35
1 E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & COMMISSIONING WITH 5 YEARS COMPREHENSIVE WARRANTY & MAINTENANCE OF SOLAR STREET LIGHTING SYSTEM (WHITE-LED BASED) IN VARIOUS DISTRICTS OF Punjab e-tender NO: PEDA/2017-18/08 PUNJAB ENERGY DEVELOPMENT AGENCY SOLAR PASSIVE COMPLEX Plot no. 1&2 Sector 33-D CHANDIGARH 160 022, INDIA TELEPHONES: (91) 0172 - 2663382, 2667007 FAX : (91) 0172 – 2662865 Website: http://peda.gov.in

E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

1

E-TENDER DOCUMENT FOR

DESIGN, SUPPLY, INSTALLATION & COMMISSIONING WITH 5 YEARS COMPREHENSIVE

WARRANTY & MAINTENANCE OF SOLAR STREET LIGHTING SYSTEM (WHITE-LED BASED)

IN VARIOUS DISTRICTS OF Punjab e-tender NO: PEDA/2017-18/08

PUNJAB ENERGY DEVELOPMENT AGENCY SOLAR PASSIVE COMPLEX Plot no. 1&2 Sector 33-D

CHANDIGARH 160 022, INDIA TELEPHONES: (91) 0172 - 2663382, 2667007 FAX : (91) 0172 – 2662865 Website: http://peda.gov.in

Page 2: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

2

TABLE OF CONTENTS

TOPIC PAGE-NO.

PART-1

e-tender Notice 3

Covering Letter 4

Critical Information & important dates 5

Detailed Notice Inviting Tender 6-7

Declaration by Bidder 8

PART-2 Instructions to Bidders

Section: 1 The e-tender document 9-10

Section: 2 Eligibility condition 11

Section: 3 Preparation of e-tender 12-13

Section: 4 UPLOADING of e-tender 14

Section: 5 e-tender opening and evaluation 15

Section: 6 Procedure for Finalization of BID 16

PART-3

General conditions of contract 17-23

PART-4

Scope of work & Technical specification 24-30

PART-5

Warranty and Maintenance 31-32

Joint Commissioning Report Format 33

Contract Form 34

Bid Capacity Information 35

Equipment technical detail 36-37

General Particulars of the Bidder 38

Technical Bid Format 39

Financial Bid Format 40

Drawings

Annexure I 41-47

Page 3: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

3

e-tender No. PEDA/2017-18/08

Punjab Energy Development Agency

Solar Passive Complex, Plot No. 1 & 2, Sector 33-D, Chandigarh Ph.: 0172-2663328, 2663382 Fax : 0172-2662865

www.peda.gov.in, [email protected]

PEDA invites Online Bids from Prospective Bidders through e-tendering for the Design, supply, installation & commissioning and 5 years comprehensive warranty & maintenance of following item at various sites in various districts of Punjab as per the details given in e -tender document.

Sr. No

Name of work EMD (Rs. in

Lacs)

Bid document

fee (Rs.)

Bid processing

fee (Rs.)

Date of start of

downloading E-tender document

Last Date & time for submission

of E-bids

Date & time of opening of Techno-commercial

E-bids

1. Design, Supply, Installation & Commissioning and 5 years comprehensive warranty & maintenance of LED Based 25000 SPV Street Lighting Systems in the state of Punjab

30 10000 2360 23.10.2017 10.11.2017 up to 3.00

PM

13.11.2017 at 03.00 PM

1. Eligibility criteria and other terms & conditions for the works are given in the Tender Document which can be downloaded from www.etender.punjabgovt.gov.in or www.peda.gov.in.

2. Bidders shall have to get themselves registered with etender.punjabgovt.gov.in and get user ID and Password. Class-3 Digital Signature, mandatory to participate in the e-tendering process. For any clarification/difficulty regarding e-tendering process flow, please contact PEDA at 0172-2663328, 2663382 or 0172-3934667, 92572-09340, 80546-28821.

3. Corrigendum / Addendum / Corrections, if any will be published on the website only, no separate notice will be published in press.

4. PEDA reserve the right to accept or reject any or all the tenders without assigning any reason thereof.

Chief Executive Officer PEDA

Page 4: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

4

2. COVERING LETTER: FROM:- (Full name and address of the Bidder) ……………………….. …………………………. To: The Executive Director , Punjab Energy Development Agency Solar Passive Complex, Plot No. 1 & 2, Sector 33-D, Chandigarh Subject: -Offer in response to e-tender specification No: Sir,

We hereby submit our offer in full compliance with terms & conditions of the above e-tender.

A blank copy of the e-tender, duly signed on each page is also submitted as a proof of our acceptance

of all specifications as well as terms/ Conditions.

We hereby commit to adhere to all the guidelines of MNRE, GOI regarding submission of Technical and Financial bids.

The e-tender is uploaded in two separate files named Part-A for technical bid & Part-B for

Financial Bid only.

(Signature of Bidder)

With Seal

Page 5: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

5

3. CRITICAL INFORMATION AND IMPORTANT DATES

Availability of Bid Document www. etender.punjabgovt.gov.in

Pre-bid meeting 03.11.2017 at 11.00 AM

Last date & time for receipt of bids 10.11.2017 up to 3:00 PM

Date and Time for opening of Technical bids 13.11.2017 at 3:00 PM

Earnest Money Deposit 30 Lacs (Rs. Thirty Lacs)

Tender Document Fee Non refundable Tender Document fee Rs.10,000/- through IPG/ RTGS Mode only to be paid at the time of downloading of bid document.

E bid-Processing Fee Non-refundable e-processing fee Rs. 2,360/- through IPG/ RTGS mode.

Submission of E-tender, Bid document fee and EMD/ Bank Guarantee (Bid document fee & E-Processing fee deposited through IPG/RTGS mode only)

Through E-Tender www. etender.punjabgovt.gov.in

Place of opening of E-bids Punjab Energy Development Agency, Solar Passive Complex, Plot No -1 &2, Sector -33D, Chandigarh

Contact person for any queries Dy. Gen. Mmanager Punjab Energy Development Agency, Solar Passive Complex, Plot No -1 &2, Sector -33D, Chandigarh Ph No.0172-2663328, 2601759 Fax: 0172-2662865

Page 6: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

6

PUNJAB ENERGY DEVELOPMENT AGENCY PLOT NO. 1-2, SECTOR-33 D, CHANDIGARH

4. DETAILED NOTICE INVITING TENDER

1. E-tender no.

2. Particulars of the work Design, Supply, installation & commissioning of up to 25000 Solar Street Lighting System W-LED based with 05 years warranty and comprehensive maintenance at the identified sites of various district in Punjab by Punjab Energy Development Agency (PEDA)

3. Period of work Within 120 days from the date of award of work.

4. Last date and time of submission of e-bid on web portal

10.11.2017 up to 3:00 PM

5. Earnest Money Deposit (EMD) 30 Lacs (Rs. Thirty Lacs) payable through Internet Payment Gateway (IPG) mode/ Bank Guarantee issued by Public/Private Sector Bank.

6. Period of validity of bid rates One year from opening of e-tender

7. Technical Specifications As per Part-IV

8. On line opening of technical e-bid Date and Time.

13.11.2017 at 3.00 P.M

9. Venue of opening of technical & financial e-bids.

Punjab Energy Development Agency, Solar Passive Complex, Plot No -1 &2, Chandigarh.

1. Bidders are advised to study the e-tender Document carefully. Submission of e-Bid against this

tender shall be deemed to have been done after careful study and examination of the procedures, terms and conditions of the tender Document with full understanding of its implications.

2. The e-Bid prepared in accordance with the procedures enumerated in ITB Clause 15 of Section-I should be submitted through e-Procurement website etender.punjabgovt.gov.in.

3. The e-Bids will be electronically opened in the presence of bidder’s representatives, who choose to attend at the venue, date and time mentioned in the above table. An authority letter of bidder's representative will be required to be produced.

4. In the event of date specified for e-Bids opening being declared a holiday for PEDA office then the due date for opening of e-Bids shall be the following working day at the appointed time and place.

5. All the required documents including Price Schedule/BOQ should be uploaded by the Bidder electronically in the PDF/XLS format. The required electronic documents for each document label of Technical (Fee details, Qualification details, e-Bid Form and Technical Specification details) schedules/packets can be clubbed together to make single file. All the enclosures should be scanned and uploaded with bid.

6. The Rates quoted should be on the basis of FOR destinations anywhere in the State of Punjab. Prices along with all applicable GST to be indicated in Financial E-Bid Format. Quoted rates shall

Page 7: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

7

be valid up to one year from the date of opening of tender. 7. The purchased material shall be supplied to different beneficiaries/ sites of Punjab state hence

the total cost for evaluation purposes will be decided on the basis of basic cost including FOR destination, and GST indicated by the bidder in financial bid format.

8. Supply, installation and commissioning should be completed within 120 days of the placement of the work order / orders as per terms and conditions of DNIT.

(Signature of Bidder) With Seal

Page 8: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

8

5. DECLARATION BY THE BIDDER (REGARDING E-Tender NOPEDA/2017-18/08)

I/We______________________________________________________ (hereinafter

referred to as the Bidder) being desirous of e-tendering for the work under the above mentioned e-

tender and having fully understood the nature of the work and having carefully noted all the terms

and conditions, specifications etc. as mentioned in the e-tender document,

DO HEREBY DECLARE THAT 1. The Bidder is fully aware of all the requirements of the e-tender document and agrees with all

provisions of the e-tender document.

2. The Bidder is capable of executing and completing the work as required in the e-tender.

3. The Bidder accepts all risks and responsibilities directly or indirectly connected with the

performance of the e-tender.

4. The Bidder has no collusion with other Bidders, any employee of PEDA or with any other

person or firm in the preparation of the bid.

5. The Bidder has not been influenced by any statement or promises of PEDA or any of its

employees, but only by the e-tender document.

6. The Bidder is financially solvent and sound to execute the work.

7. The Bidder is sufficiently experienced and competent to perform the contract to the

satisfaction of PEDA.

8. The information and the statements submitted with the e-tender are true.

9. The Bidder is familiar with all general and special laws, acts, ordinances, rules and regulations

of the Municipal, District, State and Central Government that may affect the work, its

performance or personnel employed therein.

10. The Bidder has not been debarred from similar type of work by PEDA and or Government

undertaking/ Department.

11. This bid offer shall remain valid for 12 Months after acceptance by PEDA from the date of

opening of financial bid of e-tender.

12. The Bidder gives the assurance to execute the e-tendered work as per specifications terms and

conditions.

(Signature of Bidder) with SEAL

Page 9: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

9

PART-2 : INSTRUCTION TO BIDDERS SECTION 1:

THE TENDER DOCUMENT

1.1 CONTENT OF e-tender DOCUMENT 1.1.1 The e-tender procedure and contract terms are prescribed in the e-tender Documents. In

addition to the e-tender Notice the Bidding documents include.

Part - 1 1 e-tender Notice 2 Covering Letter 3 Critical information & important dates 4 Detailed notice inviting tender 5 Declaration by Bidder Part – 2 : Instruction to Bidders

Section -1 Contents of e-tender document Section -2 Eligibility condition Section-3 Preparation of e-tender Section-4 Submission of e-tender Section -5 e-tender opening and evaluation Section-6 Procedure for Finalization of Bid

Part – 3 : General Condition of Contract Part – 4 : Scope of Work & Technical specifications Part – 5 : Details of Warranty FINANCIAL BID

The Bidder is expected to examine all instructions, forms, terms and specifications as

mentioned in the e-tender document. Failure to furnish all information required by the e-tender

documents or submission of a bid not substantially responsive to the Bid Document in every respect

will be at the Bidder's risk and is likely to result in out-right rejection of the e-tender.

1.2 LOCAL CONDITIONS It shall be imperative on each bidder to fully inform him of all local conditions and factors,

which may have any effect on the execution of the works covered under these documents and

specifications. PEDA shall not entertain any request for clarifications from the Bidder, regarding such

local conditions.

1.3 CLARIFICATION:

A prospective Bidder requiring any clarification of the e-tender Documents may contact PEDA

in writing or by Fax at the PEDA's mailing address indicated in the Invitation for e-tender.

Page 10: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

10

All bidders are requested to remain updated with the websites. No separate reply/ intimation

will be given elsewhere. Verbal clarifications and information's given by the PEDA or its employees or

its representatives shall not be in any way entertained.

Enquiries/clarifications may be sought by the Bidder from: Dy. Gen. Manager Punjab Energy Development Agency, Solar Passive Complex, Plot No -1 &2, Sector -33D, Chandigarh Ph No.0172-2601759, 2663328 Fax: 0172-2662865

1.4 AMENDMENT OF e-tender DOCUMENTS 5. At any time prior to the submission of the e-tender the PEDA may for any reason, whether at its

own initiative or in response to a clarification requested by the Bidder, modify the e-tender documents by amendments. Such document shall be made available on websites: http://peda.gov.in and http://etender.punjabgovt.gov.in. All are requested to remain updated with the website. Corrigendum / Addendum / Corrections, if any will be published on the website only, no separate notice will be published in press.

Page 11: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

11

SECTION 2: ELIGIBLITY CONDITIONS

• The bidder should be

A Registered Manufacturing Company/Firm/ Corporation in India of: SPV Cells / Modules Or Battery Or PV System Electronics

(Conforming to relevant National / International Standards)

OR

A PV System Integrator empaneled as channel partner accredited by MNRE. (At least 5000 Solar Photovoltaic Lighting Systems should have been installed / commissioned with

5 years comprehensive warranty. The bidder should have five years (i.e. 2012-13, 2013-14, 2014-

15, 2015-16 and 2016-17) experience in executing contract of Solar Photovoltaic with 05 years

AMC .( A copy of the orders and certificates indicating its successful execution to be enclosed).

Cumulative experience of the bidder in executing contracts of Solar Photovoltaic Systems with 5

years AMC should be at least 20% of the tender value.)

• Bidder should have Test Certificate for the tendered Solar lighting System from a MNRE/NABL

authorized testing center. (Test Certificate should have been issued on or after April 2014.)

• Average Annual financial turnover during the 2 years out of the last three financial years

ending 31st March of the previous financial year, should be at least Rs. 2 Crore (This must be

the individual bidder company’s turnover and not that of any group of companies).

• The Bidder should have valid GSTIN registration certificate. A copy of which should be enclosed. A Summarized sheet of turnover of two years out of 3 years (i.e. 2014-15, 2015-16 & 2016-17) (Audited) certified by registered CA should be compulsorily enclosed.

Page 12: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

12

SECTION 3: PREPARATION OF e-tender

3.1 LANGUAGE OF BID AND MEASURE 3.1.1 The e-tender prepared by the Bidder and all correspondence and documents relating to the

bid exchanged by the Bidder and PEDA shall be written in the English provided that any printed literature furnished by the Bidder may be written in another language so long as accompanied by an English translation of its pertinent passages in which case, for purpose of interpretation Units of measurement shall be MKS system.

3.2 DOCUMENTS COMPRISING THE BID 3.2.1 The e-tender prepared by the Bidder shall comprise the following components (a) Covering letter as provided in e-tender document. (b) General particulars of bidder, as provided in e-tender document. (c) Declaration by The Bidder, as provided in e-tender document (d) Documentary evidence establishing that the bidder is eligible to Tender and is qualified to

perform the contract if its tender is accepted. Check list of Annexure as provided in e-tender document

(e) A blank copy of the in e-tender document signed on each page, as a confirmation by the Bidder to accept all technical specifications / commercial conditions along with all necessary enclosures.

(f) Authorization letter of the Bidder, for the person representing his Company/Firm/ Corporation, that he is authorized to discuss and with specific mention of this e-tender

3.3 PRICE BID 3.3.1 The Bidder shall indicate prices on the appropriate financial bid schedule. 3.3.2 DUTIES AND TAXES

The price quoted should include GST as applicable. GST as per applicable/ norms will be payable by the Bidder. TDS will be deducted from the payments of the Bidder as per the prevalent income tax laws in this regard and as applicable.

3.4 BID CURENCIES 3.4.1 Prices shall be quoted in Indian Rupees (INR) only

3.5 PERIOD OF VALIDITY OF e-tender 3.5.1 Validity of the bid offer should be 1 year from the date of opening of the financial bid of the

e-tenders. Without this validity the e-tenders will be rejected. 3.5.2 In exceptional circumstances; the PEDA will solicit the Bidder’s consent to an extension of

the period of validity. The request and the response there of, shall be made in writing. The contract performance security provided under clause 3.5.1 above shall also be suitably extended.

3.6 BID SECURITY (Earnest Money) 3.6.1 The earnest money deposited (EMD) of Rs. 30 lacs is to be paid through internet payment

gateway mode (IPG)/ Bank Guarantee. If the bidder deposited the EMD through bank

Page 13: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

13

guarantee, then 7.50 lacs is to be paid through internet payment gateway mode (IPG) and balance 22.50 lacs deposit through bank guarantee. The bank guarantee shall be valid for a period of 4 (Four) months from the opening of technical bid.

3.6.2 Any bid not secured with the tender fee and earnest money will be rejected by the PEDA as non responsive.

3.6.3 No Interest shall be payable on the amount of earnest money. The same will be released after the e-tenders have been decided, to those Bidders who fail to get the contract.

3.6.4 The e-tender security (earnest money) may be forfeited: a) If a Bidder withdraws its e-tender during the period of e-tender validity specified by the

Bidder in the e-tender. b) If the successful Bidder fails to sign the contract within stipulated period. 3.6.5 EMD of successful bidder shall only be released after signing of agreement and submission of

10% Security bank guarantee. 3.7 FORMAT AND SIGNING OF e-tender 3.7.1 The bid must contain the name, residence and places of business of the persons making the

e-tender and must be signed and sealed by the Bidder with his usual signature. The name and designations of all persons signing should be typed or printed below the signature.

3.7.2 e-tender by corporation/ company/firm must be signed with the legal name of the corporation/ company/firm by the ‘President’, Managing director or by the ‘Secretary’ or other designation or a person duly authorized.

3.7.3 The original copy of the e-tender document shall be typed or written in indelible ink and shall be signed by the Bidder or a person duly authorized to bid and bidder to the contract. The letter of authorization shall be submitted along with power-of-attorney. All the pages of the bid shall be initialed by the person or persons signing the e-tender.

3.7.4 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder in which case such corrections shall be initialed by the person or persons signing the e-tender.

3.8 WORK ORDER CUM CONTRACT AGREEMENT: 3.8.1 At the same time as the Purchaser notifies the successful Bidder that its bid has been accepted, the Purchaser

will send to Bidder the work order/orders and the Contract Form provided in the Bidding Documents, incorporating all agreements between the parties.

3.8.2 Within fifteen (15) days from the date of issue of the Contract Form, the successful Bidder shall sign and date

the Contract and return it to the Purchaser. The signing of the work order cum contract agreement shall

evidence the final acceptance of all terms and conditions and their due compliance by the successful bidder. In

case agreement is not executed within the stipulated time, the earnest money will be forfeited. 3.9 SECURITY DEPOSIT/ PERFORMANCE GUARANTEE: 3.9.1 The successful Bidders, who signed the contract agreement after acceptance of work order

with PEDA for the work, shall have to furnish a performance security amount equivalent to 10% of total value of the contract within 15 days from the date of issue of work order but before signing of the contract agreement in the form of Bank Guarantee valid for a period of further 1 year from the actual date of commissioning of the complete contract. The bank guarantee may be issued by a nationalized bank. Bank Guarantee shall be in favour of "Punjab Energy Development Agency". The aforesaid Bank Guarantee shall be furnished prior to the execution of agreement.

(Signature of Bidder) with SEAL

Page 14: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

14

SECTION: 4: UPLOADING OF e-tender

4.1 Uploading of e-tender: The bid shall be uploaded online as per guidelines of website:

www.etender.punjabgovt.gov.in

4.1.1 The tender must be complete in all technical and commercial respect and should contain

requisite certificates, drawings, test reports, GOI approvals, informative literature etc. as

required in the specifications.

4.1.2 First part (PART-A) should contain technical specification, brochure literature etc. All parts of

tender documents except Price bid should be uploaded as per e-procurement mode by due

date and time. Scanned copy of Requisite earnest money in the form of Bank Guarantee

should be enclosed.

4.1.3 The Bidder should submit price bid in Second part. Second part (PART-B) should contain Price

bid only and should be uploaded as per e-procurement mode by due date and time info

about price bid should be given in Technical Bid(Part A).

Anything in regard of financial condition, payment terms, rebate etc. mentioned in financial

bid may make the tender invalid. Therefore, it is in the interest of the Bidder not to write

anything extra in part-II except price.

4.1.4 The original copy of uploaded document i.e. First part (Part-1) is to be submitted by

Post/courier/ by hand to PEDA HQ before opening of Technical bid.

4.2 EXPENSES OF AGREEMENT: A formal agreement for a period of 01 (one) year shall be

entered into between PEDA and the contractor/ bidder for the proper fulfillment of the

contract. The expenses of completing and stamping of the agreement shall be paid by the

successful bidder.

4.3 DEADLINE FOR SUBMISSION OF BIDS: Bids must be uploaded by the bidder by the date; time

specified in the e-tender notice/ tender documents.

(Signature of Bidder)

with SEAL

Page 15: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

15

SECTION 5 E-Tender OPENING AND EVALUATION

5.1 OPENING OF e-tender The procedure of opening of the e-tender shall be as under: 5.1.1 First part (PART-A) uploaded having e-tender specification no. and super scribed as

“Technical bid” shall be opened at the time and date mentioned in the e-tender notice by

PEDA’s representatives in the presence of Bidders, who choose to be present.

5.1.2 Second part (PART-B) containing "Financial Bid" shall be opened (after establishing technical

suitability of the offer) as per schedule. Second part of only those Bidders shall be opened

whose first part (PART-A) shall be found techno-commercially qualified & compliant.

CLARIFICATION OF e-tender 5.2.1 To assist in the examination, evaluation and comparison of bids the PEDA may at its

discretion ask the bidder for a clarification of its bid. The request for clarification and the

response shall be in writing and no change in the prices or substance of the bid shall be

sought, offered, or permitted. Clarification shall only be to verify the facts and figures of the

submitted documents and it will not result in making the bid qualified or disqualified.

5.3 PEDA reserves the right to interpret the Bid submitted by the Bidder in accordance with the

provisions of this document and make its own judgment regarding the interpretation of the

same. In this regard PEDA shall have no liability towards any Bidder and no Bidder shall have

any recourse to PEDA with respect to the selection process. PEDA shall evaluate the Bids

using the evaluation process specified in this document or as amended, at its sole discretion.

PEDA’s decision in this regard shall be final and binding on the Bidders.

Signature of Bidder with seal

Page 16: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

16

SECTION-6 PROCEDURE FOR FINALIZATION OF BID

6.0 The Procedure for Finalization of BID would be as follows: 6.1 Finalization of BID:

• First the Technical bids shall be opened and evaluated.

• Then the price bid of technically qualified bidders shall be opened.

• The lowest rate (L-1) will be the approved rates. 6.2 Finalization of Empanelment:

• The lowest rate (i.e. L-1) received (and in turn approved by the competent authority) would be the “Approved Rate”.

• Initially “Approved Rate” would be offered to the next four lowest bidders (i.e. to L-2, L3, L-4, L-5) • In case all or some agree to match, they shall be short- listed; otherwise, the same offer extends to

L-6, L-7 and so on. • A total of maximum five parties shall be short listed and empanelled. If five parties do not agree to

match the approved rates, lesser number may be shortlisted. • PEDA will assign districts to the short listed contractor/ bidders /suppliers as and when

districts are ready to take supplies. PEDA will place orders on the contractor/ bidder. PEDA may stagger supplies in a district depending on readiness of each village.

• Training of the users and entrepreneurs/ operators will be arranged by the contractor/ bidder at their own cost.

6.3 If required PEDA reserves the right to negotiate with (lowest) L-1 bidder before finalization of the tender.

6.4 PEDA reserves the right at the time of awarding the contract to increase or decrease the quantity of goods and locations of supply without any change in price or other terms and conditions.

6.5 PEDA reserves the right to accept any bid and to reject any or all bids.

6.6 NOTIFICATION OF AWARDING THE CONTRACT : List of successful Bidder(s) for contract shall be displayed on PEDA's website and shall be intimated in writing to the contractor.

Signature of Bidder with seal

Page 17: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

17

PART 3 GENERAL CONDITIONS OF CONTRACT

1.0 In the deed of contract unless the context otherwise requires:- 1.1 PEDA shall short list the successful bidder (s) on “Rate Contract" basis after verifying their

capacity. The Project shall be executed by PEDA. The successful bidder (s) shall have to sign the Contract with Punjab Energy Development Agency (PEDA).

1.2 "PEDA’ shall mean Executive Director of PEDA or his representative and shall also include its successors in interest and assignees. The “Contractor” shall mean (successful bidder) i.e. the person whose e-tender has been accepted by PEDA and shall include his legal representatives and successors in interest.

1.3 The agreement shall be on turn-key basis. The work shall be completed within 120 days from the date of placement of work order. However “PEDA” may in case of urgency ask the bidder to complete the work earlier, with the mutual consent of the contractor/ bidder. In case the contractor/ bidder fails to execute the said work within stipulated time, “PEDA” will be at liberty to get the work executed from the open market without calling any tender/ e-tender and without any notice to the contractor/ bidder, at the risk and cost of the contractor/ bidder. Any additional cost incurred by “PEDA” shall be recovered from the contractor/ bidder. If the cost of executing the work as aforesaid shall exceed the balance due to the contractor/ bidder, and the contractor/ bidder fails to make good the additional cost, “PEDA” may recover it from the contractor/ bidders’ pending claims against any work in “PEDA” or in any lawful manner.

1.4 That on the request of the contractor/ bidder and also in the interest of the organization the “PEDA” is authorized to extend the validity of the agreement, subject to that the request of the contractor/ bidder is received before the expiry of the agreement period, or any extended period granted to the contractor/ bidder.

1.5 The agreement shall be deemed to be extended till the date of completion of last work order subject to the completion period as provided in the clause 1.3.

1.6 In the interest of the work and the programme, agreement executed between the contractor/ bidder and the “PEDA” may be extended by PEDA, if the need so arises. It shall be sole responsibility of the contractor/ bidder to get verified the quality & quantity of the supplied material at the site of delivery. No subcontract or dealership is allowed for execution of work.

2. EARNEST MONEY DEPOSIT 2.1 The earnest money deposited (EMD) of Rs. 30 lacs is to be paid through internet payment

gateway mode (IPG)/ Bank Guarantee. If the bidder deposited the EMD through bank guarantee, then 7.50 lacs is to be paid through internet payment gateway mode (IPG) and balance 22.50 lacs deposit through bank guarantee.

2.2 The Bank Guarantee (BG) should be issued by the Public/Private Sector Bank and valid for four months from date of opening of E-tender.

2.3 The Original Bank Guarantee should be deposited on or before opening of E-tender date and time. The scanned copy of Bank Guarantee (B.G.) should submitted with technical part of the E-bid.

Page 18: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

18

2.4 Unsuccessful Bidder's EMD will be discharged/ returned as promptly as possible within thirty (30) days after the issuance of work order to successful bidder. The bid security may be forfeited: a) if a Bidder : (i) withdraws its bid during the period of bid validity specified by the Bidder on the Bid

Form b) in case of a successful Bidder, if the Bidder fails: (i) to sign the Contract within the specified period.

3. PERFORMANCE SECURITY 3.1 Within ten (10) days from the date of issue of award, from the purchaser, successful bidder/

bidders shall furnish to the Purchaser the performance security amounting to 10% value of the contract valid throughout the execution of the contract and further up to one year from the actual date of commissioning of the project.

3.2 Failure of the successful Bidder to comply with the requirement of Clause 3.1 within the stated time periods shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security, in which event the Purchaser may make the award to the next lowest evaluated bidder or call for new bids.

3.3 The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier's failure to complete its obligations including warranty and workmanship under the Contract.

3.4 The Performance Security shall be denominated in the currency of the Contract, and shall be in one of the following forms:

(a) A Bank guarantee, issued by the Public/Private sector bank located in the purchaser’s country, acceptable to the Purchaser, in the form provided in the Bidding Documents or another form acceptable to the Purchaser; or

(b) Demand Draft favoring PEDA, payable at Chandigarh. 4. PAYMENTS: A. Solar Street Light works (excluding AMC)

The payments shall be made as per the following terms and conditions: i) 70% of the supplied equipment value after the supply of the complete system (complete SSL)

at site and duly certified by the concerned district officer of PEDA and village Sarpanch/ Beneficiary as per the technical specification and terms and conditions specified in the contract.

ii) 20% of the supplied & commissioned equipment value after establishing of service centre, installation and commissioning of the system along with the Joint Commissioning Reports, performance testing reports & handing over certificate, indicating bill of material and successful commissioning duly countersigned by the designated officer and end user in the formats provided by PEDA.

iii) The balance 10% payment to be released immediately after three months from commissioning of the system against bank guarantee of 10 % valid for 5 ½ years to cover 5 years AMC period.

Page 19: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

19

B. 5 Year Maintenance Contract: i. AMC shall be paid in advance at the beginning of every year. The beginning of year will be

the date on which a particular work order or part thereof is commissioned. ii. The total AMC amount will be equally divided in 5 years and will be paid on yearly basis on

the total no. of SSL Commissioned. iii. The AMC will be for 5 years from the date of commissioning and the vendor will not quote

less than 10% (minimum) of the work order value in the financial bid for the 5 years AMC.

5. PENALTY/ LIQUIDATED DAMAGES a) Solar Street Light

I. If the contractor/ bidder fails to perform the services within the time periods specified in the contract (In case of delay for any reason other than due to Force Majeure conditions or any extension thereof granted to him by PEDA) the “PEDA” shall without prejudice to its other remedies under the contract deduct from the contract price as liquidated damage, a sum equivalent to 0.5% of the price of the unperformed works for each week (For the purposes as calculation of delay, part of week shall be treated as week) of delay until actual performance up to a maximum deduction of 10% of the delayed services. Once the maximum is reached, the “PEDA” may consider termination of the contract. In the case of violation of contract, PEDA may confiscate pending payments/ dues of the contractor/ bidder assigning specific reasons and shall also have the power to debar/ blacklist the contractor/ bidder in similar circumstances. PEDA may also invoke performance security/ Bank Guarantee of 10%.

II. The contractor/ bidder shall have to comply with all the rules, regulations, laws and by-laws for the time being in force and the instructions if any, of the organization, in whose premises the work has to be done. “PEDA” shall have no liability in this regard.

b) AMC BG will be revoked in any of the points as elaborated at page no. 32-33 para if Maintenance clause is violated/ not rectified within 7 days of vendor being intimated by Beneficiary/ DM/ PEDA. TIME SCHEDULE The ordered systems are to be supplied, installed and commissioned within four months from the date of issue of work order. The time schedule is given below: -

Sr. No. Description Time Required

1. Award contract/ issue of work order Say 0 day

2. Acknowledgement of the receipt of the work order 0 + 7 days

3. Submission of Security Deposit/ Performance Bank Guarantee & signing of contract agreement.

0 + 15 days

4. Submission of Engineering Documents 0 + 40 days

5. Pre-dispatch factory inspection of material 0 + 60 days

6. Delivery of material at sites 0 + 90 days

7. Site inspection, installation, testing & commissioning. 0 + 120 days

3 FORCE MAJEURE 3.1 Notwithstanding the provisions of clauses contained in this deed; the contractor/ bidder

shall not be liable for forfeiture of its performance security, liquidated damages, termination

Page 20: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

20

for default, if he is unable to fulfil his obligation under this deed due to event of force majeure circumstances.

3.2 For purpose of this clause, "Force majeure" means an event beyond the control of the contractor/ bidder and not involving the contractor/ bidder's fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of Government either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and fright embargoes.

3.3 However, If a force majeure situation arises, the contractor/ bidder shall immediately notify the “PEDA” in writing. The decision of the competent authority of PEDA in above conditions shall be final.

4. The Punjab & Haryana High court at Chandigarh, shall alone have jurisdictions to the exclusion of all other courts.

5 The contractor/ bidder shall not, without the consent in writing of “PEDA”, transfer, assign or sublet the work under the contract or any substantial part thereof to any other party.

6 “PEDA” shall have at all reasonable time access to the works being carried out by the contractor/ bidder under the contract. All the work shall be carried out by the contractor/bidder to the satisfaction of “PEDA”.

7 If any question, dispute or difference what so ever shall arises between “PEDA” and the contractor/ bidder, in the connection with the agreement except as to matters, the decisions for which have been specifically provided, either party may forthwith give to the other notice in writing of existence of such question, dispute or difference and the same shall be referred to the sole arbitration of the Principal Secretary/Secretary of the Punjab or a person nominated by him not below the rank of Secretary. This reference shall be governed by the Indian Arbitration and Conciliation Act 1996, and the rules made there under. The award in such arbitration shall be final and binding on both the parties. Work under the agreement shall be continuing during the arbitration proceedings unless the “PEDA” or the arbitrator directs otherwise.

8 “PEDA” may at any time by notice in writing to the contractor/ bidder either stops the work all together or reduce or cut it down. If the work is stopped all together, the contractor/bidder will only be paid for work done and expenses distinctly incurred by him as on preparation or the execution of the work up to the date on which such notice is received by him. Such expenses shall be assessed by “PEDA”, whose decision shall be final and bidding on the contractor/ bidder. If the work is cut down the contractor/ bidder will not be paid any compensation what so ever for the loss or profit which he might have made if he had been allowed to complete all the work included in the contract.

9 INSPECTION AND TESTS 9.1 The following inspection procedures and tests are required by the “PEDA” in the presence of

“PEDA”’s representative if so desired by “PEDA”. 9.2 The “PEDA” or its representative shall have the right to inspect and / or to test the goods to

confirm their conformity to the contract. The special conditions of contract and/ or the Technical specifications shall specify what inspections and test are required.

10 INSPECTION AT WORKS, SITE & PERFORMANCE TESTING. 10.1 The “PEDA”, his duly authorized representative shall have at all reasonable times access to

Page 21: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

21

the contractor/ bidders premises or works and shall have the power at all reasonable time to inspect and examine the materials and workmanship of the works during its manufacture.

10.2 The contractor/ bidder shall give the “PEDA”, 15 day's written notice of any material being ready for testing. Such tests shall be on the contractor/ bidder's accounts/ expenses. “PEDA” reserves the full rights, to waive off factory inspection of material.

10.3 The complete street lighting system as per scope of supply shall be inspected by the committee constituted for the purpose at the manufacturer's / Vendor's or respective site works before dispatch of the systems. Manufacturer/ vendor must ensure that all testing/ laboratory equipments should have valid NABL certification/ calibration which are to be used for testing. The manufacturer/vendor must have the facility of dark room for testing of lux levels of the Luminaries in addition to all other testing equipment required.

10.4 The contractor/ bidder are required to get the entire lot of the ordered material inspected before the supply of the materials. The total expenses of the further inspection will be borne by the supplier/contractor/ bidder for boarding/ lodging and travel of PEDA inspection committee.

10.5 The inspection by “PEDA” and issue of dispatch instruction there on shall in no way limit the liabilities and responsibilities of the contractor/ bidder in respect of the agreed quality assurance programme forming a part of the contract.

10.6 The site inspection of all material/ equipment supplied shall be carried out by PEDA District Officer in the format provided by PEDA.

10.7 The solar street lights after installation and commissioning shall be put to performance testing for checking of specifications and verifying the performance parameters of MNRE, GOI by the contractor/ bidder. The performance tests shall be conducted in the presence of PEDA District Officer/ authorized officer and a performance report of the SSL shall be submitted before seeking release of the due payment after commissioning. The testing equipment to be used for performance testing in the field by the contractor/ bidder should be NABL certified.

11. Notice statement and other communication send by “PEDA” through registered post or fax or Email to the contractor/ bidder at his specified addresses shall be deemed to have been delivered to the contractor/ bidder.

12. Any work which is not covered under this contract but is essential required for the completion of job (To the satisfaction of PEDA) shall be carried out by the contractor as extra item or which payment shall be made separately at the rates decided by PEDA.

13. The work shall be carried out by the contractor/ bidder as per design and drawings approved by “PEDA”, wherever, necessary, the contractor/ bidder shall submit relevant designs and drawings for approval of “PEDA”, well in advance. Work carried out without PEDA’s approval shall not be accepted and the “PEDA” shall have right to get it removed and to recover the cost so incurred from the contractor/ bidder.

14. The contractor/ bidder shall provide one copy of system manual containing instruction manual/ routine maintenance manual and maintenance record of the systems with each unit supplied or installed, this shall be both in English and Punjabi language. (The draft of pass book shall be approved by PEDA).

The following minimum details must be provided with manual: (a) About the complete photovoltaic system including PV modules, battery and electronics (b) Do’s and Don’ts

Page 22: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

22

(c) Clear instructions on regular maintenance and trouble shooting of the system (d) Name, address & Mobile no. of the contact person in case of non-functioning of the

system. (e) About LED lighting

15. PATENT RIGHT AND ROYALTIES.

The Contractor/ bidder shall indemnify the “PEDA” against all third party claims of Infringement of patent, royalty's trademark or industrial design rights arising from use to the goods or any part thereof.

16. PACKING FORWARDING 16.1 Contractor/ bidders, wherever applicable, shall after proper painting, pack and crate all the

equipment in such manner as to protect them from deterioration and damage during rail and road transportation to the site and storage at the site till time of installation. Contractor/bidder shall be held responsible for all damage due to improper packing.

16.2 The contractor/ bidder shall inform the “PEDA” of the date of each shipment from his works, and the expected date of arrival at the site for the information of the “PEDA” project offices at least 7 days in advance.

17. DEMURRAGE WHARF AGE, ETC

All demurrage, wharf age and other expenses incurred due to delayed clearance of the material or any other reason shall be to the account of the contractor/ bidder. 18. TRANSPORTATION

The contractor/ bidder is required under the contract to deliver the goods to the site. Transportation, storage, safety and security of the supplied material, issuance of road permit etc. shall be the sole responsibility of the contractor/bidder. 19. TERMINATION FOR INSOLVENCY

“PEDA” may at any time terminate the contract by giving written notice to the contractor/bidder without compensation to the contractor/ bidder, if it becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the “PEDA”. 20. TERMINATION FOR CONVENIENCE

The “PEDA”, may by written notice sent to the contractor/ bidder, terminate the contract, in whole or in part at any time for its convenience. The notice of termination shall specify that termination is for the purchaser’s convenience in the interest of “PEDA”. 21. APPLICABLE LAW

The contractor/ bidder shall be interpreted in accordance with the laws of the purchaser’s country i.e. India. The station of “PEDA” Headquarter shall have exclusive jurisdiction in all matters arising under this contract. 22. NOTICE 22.1 Any notice given by one party to the other pursuant to the contract shall be sent in writing or

by fax and confirmed in writing to the address specified for that purpose in the special condition of contract.

Page 23: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

23

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

23. TAXES DUTIES AND INSURANCE:

The price quoted should include GST and Insurance expenditure etc. what so ever if any. A

supplier/ contractor/ bidder shall be entirely responsible for GST. All taxes payable as per

Government income tax & service tax norms will be payable by the contractor/ bidder. If any new

tax/duty is levied during the contract period the same will be borne by the contractor exclusively.

TDS will be deducted from the payment of the contractor/ bidder as per the prevalent income tax

laws in this regard and as applicable.

The goods supplied under the contract shall be fully insured against loss or damage incidental to manufacture or acquisition, transportation, storage during transportation shall be included in the bid price.

24. OTHERS: 24.1 All the LED's use in luminary should have same characteristics. 24.2 I-V curve of the each module technical details such as Voc, Isc, FF, module and cell efficiency

and Pmax etc shall be supplied along-with each consignment and copy should be sent to “PEDA” HQ for records.

24.3 The Contractor/ bidder in consultation with concerned Project Officer of “PEDA” will conduct training programme for users, focusing on main features, operation and maintenance of the systems.

24.4 The Contractor/ bidder shall continue to provide spare parts after the expiry of warranty period at the users cost. If the contractor/ bidder fail to continue to supply spare parts and services to users “PEDA” shall take appropriate action against the Contractor/ bidder.

24.5 Minimum spares to be provided under the contract.

Sr. no. Item Qty. (Nos/ Sets)

1. SPV Module 40Watt 0.5%

2. 7 Watt LED Luminaries and Drivers 0.5%

3. Tubular Lead Acid battery 12V-40Ah @ C10 (Dry without charge)

0.5%

4. Cable wire, Thimbles & other accessories 0.5%

24.6 After successful supply/commissioning of the system and training, the system will be handed over to the beneficiary institutes /Panchayat etc designated by the PEDA.

24.7 It shall be the sole responsibility of the contractor/ bidder to get verified the quality & quantity of the supplied material at the site of delivery.

24.8 The contractor will supply, install a sample system (non-returnable & as quoted for the tender) at PEDA's Head office at Chandigarh for technical performance, Evaluation, testing etc.

25. In case of any ambiguity in interpretation of any of the provisions of the tender, the decision of “PEDA” shall be final.

(Signature of Bidder)

with seal

Page 24: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

24

PART -4 SCOPE OF WORK AND TECHNICAL SPECIFICATIONS

SCOPE OF WORK The scope of work includes design, supply, installation, commissioning of Solar Street Lighting Systems (LED based) including 05 years comprehensive warranty maintenance in various villages/ hamlets, institutions, individuals etc of various districts of Punjab as directed by PEDA at sites identified by PEDA as per the conditions in this document and following specifications. SCOPE OF SUPPLY: The Street lighting system will be supplied by the finalized bidder as per the MNRE Guidelines Annexed as Annexure–I in the DNIT. Each Street Lighting System mainly will consist of the following parts:

1. SPV Module(40 Wp) 1 No 2. 12 V 40 AH Battery 1 No 3. Complete Luminary with LED 1 No 4. 5 Meter B Class ISI Mark GI Pole 1 No

(OD 75 mm)with Module Frame and Arm. 5. Tin coated Copper wire set 1 Set 6. Battery Box 1 No 7. Spare set of fuse 1 Set 8. O&M manual both in Punjabi and

English language 1 Set

Any other parts required as per MNRE Specification/ accessories. Each SPV Module should be individually packed for safe transportation. Item No 3, 5

and 7 should be packed in one package properly stuffed with thermocol/ suitable material for safe transportation. 12V Battery should be packed separately. GENERAL TECHNICAL SPECIFICATION: A Solar Street Light (LED based) consist of white LED luminary of maximum 7 Watt including as per configuration along with solar PV modules and battery of given capacity, necessary control electronics-inter connecting wires / cables, module mounting structures etc. to operate the load for dusk to dawn. The broad performance specifications of a White Light Emitting Diode (W-LED) light source based solar street lighting system are given below. BROAD PERFORMANCE PARAMETERS

PV Module Only indigenous modules shall be used in the project. SPV module 40 Wp at 16.4 + 0.2 Volt under STC. Module Voc minimum of 21 V. Module Should be 'IS 14286'/ IEC standard.

Battery 12 V- 40 AH @ C/10, Max DoD 75%. Tubular Lead Acid Floated. Battery should be 'IS 16270' standard. Make: Exide/ HBL

Light Source • White Light Emitting Diode (W-LED) 7 Watt( LED +Driver)

• LEDs which emits ultraviolet light will not be permitted

• LED Make- CREE, NICHIA, OSRAM, PHILIPS, HAVELS, GE India, Syska

Light Out put White colour (colour temperature 5500o-6500oK) minimum 16 LUX when measured at the periphery of 4 meter diameter from a

Page 25: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

25

height of 4 meter. The illumination should be uniform without dark bands or abrupt variations, and soothing to the eye. Higher light output will be preferred.

Mounting of light 4 meter above ground, pole Mounted

Average duty cycle Dusk to dawn

Electronics Efficiency Minimum 85% Total

Note: - It will be the responsibility of bidder to ensure that an additional adherence to above mentioned specification practically as per field conditions. Battery backup of 42 operational hours i.e. minimum two days of lighting being functional as cloudy/ Foggy weather is not measurable in terms of solar insolation. MINIMUM TECHNICAL REQUIREMENTS / STANDARDS 1. DUTY CYCLE i. The LED solar street lighting system should be designed to operate for dusk to dawn 2. SPV MODULES: i. Only indigenous modules (IEC Tested) shall only be used in the project. Crystalline high

power/efficiency cells shall be used in the solar photovoltaic module. ii. The power output of the module shall not be less than 40 Wp at 16.4 + 0.2 Volt under

standard test conditions (STC) after allowing degradation due to initial sun soakage. Only positive tolerance shall be accepted.

iii. The open circuit voltage of the PV modules under STC should be at least 21.0 Volts. iv. PV module must be warranted for output wattage, which should not be less than 90% at the

end of 10 years and 80% at the end of 25 years. v. The terminal box on the module shall be designed for long life out door operation in harsh

environment should have a provision for opening for replacing the cable, if required. vi. The offered module shall be in accordance with the requirements of MNRE. vii. Latest edition of IEC 61215 edition II / IS 14286 for Crystalline and shall be certified by

MNRE/NABL authorized test center. The bidder shall submit appropriate certificates. viii. The module efficiency should not be less than 12 %. ix. PV modules must quality to IEC 61730 Part 1- requirements for construction & Part 2 –

requirements for testing, for safety qualification. x. Protective devices against surges at the PV module shall be provided. Low voltage drop

bypass diodes shall be provided and if required, blocking diode(s) may also be provided. xi. Identification and Traceability (i) There should be a Name Plate fixed inside the module which will give :-

a. Name of the Manufacturer or Distinctive Logo . b. Model Number c. Serial Number d. Year of manufacture

(x) A distinctive serial number starting with NSM will be engraved on the frame of the module or screen printed on the tedlar sheet of the module. The Load voltage conditions of the PV modules are not applicable for the system having MPPT.

Page 26: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

26

3. LIGHT SOURCE: i. The light source will be of white LED type The color temperature of white LEDs used in the

system should be in the range of 5500 degree K – 6500 degree K. Use of LEDs which emits ultraviolet light will not be permitted.

ii. The Street light operates from dusk to dawn. iii. First Four hours at full Brightness and then, rest of the time at lower light level with motion

sensor; iv. In case any movement is there, it senses it and glows to full level. v. Then it comes back to lower level after sometime, automatically.

vi. The luminary should be designed and manufactured by the reputed Indian brand such as

CREE, NICHIA, OSRAM, PHILIPS, HAVELS, GE India, Syska and above specifications and tested as per LM-79-08 or latest standard by the MNRE/NABAL accredited lab for such

vii. The illumination should be uniform without dark bands or abrupt variations, and soothing to the eye. Higher light output will be preferred. The light output from the white LED light source should be almost constant.

viii. The lamps should be housed in an assembly suitable for outdoor use and shall comply to IP 65. The LED housing preferably should be made of pressure die cast aluminum having sufficient area for heat dissipation and heat resistant toughened clear glass/ high quality poly carbonate fitted with pressurized die cast aluminum frame with SS screws. The temperature of heat sink should not increase more than 20 degree C above ambient temperature even after 48 hrs of continuous operation. This condition should be complied for the dusk to dawn operation of the lamps while battery operating at any voltage between the load disconnect and charge regulation set point.

vi. The lumen depreciation of LED shall not be more than 30% even after 50,000 burning hours. vii. The luminary should have Suitable UV Stabilized polycarbonate reflector. viii. Luminaries, reflectors and LED's should be engineered in such a way to give the specified

lumens output distributed uniformly. ix. The luminary should be preferably tested for its 50000 hours operating life as per LM-79 test

methodology or other instrumental/BIS Standard. The test report should be from MNRE/ NABL accredited lab.

x. The PCB used in luminaries should have lead free-auto soldering and replaceable card type. xi. The firm should have in house test facilities for testing of the luminary. xii. The system supplied should have minimum 5% spare parts except Panel and Batteries to be

kept at service center. Service Center should mandatory be opened before commissioning of systems and at least till warrantee period.

xiii. The lux level over a 4 meter wide road should not be less than 5% at the point mentioned below in the lux level distribution chart.

xiv. Other Parameters :

• LED DC current regulation – better than 3 %

• Input – 12 V DC

• Driver Type- DC-DC ( as per IEC 62384)

• CRI > 70 % Typical

• Lighting quality- Free from glare, flickering and UV

Page 27: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

27

• Ambient temp– up to 55 deg

• Total electronics efficiency > =90 %

• The LED Luminary should have IP 65 standard. xv. The connecting wires used inside the luminaries, shall be low smoke halogen free, fire

retardant e-beam cable and fuse protection shall be provided at input side. xvi. Auto resettable reverse polarity protection shall be provided. xvii. LED lighting unit shall comply to LM 79-08 and LM 80-08 Standards and copy of test

certificate from Authorized lab should be submitted. xviii. The make, model number, country of origin and technical characteristics of white LEDs used

in the lighting system must be furnished. xix. In order make the system performance better and longer life a suitable micro controller

dimmer may be provided to dim the light about 50% between 12 PM to 4 AM in night.

4. BATTERY Battery shall be flooded electrolyte Tubular positive plate Lead Acid, Low Maintenance type with low antimony lead alloy plates and ceramic vent plugs. The batteries should conform to the latest BIS 13369:1992. A copy of the relevant test certificate for the battery should be furnished. The battery of reputed make: EXIDE / HBL (Tested at National Institute of Solar Energy (NISE), Gurugram)/ CECRI Tamilnadu or authorize test center of MNRE/NABL test laboratory for relevant BIS 13369:1992 /IEC 61427 standard) shall only be used. Battery Should be 'IS 16270' standard.

i. Capacity of the battery shall be not less than 12V, 40 Ah at C10 rate. ii. Minimum DOD of battery shall be 75% i.e., at least 75 % of the rated capacity of the battery

should be between fully charged & load cut off conditions. iii. Battery shall have a design life expectancy of >5 years at 50% DOD at 27°C. iv. Battery terminal shall be provided with covers. v. Suitable carrying handle shall be provided. vi. Bidder shall mention the design cycle life of batteries at 75%, 50% and 25% depth of

discharge at ambient temperature up to 55 degree C. vii. The batteries shall be designed for operating in ambient temperature of site up to 55 degree

C. viii. The self discharge of batteries shall be BIS standard. ix. Batteries shall be provided with micro porous vent plugs & acid level indicator. x. Preferably the battery may be tested for endurance test as per latest BIS standard. xi. Connection to the battery terminal will be made by using thimbles. 4.1 BATTERY BOX: 4.1.1. A vented metallic box of 20 SWG thick made of pre coated galvanized MS sheet with 60

microns thickness for housing the storage battery outdoors should be provided with inbuilt lock and key. The cover of the battery box should have proper rubber gasket of suitable thickness fixed along side all the four sides for providing suitable protection against water seepage and insects entry. The boxes should be inscribed with PEDA written on front face.

4.1.2. The size of box should be as per battery size (including vent plug/level indicator) providing minimum clearance of 40 mm on all sides.

4.1.3. The battery box is to be properly rest/mounted on pole above 8 ft. (bottom level of battery

Page 28: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

28

box) above ground with suitable bracket (min. 35x35x5 mm angle) and clamp ( hot dip galvanized min 10 mm dia ).

4.1.4. Louvers for proper ventilation should be provided on both sides of the battery box. No vent shall be provided on top of battery box.

4.1.5. The edges of box should be turned properly to give smooth edge and good strength. Two EPDM spacers should be fixed inside the battery box for mounting of the battery on the floor of the box.

4.1.6. Components and hardware shall be vandal and theft resistant. All parts shall be corrosion- resistant.

4.1.7. Rubber Grommets to be used where ever the electric cables enter/ exit hole in the battery box.

5. ELECTRONICS i. Charge controller should be PWM charger type. ii. The charge controller shall conform IEC 62093 / IEC 60068 or MNRE standard iii. The charge controller shall have

• Temperature compensated set points for charging.

• PV array disconnect/reconnect points shall be set properly to get the maximum charging battery.

• Protection against polarity reversal of PV array and battery, Over Current, Short Circuit, Deep Discharge, Input Surge Voltage ; Blocking diode protection against battery night time leakage through PV Module.

iv. Electronics should operate at 12V and the efficiency of DC-DC converter should be at least 85%.

v. The system should have protection against battery overcharge and deep discharge conditions. The numerical values of the cut off limits of lower voltage should not be less than 11.1 Volt.

vi. Fuses should be provided to protect against short circuit conditions. vii. A blocking diode should be provided as part of the electronics, to prevent reverse flow of

current through the PV module, in case such a diode is not provided with the PV module. viii. Full protection against open circuit, accidental short circuit and reverse polarity should be

provided. ix. Charge controller shall have automatic dusk-dawn circuit based on spv module as sensor for

switching on/off the street light without manual intervention x. The self consumption of the charge controller shall not be more than 20 mA at rated voltage

and rated current. xi. Adequate protection shall also be incorporated under no-load conditions (i.e. when the

system is ON & the load (LED Lamp is removed) xii. The system should be provided with 2 LED indicators: a green light to indicate charging in

progress and a red LED to indicate deep discharge condition of the battery. The green LED should glow only when the battery is actually being charged.

xiii. All capacitors shall be rated for max. temp of 105° C. xiv. Resistances shall preferably be made of metal film of adequate rating. xv. Devices shall have adequate thermal margin at amb. temp. of 55° C xvi. Fiber glass epoxy of grade FR 4 or superior shall be used for PCB boards.

Page 29: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

29

xvii ELECTRIC CABLE The electric cable used shall be twin core PVC insulated water and UV resistance flame Retardent Low Smoke (FRLS) & Flame Retardent Halogen Free (FRHF) Tin coated copper cable of minimum size 1.5 mm. Cable shall meet IS 1554 / 694 Part 1:1988 & shall be of 650 V/ 1.1 kV. The cable/ wire of following reputed makes shall only be used: - LAPP, LEONI, SIECHEM

6. MECHANICAL HARDWARE (i) A metallic frame structure (hot dip galvanized with 35x35x5 mm angle) to be fixed on the

pole to hold the SPV module(s). The frame structure should be fixed at 30 degree from horizontal facing true south.

(ii) The pole should be hot dip galvanized (70 microns) GI pipe of 3 mm thickness with min 75 mm diameter of 5 meter length complying to BIS 1239 Part-II. The pole should have the provision to hold the weather proof lamp housing individually as per case and battery box at appropriate height. SPV panel shall be mounted on pole. The mounting structure shall be fixed in the center of GI tubular pole made flat at fixing end, square angle adjusting plate of 115 mm size 3 mm thick shall be provided. So that SPV panel can be fixed at inclination of 30 degree from horizontal. (a) The metallic arm for holding the light assembly should be set at a suitable angle to

maximize uniform illumination of desired level over the specified area (4 meter wide road). The arm length of luminary holder from pole should be 0.5 meter for its easy approachability for repairing and replacement.

(b) Two 10 mm steel bar of 300 mm length should be inserted at the interval of 25 mm from bottom of the pole.

Technical Requirement/Standards: - Item / System Applicable BIS /Equivalent IEC Standard Or MNRE Specifications

Standard Description Standard Number

Solar PV Systems Crystalline Silicon Terrestrial PV Modules

IEC 61215 / IS14286 Test Certificates / Reports from IECQ / NABL accredited laboratory for relevant IEC / equivalent BIS standard. If IEC certificates are not available for 40 Wp capacity, qualification certificate from IEC / NABL accredited laboratory as per relevant standard for any of the higher wattage regular module shall be furnished. Further, the manufacturer should certify that the supplied module is also manufactured using same material design and process similar to that of certified PV module

Charge Controller and Protections

IEC 62093 Equivalent BIS Std.

Storage Batteries General Requirements & Methods of Testing Tubular Lead Acid/Capacity Test Charge/Discharge Efficiency Self-Discharge

IS 1651/ IS 13369

Cables General Test and Measuring Method

IEC 60189

Page 30: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

30

PVC insulated cables for working voltage up to and including 1100 V UV resistant for outdoor installation

IS 694/ IS 1554

IS/IEC 69947

Enclosures for Luminaries

General Requirements IEC 62208 IP 65

LED Lamps Luminaries Cycle life LM -80-08 LM 79-08

7. OTHER FEATURES i) The system should be provided with two LED indicators: a green light to indicate charging in

progress and a red LED to indicate deep discharge condition of the battery. The green LED should glow only when the battery is actually being charged.

ii) Each street light should have distinctive serial no. issued/ provided by PEDA to be embossed/ punched/ nut bolted/ riveted strip on pole below battery box. In order to have traceability of the system.

8. INSTALLATION OF SYSTEM: The system should be properly installed at site. The SPV module mounting structure along

with pole should be properly grouted depending upon the location and requirement of the site. The grouting should be such that it should withstand the maximum wind speed / storm. The pole should be grouted with CC mixture of 1:2:4 of dia 300 mm having depth of 1000 mm and 250 mm above ground level with 300 mm dia. Adequate space should be provided behind the PV module/array for allowing un-obstructed air flow for passive cooling. Cables of appropriate size should be used to keep electrical losses to a bare minimum. Care should be taken to ensure that the battery is placed with appropriate leveling on a structurally sound surface. The control electronics should not be installed directly above the battery. All wiring should be in a proper conduit or capping case. Wire should not be hanging loose. Any minor items which are not specifically included in the scope of supply but required for proper installation and efficient operation of the SPV systems, is to be provided by the manufacturer as per standards.

9. AUTHORIZED TESTING LABORATORIES/ CENTERS Test certificates / reports for the BOS items/ components can be from any of the NABL/ IEC Accredited Testing Laboratories or MNRE approved test centers. The list of MNRE approved test centers will be reviewed and updated from time to time.

10. TRACEABILITY OF THE PRODUCT TO BE SUPPLIED In order to prevent the misuse of the product such as unauthorized sale or diversion to the open market, the following incorporation shall be made in the product.

a) Engraving (or) Screen printing of PEDA at a suitable place on the main components viz., SPV Panel, Battery, LED Lighting Units to be used in the installation of the solar street lighting systems.

b) The system unique ID number as provided by PEDA shall be permanently embossed / punch on a metallic strip nut-bolted / riveted to or directly embossed/punch on pole and battery box of the system. The UID number painting or marking will not be allowed.

Page 31: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

31

PART -5 WARRANTY AND MAINTENANCE

• WARRANTY 1. The SPV Modules supplied must be PID tested and cleared as per MNRE, GOI guidelines. 2. The PV modules will be warranted for a minimum period of 25 years from the date of supply.

(Output wattage should not be less than 90% at the end of 10 years and 80% at the end of 25 years).

3. The mechanical structures, electrical / system electronics components including battery and overall workmanship of the Solar Lighting Systems must be warranted for a minimum of 5 years from the date of commissioning and handing over of the system.

4. The contractor/ bidder shall be responsible to replace free of cost (including transportation and insurance expenses) to the purchaser whole or any part of supply which under normal and proper use become dysfunctional within one month of issue of any such complaint by the purchaser.

5. The mechanical structures, electrical works including power conditioners/ inverters /charge controllers/ maximum power point tracker units/DC circuit drivers/distribution boards/digital meters/ switchgear/ storage batteries, etc. and overall workmanship of the SPV power plants/ PV lighting systems must be warranted against any manufacturing/ design/ installation defects for a minimum period of 5 years.

6. The contractor/ bidder shall warrant as per standards for quality that anything to be furnished shall be new, free from all defects and faults in material, workmanship and manufacture, shall be of the highest grade and consistent with established and generally accepted standards for material of the type ordered, shall be in full conformity with the specifications, drawing or samples, if any and shall if operable, operate properly. Nothing in clause 10 above shall in any way release the contractor/ bidder from any guarantee or other obligations under this contract.

7. Performance of Equipment: In addition to the warranty as already provided, the contractor/bidder shall guarantee satisfactory performance of the equipment and shall be responsible for the period or up to the date specified in clause 11.3 hereof after the equipment has been accepted by the “PEDA” to the extent for any defects that may develop such defects shall be removed at his own cost when called upon to do so by the “PEDA”.

• MAINTENANCE 8. In case the defects are not rectified within a week of the receipt of the complaint by the

contractor/ bidder “PEDA” shall have full liberty to restore the system in working condition. The expenditure so incurred by “PEDA” shall be deducted from the contractor/ bidder pending claims, security/performance guarantee deposit or in other law full manner.

9. The cleaning of SPV modules for 5 years will be undertaken by the contractor/ bidder. 10. The maintenance of battery for 5 years will be by contractor/ bidder. It will include topping

up with distilled water, application of mineral jelly on terminal and use of thimbles when connecting to the terminals.

11. The Comprehensive Maintenance (within warranty period) shall be executed by the firm themselves. Service centers (opened till warrantee period) of the firm in the concerned district is mandatory.

12. It is mandatory for the contractor/ bidder to open an authorized service centre (before the commissioning of system and at least till warranty period) in the concerned district before

Page 32: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

32

the supply/installation of the system. The copy of details of service center should be provided to PEDA district and Head office. Any change of address of service center, the change should be intimated to PEDA within 03 days.

13. Necessary maintenance spares for five years trouble free operation shall also be supplied with the system. All tools and tackles including ladders, NABL certified instruments like, field pyranometers, Battery chargers, battery gravity testers, clamp meters, battery testers, lux meters should be available with the company service and maintenance personnel required for proper maintenance and repair of SSLs.

14. The service personnel of the Successful Bidder will make routine monthly maintenance visits. The maintenance shall include thorough testing & replacement of any damaged parts Apart from this any complaint registered/ service calls received / faults notified in the report generated by the IVRS should be attended to and the system should be repaired/ restored/ replaced within 3 days. After visit of site/ sites the inspection reports shall be submitted to village Sarpanch on Spot and also submitted to PEDA on quarterly basis.

15. A separate Service & Maintenance manual shall be maintained with each system as per the format provided by PEDA. The deputed personnel shall be in a position to check and test all the components regularly, so that preventive actions, if any, could be taken well in advance to save any equipment from damage. Any abnormal behavior of any component shall be brought to the notice of PEDA for appropriate action.

16. Normal and preventive maintenance of the SPV street lighting systems such as cleaning of module surface, topping up of batteries, tightening of all electrical connections, cleaning & greasing of battery terminals, also the duties of the deputed personnel during quarterly maintenance visits.

17. During operation and maintenance period of the SPV street lighting systems, if there is any loss or damage of any component due to miss management/miss handling or due to any other reasons pertaining to the deputed personnel, what-so-ever, the supplier shall be responsible for immediate replacement / rectification. The damaged component may be repaired or replaced by new component.

18. The contractor/ bidder shall maintain the system under annual maintenance contract with the end user.

19. Since the maintenance of the system may also be taken up by the contractor/ bidder after expiry of 5 years of warranty period if the end user/ "PEDA" so desires, the contractor/bidder shall take up annual maintenance of the installed system.

Page 33: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

33

JOINT INSPECTION AND COMMISSIONING REPORT OF SPV SOLAR STREET LIGHTS

MNRE (SSL) Scheme (F.Y. 2016-17) Sanction No.

Name of Village/ Site:____________________________________ Post Office:_________________

Name of Block:______________________________ Name of District:________________________

Name of Company: M/s_____________________________________________________________

Work Order No.:_____________________________ Date:_________________________________

No. of Solar Lights: ___________ Date of Installation & commissioning:_______________________

Make of Solar Module (40 Watt): _______________ Make of Battery (12V, 40-Ah):______________

Make of Luminary (9 Watt): __________________________________________________________

Sr. No. Beneficiary/ Location Module No. Battery No.

I ___________________ District Manager ________________ certified that all the above said SPV Street lights have been installed as per approved technical specifications & drawing and jointly inspected on dated________________

It is also certified that these Solar Street lights have been successfully installed &

commissioned by M/s _______________________________ & are working successfully. The Village

Panchayat/ Institute has taken over these lights in good condition.

For Village Panchayat:

For Company: For PEDA

Signature:_________________ Name:____________________ Seal:_____________________ Mobile No.________________ Date_____________________

Signature:_________________ Name:____________________ Seal:_____________________ Mobile No.________________ Date_____________________

Signature:_________________ Name:____________________ Seal:_____________________ Mobile No.________________ Date_____________________

Page 34: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

34

CONTRACT FORM

THIS AGREEMENT made the _____ day of ________________Between _____________(Name of purchaser) of India

(hereinafter "the Purchaser") of the one part and (Name of Supplier)

________________________________________________________________________________ (hereinafter called

"the Supplier") of the other part :

WHEREAS the Purchaser invited bids for certain Goods and ancillary services viz.,

______________________________________________ (Brief Description of Goods and Services) and has accepted a bid

by the Supplier for the supply of those goods and Annual Maintenance Services in the sum of Rs.__________________

(Rupees _________________________________________ only) (hereinafter called "the Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in

the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

(a) the Bid Form and the Price Schedule submitted by the Bidder;

(b) the Schedule of Requirements;

(c) the Technical Specifications;

(d) the General Conditions of Contract;

(e) the Special Conditions of Contract; and

(f) the Purchaser's Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the

Supplier hereby covenants with the Purchaser to provide the goods and Annual Maintenance Services and to

remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and Annual

Maintenance Services and the remedying of defects therein, the Contract Price or such other sum as may

become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Brief particulars of the goods and services which shall be supplied/ provided by the Supplier are as under:

SL.

NO.

BRIEF DESCRIPTION OF

GOODS & ETC

QUANTITY TO BE

SUPPLIED

SERVICES

UNIT PRICE TOTAL PRICE DELIVERY TERMS (CIF/

CFR/ FOB/FCA

TOTAL VALUE: Rs. ______________

DELIVERY SCHEDULE: _____________ at _________________

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective

laws the day and year first above written.

Signed, Sealed and Delivered by the

said ..................................................... (For the Purchaser)

in the presence of:.......................................

Signed, Sealed and Delivered by the

said ..................................................... (For the Supplier)

in the presence of:.......................................

Page 35: E-TENDER DOCUMENT FOR DESIGN, SUPPLY, INSTALLATION & …peda.gov.in/main/dnit_lights_26.10.2017.pdf · 2017-10-26 · 1 e-tender document for design, supply, installation & commissioning

35

BID CAPACITY INFORMATION

(To be submitted on letter head of the Company)

E-Tender No.

No. ……………. date…………..

Place:

To, The Executive Director, PEDA, Chandigarh

Subject: Design, Supply, Installation & Commissioning With 5 Years Comprehensive

Warranty & Maintenance of Solar Street Lighting System (White-LED Based) In

Various Districts of Punjab.

Sir

We hereby submit that we have the below mentioned capacity to install and

commission the solar street lighting systems in the subject tender as per detail given below in

the given time schedule: -

We hereby give an undertaking that the above capacity is based on the technical,

financial and manpower strength of the company.

(Signature of the Bidder

with Seal)

Sr. No. Solar Street Lights Qty (Nos.)

1. Design, Supply, Installation & Commissioning With 5 Years Comprehensive Warranty & Maintenance of Solar Street Lighting System (White-LED Based) In Various Districts of Punjab.