Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at...

39
Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sect or Ent erprise) TENDER DOCUMENT for “Tender for supply of BOS, Installation and Commissioning, Warranty & Maintenance for 5 years of 600 Nos of Stand-alone Solar powered LED Street Lighting Systems at various locations in Bhadohi District of UP” Tender notice no. C-2(b)/RC/0700/4442/2017 dated 28 th March, 2017 Assistant General Manager (Materials) Materials Management Division Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.in Page 1 of 39.

Transcript of Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at...

Page 1: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Tender Document: C-2(b)/RC/0700/4442/2017

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

CENTRAL ELECTRONICS LIMITED

(A Public Sector Enterprise)

TENDER DOCUMENT

for

“Tender for supply of BOS, Installation and Commissioning, Warranty &

Maintenance for 5 years of 600 Nos of Stand-alone Solar powered LED

Street Lighting Systems at various locations in Bhadohi District of UP”

Tender notice no. C-2(b)/RC/0700/4442/2017 dated 28th

March, 2017

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

Page 1 of 39.

Page 2: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Tender Document: C-2(b)/RC/0700/4442/2017

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

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

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

TENDER NOTICE

Tender notice no. C-2(b)/RC/0700/4442/2017 28th

March, 2017 Central Electronics Limited invites sealed bids (Technical & Financial) from eligible bidders which

are valid for a minimum period of 90 days from the date of opening for “Tender for supply of BOS

Installation and Commissioning Warranty & Maintenance for 5 years of 600 Nos of Standalone

Solar powered LED Street Lighting Systems at various locations in Bhadohi District of UP”

Scope of Work Tender for supply of BOS Installation and Commissioning Warranty &

Maintenance for 5 years of 600 Nos of Standalone Solar powered LED

Street Lighting Systems at various locations in Bhadohi District of UP

Earnest Money

Deposit

Rs. 1,02,000/- (Rupees One Lakh Two Thousand Only)

Interested parties may view and download the tender document containing the

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

www.celindia.co.in

Please see document control Sheet at Annexure-1

For CENTRAL ELECTRONICS LIMITED

Sd-

Assistant General Manager (Materials)

Materials Management Division

Page 2 of 39.

Page 3: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Tender Document: C-2(b)/RC/0700/4442/2017

Annexure-1

Document Control Sheet & Important dates

Tender Reference No. C-2(b)/RC/0700/4442/2017

Name of Organization Central Electronics Limited

Tender Type (Open/Limited/EOI/Auction/Single)

OPEN

Tender Category (Services/Goods/works) Goods

Type/Form of Contract (Work/Supply/ Auction/Service/Buy/Empanelment/Sell)

Buy

Payment Mode (Online/Offline) Offline

Date of Issue/Publishing 28/03/2017 (18:00 Hrs)

Document Download/Sale Start Date 28/03/2017 (18:00 Hrs)

Document Download/Sale End Date 12/04/2017 (15:00 Hrs)

Bid submission Start Date 28/03/2017 (18:00 Hrs)

Last Date and Time for Submission of Bids 12/04/2017 (15:00 Hrs)

Date and Time of Opening of Bids 12/04/2017 (15:30 Hrs)

Sr.

No.

Eligibility Criteria Complied / Not

Complied

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

minimum 300Nos. (Single order) of Solar power Street Lights for any

government department/PSU/Regd. NGO/ NSE-BSE Listed

company/Regd. Co-operative society/ Utilities / SEB’s/ during last 3

financial years. The PO copies and completion documents are required

to be submitted with the bid.

02. The bidder must be approved EPC contractor with CEL, copy of

certificate must be attached with the bid.

03. The bidder should enclose performance certificates in support of

relevant experience.

04. The bidder shall submit all necessary documentary evidence to

establish that the Bidder meets the above qualifying requirements.

05. The purchaser reserves the right for verifications of any original

documents of the Tender submitted.

06. Deviations or exceptions if any must be clarified mentioned and

submitted.

Page 3 of 39.

Page 4: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Tender Document: C-2(b)/RC/0700/4442/2017

Please Note:

a) Firms who are debarred/ blacklisted in India will not be considered.

b) Company reserves the right to carry out technical capability/ infrastructure assessment of the

Bidders by factory/office inspection or by any other means and company’s decision shall be final in

this regard.

c) If bidder want to visit the site, bidder can visit the site before submitting the bid.

Note: The bidder must submit the following documents along with the technical Bid,

Non-compliance of the same may lead to out rightly rejection from this bid:

1. PO & Completion Copy

2. Detailed Execution plan

3. Other documents as per tender

07. Tenderer shall produce Audited Balance Sheet and Profit and Loss

Accounts for last three years. Tenderer must have cumulative turnover

of Rs. 1 Crore for last three years.

08. Tenderer to submit the self-declaration that their firm is not debarred /

blacklisted in other utilities/PSU/any Govt. agency.

Page 4 of 39.

Page 5: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Tender Document: C-2(b)/RC/0700/4442/2017

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

a. Tender notice b. Document Control Sheet - Annexure -1 c. Price bid format As given in Annexure A d. Detailed Specifications & drawings Annexure ‘A’ e. Commercial terms & conditions: - Annexure ‘B’ f. Format for submission of Vendor Data: Annexure ‘C’ g. Tender acceptance letter: Annexure ‘D’

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

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

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

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

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

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

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

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

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

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

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

b) Cover – 2, Finance: This must contain only the Price Bid on company’s letter head as per Price Bid format given in Annexure A.

Page 5 of 39.

Page 6: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Annexure - A

Tender for supply of balance of system, installation and commissioning, warranty & Maintenance for 5 years of 600 Nos. of Standalone Solar powered LED Street lighting systems at various locations at Bhadohi district of UP. The description of the installation number wise at different location is as follows: -

S. No. Name of the Gram Sabha

Qty. of SLS S. No. Name of the Gram Sabha Qty. of SLS

1. Garulpur 15 20. Sahshipur 16 2. Kom 15 21. Kantirampur 16 3. Kukrauthi 15 22. Sarai Jagdish 16 4. Jahidpur 15 23. Abhilahra 16 5. Gohilaon 15 24. Bari 16 6. Badlipur 15 25. Pachpatiya 16 7. Lalpur 15 26. Balapur 16 8. Tikaitpur 15 27. Ganesh Raipur 16 9. Bhala 16 28. Bhagwas 16 10. Bedmanpur 16 29. Gajraha 16 11. Dhanvatia 16 30. Pakkikalan 16 12. Anegpur 16 31. Dulhipur 16 13. Bairla 16 32. Chhtrashahpur 16 14. Darunha 16 33. Ghatampur 16 15. Udhvamafi 16 34. Kasiyapur 16 16. Tulsi Chak 16 35. Gorha 16 17. Badhauna 16 36. Pakrikhurd 16 18. Arjunpur 16 37. Sagarpur 16 19. Bhikmapur 16 38. Kasturipur 16 Total Qty. – 600 Nos.

Page 6 of 39.

Page 7: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Bill of Quantity Supply, installation, Commissioning of 14W LED Solar Street Light System (SSL) along with pole and other materials required as per the specifications including warranty/AMC for a period of 5 years

600 sets

S No. Description Qty. 01. Street light pole along with Module mounting structure (Suitable for CEL make 80Wp SPV Module) as per enclosed drawing No. A30101000439

600 sets

02. Street light luminaries along with necessary cables (As per latest IS) as per enclosed specifications 600 sets 03. Battery Box as per Drawing No. A30102000485 600 sets 04. Installation & commissioning of the above 600 Jobs 05. AMC of street lights installed for 5 years after handing over the systems in working conditions 600 Jobs

* All the supplied material should be warranted for a period of 5 years. Vendor has to submit detailed execution time schedule along-with bid, if not submitted the bid may be considered nonresponsive and shall not be considered for evaluation. List of beneficiaries will be provided after award of work to successful bidder. 1. Eligibility The prospective bidder must qualify all of the following requirements to be eligible to participate in the bidding. Bidders who meet following requirements will be considered as successful bidder and management has a right to disqualify those bidders who do not meet these requirements.:

Sr. No. Eligibility Criteria Complied / Not Complied

01. The bidder’s company/firm must have installed and commissioned minimum 300Nos. (Single order) of Solar power Street Lights for any government department/PSU/Regd. NGO/ NSE-BSE Listed company/Regd. Co-operative society/ Utilities / SEB’s/ during last 3 financial years. The PO copies and completion documents are required to be submitted with the bid.

02. The bidder must be approved EPC contractor with CEL, copy of certificate must be attached with the bid.

03. The bidder should enclose performance certificates in support of relevant experience.

04. The bidder shall submit all necessary documentary evidence to establish that the Bidder meets the above qualifying requirements.

05. The purchaser reserves the right for verifications of any original documents of the Tender submitted.

06. Deviations or exceptions if any must be clarified mentioned and Page 7 of 39.

Page 8: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Please Note:

a) Firms who are debarred/ blacklisted in India will not be considered. b) Company reserves the right to carry out technical capability/ infrastructure assessment of the

Bidders by factory/office inspection or by any other means and company’s decision shall be final in this regard.

c) If bidder want to visit the site, bidder can visit the site before submitting the bid. Note: The bidder must submit the following documents along with the technical Bid, Non-

compliance of the same may lead to out rightly rejection from this bid: 1. PO & Completion Copy 2. Detailed Execution plan 3. Other documents as per tender SPECIAL CONDITIONS a) The contractor/bidder shall not display the photographs & content of the work and also will not take advantage through publicity of the work without written permission of CEL. Noncompliance to this may result in removal from the EPC list and the contractor will be blacklisted. b) Service level agreement has to be signed on 100/- INR stamp paper with in 2 (two) weeks after award of PO. 2. Execution Schedule:

The program of execution of the supply, installation and commissioning shall be carried out as per the schedule given below: 1. The work i.e. supplies of balance of system has to be completed within 30 days 2. Installation and commissioning shall be completed within 45 days after receipt of

materials at site. Execution of work shall be carried out in an approved manner as outlined in the technical

specification or where not outlined, in accordance with the relevant Indian Standard Specification, to the reasonable satisfaction of the authorized CEL Officer. In case of deficiency / gap in any specifications the supplier shall stand to be penalized. Penalty shall be imposed pro rata as per the deficiency of any system calculated on the basis cost of system.

submitted. 07. Tenderer shall produce Audited Balance Sheet and Profit and Loss

Accounts for last three years. Tenderer must have cumulative turnover of Rs. 1 Crore for last three years.

08. Tenderer to submit the self-declaration that their firm is not debarred / blacklisted in other utilities/PSU/any Govt. agency.

Page 8 of 39.

Page 9: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

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

will be carried out by the representatives of CEL and other officers. The issuance of a JCC shall, in no way relieve the executing firm of its responsibility for satisfactory operation of the solar systems. 3. Scope of work The broad scope of the work includes Supply, installation, Commissioning of 14W LED Solar Street Light System (SSL) along-with pole and other materials required as per specifications including Annual Maintenance for a period of 5 years. Note: SPV Modules & Batteries shall be supplied by CEL.

To deliver the materials at CEL, Sahibabad for pre-dispatch inspection by CEL officials/our customer. Contractor will deliver all the materials to site along with SPV modules & batteries from CEL works. Contractor shall make his own arrangement for safe storage of their as well as CEL SPV Modules & Batteries at site till the handing over of the systems. Collection of all documents pertaining to identification of beneficiary along with photograph - including photographs of the installed systems and preparing the joint commissioning reports. Submission of all documents as detailed in the tender document including the joint commissioning report to CEL. Keeping servicing personnel and availability of essential spares like LED Luminaire (Min. 5%) in the vicinity of the solar system and log book for spares must be maintained by the contractor at service centre. Supply of the complete systems, including all necessary components, sub-components, spares, tools, tackles etc. as per technical specifications given in this document including packing, forwarding, safe storage, handling, commissioning, trial and performance testing and handing over, insurance of all the materials till completion of project. Solar Systems deployed must be utilized for the purpose of lighting in the villages as per the requirement of the villagers, if there is any misuse the same shall be responsibility of the contractor. The Battery and Module supplied by CEL, if Module is found defective during the warranty period of 5 years the same shall be made available at CEL, Sahibabad by the contractor and the repaired materials will be handed over to contractor at centralised location near the village by CEL. In case of defective Battery, the same shall be transported to/back to the service centre of Battery manufacturer nearest to Bhadohi district U.P.. Periodic maintenance of the system as detailed in this tender. To update CEL regarding performance of the installed systems on Quarterly basis as per the following requirement and submit report in this respect till the end of Maintenance and warranty period of 5 Years as per the format provided by CEL.

Number of complaint received during the period of reporting. Numbers of complaint attended during the period of reporting. Major cause of failure, as observed. Major replacement made during the reporting period.

Keeping servicing record and make available all essential spares in the vicinity of the solar system will give the desired performance with least interruption. Page 9 of 39.

Page 10: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Any other works as required on the site or instructed by CEL officials. The contractor shall be responsible for fulfilling all the obligations under prevailing labour laws of the land.

No extra transportation charges shall be paid during the period of contract. No escalation shall be applicable on the above prices. In case of any losses, theft or damage of material, the contractor shall alone be responsible to make alternate arrangement for completion of the project within contractual delivery, commissioning & handing over of systems within quoted price. CEL shall in no way, whatsoever, responsible to compensate the contractor in this account. Adequate training has to be provided to the persons/villagers to be designated in maintenance and upkeep of the installed system. The bidder must also provide a detailed operation and maintenance manual specific to the installed systems in English & Hindi. The indicative documents are to be submitted to CEL like a) Photograph of the Solar system during distribution b) Photograph of the Solar system after installation & of handing over c) System handing over report d) Joint commissioning certificate. The scope of work to be covered under preventive maintenance schedule shall be as under: a) Repair/ replacement of junction boxes, switches

b) Cleaning of street lighting fixtures (Perspex covers, reflectors etc) c) Replacement of faulty cables d) Replacement of broken pole any type e) Straightening of the tilted pole any type f) Pole painting

In this regard, the contractor has to ensure that all automatic street lighting systems are operational during the maintenance period. Bidder / Vendor to submit a certificate duly signed either by villager / official identified by CEL on quarterly basis on the satisfactory performance of the SPV SLS in each of the four village. Any other works as required on the site or instructed by CEL officials. Job Works a) Construction of pedestals 450(L) x 450mm (W) x 500mm (D) (PCC 1:2:4) for each of the street light pole as well as fixing of the above structure on the top. The entire pedestals should be painted properly (Refer Drawing attached). b) Mounting & fixing SPV Module of 80Wp each on the above installed structure. c) Mounting of battery box along with Battery with suitable arrangement as required. d) Painting of CEL logo on each Luminaire and a message with fluorescent colour on Battery Box as per instruction of CEL officials. 4. Validity of offer: The offer must be kept valid for a period of twelve months from the date of opening of the technical bid. No escalation clause except the admissible tax component under the period of consideration would be accepted.

Page 10 of 39.

Page 11: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

5. Warranty: The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Supplier further warrants that the Goods supplied under this Contract shall have no defect arising from design, materials or workmanship (except when the design and/or is required by CEL Specifications) or from any act or omission of the Supplier, that may develop under normal use of the supplied Goods in conditions prevailing in the country of final destination. This warranty shall remain valid for 60 (Sixty) months after the Goods or any portion thereof as the case may be, have been delivered to and handed over at the final destination indicated in the Contract. CEL shall promptly notify the Supplier in writing of any claims arising under this warranty. Upon receipt of such notice, the Supplier shall repair or replace the defective Goods or parts thereof, without cost to the Purchaser. If the Supplier, having been notified, fails to remedy the defect(s), the Purchaser may proceed to take such remedial action as may be necessary, at the Supplier's risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract. 6. Penalty and termination of contract: The systems shall be supplied and delivered within the scheduled time as mentioned in the work order. If the supplier fails to adhere to the schedule, CEL shall without prejudice to its other remedies under the contract deduct from the contract price as liquidated damages a sum equivalent to 1% of the delivery price of the delayed goods or unperformed services for each week of delay until actual delivery or installation/commissioning up to a maximum deduction of 5% of the contract price for delayed goods or installation and commissioning. Once the maximum is reached (i.e 5 weeks of delay) CEL may consider termination of the contract and forfeit the EMD without prejudice to the other remedies of the contract. If at any time during the performance of the Contract, the Supplier or its subtle executants(s) should encounter conditions impeding timely delivery of the Goods and performance of the Services, the Supplier shall promptly notify CEL in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier's notice, CEL shall evaluate the situation and may at its discretion extend the Supplier's time for performance, with or without liquidated damages, in which case the extension shall be ratified by the parties by amendment of the Contract. A delay by the supplier in the performance of its delivery obligations shall render the supplier liable to the imposition of liquidated damages pursuant, unless an extension of time is agreed upon without the application of liquidated damages. Penalty for AMC i) For Functionality of street lighting:

If compliance level of 97% & above is not achieved for the functionality of street lighting, the contractor shall pay penalty @ 0.5% for every % less than 97%

Page 11 of 39.

Page 12: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

ii) For attending complaints:

a) If the complaints (major & minor) are not attended by the contractor within time period as specified below, then for each complaint a penalty of Rs.100 for each day of default of rectification of faults shall be deducted from monthly bills:

b) For Major complaints like pole installation & feeder pillar/ service pillar installation as

decided: Within 3 days from the time complaint received by the contractor and material is provided.

For Minor/ priority complaints (as decided by Engineer in charge): At least 50% complaints to be attended within 24 hours and balance in next 24 hrs from the time complaint received by the contractor and material is provided. 7. Termination for Default CEL may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Supplier, terminate the Contract in whole or in part:

if the Supplier fails to deliver any or all of the Goods within the period(s) specified in the Contract, or within any extension thereof granted by the Purchaser; or if the Supplier fails to perform any other obligation(s) under the Contract. If the supplier, in the judgement of the purchaser, has engaged in corrupt or fraudulent practices in competing for or in executing the contract. For the purpose of this clause: “Corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution or a contract to the detriment of the borrower, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the borrower of the benefits of free and open competition. In the event the Purchaser terminates the Contract in whole or in part, the Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or services similar to those undelivered, and the Supplier shall be liable to the Purchaser for any excess costs for such similar Goods or services. However, the Supplier shall continue the performance of the Contract to the extent not terminated. 8. Inspection: Pre-delivery inspection of major components may be carried out by a team of designated officials of CEL, any other department as may be considered appropriate at the factory site of the vendor / manufacturer. Before despatch of consignment intimation shall be given sufficiently ahead so that no delay occurs for deputing officials and inspection at the premises / test site. The cost of such inspection shall have to be borne by the supplier.

The rest of the tests and inspections shall be made at the place of delivery. Officers authorized by CEL shall be entitled at all reasonable time to inspect and supervise and test during erection and commissioning. Such inspection will not relieve the executing firm of their obligation in the contract. Page 12 of 39.

Page 13: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

CEL shall have the right to have the tests carried out at its own cost by an independent agency at any point of time. 9. Payment: Payment will be made on back-to-back basis as per the following A. 50% of the supply value of systems will be made after receipt of the system in good condition at site & after submission of the documents i.e delivery receipt, Lorry receipt & report of CEL’s QAC clearance. B. 40% of the supply value & 90% of the installation charges of systems will be made after successful commissioning in good condition at site & submission of documents i.e Installation & handing over certificate. C. Balance 10% shall be made after submission of BG of equivalent value valid for 5½ years. D. The payment towards AMC charges shall be made after completion of each year. E. Security Deposit: The successful Bidders will be required to pay an amount equivalent to 2% of the Order value including taxes and duties as a Security Deposit for satisfactory execution/handing over to customer of the ordered complete system.

10. Force Majeure: In no event shall either Party have any liability for failure to comply with this Agreement, if such failure results directly from the occurrence of any contingency beyond the reasonable control of the Party, including, without limitation, strike or other labor disturbance, riot, major power failure, war, natural calamities including but not limited to floods, earthquakes, fire, volcanic eruptions, epidemics, National Emergency, interference by any government or governmental agency, embargo, seizure, or enactment or abolition of any law, statute, ordinance, rule, or regulation (each a " Force Majeure Event"). In the event that either Party is unable to perform any of its obligations under this Agreement because of a Force Majeure Event, the Party who has been so affected shall as soon as may be, after coming to know of the Force Majeure Event, inform the other Party and shall take reasonable steps to resume performance as soon as may be after the cessation of the Force Majeure Event. If the period of nonperformance due to a Force Majeure Event exceeds thirty (30) days, the Party whose ability to perform has been so affected may, by giving written notice, terminate this Agreement.

11. QUALITY AND WARRANTY i. All the components and parts used in the solar street lighting systems should conform to the latest BIS or IEC specifications, wherever such specifications are available and applicable. ii. The street lighting system will be warranted for a period of five years from the date of commissioning/handing over. 12. OPERATION and MAINTENANCE MANUAL An Operation, Instruction and Maintenance Manual, in English and the local language, should be provided with the Solar Street Lighting System. The following minimum details must be provided in the Manual: Page 13 of 39.

Page 14: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Basic principles of Photovoltaic’s. A small write-up (with a block diagram) on Solar Street Lighting System - its components, PV module, battery, electronics and luminaire and expected performance. Type, Model number, Voltage & capacity of the battery, used in the system. The make and wattage of the LED used in the lighting system. About Charging and Significance of indicators. Clear instructions about erection of pole and mounting of PV module (s) and lamp housing assembly on the pole. Clear instructions on regular maintenance and trouble shooting of the Solar Street Lighting System. DO's and DONT's. Name and address of the contact person for repair and maintenance, in case of non-functionality of the solar street lighting system.

Page 14 of 39.

Page 15: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

TECHNICAL SPECIFICATION LED BASED SOLAR STREET LIGHTING SYSTEM Note: The dimension of Battery Box shall be provided at the time of awarding of the work order.

Pole & Mounting Structures G.I. Pole size 65NB, Class B, Heavy Duty, Length 5 metres (4.5Mtrs. above the ground level) with Civil foundation as per drawing , With module mounting structure (with a provision of tilt angle from horizontal 0º to 35º) suitable for CEL’s 80Wp (PM80) Solar Module. Vented metallic battery box with acid proof & corrosion resistant painting along-with anti theft arrangement etc.

Cables: Copper cable PVC insulated, Flexible multistrand, annealed copper conductor un-armoured 1100V grade, conforming to relevant latest IS and duly ISI mark of minimum 4 sqmm suitable for 0º to 50ºC temperature

Page 15 of 39.

Page 16: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

STREET LIGHT LUMINAIRE The LED Street lights shall be weatherproof (IP65), suitable for outdoor application. The enclosure will house 14watt LED at a height of 5 meters. The Street light luminaries will bear the logo of CEL.

Automatic dusk to dawn controller (DTDC) Highly efficient charge controller & Electronic Ckt. Two step charging algorithm Temperature compensated battery set points Weather proof luminaries (IP65) Adequate protections and indications Long Life - more than 35,000 working hours. Excellent CRI —Closest to natural light. Instant starting. Specifications of LED Luminaire LUMINOUS FLUX > 1440 LUMENS LAMP WATTAGE 14.4 WATTS WORKING TEMPERATURE -5ºC TO +50ºC WORKING HUMIDITY 10%-90% RH LED TYPE HIGH POWER LED LUMEN EFFICACY 100 - 120 LUMENS/WATT DISPERSION ANGLE 110 - 120 DEGREE COLOUR TEMPERATURE 5500K - 7000K CRI >75 Make of LED NICHIA, CREE, OSRAM

Page 16 of 39.

Page 17: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

PRICE BID (To be submitted in separate envelope)

Sl no Particulars Qty. Unit Price in INR Total Price in INR 1 Supply of 14W LED Solar Street Light System (SSL) along with pole, cables, Battery Box and other materials required as per specifications

600 sets

2 Taxes and duties

3 Sub Total (1 +2)

4 Installation & Commissioning of 14W LED Solar Street Light System (SSL)

5 Taxes and duties

6 Sub Total (4 + 5)

7 AMC Charges for 5 years (*Minimum 1.5% per annum of 3 above)

8 Taxes and duties

9 Sub Total (7 + 8)

10 Grand Total (3+6+9)

*Note: If AMC offer is less than 1.5% than it shall be taken as 1.5% of 3 and offer will be evaluated accordingly. Signature of the bidder with Seal

Page 17 of 39.

Page 18: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Page 18 of 39.

Page 19: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Page 19 of 39.

Page 20: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Page 20 of 39.

Page 21: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Page 21 of 39.

Page 22: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Page 22 of 39.

Page 23: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Page 23 of 39.

Page 24: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Page 24 of 39.

Page 25: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Page 25 of 39.

Page 26: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Page 26 of 39.

Page 27: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Page 27 of 39.

Page 28: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Page 28 of 39.

Page 29: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Page 29 of 39.

Page 30: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Page 30 of 39.

Page 31: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Page 31 of 39.

Page 32: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Page 32 of 39.

Page 33: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Tender Document: C-2(b)/RC/0700/4442/2017

Annexure B

Commercial Terms and Conditions:

1. Only EPC Contractors registered in CEL are eligible to quote in this tender as described in the Eligibility Criteria. No Deviation from Specifications, Terms & Conditions of the Tender are allowed. Quotations having deviation from our specifications, terms & conditions would be rejected.

2. Basis of price: The offer should clearly indicate units and rates. Prices should be submitted on FOR CEL basis and the scope of work described in Annexure A. The quotations submitted with basis of price other than the above will be rejected.

3. Taxes and duties: The taxes and duties are to be clearly mentioned, if any.

4. Delivery schedule. 45 days from the date of Purchase order..

5. Payment terms: Payment will be made on back-to-back basis as per the following: A. 50% of the supply value of systems will be made after receipt of the system in good condition at

site & after submission of the documents i.e delivery receipt, Lorry receipt & report of CEL’s QAC clearance.

B. 40% of the supply value & 90% of the installation charges of systems will be made after successful commissioning in good condition at site & submission of documents i.e Installation & handing over certificate.

C. Balance 10% shall be made after submission of BG of equivalent value valid for 5½ years. D. The payment towards AMC charges shall be made after completion of each year. E. Security Deposit: The successful Bidder will be required to pay within seven days of

placement of PO an amount equivalent to 2% of the Order value including taxes and duties as Security Deposit for satisfactory execution/handing over to customer of the ordered complete system. (For details, please refer clause 15 below).

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

7. Performance bank guarantee (PBG): PBG of 10% of P.O. value valid for 66 months from the date of supply to be submitted at the time of delivery of the material. In case, PBG is not submitted by the bidder, 10% payment shall be retained by CEL for 66 months.

8. Price reduction for delayed delivery: In the event of delay in affecting the delivery within agreed period, a reduction in the price shall be levied @ 0.5% of the total order value per week or part thereof subject to maximum of 5% of the total order value.

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

10. Price variation Clause : Price variation would not be permitted and quotations having Price variation

clause would be rejected.

11. Validity of offer: The quotation/tender/bid submitted by the bidder/supplier shall be valid for a minimum period of 90 days from date of opening.

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

a) If the lowest quoting vendor is an approved vendor and the second lowest and third lowest bidders are also approved vendors to CEL 100% of tender quantity would be split amongst the approved vendors only. In case of split of quantity in two approved vendors, the same shall be applicable for lowest (L1) & second lowest (L2) in the ratio of 70:30 at the rate & terms applicable to L1 approved vendor, keeping in view the objective that the per unit landed cost to CEL in case of purchase from

Page 33 of 39.

Page 34: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Tender Document: C-2(b)/RC/0700/4442/2017

L1 or L2 approved vendor remains same. In case of split of quantity in three approved vendors 60% quantity would be awarded to L1 approved vendor and balance 40% quantity will be awarded to the L2 approved vendor and L3 approved vendors in the ratio of L2’s quantity > L3’s quantity subject to acceptance of L1 rate by L2 and L3 vendor. If the L2 vendor does not accept the L1 approved vendor’s rate and terms then the quantity will be split between L1 approved vendor and L3 approved vendor.

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

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

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

13. NEW / UNAPPROVED VENDOR POLICY: Bidders who are not in the approved vendor list of CEL and are

unapproved in CEL would be allowed to participate in open tenders. However, the quotation of such bidders would

be evaluated based on the eligibility criteria defined in the tenders. If the bidders satisfies the eligibility criteria and

meets the specifications and terms and conditions given in the tender then that bidder may be awarded with

purchase order/work order of maximum 10% of the tendered quantity in order to develop that bidder as a vendor to

CEL for participation in future tenders subject to the following conditions:-

a) The bidder should be either the 1st lowest quoting bidder or 2nd lowest quoting or 3rd lowest quoting bidder.

b) The bidder should agree to supply the tendered material at the lowest quoting bidder’s rate if the bidder is unapproved and is L2 or L3 bidder.

c) The bidder must fillup the vendor registration form and follows the vendor approval procedure. d) The maximum quantity to be divided between the unapproved bidders would be 10% of the total tendered

quantity. e) Supply from unapproved bidders who are awarded purchase/work order would be taken only after approval

of samples, wherever applicable. f) In case of Capital items/Projects/EPC/Works Contract or even regular procurement for production where

splitting of tender is not possible, purchase/work order would be placed on lowest eligible & technically qualified vendor only.

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

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

15. Earnest money amount of ₹1,02,000/- in the form of demand draft favoring Central Electronics Limited and payable at Delhi and valid for 3 month to be submitted along with tender documents. No interest shall be payable on the earnest money deposited by bidder/ tenderer. The earnest money may be deposited through TT/SWIFT into CEL’s account with Syndicate Bank. The details of account are as below:

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

The earnest money (after deduction of bank charges, if any) of unsuccessful bidder / tenderer will be refunded within one month of finalization of tender. The earnest money of successful bidder would be converted into security deposit and would be returned (after deduction of bank charges, if any) to the bidder after two months of successful completion of work. In case the successful bidder is exempted for submitting the EMD as described below, 2% of total order value (including taxes & duties) shall be deposited by the successful bidder within seven days of receipt of purchase order through email, failing which, CEL will be at liberty to cancel the PO and blacklist the successful bidder for future tenders.

Page 34 of 39.

Page 35: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Tender Document: C-2(b)/RC/0700/4442/2017

Exemption from submission of EMD: The following type of bidders are exempted from submission of EMD subject to submission of relevant documents mentioned herein:

a) Micro & Small Enterprise registered with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India. A copy of valid registration certificate should be submitted with technical bid of quotation

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

17. Submission of Tender: Tender/Quotation/Bid in sealed cover super-scribing the tender notice no., name

of the item and due date should be delivered at the Office of the Asstt. General Manager, Materials

Management Division, Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad –

201010 (U.P), INDIA. Last date of receiving of tenders/quotations is 12/04/2017 up to 15:00 hrs IST. The

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

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

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

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

b) Cover – 2, Finance: This must contain only the Price Bid on company’s letter head as per Price Bid format given in Annexure A.

18. Opening of Tenders: Technical Bids/Quotations/tenders will be opened on 12/04/2017 at 1530 hrs (IST). The date for opening of price bids would be fixed after evaluation of the technical bids, usually within a week of opening of technical bids. Price bid of only those bidders would be opened who qualify the technical bid. The date of price bid opening would be intimated to the eligible bidders (qualified in the technical evaluation) at least 1 day in advance.

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

20. In case an order placed by the CEL based on the quotation/bid/tender submitted by the bidder/supplier is not executed by the supplier/bidder, CEL may buy the ordered goods from elsewhere and recover the additional amount that CEL may have to spend in procuring the stores plus 10% to cover the overhead & incidental expenses.

21. Replacement of Rejected Material: Any material supplied against order placed on the basis of this tender and found to be defective on inspection or differing from approved samples or make or specifications will be replaced by the supplier free of cost or full refund made for the amount paid by Central Electronics Limited including freight and insurance and other incidental charges at CEL’s discretion.

Page 35 of 39.

Page 36: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Tender Document: C-2(b)/RC/0700/4442/2017

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

23. In case of any ambiguity in the terms conditions mentioned hereabove and in Annexure A of the tender, clause defined in Annexure-A shall supercede.

Page 36 of 39.

Page 37: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Tender Document: C-2(b)/RC/0700/4442/2017

Annexure C

Format for submission of Vendor Data

1. Name of vendor

2. Registered Address

Phone No.

Fax No.

Name of Proprietor/ CEO/Chairman

Phone/Mobile No.

Email id

3. Factory Address

Phone No.

Fax No.

Email id

4. Delhi/NCR Address (if any)

Phone No.

Fax No.

Email id

5. Correspondence Address

6.

Name of Contact Person

Designation

Phone/Mobile no.

Fax No.

Email id

7. Website

Page 37 of 39.

Page 38: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Tender Document: C-2(b)/RC/0700/4442/2017

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

8. Sales Tax related information

TIN No.

L.S.T. No.

C.S.T. No.

Sales Tax Exemption No. (if any)

9. Income Tax related information

PAN No.

PAN reference no. (in case PAN applied for)

PAN Status (in case PAN applied for)

10. Excise duty related information

ECC No.

Range

Collectorate

11. Registration No. with Directorate of Industries

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

13. Bank related information

Bank name

Branch name

Bank address

Bank phone no.

Bank fax no.

Bank MICR Code (9 digit)

RTGS-IFC Code

Account type

Account no.

Swift Code

Page 38 of 39.

Page 39: Tender Document: C-2(b)/RC/0700/4442/2017 FORMAT … Document_5.pdf · Street Lighting Systems at various locations in Bhadohi District of UP ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS

Tender Document: C-2(b)/RC/0700/4442/2017

Annexure – D TENDER ACCEPTANCE LETTER

(To be given on Company Letter Head)

Date:

To,

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No:

Name of Tender / Work: -

Dear Sir,

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

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

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

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

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

5. In case any provisions of this tender are found violated , then your department/ organisation shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Page 39 of 39.