for the

purpose of this contract as defined in Clause-1(x) of General Condition of Contract form “B”

annexed.

31.0 NOTICE TO BIDDER:

Any notice given to the contractor shall be posted under Registered Cover/Speed Post/Fax to

their address. The Bidder is therefore required to give their complete postal, telephonic & telegraphic & Email address including fax no. Such posting other than fax message shall deemed good service of such notice and the time mentioned therein for doing any act after notice shall be

reckoned from the date on which such notice should normally reach him i.e. One Week.

32.0 RESPONSIBILITY OF THE BIDDER:

The contractor shall be entirely responsible for execution of the contract in accordance with

the terms and conditions contained in Instructions to bidder, Special conditions of Contract, General Conditions of Contract Form “B”, Technical Conditions, Detailed Technical Specifications, Schedule of Prices & Quantities, warranty clause, Integrity Pact, Letter of Acceptance of Tender and Agreement/ supply order issued by Superintending Engineer, Central

Equipment & Stores Procurement Organisation-1, ID, UP, Lucknow.

33.0 PAYMENT TERMS:

33.1 Subject to any deduction which the purchaser decides to make under the contract or subject to any additions or deductions provided for under clause-10 of General Conditions of the Contract Form-B, the Contractor shall be entitled to payment on production of Bills in triplicate duly stamped and pre receipted in the name of consignee along-with complete dispatch particulars

such as Inspection certificate / Release note, Insurance Cover, Contractor invoice, Advise note/ Delivery Challan giving details of material and clear Railway/ Goods receipt (freight paid), as the case may be depending upon the mode of dispatch i.e. by Rail/ Road shall be submitted to the consignee mentioned in Schedule of Supplies, Schedule” AA” against which the payment shall

be admissible in accordance with the following schedule:-

(i) 80% (Eighty percent) of value of equipments (Basic Price) plus 100% (Hundred percent) Taxes & Duties and Inspection Chargesof each consignment (against documentary proof),

against receipt of material in satisfactory condition at Consignee's Store/site in case of dispatches through Rail/Road.

(ii) 10% (Ten percent) of Basic Price after erection & commissioning of the complete system.

(iii) Balance 10% (Ten percent) of Basic Price after performance test of equipments found satisfactory.

(iv) Deduction of GST at source shall be made at the rate prescribed by Government order issued and in force at the time of supply from the bill in reference to each payment as mentioned in Clause 33.1(i) above, by paying authority, and shall be deposited in the

relevant head of GSTIN account of the contractor.

33.2 The aforesaid payment terms of sub-clause 33.1(ii) shall be applicable when supplies have been completed within the stipulated delivery period.

33.3 The purchaser reserves the right to modify the above payment terms.

33.4 If the contractor is found charging price more than the prices declared by the purchaser in writing in their bill/invoice/letter of credit sent through Bank and consignee/paying authority having no option except to make payment of such letter of credit, the excess amount so paid and found in excess of the amount due as per contract shall be reimbursed by the contractor to

Page 35: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

33

the consignee immediately within 7 days at their level failing which same shall be recovered from the performance security deposited by the contractor/any other dues pending with the Department and further action as per Clause 32 of General Conditions of Contract Form ‘B’

shall be taken for which no claim of contractor shall be entertained.

33.5 No interest shall be paid for delayed payments what so ever delay it may be.

33.6 All payments due to the contract shall be paid through e-payment only by consignee against actual receipt of material in satisfactory conditions at consignee stores. The supplier has to furnish acceptance for e-payment, duly indicating the Bank Account Details in the prescribed format as stipulated in Annexure-“EP”

34.0 PROMPT PAYMENT DISCOUNT:

½%(Half percent) prompt payment discount on Basic value of equipments shall be allowed by the contractor (in case various components of prices are not declared by the bidder then the Prompt Payment Discount shall be allowed on the total landed prices.), if his balance payment

as given above in Clause No. 35.1(ii) is made within 30 days from the date of erection and

commissioning of complete equipments in satisfactory conditions.

35.0 DISCOUNT:

Any discount, other than prompt payment discount, shall be distinctly mentioned in

commercial offer.

36.0 QUANTITY VARIATION: Quantities of tendered itemslikely to be supplied against the Contract are tentative and subject

to change up to any extent before entering into agreement/Contract. However, the purchaser is also entitled to increase / decrease the quantities as per actual requirements after signing the agreement during validity of contract as per stipulations under clause 27 of General Conditions of Contract Form ‘B’. In case quantities are further proposed to be increased / decreased, the prior consent of bidder is necessary.

37.0 PROGRESS OF SUPPLY: The bidder shall also be responsible to report the progress of supplies, as and when asked for, to the office of Superintending Engineer, Central Equipment & Stores Procurement

Organisation-I, Irrigation& Water Resources Department, U.P., Lucknow, failing which it shall be taken as breach of contract and necessary action against the bidder shall be taken as per clause-32 of General condition of Contract-Form “B”.

38.0 GOODS & SERVICE TAX CLEARANCE CERTIFICATE: Bidder shall submit/upload latest Goods & Service Tax Clearance Certificate or

acknowledgement/No dues Certificate issued within 364 days along with Technical Part-‘B’ of their bid prior to opening of tender, duly signed by the Tax Officer concerned under the seal of

their office. Failure to produce the said certificate will render their tender liable to be ignored. 39.0 INCOME TAX CLEARANCE CERTIFICATE:- Bidder shall submit/upload copy of permanent account number of firm and copy of latest

relevant Income Tax return (ITR) form (not older than last two financial years) in Technical part “B” otherwise their offer is liable to be ignored.

40.0 DEVIATION:- No deviation from the technical specifications / conditions shall be acceptable in Technical Part

"B" of the tender offer by the bidder. 41.0 EVALUATION OF TENDERS: Bidders may please note that each & every Part of the Tender shall be evaluated in accordance

with the relevant clauses of the tender documents. Note:- Bidders may please note that if any of the preceding part of the tender is not

found responsive, the next Part of the tender shall not be opened & no claim what so ever shall be entertained.

42.0 INTEGRITY PACT: To use, practice and observe all the best, clean, ethical, honest and legal means and behavior

maintaining complete transparency and fairness in all activities concerning Registration,

Bidding, Contracting/Rate Contracting and performance thereto, for which bidder is required to submit an “Integrity Pact” in the format as prescribed in Section III(I), Annexure: IP. It is mandatory to submit in the Technical Part “B” of their bid.

43.0 RIGHT TO USE DEFECTIVE EQUIPMENT: If after delivery, acceptance and installation and within the guarantee period, the operation or

use of equipment proves to be unsatisfactory, the purchaser shall have the right to operate or use such equipment until rectification of defects, errors or omissions by repair or complete

replacement is made without interfering with purchases operation. 44.0 FAIR TRADE PRACTICES: Fair trade practices are to be adopted by the bidders/ contractors / suppliers, failing which the

purchaser reserves right to the right to cancel/ rescind the tender / contract/ agreement / supply order. Liabilities, if any, due to unfair trade practices shall be to bidder's / contractor's / supplier's account and shall be realized from them.

Page 36: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

34

45.0 ENVIRONMENTAL CONSIDERATIONS AND SOCIAL RESPONSIBILITY OF BIDDER: Bidders have the obligation to comply with the rules, regulation and other laws concerning

child labour, sexual exploitation and the fundamental rights of workers, health and safety, working conditions, freedom of association, environment, non-discrimination, human rights, and anti-corruption measures.

46.0 DEBARMENT FROM BIDDING: (1) A bidder shall be debarred if he has been convicted of an offence –

(a) Under the Prevention of Corruption Act, 1988 (Central Act No.49 of 1988) (PC Act); or (b) under the Indian Penal Code, 1860 (Central Act No.45 of 1860) (IPC) or any other law

for the time being in force, for causing any loss of life or property or causing a threat to public health as part of execution of a public procurement contract.

(2) If bidder has breached the code of integrity prescribed as per Annexure-IP

(3) Where the entire bid security or the entire performance security or any substitute thereof, as the case may be, of a bidder has been forfeited by a procuring entity in respect of any procurement process or procurement contract.

47.0 BREACH OF CODE OF INTEGRITY: In case of any breach of the code of integrity by a bidder or prospective bidder, as the case may be, following appropriate measures can be taken- (1) Exclusion of the bidder from the procurement process;

(2) Calling off of pre-contract negotiations and forfeiture or encashment of bid security; (3) Forfeiture or encashment of any other security or bond relating to the procurement; (4) Recovery of payments made by the procuring entity along with interest thereon;

(5) Cancellation of the relevant contract and recovery of compensation for loss incurred by the procuring entity;

(6) Debarment of the bidder from participation in future procurements.

48.0 ETHICAL BEHAVIOUR OF THE BIDDERS The bidders should refrain from extreme case of unethical behavior & should not engage in

corrupt practices, such as: (1) 'Corrupt Practice' i.e. offering, giving, receiving, or soliciting, directly or indirectly, anything

of value to influence improperly the action of another party;

(2) 'Coercive Practice' i.e. impairing or harming, or threatening to impair or harm, directly or indirectly, any party or property of the party to influence improperly the actions of a party;

(3) 'Fraudulent Practice' i.e. any act or omission, including a misrepresentation, that

knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(4) 'Collusive Practice' i.e. an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party result in bids at artificial prices that are not competitive.

49.0 DISPUTE: All disputes arising out of this Contract shall be subjected to the provisions of Arbitration and

Conciliation Act–1996 and subsequent amendment thereof. Disputes not covered under the arbitration provisions shall be subjected to the territorial jurisdiction of Lucknow Courts only.

Superintending Engineer Central Equipment & Stores Procurement Organisation-1,

Irrigation & Water Resources Department, U. P., Lucknow

Page 37: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

35

SECTION-III

TECHNICAL BID

e-TENDER NOTICE NO. EQ-1195/2018-19

SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY

WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE

SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC

TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND

ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING SYSTEM, ON-

GRID OPERATED STATE TUBEWELL OF 1.0 CUSEC (102M3/HR) & 24M HEAD, INCLUDING

MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL

SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF IRRIGATION

& WATER RESOURCES DEPARTMENT, U.P. LUCKNOW.

SECTION-III (A)TECHNICAL SPECIFICATIONS (TS)

1.0 SCOPE Supply, Erection & Commissioning of Solar PV module panel of suitable capacity with fixed structure system, suitable Solar Submersible Pumpset, suitable Solar Pump Controller, Energy Meter (Three Phase, four wire, LT Electronic Trivector Meter), IP Camera (Dome Type & still),interconnecting cable and accessories along with required Lightening Arrester and Earthing System, on grid operated State Tubewell of 1.0 cusec (102 m3/hr) discharge & 24m head, including Maintenance and Warrantee for Five Years, for Nagar Palika Parishad, Moh-Bhag

Bakshi, Amla tehsil, under jurisdiction of Tubewell Division-1, Bareily, of Irrigation & Water Resources Department, U.P. Lucknow, as mentioned as per Departmental Technical Specifications and relevant IECs& Indian Standards with latest amendments if any.

The Solar Submersible Pumpset will be installed/lowered in a borewell of size 12” x 6” prepared by the Department. The borewell is having housing pipe (12”Ø for 1.0 Cusec) of about 120 to 160 feet with a reducer of size (12” x 6”Ø). The length of lowering of Solar Submersible Pumpset in the borewell shall be decided according to water level of the borewell & pumpset shall be lowered with departmental MS pipe of 150mmØ. The borewell will be housed in a Pump House made with internal space available 2.1m x 2.1m. The proposed system will supply water to irrigate 50 Hect. of land for 1.0 Cusec State Tubewell. The proposed system

is an effort to incorporate and develop State of Art in running State Tubewell and will work in Dual mode power transformation system so that Tubewell can run through Solar Power and from conventional grid electricity as well.

The Energy Meter is required to be installed for measurements of grid energy. The dome type still IP Camera is required for the security purposes of the system. Sim card for transferring Data & its recurring expenses shall be borne by the Department.

2.0 SOLAR PHOTOVOLTAIC MODULE

Solar PV module should contain multi-crystalline silicon solar cells connected in series and parallel combination to produce required power. The total electricity generation required from Solar PV module shall be according to the proposed solar submersible pumpset for borewell.

The power rating of the solar array should be suitable to the design of the offered pump. Solar PV modules will be installed in the vicinity of borewell compound, space will be made available by the Department. The PV module should conform to following relevant standards &

certifications : (i) IEC : 61215/IS14286 for Crystalline Silicon terrestrial Photovoltaic(PV) (ii) IEC : 61730-1,2 (iii) IEC : 62804 – test methods for detection of potential induced degradation. (iv) IEC:61701 Radio Frequency Identification (RFID) should be encapsulated inside the glass cover of Solar PV module. The PV module should be backed by warranty of manufacturing defects &

workmanship for 5 years with power warranty of 90% of the minimum output power for first 10 years and 80% of the minimum output power for next 15 years. Efficiency of Solar PV module should not be less than 15% with tolerance of -0%+3%. Each Module should be

printed/engraved/stickered with “IRRIGATION & WATER RESOURCES DEPARTMENT, U.P., 2018-19” inside the toughened glass cover or on PU sheet back side.

The Solar PV Module should be assembled with anti theft nut-bolts and should be grouted such that there should be minimum clearance of 1.2 m between module and

ground. Structure for above panel should be fixed type, MS galvanized structure, with

Page 38: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

36

minimum thickness of coating of 80microns, to ensure high yield and longer durability. It should also contain following features:

(i) High energy yield anti-reflective glass (ARC Glass).

(ii) Unique back sheet design for high resistance to moisture ingress.

(iii) High fill factor to improve energy conversion efficiency.

(iv) Modules with positive power tolerance of -0 +3W.

(v) Electro-luminescence tested for micro cracks.

(vi) Torsion and corrosion resistant anodized aluminum frame.

(vii) Specific module tracking and identification with RF technology.

(viii) The power output of the module should not decrease beyond 80% over a span of

guaranteed period, i.e., 25years.

(ix) Junction Box rating should be IP65.

(x) MC4/MC4 compatible cable connectors.

3.0 SOLAR PUMP CONTROLLER (WITH REMOTE MONITORING) It should be transformerless inverter system with 415V (+)10% & (-)25%, AC, 3-phase output

voltage and V/F control to manage pumpset soft starting condition. It should contain latest technology for conversion of DC to three phase AC ensuring minimum 95% efficiency. It should exhibit flat efficiency characteristic irrespective of loading. It should contain inbuilt MPPT tracking facility to get maximum power output from the solar array. Remote monitoring of controller should be possible and can be accessed from Control Room. Firm should have IEC: 61683, IEC: 60068-2 (1, 2, 30) & 60529 certification for minimum 10HP. The Solar Pump Controller should be of reputed make with sturdy design product life preferably for more than

05 years, compatible with solar PV module operation & easy serviceability, spares easily available. It should be designed for minimum grid input upto 300V, below which it should reject the grid to prevent the damage to motor. Solar Power Controller should be

printed/engraved with “IRRIGATION & WATER RESOURCES DEPARTMENT, UP, 2018-19” on the inner side of the cover and back side of the Controller. Salient features of Controller should be printed on back side of the controller.

The controller shall be housed in sheet metal / steel enclosure of minimum 1.2 mm thickness, dust, humidity and vermin proof with double door provision. The enclosure should be treated against rusting & uniformly painted with stove paint. The Solar Pump Controller should contain following features:

(i) Under voltage, over voltage and reverse polarity protection.

(ii) Output short circuit protection.

(iii) Soft starting of motor.

(iv) Auto start and auto stop facility as per solar intensity.

(v) Dual mode option to switch between Solar and Grid connection.

(vi) Sensor less dry run protection.

(vii) Inbuilt Maximum Power Point Tracking (MPPT) function.

(viii) Inbuilt provision for surge suppressor and DC switch.

(ix) Visual LCD display of data.

(x) Very low harmonic content.

(xi) Inverse exponential speed variation at time of lack of solar radiation.

(xii) Pump should work automatically by Sun rise and Sun set (optional).

(xiii) It should regulate the output frequency according to irradiation in real time.

(xiv) Protection – IP54.

(xv) Ambient Temperature- 10 to 55°C.

(xvi) Cooling- forced cooling.

(xvii) Remote monitoring:

(1) Remote monitoring with Internet (IP address) along with real time data decision support system is to be provided.

(2) Web portal to view online data such as voltage, current, power, energy generated, pump on/off, RPM, hours run, etc.

(3) Provision to generate various reports in the printable form. (4) Data can be extracted locally and can be uploaded to the server.

(5) Provision of Data export in standard format. (6) Historical data made available in server for report generation.

4.0 SOLAR SUBMERSIBLE PUMP Solar Submersible Pump should be of 1.0 Cusec (102M3/Hr) rated discharge capacity for 24m head. The pumpset shall be as per IS-8034, sturdy construction for unfavorable and not

the site conditions as regards storage, handling, running, maintenance and repairs of pumpsets. It should be possible to repair the pumpsets in Departmental Workshop with ease and minimum cost and should, therefore, be fitted with replaceable parts easily available in the

Page 39: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

37

market anywhere. Features of easy rewind ability and of economy in repairs are of over-riding consideration after meeting the basic hydraulic, electrical and mechanical performance. In general, it should conform to IS:8034-2002 and IS:9283-1995 with latest amendment if any.

The overall outside diameters of complete pumpsets including cables should not be more than 215 mm for 1.0 Cusec discharge pumpsets. Size of discharge connection should be 6ӯ.

5.0 MOTOR Submersible motor shall be designed for 415 volts + 10%, -25% volts, 3 phase, 50 cycles/sec. A.C. supply and shall have a synchronous speed of 3000 R.P.M. with maximum 5% allowable slip at rated load. It should be totally enclosed squirrel cage induction type motor, water cooled and water lubricated, sealed against pollution from outside water being pumped. The stator body of the motor shall be constructed of Carbon steel (sheet or pipe) latest amendments / stainless steel sheet grade AISI 202. The stamping shall be made of cold rolled non-grain

oriented low loss electrical silicon steel grade M45 or equivalent IS grade. The windings shall be wet type, the motor shall be provided with metal tilting thrust pads, designed to take up all untoward load at most unfavorable running conditions. The thrust bearing should have AISI

430/AISI 410 CED coated CI housing, tilting thrust pads of stainless steel AISI 430/AISI 410 grade or bronze; with face of thrust disc of Carbon or Polymer Carbon. The face out and run out of end rings of stator with respect to stator packet bore should be less than 0.05 mm and 0.1 mm respectively.

Adequate heavy duty sealing arrangement and also a sand guard should be provided in the motor inlet body to prevent impurities from entering the motor bearings. Bearing housing should be epoxy coated from inside to avoid rusting. Locking strips between motor base and

adaptor or any other suitable locking arrangement shall be provided to prevent falling of motor. The run out and face outs of spigots with respect to bearing bush bore should be less than 0.1mm and 0.05 respectively. Stator should be impregnated with a superior quality of varnish having Class-‘B’ thermal insulation under vacuum and not by manual or gravity flow to avoid any air pockets so that these are properly filled by varnish. Subsequently stator bodies should be baked under controlled conditions to ensure long life of the varnish and to give a hard finish to the stator

surface and should be powder coated. The rotor shaft should be provided with suitable stainless steel sleeves of AISI: 410/420 with surface roughness on O.D. less than 0.4 micron Ra the rotor shaft shall be of EN9/C45/AISI

410. The rotor surface should be given one coat of epoxy paint. The rotor should be dynamically balanced having balance quality Grade 6.3 of IS:11723 (Part-I) : 1992 with latest amendments if any. The windings shall be such so as to facilitate location of any fault without dismantling

full windings and also to replace defective set of coils preferably by making suitable provisions so that the windings are projected on both sides of the stator when the bearing housing are dismantled.

High voltage test shall be conducted as stipulated in clause 20.00 of IS: 9283–1995 with latest amendments. Stator body should be rigidly welded radially on the stamping assembly and radially at end on steel rings. The winding wires to be used in winding of motors shall conform to IS: 8783-1996(Part-

4, Section-1) with latest amendments if any. The motor shall be designed to have extra 10% H.P. over the required power by

pump at duty point. The motor shall not get over loaded in the operating head range of +10%

and -25% of the specified rated head of the pumpsets. The H.P. rating of the motors shall be suitable for required head of Pumps of 102 m3/hr

rated discharge. The motor shall conform to IS: 8034-2002 and IS:9283-1995, with latest

amendment if any. The motor shall have the name plate giving the following information:-

Name of Manufacturer. Motor Make/Model. Manufacturer’s Number and frame reference. Type of duty. Frequency in cycle/second. Number of phases. Rated output in KW/HP. Current in Amperes at rated output. Speed in R.P.M. at rated output. Power factor at rated output. Year of manufacture

The motor and pump shall have the same serial number. The Pump shall have the name plate giving the following information:-

Name of Manufacturer.

Pump Make/Model. Manufacturer’s Number and frame reference.

Page 40: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

38

No. of Stage. Head Discharge in m3/hr.

Year of manufacture. 6.0 FLAT FLEXIBLE CABLE

Motors should be provided with KEI, Polycab, Universal or Finolex make jointless flexible flat cables of copper conductor, with water proof PVC sheathing and of conforming to IS:9283-1995

and IS-694:1990 with latest amendments if any. It shall be ensured by the firm that the PVC insulation of the cables will not crack due to any change in atmospheric temperature and humidity conditions. Cable packing rings should be provided to ensure non entry of sand into the motor. The 3 core flat cable, for different ratings of motor, shall be as per required current capacity with suitable length of cable as per required head. Cable guard and cable clips shall be provided along with the pump to prevent damage to cable when handling or lowering the

pumps. 7.0 IP CAMERA: Dome type still IP Camera, 1.3 MP, 20 meter range for supervision purposes. It

should be capable of taking 10 still pictures per hour and should have suitable battery power back up of minimum 6hrs. Camera shall be connected with DVR containing of Modem for

transfer of pictures to main server. Proper measures should be taken to prevent battery going into deep discharge in absence of power.

8.0 ENERGY METER

Three Phase, four wire, LT Electronic Trivector Meter with Accuracy Class 1.0, 3x240Volts, (40-100 Amps), suitable for installation without use of external CT and terminal block but with direct insertion of cable as per IS:15959. It should be BIS certified & approved from UP Power Corporation Limited, Lucknow.

9.0 CABLES For AC cabling PVC sheath single or multi core flexible copper cables shall be used, outdoor AC

cables shall have a UV stabilized outer sheath. The total voltage drop on cable segments from solar PV modules to solar grid invertors shall not exceed 2.0%. Cables & wires used for inter connection of solar PV modules shall be provided with solar PV connectors (MC4) and couplers. All cables and conduit pipe shall be clamped with thermo plastic clamps at intervals

not exceeding 50 cm. The minimum cable size shall be 4.0 mm^2 copper. In three phase system, the size of neutral wire shall be equal to the size of the phase wires. For working voltage upto 1100 V & UV resistance for outdoor installation. The cable shall be as per IEC 60227, IEC 60502/IS 1554 (Part 1 & 2). General arrangement drawing for PV Module

installation & Solar Pump Controller. 10.0 EARTHING & LIGHTENING ARRESTER

Earthing & lightening arrester shall be as per IEC 62561 series (Part 1, 2) IS-3040 & IS-3043

so that it should cover all installed equipments. 11.0 JUNCTION BOX

Junction boxes & Solar Panel terminal boxes shall be of the thermo plastic type with IP-65 protection for outdoor use and IP-54 for indoor use. It shall be as per IEC-60529.

12.0 ADJUSTMENT OF CLEARANCES Pumps should not require adjustment of any clearance at site such as clearance between impeller and neck ring / wear ring, clearance between pump shaft and motor shaft etc.

Clearance between Impeller Neck ring and casing wear ring shall not be less than 0.30 mm. 13.0 FUSES

General safety requirements for connectors, switches, circuit breakers (AC/DC) shall be as per ISA/IEC 60947(Part 1, 2 & 3).

14.0 ACCESSORIES Nut & Bolts, connection cables, lugs, screws, nails, PVC tape, GI wire and any other item not

mentioned in the specification deemed fit / required shall be supplied by the bidder.

15.0 GUARANTEE OF HYDRAULIC PERFORMANCE:- The Solar Submersible Pumpset shall be guaranteed for their performance of the volume rate flow, head, overall efficiency and overall power input as contained in para 15.2 of IS: 8034-2002 with latest amendment, if any.

15.1 The pumpset shall be tested for operating head range of +10% and -25% of the rated head. In the above head ranges the motor shall not get overloaded above its rated current.

15.2 Pump performance shall be declared at the rated frequency. 15.3 The efficiency of the pumpset at duty point for 1.0 cusec capacity shall not be less than

52%respectively with N.R.V. and strainer fitted including tolerances as admissible in IS 9137:1998.

16.0 PERFORMANCE CURVE

Following information / curves, as per technical specifications given in the tender document, are to be furnished by the bidder in Technical Offer Part ‘B’:-

16.1 For each solar PV Module, Current v/s Voltage.

Page 41: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

39

16.2 For Solar Submersible Pumpset: (a) Efficiency of the Pump at rated Duty Point.

(b) Head v/s Discharge Curve

(c) BHP v/s Discharge Curve (d) Efficiency v/s Discharge Curve

17.0 TECHNICAL INFORMATION / DATA All tenderers shall have to furnish the following technical information for each equipment

alongwith their tender offers. The offer without these technical information or with incomplete/ false informations may not be considered and the offer shall be ignored. (A) SOLAR PV MODULE

1. Electrical Characteristics (i) Rated power (watt) : (ii) Open circuit voltage :

(iii) Short circuit current : (iv) Maximum Power Voltage : (v) Maximum Power Current : (vi) Maximum Power at std. test conditions : (vii) Cell efficiency : (viii) Conversion efficiency

(ix) Output tolerance :

(x) Connectors : (xi) Protection : 2. Components Materials (i) Cell per Module :

(ii) Cell’s type : (iii) Full cell dimensions : (iv) Front cover :

(v) Encapsulation : (vi) Back cover : (vii) Frame material :

3. Mechanical Specifications (i) Outer dimensions of the one Solar Panel : (ii) Weight of Module : (iii) Operating Temperature : (iv) Maximum wind load / max. snow load : 4. Thermal Characteristics : (i) Current temperature coefficient :

(ii) Voltage temperature coefficient : (iii) Power temperature coefficient :

(B) PUMP CONTROLLER UNIT

1. Input

(i) MPPT range of DC input :

(ii) Max input voltage DC :

(iii) Max input current DC :

2. Output

(i) Output AC voltage :

(ii) Output frequency :

(iii) Output AC current :

3. Feature

(i) Maximum efficiency :

(ii) Protection level :

(iii) Temperature range :

(iv) Harmonic distortion :

(v) Cooling method (Normal / Forced) :

(vi) Humidity (allowable)

4. Protection

(i) MPPT :

(ii) Dry running :

(iii) Over voltage :

(iv) Over current :

(v) Over Load :

(vi) Reverse polarity :

Page 42: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

40

(vii) Surge suppressor :

(viii) DC switch :

(ix) Dual mode operation :

(C) PUMP

1. Make & Model :

2. Maximum outside dia of Pumpset including Cable :

3. Rated discharge in Cubic Meter/Hr at duty point. :

4. Rated Head in Meter :

5. Rated Speed in RPM :

6. Size of discharge connection & whether socketed or screwed :

7. Hydro Test Pressure :

8. Overall efficiency at pump duty point :

9. Discharge at (-)25% & (+) 10% of the duty head :

(D) MOTOR

1. Make/Model :

2. Rating HP / K.W. :

3. Type (Squirrel Cage Induction Type) :

4. Method of Lubrication :

5. Details of Power Supply (Phase A.C.______Volts___) :

6. R.P.M. at rated load :

7. Method of Starting :

8. Power Factor of Motor at rated H.P. :

9. Current consumption at rated voltage and rated head of pump :

10. Current Consumption at rated H.P. :

11. Temperature rise at rated H.P. :

12. Winding Wire :

(i) Make :

(ii) Dia of Copper conductor :

(iii) Outer dia of PVC wire :

(iv) Length of PVC wire in Meters :

13. Nominal efficiency of the motor at the rated output :

14. Material of construction of stator stamping :

15. Material of construction of rotor stamping :

16. Material of construction of stator body :

(E) ENERGY METER

1. No. of poles 2. Ampere range -

3. Accuracy Class – (F) IP CAMERA :

1. Resolution in Mp

2. Effective Range 3. Battery backup details 4. Number of shots per hour

(G) FLAT CABLE(Any of KEI, Polycab, Universal or Finolex make)

1. Make :

2. Size (in mm2) :

3. Conductor construction number / Dia (mm) :

4. Length (in m) :

Any other specification which the bidder deemed necessary to inform about their product and for installation & commissioning of the Solar pumping system is to be mentioned in his bid.

Superintending Engineer Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P., Lucknow

Page 43: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

41

SECTION-III-TECHNICAL BID

e-TENDER NOTICE NO. EQ-1195/2018-19

SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY

WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE

SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC

TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND

ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING SYSTEM, ON-

GRID OPERATED STATE TUBEWELL OF 1.0 CUSEC (102M3/HR) & 24M HEAD, INCLUDING

MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL

SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF IRRIGATION

& WATER RESOURCES DEPARTMENT, U.P. LUCKNOW.

SECTION-III (B) TECHNICAL CONDITIONS (TC)

1.0 COMPLETE TECHNICAL OFFER

The bidder shall submit all details as per tender requirement. In case the bidder finds any difficulty regarding space available for uploading the required copy and Instructions to Bidder, Special Conditions of Contract, detailed Technical Specifications & Conditions and General

Conditions of Contract Form ’B’, Technical Specifications & Technical Conditions including Qualification requirement duly signed and stamped on each page, need not be submitted & the declaration in Form-III C of Bid Form submitted by the bidder shall be considered sufficient to

establish that the bidder agrees with all the terms & conditions of the tender documents.

2.0 POWER OF ATTORNEY

Pursuant to Clause 21.5 of ITB Power of Attorney in the name of individual signing tender document or other documents(On Rs. 100.00 Non-Judicial Stamp Paper prescribed format

Annexure “PA”) digitally or manually connected with the bid/contract must write his name in block letters under his signature and must specify whether he/they signs/sign as:

(i) a “Sole Proprietor” of the Firm or his ‘Attorney”.

(ii) a “Procurator” of the Firm.

(iii) an active Partner of the Firm in case where authority to refer to arbitration disputes concerning the business of the partnership has been conferred on every partner by

Partnership Agreement.

(iv) a person or persons duly authorized by a power of attorney to bind all the Partners of the Firm in all matters pertaining to the Agreement including the arbitration clause.

(v) In case the tender is submitted by a company/corporation, the same shall be signed by the authorized signatory and evidence/authority of the person signing on behalf of the tenderer

shall be furnished along with tender.

Note:

(a) In case of (iii) & (iv) above, a copy of Partnership Deed Agreement or General Power Of Attorney attested by The Public Notary should be furnished.

(b) In case of the Partnership Firm, where authority as aforesaid has not been conferred upon any individual by Partnership Agreement or Power Of Attorney, tenders and other related

documents must be signed by every Partner.

(c) A person signing the tender form or any document forming part of the contract on behalf of another shall be deemed to warranty that he has authority to do so and if found that the person so signing had no authority to do so, the Purchaser, without prejudice to other civil and criminal remedies may cancel the tender/ Contract & hold the signatory liable for all cost

of damages.

(d) Each page of the tender documents schedules and annexure shall be signed and stamped by the Tenderer. Cuttings/over writings/erase, if any, must invariably be initialed by the person

signing the tender document.

3.0 Bid Form & Form of Agreement-

(a) Copy of filled in Bid Form {Section-III(C)}, in PDF format in token of complying with all the conditions of the contract and Technical Specifications of the bidding Document. No deviation

by the bidder shall be acceptable.

Page 44: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

42

(b) Copy of filled in Agreement Form as per Section-IV(B), in PDF format in token of complying

with all the conditions of the financial conditions of contract.

4.0 VALIDITY COMMITMENT

A Scanned copy of Form of Agreement for Validity Commitment in prescribed proforma (Annexure-‘VC’) on Rs. 100.00 Non Judicial Stamp Papers duly signed by the Bidder shall be submitted. The bidding offer should remain valid for acceptance for a minimum period of 3 months from the date of opening of bidding.

5.0 TECHNICAL LITERATURE Bidder shall submit relevant illustrated technical literature having detailed technical

specifications, drawings, data, catalogue & quality control systems for Solar PV Module, Solar Submersible Pumpset, Solar Pump Controller, Flat Cable, AC / DC Cable, Earthing, Lightening Arrester and its allied equipments incorporating details of important dimensions, equipment and

bill of quantity in Technical Part-B of the offer.. 6.0 INDUSTRY’S REGISTRATION A copy of firm’s Industry’s registration with N.S.I.C./Director of Industries/Small Scale

Industries Centers of State / Government of India as original manufacturer of the tendered item duly attested by public notary is to be submitted.

7.0 INTERNATIONAL QUALITY ISO SYSTEM

The bidder shall submit a valid ISO:9001& ISO:14001 or updated certificate duly certified by public notary, issued by statutory authority certifying that firm as original manufacturer of the tendered item.

8.0 INFORMATION ABOUT FIRM’S TECHNICAL/ FINANCIAL CAPABILITIES

The bidder shall invariably furnish following information for assessment of their technical / financial capability to execute supplies of materials / equipment covered under this tender failing which their tender is liable to be rejected. (i) Annual & Monthly manufacturing capacity. (a) As per Industry’s Registration. (b) As per firms declaration (ii) Quantity which can be delivered per month to the department.

(iii) Details of pending orders at the time of submitting tenders. (iv) Annual Turn Over of last three financial years duly certified by the statutory auditors /

Chartered Accountant of the firm.(Pertains to the bidder) (v) Duly notarized or CA certified copies of IT returns acknowledgement for two consecutive

years including the latest assessment year. (Pertains to the bidder)

9.0 TESTING FACILITIES / EQUIPMENTS The bidder shall submit complete list of Plant & Machinery Details of conforming in-house

testing facility available at the works required for pre-dispatch inspection and testing of the

required material/equipments to ensure conformity of the tests required as per relevant IS and the technical specifications annexed hereto.

10.0 CHECK LIST

The bidder shall submit Annexure-“Q” as annexed herewith duly filled in and signed. 11.0 QUALITY ASSURANCE SYSTEM FOLLOWED AT MANUFACTURER’S WORKS

(i) The manufacturer must have a proper and independent set up for quality control with adequate necessary equipments, facilities and personnel for this purpose, to ensure quality

control, from procurement of raw materials and selection of sub-suppliers to incoming, intermediate and final stage inspections and electrical performance testing along-with quality control of raw material/ equipments supplied by sub-suppliers.

(ii) Equipments/Material ordered are subject to check at any time by purchaser’s representatives or by representative of inspecting authority deputed by the purchaser. Proper written record of quality assurance system must, therefore, be kept by the manufacturer which would be subject to checking.

Following broad outlines of quality assurance system must be observed by the manufacturer:- 11.01 PROCUREMENT OF RAW MATERIAL AND SELECTION OF SUB SUPPLIERS The procurement of raw material used in manufacturing of equipments ordered, shall be

of the best quality from reputed make. The qualification of sub- suppliers shall be ensured to conform the supply of material /

parts in accordance with the relevant Indian standards and technical specifications stipulated herein after. Sub- supplier’s qualifications should be based on a system of inspection report.

11.02 INCOMING INSPECTION On receipt of bought out material, 100% incoming inspection shall be done. The

inspection of components shall be based on purchase order, standard specifications, material certificates etc. irrespective of supplier’s certificates.

Page 45: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

43

11.03 STAGE INSPECTION When the material is under manufacturing process due quality control shall be carried

out by the Quality Assurance Department by inspecting each and every component at all

stages. All stage inspection shall be carried out, 100 % till final stage of manufacturing. 11.04 WELDING AND HEAT TERATMENT All welding shall be carried out under the responsible welding engineers and supervised

and/or controlled by the Quality Assurance Department.

11.05 FINAL INSPECTION OF PARTS AND COMPONENTS

After the completion of all operations, the finished components/parts should come for final inspection which is the most important stage in the manufacturing process. In the

final inspection all the components should be checked either 100% or on sampling plan depending upon the criticality of the component. The passed and rejected components

should be sorted out and color coded and results recorded.

11.06 CHECKING AND BALANCING OF ROTATING EQUIPMENTS

All rotating parts of pumps and motors should be dynamically balanced on dynamic balancing machine, special inspection of motor rotors is to be carried out so that these

are as per close limitation of standards of concentricity.

11.07 The pump set shall be tested for checking the Hydraulic and Electrical performance as per relevant Indian Standards. There shall be adequate test bed facilities available with certified calibrated instruments at manufacture’s works for this purpose. The Contractor/manufacturer shall have the arrangement for testing of Pump and Motorsof

required capacity as per relevant Indian Standards.

12.0 INSPECTION AND TESTING

12.1 GENERAL TEST: Manufacturer shall conduct all the tests required to ensure that the Solar PV Module, Solar Submersible Pumpset and Solar Pump Controller Unit along with accessories, supplied by them conforming to the required specifications and are in accordance with the requirement of the relevant IS codes. All the routine tests specified in

various latest edition of IS specifications together with these specified in tendered specifications will be carried out at manufacturer's works.

12.2 TEST REPORTS: Six copies of various test results will be furnished to the inspecting agency for approval prior to dispatch of Solar PV Module, Solar Submersible Pumpset

and Pump Controller Unit alongwith accessories. Final copies of complete test results shall be furnished to the consignees and Superintending Engineer, Central Equipment and Stores Procurement Organisation-1, Irrigation & Water Resources

Department U.P. Lucknow. 12.3 TEST AT SITE: After installation at site PV Module, Solar Submersible Pumpset and

Pump Controller Unit alongwith accessories, will be tested at site for designed capacity. If field test indicates that the equipment fails to meet specifications and guarantees,

bidder shall make necessary changes and corrections and assume full responsibility to replace the equipments so as the supplied equipment may meet specifications and the prescribed guarantee within such reasonable time as may be decided by the purchaser.

13.0 ELIGIBILITY CRITERIA

(i)DETAILS OF SUPPLIES MADE TO GOVT. DEPARTMENT / GOVT. UNDETAKING

The bidder shall submit/upload statement containing manufacture and supply details of minimum 01 No. Solar Pumping Systemof 7.5 H.P. or more, duly manufactured and sold by them to Govt. Departments/Govt. Undertakings in the format annexed as "Section III(D)-

Supply Orders detail FormAnnexure-A-1, herein after, duly certified by their Statutory Auditors /Chartered Accountant, along-with copies of Supply Orders & Invoices for

assessment of supplies actually made against the same.

Bidders may please note that the offer of only those bidders shall be considered who have manufactured and supplied minimum 01 No. Solar Pumping Systemof 7.5 H.P. or morein last 10 consecutive Financial Years, i.e. upto 31.03.2017, to the Government Departments/Govt. Undertakings. To meet this requirement, the bidders shall submit copies of supply orders placed on them and invoices as a proof of supplies actually made. However

this condition shall not be applicable to those bidders who have already supplied minimum 01 No. Solar Pumping Systemof 7.5 H.P. or morein Irrigation Department U.P., but they

are required to furnish the details as required under this clause.

(iv) PERFORMANCE CERTIFICATES IN RESPECT OF SUPPLIES REFERRED ABOVE

The bidder shall submit performance certificates of minimum 01 No. Solar Pumping

Systemof 7.5 H.P. or moreout of the supplies corresponding to the supplies mentioned in "Section III(E)- Supply Orders detail Form Annexure-A-1, in successful use for a minimum period of 12 months i.e upto 31.03.2018 related to supplies executed as

Page 46: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

44

mentioned in Annexure-A-1. The bidders shall submit details of Performance Certificates in the format annexed as “Section III(E)-Performance Certificate Form”Annexure-A-2

herewith.

Note: The above conditions (ii) shall not be applicable to the bidders, who have supplied theminimum 01 No. Solar Pumping Systemof 7.5 H.P. or more, to Irrigation & Water

Resources Department, U.P. but they are required to submit invariably the details of supplies made to Irrigation & Water Resources Department, U.P. in "Section III(D)- Supply Orders

details Form" Annexure-A-1.

The performance in such case shall be evaluated on the basis of their past supplies at the departmental level, in case performance of their past supplies is found

unsatisfactory or un-wanting, their Technical Part–B shall primarily be rejected on this ground alone and no further evaluation of Part-B shall be done. Such bidder may also please note that their consideration in earlier tender shall not be a basis of their claim for

consideration in the ensuing tender.

(iii) The Bidder shall submit Power of Attorney, Industrial Registration, ISO certificate and firms

Technical and Financial capabilities in Part-B of their offer as mentioned in Power of Attorney (clause 2.0), Bid form & Form of Agreement (clause 3.0), Validity Commitment (clause 4.0), Technical Literature (clause 5.0), Industry’s Registration (clause6.0), International Quality ISO System (clause 7.0), Information about Firm’s Technical/ Financial Capabilities (clause 8.0), Testing Facilities/ Equipments (clause 9.0), Check list(clause 10.0), Quality Assurance system followed at manufacture’s works (clause 11.0) & Eligibility Criteria (clause 13.0) respectively of Technical Conditions {Section III

(B)} of Tender Form.

In case the firm does not fulfill the requirement mentioned in Clause-13.0 of Section III(B) of Technical Condition of Tender, their Technical Part “B” primarily be rejected on this ground alone and no further evaluation of Technical Part–B shall be done. Such bidder may also please note that their consideration in earlier tender shall not be a basis of

their claim for consideration in the ensuing tender.

14.0 PRE DISPATCH THIRD PARTY INSPECTION

The entire supply of Solar PV Module Panel of suitable capacity with fixed structure

system, suitable Solar Submersible Pumpset, suitable Solar Pump Controller Energy Meter (Three Phase, Four Wire, LT Electronic Trivector Meter) Ip Camera (Dome Type & Still), Interconnecting Cable And Accessories alongwith required Lighting Arrester And

Earthing System, as per Departmental Technical Specification, shall be pre dispatch inspected by M/s Certification Engineers International Ltd, New Delhi or any other Inspection Agency nominated by Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U.P., Lucknow as

per Detailed Technical Specifications & Technical Conditions of the Tender/Contract, at

manufacturer works.

The Contractor shall inform the Inspection Schedule of equipments in advance to the consignee and to this office, in case, if consignee intending to remain present during testing of equipments may present himself at the time of Testing, so that the Inspection Schedule is

not delayed unnecessarily. The contractor shall co-ordinate such joint inspection and will provide all necessary facilities/documents desired by the Inspection Authority at the time of

inspection.

(i) The Inspection Charges shall be initially borne by the contractor, which shall be claimed from the consignee in his bills/invoices of the supplies on actual/pro-rata basis against

documentary proof. In case the material offered for inspection is rejected in the first inspection, the charges for second inspection shall be borne by the contractor, and the same shall not be reimbursed. In case the material offered for inspection is rejected after this

second inspection purchaser may annul/rescind the contract and forfeit the Performance

Guarantee/security for which no claim of contractor shall be admissible.

(ii) In the event of delay in the inspection at the level of designated Inspection Agency and material being urgently required, Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, UP, Lucknow may

designate alternative agency or his representative for the inspection of material.

(iii) The contractor shall submit Quality Assurance Plan (Q.A.P), to the inspection agency at

the time of offering the material for inspection, with a copy to the Superintending Engineer, Central Equipment & Stores Procurement Organization-1, Irrigation & Water Resources

Department, UP, Lucknow.

(iv)The purchaser or his authorized representative shall be free to inspect the material at any time during or after manufacturing process at the time of completion of supplies &

afterwards also. The contractor shall provide all facilities, which will be required for such inspection at their work’s free of cost. In case the further inspection during or at later stage

Page 47: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

45

is proposed to be carried out through other agency, the inspection charges shall be borne

by the purchaser.

(v) Inspection Charges: The CEIL’s inspection charges shall be initially borne by the supplier, which may be claimed from the consignee in his bills/ invoices of the supplies on actual/ pro-rata basis against documentary proof. The Certification Engineers International ltd’s inspection charges @ 1.5% of Ex-works value + GST @18% on Inspection Charges is admissible at present or at actuals if charged on daily basis minimum charges.

15.0 No deviation in the Technical Specifications / Conditions shall be acceptable in Technical Part "B" of the tender offer by the bidder. The bidder shall have no claim for acceptance of any

deviation in Technical Specifications / Conditions of this bid document.

16.0 GUARANTEE OF WORKMANSHIP AND MATERIAL

The equipments supplied shall be guaranteed against defects in material and workmanship for a period of at least 66 months from the date of commissioning. If any defect in respect of design, inferior material, workmanship or quality is noticed during this period, the equipments shall be made good by the bidder free of charge within one month positively from the date of

intimation of the defect.

Superintending Engineer

Central Equipment & Stores Procurement Organisation-1 Irrigation & Water Resources Department, U.P., Lucknow

Page 48: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

46

SECTION-III(C)

BID FORM

(TO-BE SUBMITTED DULY FILLED WITH TECHNICAL PART “B” OF THE OFFER IN PDF FORM)

e-TENDER NOTICE NO. EQ-1195/2018-19

SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY

WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE

SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC

TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND

ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING SYSTEM, ON-

GRID OPERATED STATE TUBEWELL OF 1.0 CUSEC (102M3/HR) & 24M HEAD, INCLUDING

MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL

SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF IRRIGATION

& WATER RESOURCES DEPARTMENT, U.P. LUCKNOW.

From, ……………………………………………………………. …………………………………………………………….

…………………………………………………………….

(Bidder) To,

The Superintending Engineer Central Equipment & Stores Procurement Organisation-1 Irrigation & Water Resources Department, U.P.

Lucknow.

Sir,

In reference to your invitation to tender for the above, I/We hereby offer to the Governor of

Uttar Pradesh, the item in the schedule annexed or such portion thereof, as you may determine in strict accordance with the annexed General Conditions Of Contract Form “B”, Special Conditions Of Contract, Technical Specifications, Technical Conditions, Form of Agreement for Validity

Commitment of Offer and Schedule Of Prices & Quantities to the satisfaction of the Purchaser or in default thereof to forfeit and pay to the Governor of Uttar Pradesh, the sum of money mentioned in the said conditions.

1. I/We agree to abide by this tender for a period of Three Months from the date fixed for opening of Part “A” Earnest Money of tender. The period of validity can be increased, if necessary. In consideration of the Government having treated the Bidder to be an eligible person whose tender may be considered, the Bidder shall agree to the condition that the proposal in

response to this invitation shall not be withdrawn by the Bidder within Three Months from the date of opening of Part “A” Earnest Money of tender, and also to the condition that if thereafter the Bidder does withdraw his proposal within the said period, the Earnest Money deposited by

him be forfeited.

2. A sum of Rs………………………………………...in the form of…………………..(Earnest Money) has been forwarded to The Superintending Engineer, Central Equipment & Stores Procurement

Organisation-1, Irrigation & Water Resources Department, U.P., Lucknow, duly pledged in his favour, the full value of which, if required, may be retained by the Governor against the Security Deposit specified in clause-2.0 of theSpecial Conditions Of Contract if my/our tender is accepted.

3. I/We hereby undertake and agree to execute a contract in the form of Agreement annexed hereto in accordance with the conditions of contract, if my/our tender is accepted.

4. Further an Agreement for the validity commitment along with this tender form as per annexure overleaf has been forwarded on the prescribed proforma on General Stamp of Rs.100.00 affixing Rs.1.00 Revenue Stamp thereon failing which the tender shall be liable for rejection.

Signed this…………………day of…… ……………….2019.

Yours faithfully,

(Signature of Bidder in full) Name………………………...

Page 49: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

47

ANNEXURE: A-1

SECTION-III(D)

Purchase Order Details Form

e-TENDER NOTICE NO. EQ-1195/2018-19

SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY

WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE

SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC

TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND

ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING SYSTEM, ON-

GRID OPERATED STATE TUBEWELL OF 1.0 CUSEC (102M3/HR) & 24M HEAD, INCLUDING

MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL

SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF IRRIGATION

& WATER RESOURCES DEPARTMENT, U.P. LUCKNOW.

DETAILS OF SUPPLIES MADE TO GOVT. DEPARTMENTS / GOVT.UNDERTAKINGS/PSUs

(To be filled in and returned with the tender)

S.No. Brief Description of

Solar Pumping System

Name of Agency issuing Purchase

Order

Purchase Order

Nos. & Date

Date of

Delivery Remarks

1 2 3 4 5 6

Note: Copies of Purchase Orders and invoices shall be enclosed as a proof of supplies actually

made.

(Signature of the bidder along with Seal of Contractor)

Page 50: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

48

ANNEXURE: A-2

SECTION-III(E)

Performance Certificate statement

Against

DETAILS OF SUPPLIES MADE TO GOVT. DEPARTMENTS/GOVT.

UNDERTAKINGS/PSUs

e-TENDER NOTICE NO. EQ-1195/2018-19

SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY

WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE

SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC

TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND

ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING SYSTEM, ON-

GRID OPERATED STATE TUBEWELL OF 1.0 CUSEC (102M3/HR) & 24M HEAD, INCLUDING

MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL

SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF IRRIGATION

& WATER RESOURCES DEPARTMENT, U.P. LUCKNOW.

(To be filled in and returned with the tender)

S.No. Brief Description of Solar

Pumping System

Reference of Purchase Order i.e.

No. & Date against which Performance Certificate is given

Name of Authority issuing

Performance Certificate

(Clearly mentioning

whether Govt./ Govt. Undertaking)

Reference of letter of

Performance Certificate i.e. No. & Date

1 2 3 4 5

Note: Copies of Performance Certificates corresponding to supplies made as shown in Annexure A-1 shall be enclosed.

(To be filled and returned with the tender)

(Signature of Bidder)

Page 51: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

49

ANNEXURE: Q

SECTION-III(F) e-TENDER NOTICE NO. EQ-1195/2018-19

SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR

SUBMERSIBLE PUMPSET, SUITABLE SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC TRIVECTOR

METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND

EARTHING SYSTEM, ON-GRID OPERATED STATE TUBEWELL OF 1.0 CUSEC (102M3/HR) & 24M HEAD, INCLUDING MAINTENANCE AND WARRANTEE

FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF

IRRIGATION & WATER RESOURCES DEPARTMENT, U.P. LUCKNOW.

CHECK LIST (MUST BE FILLED BY THE BIDDER)

Sl. No.

Ref. of Tender Conditions Check in reference to condition given in col.2 Submitted or / Not

Reference Page No.

Reference

Page No.

1 2 3 4 5

1 Instruction to Bidders Tender offer submitted as per ITB. Submitted / or not

2 Technical conditions Clause No. 1.0

Tender documents duly digitally signed. Yes/No

3 Technical conditions Clause No. 2.0

Power of attorney. Submitted / or not

4 Technical conditions Clause No. 3.0

Bid Form and Form of Agreement Submitted / or not

5 Technical conditions

Clause No. 4.0

Agreement for validity commitment in prescribed

proforma. Submitted / or not

6 Technical conditions Clause No. 6.0

Information regarding Industry’s Registration in the manner as mentioned here in under.

Name of institution registering the firm as original manufacturer

Registration no.

Validity of registration

Item for which firm is registered

Location of their unit indicating the state

.......................

........................

........................

........................

........................

7 Technical conditions

Clause No. 7.0 Firm’s ISO:9001 & ISO:14001 or updated certificate validity

Submitted / or not

Valid up-to............

8 Technical conditions Clause No. 5.0 & 9.00

Technical Literature incorporating following information :-

(i) Data / Specifications

(ii) Design / Drawing

(iii) Catalogue

(iv) Quality Control System

(v) List of Plant Machineries and test equipments.

(vi) Testing facilities/Equipments

Submitted / or not

9 Technical conditions Clause No. 8.00

Informations about firm’s Technical/Financial capabilities:

(i) Annual & Monthly manufacturing capacity.

(ii) Quantity which can be delivered per month.

(iii) Details of pending orders at the time of submitting tenders.

(iv) Annual Turn Over of last financial years duly certified by the statutory auditors / Chartered Accountant of the firm.

(v) Duly notarized or CA certified copies of IT returns acknowledgement for two consecutive years

including the latest assessment year.

………………….

.......................

.......................

.......................

.......................

10 Technical conditions Clause No. 13.0

(1) Details of supplies made to Government Departments/Government Undertakings/PSUs for being eligible for consideration in the ensuing tender.

(2) Performance Certificates in respect of supplies referred above along with copies of supply order and invoices.

Submitted / or not along-with Supply Order, Invoices and

Performance certificate

11 Technical conditions Clause No. 11.0

Quality Assurance System followed at manufacturer’s works

Submitted / or not

12 Special Conditions of Bid Document Clause 38.0

Goods & Service Tax Clearance Certificate issued within

364 days prior to opening of tender, duly signed, by the Trade / Sales tax Officer.

Submitted / or not

13 Special Conditions of Contract Clause 4.0 & 5.6

Undertaking about Input Tac credit, Annexure-ITC Submitted / or not

14 Instruction to Bidders

clause No. 6(b)(xiii) Warranty Clause Annexure “WC” Submitted / or not

15 Instruction to Bidders clause No. 6(b)(xii)

Integrity Pact Annexure “IP” Submitted / or not

16 Instruction to Bidders clause No. 6(b)(xv)

Form of Bio Data “BD” Submitted / or not

17 Special Conditions of Contract Clause 33.6

Form of e Payment “EP” Submitted / or not

(Signature of Bidder)

Page 52: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

50

ANNEXURE: VC

SECTION - III (G)

(TO-BE SUBMITTED/UPLOADE DULY FILLED WITH PART “B” OF THE OFFER IN PDF FORMAT)

FORM OF AGREEMENT FOR VALIDITY COMMITMENT

e-TENDER NOTICE NO. EQ-1195/2018-19

SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY

WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE

SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC

TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND

ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING SYSTEM, ON-

GRID OPERATED STATE TUBEWELL OF 1.0 CUSEC (102M3/HR) & 24M HEAD, INCLUDING

MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL

SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF IRRIGATION

& WATER RESOURCES DEPARTMENT, U.P. LUCKNOW.

e-Tender Notice No.& Date: EQ-1195/2018-19 Name of Bidder ………………………………………………………………………………………………

………………………………………………………………………………………...……

In Consideration of the Government Of Uttar Pradesh having treated the Bidder to be an eligible person whose tender may be considered, the Bidder hereby agrees to the condition that the proposal in response to the above invitation shall not be withdrawn within three months from the date of opening of tender and also to the condition that if thereafter, the Tenderer does withdraw his proposal within the said period, Earnest Money/ Bid Security deposited by him may be forfeited. Signed this………………day of ……………………2019. Signed By Signed By (Witnesses) (Bidder) 1……………………………………… Name ………………….……………. 2……………………………………… Name………………………….……. Note: The above Agreement is to be submitted on Rs.100.00 General Stamp Paper

affixing Rs.1.00 Revenue Stamp thereupon.

Page 53: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

51

ANNEXURE : BL

SECTION - III (H)

Form of Declaration regarding Blacklist/ Debar/ Suspension

(TO-BE SUBMITTED/UPLOADED DULY FILLED WITH PART “B” OF THE OFFER IN PDF FORMAT)

e-TENDER NOTICE NO. EQ-1195/2018-19

AFFIDAVIT Tender for

SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY

WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE

SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC

TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND

ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING SYSTEM, ON-

GRID OPERATED STATE TUBEWELL OF 1.0 CUSEC (102M3/HR) & 24M HEAD, INCLUDING

MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL

SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF IRRIGATION

& WATER RESOURCES DEPARTMENT, U.P. LUCKNOW.

e-Tender Notice No. EQ-1195/2018-19

Name & address of bidder

…………………..…………………………………

……………………………………………………..

…………………………………………………….

………………………………………………………

With reference the aforesaid subject and as per the requirement of the bid, I/

We hereby confirm that I/ We am/ are not Blacklisted / Banned of Business

(Debarred) / Suspended by any Department / Organization / Undertaking of State

/ Central Government at the time of this tendering. No such actions or any legal

action are in force against the OEM for bidding items.

Signed this………………day of ……………………2019.

Signed By

(Bidder)

Note: The above Affidavit is to be submitted on Rs.100.00 Non Judicial Stamp Paper affixing Rs.1.00 Revenue Stamp thereupon.

Page 54: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

52

ANNEXURE: IP

SECTION-III(I)

e-TENDER NOTICE NO. EQ-1195/2018-19

INTEGRITY PACT

(TO-BE SUBMITTED/UPLOADE DULY FILLED WITH TECHNICAL PART “B” OF THE OFFER IN PDF FORMAT)

(PRESCRIBED VIDE G.O.NO.5/2016/253/18-2-2016-3(,lih,lih,lih,lih), DATED 01-04-2016)

(To be given on letter head of the Supplier/Original Equipment Manufacturer (OEM), as the case may be, duly signed by the Authority having legal Power of Attorney to bind the firm/company).

1. This Integrity pact (hereinafter called the IP) is a fidelity agreement between the Supplier (which

include all their employees, agents, consultants and also their OEM, if any) who are registered/seeks

registration or awarded/seeks Contract(s)/Rate Contract(s) (RCs) on one hand and State Purchase

organization (SPO) or any other procuring entity (PE) (hereinafter called the SPO/PE which include

all its employees/officials/officers working as Public Authority) on the other

2. Under this IP, it has been agreed, accepted and undertaken to use, practice and observe all the best,

clean, ethical, honest and legal means and behavior maintaining complete transparency and fairness

in all activities concerning Registration, Bidding, Contracting/Rate Contracting and performance

thereto. Neither the Supplier nor the Public Authority which include indenters, Purchase and

inspection officials of SPO/PE shall have conflict of interest of any kind whatsoever nor demand or

pay or accept any illicit gratification/bribe or hospitality or consideration/favor of any kind

whatsoever and shall not use any corrupt practices including fraud, misrepresentation, misleading or

forged/false documents, concealing/suppressing facts, undue pressures or influences from anyone

(written or verbal/telephonic), bribery, rigging, cartelization, collusion, which are not limited to, but

also include the following:

(a) Collusive bidding: Collusive bidding can take form of an agreement among tenderers to divide the

market, set prices, or limit production. It can involve 'wage fixing, kickbacks, or misrepresenting the

independence of the relationship between the colluding parties'. In legal terms all acts affected by

collusion are considered void.

(b) Bid rotation: In bid-rotation scheme conspiring tenderers continue to bid, but they agree to take turns

being the winning (i.e. lowest qualifying) bidder. The way in which bid-rotation agreements are

implemented can vary.

(c) Cover Bidding: Cover (also called complementary, courtesy, token or symbolic) bidding occurs

when individuals or firms/companies agree to submit bids that involve at least one of the following:

(1) a competitor agrees to submit a bid that is higher than the bid of the designated winner,

(2) a competitor submits a bid that is known to be too high to be accepted, or

(3) a competitor submits a bid that contains special terms that are known to be unacceptable to the

purchaser.

(d) Bid suppression: Bid-suppression schemes involve agreements among competitors in which one or

more firms/companies agree to refrain from bidding or to withdraw a previously submitted bid so

that the designated winner's bid will be accepted.

(e) Market allocation: Competitors carve up the market and agree not to compete for certain, customers

or in certain geographic areas. Competing firms/companies may, for example, allocate specific

customers or types of customers to different firms/companies, so that competitors will not bid (or

will submit only a cover bid) on contracts offered by a certain class of potential customers which are

allocated to a specific firm/company etc.

3. The party hereby agrees that he will not indulge in any such activity and will inform SPO/PE if any

such activity is on. The party further agrees that he will not give bribe, speed money and gifts to any

public official of SPO/PE and will not commit any offence in contravention of relevant IPC/PC Act

or any Indian law in force.

Page 55: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

53

4. The party hereby agrees that while canvassing order, they will not provide any inducement of the

indenter, whether directly or indirectly including cash and non-cash both pre, during and post

procurement action and inform the SPO/PE if any such event is unfolding for which SPO/PE on

assessment of the issue will refer the matter to the concerned administrative authority.

5. In case of failure or default in terms of this IP the Public Authority will be subjected to actions

prescribed under the Government Servant Conduct Rules/Discipline and Appeal Rules etc including

penal actions and prosecution, while the Supplier will bear any or a combination of following

penalties:

(a) Cancellation of Contract/Rate Contracts (RCs)

(b) Cancellation of Registration

(c) Forfeiture of all securities and performance Bank Guarantees

(d) Refusal to grant Registration and contracts/RCs for further period of 3 (three) years

(e) Suspension and/or banning the business dealings for period upto 3 (three) years

(f) Any other administrative or penal actions as deemed fit.

(g) Action under IPC/PC Act and other relevant laws of the country.

6. It has been further agreed that the actions as aforesaid except that at 5(g) above will not require any

criminal conviction from any court of law or arbitration but will be based on 'No-contest' basis, upon

satisfaction of the SPO/PE, who will be the competent authority to finally decide the matter on

strength of such materials/evidence of default/breach of the terms under this IP.

7. It has been also agreed prescribing that within 30 (thirty) days of such orders passed by SPO/PE, the

aggrieved party shall have the right to appeal to the Principal Secretary/Secretary, Micro, Small and

Medium Enterprises, Government of Uttar Pradesh, Lucknow and till the time a decision is taken on

such appeal, the decision of SPO/PE would be in-force unless otherwise specifically ordered by the

Principal Secretary/Secretary.

8. Agreed, accepted and signed on behalf of Supplier on this day and year mentioned below and handed

over to the concerned office of SPO/PE forming integral part of all the affairs and transactions with

and in relation to SPO/PE.

Signature on behalf of Supplier Firm/Company........................

Name and designation/capacity of signatory..............................

Full address of the Supplier Firm/Company...............................

…………………………………………

Seal and Stamp of the supplier Firm/Company...........................

Place: ………………..

Date: …………………

To,

The Superintending Engineer, Central Equipment & Stores Procurement Organisation-I, Irrigation & Water Resources Department, U.P., Lucknow-226025.

Page 56: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

54

SCHEDULE: A SECTION-IV(A)

SCHEDULE OF PRICES & QUANTITIES / BOQ

e-TENDER NOTICE NO. EQ-1195/2018-19

SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY

WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE

SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC

TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND

ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING SYSTEM, ON-

GRID OPERATED STATE TUBEWELL OF 1.0 CUSEC (102M3/HR) & 24M HEAD, INCLUDING

MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL

SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF IRRIGATION

& WATER RESOURCES DEPARTMENT, U.P. LUCKNOW.

Name of Firm M/s ------------------------------------------------------------------------------ (To be filled in XLS Format)

Sl.

No Tendered Item Qty.

Basic

Price including Packing, Forwarding,

Transit Insurance & Freight Charges up to

destination (Rs./No.)

Goods & Service Tax

(Rs./No.) Total FOR

Destination Prices

(4+8)

(Rs./No.)

IGST CGST SGST TOTAL

(5) or (6+7)

…% …% …%

1 2 3 4 5 6 7 8 9

1

Supply, Erection & Comissioning of Solar PV Module Panel of suitable capacity with fixed

structure system, suitable Solar Submersible Pumpset, suitable Solar Pump Controller Energy Meter (Three Phase, Four Wire, LT Electronic Trivector Meter) Ip Camera (Dome Type & Still), Interconnecting Cable And Accessories alongwith required Lighting Arrester And Earthing System, on-grid operated State Tubewell of 1.0 cusec (102m3/hr) & 24m Head, including Maintenance and Warrantee for Five Years, as per Departmental Technical Specification.

01 Job

Total

Any statutory tax other than mentioned above………………………………………. Prompt Payment Discount………………………………………………………….…….. Discount other than Prompt Payment Discount, if any……………………..……..

Note :1)Total F.O.R. Destination prices per unit shall be calculated taking into account of the component mentioned in column 4 & 8 and the purchase shall be decided on the basis of total FOR destination price as mentioned in column 9. In case of any difference between the Landed Prices quoted by firm and Landed Prices as calculated, the later prices shall be taken as final.

2) All cells of Column 4, 5, 6 & 7 are essential to be filled by the bidder. 3) The value of the basic prices and GST shall compulsorily be quoted up to two decimal places only.

(Signature of the Bidder)

Page 57: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

55

SECTION :IV(B)

FORM OF AGREEMENT

e-TENDER NOTICE NO. EQ-1195/2018-19

SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY

WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE

SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC

TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND

ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING SYSTEM, ON-

GRID OPERATED STATE TUBEWELL OF 1.0 CUSEC (102M3/HR) & 24M HEAD, INCLUDING

MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL

SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF IRRIGATION

& WATER RESOURCES DEPARTMENT, U.P. LUCKNOW.

ThisAgreement made on the……………….……day of……. ……………………..……. 2019

between …………………………………………… (Hereinafter referred to as “The Contractor”) of

the one part and the Governor of Uttar Pradesh (hereinafter called “The Purchaser”) of the

other part.

Whereas, the Purchaser requires the material mentioned and a specified in the

General Conditions of Contract Form “B”, Special Conditions of Contract, Detailed Technical

Specifications, Schedule of Prices & Quantities including Delivery, Form of Tender, Covering

Letter and Letter of Acceptance of Tender which for the purposes of identification have been

signed by Sri…………………………………………………………………… on behalf the Contractor

and Superintending Engineer, Central Equipment & Stores Procurement Organisation-1,

Irrigation & Water Resources Department, U. P., Lucknow on behalf of the Purchaser, all of

which are deemed to form the part of this Contract as though separately set out herein and

are included in the expression “Contract” wherever herein used.

And whereas, the Purchaser has accepted the tender of the Contractor for the supply

and delivery of the said material for the sum ofRs…………………………………………….…………

(Rs……………………………………………………………...) upon the terms and subject to the

conditions hereinafter mentioned.

And now these present witness and the parties herein hereby agree and declare as

follows, that is to say in consideration of the payment to be made to the Contractor by the

Purchaser as hereinafter mentioned the Contractor shall duly provide the said material for

the said works on the terms and conditions mentioned in the Contract.

And in consideration of the due provisions of the material received by the Purchaser

and due performance on his part of the Contract, the Purchaser does hereby for himself, his

successor or assignees covenant with the Contractor that he, the Purchaser, his successor

or assignees, will pay to the Contractor the sum of Rs……………………………………….or such

other sums as may become payable to the Contractor under the provisions of this Contract

and such payments to be made at such time and in such manner as is provided by this

Contract.

In witness whereof the parties hereto have signed this deed hereunder on the dates

respectively mentioned against the signature of each.

Place: Lucknow Signed By

(For & On Behalf Of The Bidder)

Page 58: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

56

ANNEXURE : EM SECTION-V(A)

BANK GUARANTEE FORMAT

FOR

EARNEST MONEY

(PRESCRIBED VIDE G.O.NO.5/2016/253/18-2-2016-3 (,lih,lih,lih,lih), DATED 01-04-2016)

Whereas …………………………………………………… (hereinafter called the “tenderer”) has

submitted their offer dated…………………………………. for the “Supply, Erection & Comissioning

of Solar PV Module Panel of suitable capacity with fixed structure system, suitable Solar

Submersible Pumpset, suitable Solar Pump Controller Energy Meter (Three Phase, Four Wire,

LT Electronic Trivector Meter) Ip Camera (Dome Type & Still), Interconnecting Cable And

Accessories alongwith required Lighting Arrester And Earthing System, on-grid operated

State Tubewell of 1.0 cusec (102m3/hr) & 24m Head, including Maintenance and Warrantee

for Five Years, as per Departmental Technical Specification under jurisdiction of Tubewell

Division-1, Bareily, of Irrigation & Water Resources Department, U.P. Lucknow”, (hereinafter

called the “tender”) against the purchaser’s e-tender enquiry No. EQ-1195/2018-19.

KNOW ALL MEN by these presents that WE ……………………………… of

……………………………………having our registered office at …………………………………………… are

bound unto …………………. (hereinafter called the “Purchaser) in the sum of ………………………………

for which payment will and truly to be made to the said Purchaser, the Bank binds itself, its

successors and assigns by these presents. Sealed with the Common Seal of the said Bank

this…………… day of …………….2019.

THE CONDITIONS OF THIS OBLIGATION ARE:

(1) If the Tenderer withdraws or amends, impairs or derogates from the tender in any respect within

the period of validity of this tender.

(2) If the Tenderer having been notified of the acceptance of his tender by the Purchaser during the

period of its validity

(a) Fails to furnish the Performance Security for the due performance of the contract.

(b) Fails or refuses to accept/execute the contract.

WE, undertake to pay the Purchaser up to the above amount upon receipt of its first written

demand, without the Purchaser having to substantiate its demand, provided that in its demand the

Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both

the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 10 (Ten) months after opening of Part-C

of the aforesaid tender enquire and any demand in respect thereof should reach the Bank not later

than the above date.

………………………………………………….

(Signature of the authorised officer of the Bank)

……………………………………………….

Name and designation of the officer

……………………………………………….

Seal, name and address of the Bank / Branch

Page 59: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

57

ANNEXURE: PS SECTION-V(B)

Bank Guarantee Format

FOR

PERFORMANCE SECURITY

(PRESCRIBED VIDE G.O.NO.5/2016/253/18-2-2016-3 (,lih,lih,lih,lih), DATED 01-04-2016)

To,

The Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation Department, U.P.,

Lucknow. (For the Governor of Uttar Pradesh)

WHEREAS..……………………………………………....... (name and address of the supplier)

(hereinafter called “the supplier”) has undertaken, in pursuance of contract / acceptance letter

no……………………………. dated …………. to supply (description of goods and services) (herein after

called “the contract”).

AND WHEREAS it has been stipulated by you in the said contract / acceptance letter that the

supplier shall furnish you with a bank guarantee by a scheduled commercial bank recognised by you

for the sum specified therein as security for compliance with its obligations in accordance with the

contract;

AND WHEREAS we have agreed to give the supplier such a bank guarantee;

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf

of the supplier, up to a total of …………………………………. (amount of the guarantee in words and

figures), and we undertake to pay you, upon your first written demand declaring the supplier to be in

default under the contract and

without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid,

without your needing to prove or to show grounds or reasons for your demand or the sum specified

therein.

We hereby waive the necessity of your demanding the said debt from the supplier before

presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the

contract to be performed there under or of any of the contract documents which may be made between

you and the supplier shall in any way release us from any liability under this guarantee and we hereby

waive notice of any such change, addition or modification.

This guarantee shall be valid until the ………….... day of ……..……, 2019

………………………………………………….

(Signature of the authorised officer of the Bank)

……………………………………………….

Name and designation of the officer

……………………………………………….

Seal, name and address of the Bank / Branch

Page 60: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

58

ANNEXURE: ITC

SECTION-V(C)

INPUT TAX CREDIT

e-TENDER NOTICE NO. EQ-1195/2018-19

Tender for SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY

WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE

SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC

TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND

ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING SYSTEM, ON-

GRID OPERATED STATE TUBEWELL OF 1.0 CUSEC (102M3/HR) & 24M HEAD, INCLUDING

MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL

SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF IRRIGATION

& WATER RESOURCES DEPARTMENT, U.P. LUCKNOW.

e-Tender Notice No.&Date ..…….………EQ-1195/2018-19

Name of Bidder ………………………………………………………………………………

..…………………………………………………………………………….

TO WHOM IT MAY CONCERN With reference to the aforesaid subject, this is to certify that the prices of required stores/equipment have been quoted after taking INPUT TAX CREDIT into account

and the same has been passed on the purchasers account.

.

Date: …………………

Signed by

(Bidder)

Note:The above certificate is to be submitted on Rs. 100.00 non-judicial stamp

paper issuedin favour of the Firm.

Page 61: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

59

ANNEXURE :WC

SECTION-V(D)

e-TENDER NOTICE NO. EQ-1195/2018-19

WARRANTY CLAUSE

PRESCRIBED VIDE G.O.NO.5/2016/253/18-2-2016-3 (,lih,lih,lih,lih), DATED 01-04-2016

The contractor/supplier M/s (name of OEM) hereby declares that the goods / stores /

articles sold to the buyer under this bid/contract shall be of the best quality (and

workmanship) and shall be strictly in accordance with the technical specifications (TS) and

particulars contained /mentioned in clauses of Special Conditions of Contract (SCC) &

Technical conditions hereof and the contractor/seller M/s (name of OEM) hereby guarantees

that the said goods/stores/articles/workmanship would continue to conform to the

description and quality aforesaid for a period of60 calendar months from the date of

commissioning at site, of the said goods/stores/articles to the consignee and that

notwithstanding the fact that the purchaser nominated inspection agency/Departmental

Representative may have inspected and/or approved the said goods/stores/articles, if during

the aforesaid period of60 calendar months from the date of commissioning at site, of the said

goods/stores/articles be discovered not to conform to the description and quality aforesaid or

have deteriorated (and the decision of the purchaser in that behalf will be final and

conclusive) the purchaser will be entitled to reject the said goods/stores/articles or such

portion thereof as may be discovered not to conform to the said description and quality. On

such rejection the goods / stores / articles will be at the contractor’s risk and all the

provisions herein contained relating to rejection of goods, etc. shall apply. The

contractor/seller shall, if so called upon to do, replace the goods, etc. or such portion thereof

as is rejected by the purchaser free of cost at the ultimate destination otherwise the

contractor/seller shall pay to the purchaser such damages as may arise by reason of the

breach of the condition herein contained. Nothing herein contained shall prejudice any other

right of the purchaser in that behalf under this contract or otherwise.

Signature on behalf of Supplier Firm/Company........................

Name and designation/capacity of signatory..............................

Full address of the Supplier Firm/Company...............................

Seal and Stamp of the supplier Firm/Company...........................

Place: ………………..

Date: …………………

Note: To be given on letter head of the Original Equipment Manufacturer (OEM) dully signed

by the authority having legal power of attorney.

Page 62: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

60

ANNEXURE–PA

SECTION: V(E)

POWER OF ATTORNEY

(to be submitted on Rs 100/- non-judicial stamp paper)

e-TENDER NOTICE NO. EQ-1195/2018-19

SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY WITH FIXED

STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE SOLAR PUMP CONTROLLER ENERGY

METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL),

INTERCONNECTING CABLE AND ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING

SYSTEM, ON-GRID OPERATED STATE TUBEWELL OF 1.0 CUSEC (102M3/HR) & 24M HEAD, INCLUDING

MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL SPECIFICATION UNDER

JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF IRRIGATION & WATER RESOURCES DEPARTMENT, U.P.

LUCKNOW.

(To be submitted on Rs. 100/- non judicial stamp paper) Tender No.: _______________________ Item Description: ____________________ Name of Bidder:____________________

“The undersigned ____________________ (Name of LEGAL Authorize PERSON i.e. CEO/C&MD/Director/Company Secretary/any other authorized person) is lawfully authorized torepresent and act on behalf of the company M/s _______________________ whose registered addressis

______________________________________________ and does hereby appoint Mr./Ms__________________________ (name of authorized person signing the bid document)_______________________ (Designation) of M/s _______________________________ (Name of

bidder) whose signature appears below to be the true and lawful attorney/(s) and authorize him/her to sign the bid (both digitally and manually), conduct negotiation, sign contracts and execute all thenecessary matter related thereto, in the name and on behalf of the company in connection with the tender no. _____________________ for supply of _______________________________.The signature of the

authorized person/(s) herein constitutes unconditional obligations of M/s_______________________ __________(Name of bidder).This Power of Attorney is effective immediately and shall remain valid and effective in full force before I/we withdraw or revoke it in writing (by fax or post) with the intimation to

Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, Uttar Pradesh. All the documents signed (within the period of validity of the Power of Attorney) by the authorizedperson herein shall not be invalid because of such withdrawal or revocation

I hereby ratify and agree to ratify everything, which under this power of attorney shall do or purport to do by virtue of this power of attorney. Purchaser Irrigation and Water Resources Department Uttar Pradesh dealing with, may rely absolutely on the authority granted herein and need not look to the

application of any proceeds nor the authority of my attorney-in-fact as to any action taken. Signed at _______________ on this _________ day of _________20 _____, in the presence of the undersigned witnesses.

WITNESSES: 1. __________________________ 2. __________________________

(Signature of witnesses with name & address) SIGNATURE OF THE AUTHORIZED PERSON/(S) _____________________________ (Name of person) SIGNATURE OF THE LEGAL Signatory

_____________________________ (Name of person with Company seal) E-mail id: ………………………… (By notary Officer)

State of __(name of State)________________________ of Republic of India

WITNESS my hand and official seal.

Signature ________________________(Seal of notary officer with registration number)

Page 63: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

61

ANNEXURE –BD

SECTION V (F)

FORM OF BIO DATA

e-TENDER NOTICE NO. EQ-1195/2018-19

(TO-BE SUBMITTED/UPLOADE DULY FILLED WITH TECHNICAL PART “B” OF THE OFFER IN PDF FORMAT)

BIDDER’S GENERAL INFORMATION To,

Superintending Engineer

Central Equipment & Stores Procurement Organisation-1

Irrigation & Water Resources Department of Uttar Pradesh,

Ganga Sinchai Bhawan, Telibagh,

LUCKNOW 226025

Fax-0522-2441281

1-1 Bid Reference: ________________________________________

1-2 Bidder Name: ________________________________________

1-3 Address of Registered Office for communication:_______________________________________

City________________ District _________

State _______________ PIN__________FAX_______________

1-4 Operation office Address (from whom invoice is raised)

if different from above: ________________________________________

________________________________________

City________________ District _________

State _______________ PIN_________ FAX_______________

1-5 Address of works

________________________________________

________________________________________

City________________ District _________

State _______________ PIN__________ FAX_______________

1-6 Telephone Number for communication:_____________________________________

(Country Code) (Area Code) (Telephone Number)

1-7 E-mail address for communication: ________________________________________

1-8 Website: ________________________________________

1-9 Fax Number for communication:_____________________________________

(Country Code) (Area Code) (Telephone Number)

1-10 ISO Certification, if any {If yes, please furnish details like issuing authority, validity}____________

1-11 Bank Name: _____________________________________

1-12 Branch: _____________________________________

1-13 Branch Code: _____________________________________

1-14 Bank account number with IFSC Code: _____________________________________

1-15 GSTN No.: _____________________________________

1-16 PAN No. : _____________________________________

1-17 Whether SSI Registrant Or not, if yes, details: _____________________________________

Place:

Date:

[Signature of Authorized Signatory of Bidder]

Name:

Designation:Seal:

Page 64: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

62

ANNEXURE–EP

SECTION V (G)

FORM OF e-PAYMENT

e-TENDER NOTICE NO. EQ-1195/2018-19

SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY

WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE

SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC

TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND

ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING SYSTEM, ON-

GRID OPERATED STATE TUBEWELL OF 1.0 CUSEC (102M3/HR) & 24M HEAD, INCLUDING

MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL

SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF IRRIGATION

& WATER RESOURCES DEPARTMENT, U.P. LUCKNOW.

1. Name of Firm with Full Address :

2. Name of Bank :

3. Address of Branch :

4. Branch Telephone No. :

5. Bank Account No. :

6. Type of Account :

7. Branch Code :

8. Branch IFSC Code :

DECLARATION: 1. I as representative/Owner of the above named firm, hereby authorize I&WRD,

UP to electronically make payments to the designated bank account. I hereby certify that the particulars given above are true, complete and correct.

2. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold I&WRD, UP responsible.

Date: Authorised Signatory: Designation: Firm’s Seal Verification by Bank

N.B. Payment to the firm shall be made using e-Payment on particular mentioned above but under technical snag or unavoidable circumstances consignee may prefer other best mode of payment available thereon.

Consignee shall e-mail the e-payorder/ acknowledgement of payment to the e-mail address of communication of bidder/contractor

Page 65: IRRIGATION & WATER RESOURSES DEPARTMENT, UTTAR … · and earthing system, on-grid operated 01 no. state tubewells of 1.0 cusec (102m 3/hr) discharge of 24 m headfor modernization

63

SCHEDULE: AA

SECTION-V(H)

SCHEDULE OF QUANTITIES &DISPATCHES

e-TENDER NOTICE NO. EQ-1195/2018-19 SUPPLY, ERECTION & COMISSIONING OF SOLAR PV MODULE PANEL OF SUITABLE CAPACITY

WITH FIXED STRUCTURE SYSTEM, SUITABLE SOLAR SUBMERSIBLE PUMPSET, SUITABLE

SOLAR PUMP CONTROLLER ENERGY METER (THREE PHASE, FOUR WIRE, LT ELECTRONIC

TRIVECTOR METER) IP CAMERA (DOME TYPE & STILL), INTERCONNECTING CABLE AND

ACCESSORIES ALONGWITH REQUIRED LIGHTING ARRESTER AND EARTHING SYSTEM, ON-

GRID OPERATED STATE TUBEWELL OF 1.0 CUSEC (102M3/HR) & 24M HEAD, INCLUDING

MAINTENANCE AND WARRANTEE FOR FIVE YEARS, AS PER DEPARTMENTAL TECHNICAL

SPECIFICATION UNDER JURISDICTION OF TUBEWELL DIVISION-1, BAREILY OF IRRIGATION

& WATER RESOURCES DEPARTMENT, U.P. LUCKNOW.

S.

No Description of Material Qty.

Name of

consignee/ Paying Authority

Postal address &

Mobile No. of consignee

Destination Name of

Destination Rly. Station

1 2 3 4 5 6 7

1

Supply, Erection & Comissioning of

Solar PV Module Panel of suitable

capacity with fixed structure system,

suitable Solar Submersible Pumpset,

suitable Solar Pump Controller Energy

Meter (Three Phase, Four Wire, LT

Electronic Trivector Meter) Ip Camera

(Dome Type & Still), Interconnecting

Cable And Accessories alongwith

required Lighting Arrester And

Earthing System, on-grid operated

State Tubewell of 1.0 cusec

(102m3/hr) & 24m Head, including

Maintenance and Warrantee for Five

Years, as per Departmental Technical

Specification.

01 Job

Executive Engineer

Tubewell Division-1, Bareily, U.P.

Mob.9454414440

Asst. Engineer-1, 133-

Madinath,Tubewell Division-1, Bareily,

U.P.

Central Store,

Civil Lines,

Tubewell Division-1,

Bareily, U.P.

Bareily Junction

Superintending Engineer, Central Equipment & Stores Procurement Organisation-1, Irrigation & Water Resources Department, U. P. Lucknow.