Upload
leduong
View
214
Download
0
Embed Size (px)
Citation preview
GOVERNMENT OF ODISHA
( Panchayati Raj Department )
DISTRICT RURAL DEVELOPMENT AGENCY : SUNDARGARH
OFFICE
Detailed Tender Call Notice & Documents
District Rural Development Agency,
Sundargarh – 770001
Tel / Fax No. 06622-273873
E-mail: [email protected]
Name of the work: Supply of 500 sets of LED based 14 Watt-12 Volt
(each), Integrated Solar Street Lighting System (All
in One with 5 years warrantee) including Design,
installation, commissioning, all taxes and
comprehensive five years maintenance in 11 revenue
villages/ hamlets of Darlipali and Raidihi G.P. of
Lephripara block of Sundargarh district for the year
2016-17 under the Periphery Development
Programme, funded by NTPC, Super Thermal Power
Project, Darlipali.
Estimated Cost: Rs.1,22,00,000/-
By FAX/ E-Mail/ Regd. Post/ Speed Post
DISTRICT RURAL DEVELOPMENT AGENCY : SUNDARGARH
OFFICE
No. 5 6 84 /DRDA(BGJY) Dated the 18th October, 2016
Bid Identification Notice No/DRDA-SNG-BGJY-02/2016-2017
1. The Collector, Sundargarh on behalf of Governor of Odisha invites Percentage Rate bids in
OFF-LINE mode for the works as detailed in the table below from all eligible manufacturers/supplier
for 500 sets of LED based 14 Watt-12 Volt (each) Integrated Solar Street Lighting System (All in One
with 5 years warrantee) including Design, Supply, Installation, Commissioning and Maintenance for a
period of 5 years of different solar PV equipment in 11 revenue villages/ hamlets of Darlipali and
Raidihi G.P. of Lephripara block of Sundargarh district for the year 2016-17 under the Periphery
Development Programme, funded by NTPC, Super Thermal Power Project, Darlipali. The proof of
registration from the appropriate authority shall be enclosed along with the Bid by the Bidder.
2. Bid documents consisting of plans, specifications, the schedule of quantities and the set of terms and conditions of contract and other necessary documents can be seen in the office of the Project
Director, DRDA, Sundargarh during office hours every day except Sunday and public holidays till last date of receipt of tender documents i.e. up to 03.11.2016. Interested bidders may sought for further
information from the same address
District Rural Development Agency,
Sundargarh – 770001
Tel / Fax No. 06622-273873
E-mail: [email protected]
Sl No
Name & nature of work Quantity (Fig. in
Number)
Work Value/ Amount put
to tender
(Fig. in Rs.)
Per Unit Price including all
taxes &
charges with 5 years
maintenance (Fig. in Rs)
EMD@ 1% of amount put to
tender/ Work
Value (Fig. in Rs.)
Cost Of Tender
Paper
including VAT
(Fig. in Rs.)
Period of Completi
on
1 2 3 4 5 6 7 8
1
Supply of 500 sets of LED
based 14 Watt-12 Volt
(each), Integrated Solar
Street Lighting System (All in
One with 5 years warrantee)
including Design, installation,
commissioning, all taxes and
Maintenance for a period of
five years in 11 revenue
villages/ hamlets of Darlipali
and Raidihi G.P. of Lephripara
block of Sundargarh district
for the year 2016-17 under
the Periphery Development
Programme, funded by NTPC,
Super Thermal Power Project,
Darlipali.
500 1,22,00,000/-
24,400/- 1,22,000/- 10,500/-
Three
Calender
months
3. The Bid documents consisting of the schedule of quantities of the works and the set of DTCN with
terms & Conditions of contract and other necessary Documents can be seen & downloaded from the
Sundargarh District website www.sundergarh.nic.in from 11.00 A.M. of Dt.21-10-2016
to Dt.03-11-2016 up to 5.00 P.M.
4. Bids shall be received through Registered Post/ Speed Post only, and in no any other means, which must reach to DRDA, Sundargarh by 5.00 PM of 03.11.2016 in the address of “Project
Director, DRDA, Sundargarh, At/Po-Sundargarh, District-Sundargarh,PIN-770001). Further, the bids must be received on or before stipulated date & time as mentioned. The bids
received beyond the date line (after 03.11.2016 5.00 PM) will not be taken into consideration for
opening and will be rejected accordingly. The authority will not be held responsible for the Postal delay if any or non-receipt of the tender documents. The bidders are not required to write their name
on the outer cover of the bid, but they are required to write the name of the work as mentioned in the Notice. The authority will not be responsible for postal loss/delay/or for any other reason.
5. The sealed bid documents are to be submitted in sealed cover and shall contain signed DTCN,
attested copy of valid Registration Certificate, PAN Card ,valid VAT clearance certificate & Original
affidavit regarding authentication of documents submitted as mentioned in the Tender Notice and
others documents required as per the relevant clauses of the DTCN and special condition if any,
failing which the bid documents will be cancelled.
6. The cost of bid documents including VAT (mentioned in column 7 of above table) must be paid
separately by each bidder in shape of Demand Draft in favour of Project Director, DRDA, Sundargarh from State Bank of India/any nationalized scheduled bank payable at
Sundargarh. Similarly the cost of bid security(EMD) i.e. 1% of work value (Amount put to
tender) as mentioned in Column.6 of table above, must be paid in shape of deposit receipt of any Nationalized Schedule Bank/ State Bank of India/Kissan Vikash Patra/ Post Office
Savings Bank Account/ National Savings Certificate/ Postal Office Time Deposit Account duly pledged in favour of the Project Director, DRDA, Sundargarh payable at Sundargarh. Draft
relating to other than Nationalized Schedule Bank/ State Bank of India shall not be considered. Original Bid Security & Demand Draft towards cost of bid document(s) as per DTCN
should be submitted alongwith the Bid documents, failing which, the bid will be rejected.
7. As per Works Department office Memorandum No. 5288/W dated 04.05.2016 Amendment to Para-3.5.5 (V) of Note-II of OPWD Code, Vol-I by modification, Additional
performance security sha9ll be deposited by the bidder when the bid amount is less than the estimated cost put to tender. In such an event, the bidders who have quoted less bid
price/ rates than the estimated cost put to tender shall have to furnish the exact amount
of differential cost i.e. estimated cost put to tender minus the quoted amount as additional performance security in shape of Demand Draft/Term Deposit Receipt in
favour of the Project Director, DRDA, Sundargarh in sealed envelope alongwith the price bid at the time of submission of bid. (Amendment to Para 3.5.5(v)Note-ii of OPWD Code
Vol-I by modification) (Revised/substituted as per Works Deptt. Office Memorandum
No.5288 dt.04.05.2016). The bids of technically qualified bidders will be opened for evaluation of the price bid. Further in case of the bidders quoting less bid price/rate than
the estimated cost put to tender and have not furnished the exact amount of differential cost (i.e. estimated cost put to tender minus the quoted amount) as additional
performance security in shape of Demand Draft/Term Deposit Receipt, their price bid will not be taken into consideration for evaluation, even if they have qualified in the technical
bid evaluation.
8. No Extension of Time beyond Agreement Period will be allowed in this project, means, the project must be completed within the Agreement Period, as per guidelines/OPWD Code.
9. For delay in completion of the project, Penalty will be decided as per the guidelines/ OPWD Code.
10. If the rate quoted by the bidders will be technically not supported or is on higher side of the estimated rate, then the Tender Committee reserves the right to cancel any or all the
tenders. 11. The Suppliers/ Manufacturers those who desires of having EMD exemption benefit must have to
produce an affidavit to the effect and also enclosed such instructions/guidelines for exemption of EMD alongwith the Bid Documents, failing which his tender shall be liable for rejection.
12. The bidders, who will participate in this tender process, should have executed similar
nature of single work worth 30% of the estimated cost put to tender, in any one financial year of the preceding five financial years, failing which it will not be taken into
consideration. Experience details completed similar nature of works during the last five years with certification from the concerned Agency/Offices needs to be furnished by the
bidder as per the schedule (similar nature of works means “Solar based street lighting
system”.
13. Other details can be seen in the bidding documents. All the pages of bid should be duly filled &
signed by the tenderer properly.
14. In order to ensure that the envelopes are properly sealed, the contractor can seal them with
superglue and also add tamperproof tapes as additional precaution
15. The bids received through Registered Post/ Speed Post only by the date line will be opened on
Dt. 04-11-2016 at 12.00 Noon in the office of the Project Director, DRDA, Sundargarh, in the
presence of the bidders, if attend. If the office happens to be closed on the date of receipt /opening
of the bids as specified, the bids will be received /opened on the next working day at the same time
& venue.
16. The authority reserves the right to cancel any or all bids without assigning any reason thereof.
Sd/-
Collector, Sundargarh
Memo No. 5 6 8 5/ DRDA(BGJY) Dated the 18th October, 2016
Copy forwarded to the Executive Director, NTPC, Super Thermal Power Project, Darlipali
for information and necessary action. He is requested to attend the Tender Committee Meeting on the
day of opening of tenders as per the date mentioned above.
Copy to all Members of the Tender Committee with a request to attend on the day of
opening of tenders as per the date mentioned above.
Copy to BDO, Lephripara for information and necessary action with a direction to inform
the Sarpanch, Raidihi & Darlipali to attend during opening of the tender as Member of the Committee.
She is also directed to attend during opening of the Tender in the office of the P.D., DRDA, Sundargarh.
Copy to ADM, Sundargarh/ Rourkela/ Sub-Collector, Sadar/Panposh/Bonai/All Block
Development Officers of the District with a request to hang a copy of the Notice in their respective Notice
Board for wide publicity.
Sd/-
Collector, Sundargarh
Memo No. 5 6 8 6 / DRDA (BGJY) Dated the 18th October, 2016
Copy forwarded to the Editor, SAMAJ(E-Mail:[email protected]) & SAMBAD
([email protected])/ New Indian Express E-Mail:[email protected]/ prasanjeet@
newindianexpress.com) with a request to publish in their Daily Odia/English Newspapers (Within Odisha)
before 20.10.2016 for wide publication & circulation of this Tender Call Notice. Complimentary copy of
newspaper containing the Tender Call Notice should be submitted to this office for reference, record and
payment.
Sd/-
Collector, Sundargarh
Memo No. 5 6 8 7 / DRDA (BGJY) Dated the 18th October, 2016
Copy to DIO, NIC, Sundargarh with a request to upload this Bid Identification Notice in
the Sundargarh District Web Site www.sundergarh.nic.in by 20.10.2016 for wide publication and timely
response by the intending Manufacturers/Suppliers.
Sd/-
Collector, Sundargarh
GENERAL PARTICULARS
( To be submitted by the Tenderer )
1 Name of Tenderer/Firm
2 Postal Address
3 E-mail address for communication
4 Telephone, Fax No.
5 Name, designation & contact number of the
representative of the tenderer to whom all
references shall be made.
6 Nature of the firm (Individual/ Partnership/ Pvt.
Ltd /Public Ltd. Co. /Public Sector etc.). The
Association of various firms like
Consortium/Joint Venture/ Special Purpose
Vehicle etc. is not allowed to participate in
this tender.
Please Attach attested copy of Registration/
Partnership deed etc.
7 Amount and particulars of the earnest money
deposited.
8 Average Annual Turn over in last three years
(Enclose Balance sheets for 2013-14, 2014-15
& 2015-16 along with a certificate on the letter
head of a registered CA regarding average annual
turnover of these three years)
9 Sales Tax Registration no. (Copies of
Registration Certificates of trade tax/ sales tax
to be enclosed)
10 PAN Card No. (Enclose copy of PAN card)
11 Has the tenderer/firm ever been debarred by
any institution for undertaking any work?
12 Does tenderer have any relative working in
UREDA? If yes state the name and designation.
13 Any other information attached by the tenderer
(Details and Annexure no. where its enclosed)
Tenderers are requested to give their full particulars and legal and financial status.
(Signature of tenderer with Seal)
DECLARATION BY THE TENDERER (Notified affidavit to be submitted on Rs. 100/- Non Judicial Stamp Paper)
I. /We ……………………………………………………………………………………………………………. (Hereinafter referred to as Tenderer) being desirous of tendering for the work, under this 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 tender document do hereb y declare that-
1. The tenderer is fully aware of all the requirements of the tender document and agrees with all provisions of the tender document and accepts all risks, responsibilities and obligations directly or
indirectly connected with the performance of the tender.
2. The tenderer is fully aware of all the relevant information for proper execution of the proposed
work, with respect to the proposed place of works/ site, its local environment, approach road and connectivity etc. and is well acquainted with actual and other prevailing working conditions,
availability of required materials and labour etc. at site.
3. The tenderer is capable of executing and completing the work as required in the tender and is
financially solvent and sound to execute the tendered work. The tenderer is sufficiently experienced and competent to perform the contract to the satisfaction of District Administration,
Sundargarh and NTPC Authorities including the PRI Members of the Gram Panchayats. The tenderer gives the assurance to execute the tendered work as per specifications, terms and
conditions of the tender on award of work.
4. The tenderer has no collusion with other tenderers, any employee of DRDA, Sundargarh or with
any other person or firm in the preparation of the tender.
5. The tenderer has not been influenced by any statement or promises by DRDA, Sundargarh or any of its employees but only by the tender document.
6. The tenderer 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.
7. The tenderer accepts that the earnest money may be absolutely forfeited by the Collector,
Sundargarh, if the tenderer fails to sign the contract or to undertake the work within stipulated time.
8. This offer shall remain valid for acceptance for 3 (Three) months from the proposed date of
opening of the Technical Bid.
9. The tenderer has never been debarred from similar type of work by any Government undertaking
/Department.
10. All the information and the statements submitted with the tender are true. In case any information/ statement is found to be false at a later stage, my tender may out rightly be
rejected and I shall be labile to pay all the losses incurred by the Collector, Sundargarh against
the tendered work.
(Signature of Tenderer) SEAL
DISTRICT RURAL DEVELOPMENT AGENCY : SUNDARGARH
OFFICE
Bid Identification Notice No/DRDA-SNG-BGJY-02/2016-2017
BID DOCUMENT
FOR
Supply of 500 sets of LED based 14 Watt-12 Volt (each), Integrated Solar Street Lighting System
(All in One with 5 years warrantee) including Design, installation, commissioning, all taxes and
comprehensive five years maintenance in 11 revenue villages/ hamlets of Darlipali and Raidihi
G.P. of Lephripara block of Sundargarh district for the year 2016-17 under the Periphery
Development Programme, funded by NTPC, Super Thermal Power Project, Darlipali.
District Rural Development Agency,
Sundargarh – 770001
Tel / Fax No. 06622-273873
E-mail: [email protected]
DISTRICT RURAL DEVELOPMENT AGENCY, SUNDARGARH.
A. General Information
Sl. No Item Details
1 Bid Identification No . Collector, Sundargarh (DRDA, Sundargarh – SNG-BGJY-02/2016-17)
2 Name of the Work Supply of 500 sets of LED based 14 Watt-12 Volt (each), Integrated Solar Street Lighting System (All in One with 5 years warrantee) including Design, installation, commissioning, all taxes with comprehensive five years maintenance in 11 revenue villages/ hamlets of Darlipali and Raidihi G.P. of Lephripara block of Sundargarh district.
3 Officer Inviting tender District Rural Development Agency, Sundargarh
4 Engineer concerned with head quarters authorized as Engineer –in- Charge of this work.
Asst. Director, OREDA, DRDA, Sundargarh (Mobile No.8895832236/06622-273873)
5 Superintending Engineer with head quarter
Panchayati Raj Department, Govt. of Odisha, Bhubaneswar.
6 Accepting Authority Collector, Sundargarh
7 Estimated cost Rs.1,22,00,000/- B. Bid Information
8 Intended completion period / Time period assigned for completion as mentioned in IFB
03 (Three) Calendar months.
9 Last date & time of submission of Bid (Ref. Relevant clauses of DTCN)
Time – Up to 5.00 P.M.
Date -03-11- 2016
10 Date of Opening of Tender documents ( Both Technical & Financial)
Time – 12.00 Noon
Date -04-11- 2016
11 Cost of Bid Document(Ref. Relevant clauses of DTCN)
i )Bank draft amount towards Tender Cost Rs.10,000/- + Rs.500/- VAT = Rs.10,500/-
ii) In favour of Collector, Sundargarh.
iii) Payable at Sundargarh.
12 Bid Security/EMD
(Ref. Relevant clauses of DTCN) 1 %
i ) Amount Rs.1,22,000/-
ii) Pledged in favour of Collector, Sundargarh.
iii) Payable at Sundargarh.
iv) Type of Instrument As specified in the Bid document.
13 Bid Validity Period (Ref. Relevant clauses of DTCN)
90 days
14 Currency of Contract Indian Rupees
15 Language of Contract English
Project Director,
DRDA, Sundargarh
District Rural Development Agency,
Sundargarh – 770001
Tel / Fax No. 06622-273873 E-mail: [email protected]
Check List for submission of documents
Sl No Subject Matter
1 Copy of valid STCC/ VAT clearance certificate
2 Copy of audited balance sheet and profit and loss account for last three
years for 2013-14, 2014-15 & 2015-16, clearly indicating the turnover of
the Agency.
3 Certificates from authorized Agency/copy of work order as proof of
experience in Solar system during last three years for 2013-14, 2014-15 &
2015-16
4 Test certificates of SPV Module from appropriate authorized test centres.
5 Xerox copy of the Income Tax PAN card of the company
6 Xerox copy of Service Tax/Sale Tax Registration Certificate
7 Original Demand Draft towards cost of Tender Paper
8 EMD, Cost of Tender Paper and Additional Performance Security if any as
specified in the DTCN
9 Undertaking for Indignity of the supplied item
10 Willingness to open a local office at Sundargarh before commencement of
work
11 Undertaking to open cluster level service centres at suitable places as will
be indicated by DRDA.
12 Undertaking to unconditionally accept all terms and conditions of the bid
document
13 Power of attorney to sign the agreement on behalf of bidders & partnership
deed articles, if any.
14 Technical bid (Off Line) should be submitted alongwith DTCN
15 Price bid (Off Line) should be submitted alongwith DTCN
16 Organizational profile
17 Notified affidavit on Rs. 100/- non-judicial stamp paper as per DTCN
18 Registration Certificate of the Firm
19 Written power of attorney to sign/sign the tender
20 Partnership deed (If Applicable)
21 Details regarding experience and sales/ service setup (on the
prescribed Performa)
22 Other Documents which the bidder wants to enclose (Please specify)
DETAILED TENDER CALL NOTICE(D.T.C.N.) INVITATION FOR BIDS(IFB)
Bid Identification Notice No/DRDA-SNG-BGJY-02/2016-2017
The Collector, Sundargarh on behalf of Governor of Odisha invites Sealed & Separate tenders
from all eligible manufacturer/ authorized suppliers on percentage rates bids in OFF-LINE mode for LED
based Solar Street Lighting System works as mentioned in Invitation for Bids (IFB). The adopted format
for percentage rate is same as that of the form adopted for item rate tenders, but the word “Item rate
“ shall be replaced by “Percentage Rate “. Accordingly, the bidders are required to quote their
rate on percentage rate basis in the enclosed Financial Bid (Schedule-III) positively.
The bid documents are available in the Sundargarh District Official website of NIC
www.sundergarh.nic.in and can be downloaded from 11.00 A.M. of Dt-21/10/2016 to 5.00
P.M. of Dt-03/11/2016. The last date and time of submission/receipt of Bid as per contract
data through Registered Post/ Speed Post is up to 5.00 PM of 03.11.2016.
Solar Street Lighting systems
Integrated Solar Panel, LED Light, Lithium Ferro Phosphate battery and high efficiency
solar charge controller- Automatic dusk to dawn operation.
Manufacturer/Supplier
1. A person, group, or company that owns or runs a manufacturing plant.
2. A person, group, or company that manufactures/ Authorized Supplier.
Comprehensive Maintenance Contract
Service provided by a contractor for periodic maintenance of equipment which in the present
case would include 5 years maintenance including all required spares and consumables and
even total replacement of the system , if necessary.
1. Eligibility Criteria:
1.1 All manufacturers of solar Street Light systems/ Authorized Supplier, who have got their products tested and qualified by any of the authorized test centres.
1.2 The firm must have valid STCC/ VAT clearance certificate.
1.3 The firm must have valid income Tax PAN/Sales Tax/ Service Tax Registration Certificate
1.4 All the enclosures (Schedule-I to VII) must be filled up properly and submitted alongwith Bid Documents, including Technical Bid (Schedule-II) and Financial Bid (Schedule-III) separately in separate envelope.
1.5 All the terms & conditions under Commerial Heading (Point-6) must be fulfilled by the bidders and the required amount towards Bid Cost, EMD, Addl. Performance Security if any should be deposited in shape of Demand Draft and other mode as mentioned in the DTCN.
1.6 All the required documents (prospectus & certificate from the Manufacturer) must be submitted alongwith bid documents.
2. Scope of work:
The broad scope of the work would be design, supply, installation, commissioning and
maintenance for 5 years of the specified solar Street Lighting systems.
2.1 A clear understanding of the logistics and other features of the assigned villages. This
may require a prior visit to the enlisted villages.
2.2 Storage facility to be provided by the vendor for pre-installation inspection at
intermediate points for facilitating inspection by the designated official from DRDA.
2.3 Supply of complete Solar Street Lighting Systems as per technical specifications
given subsequently in this document.
2.3.1 The contractor shall have to supply 500 LED based Solar Street Lights (as per technical specifications, terms & conditions specified in the tender document) in 11 villages/ hamlets of Lephripara block of Sundargarh district. List of villages will be provided with the work order. Contractors are advised to collect all necessary information regarding type of approach to the village, distance and mode of transportation etc; before submitting the tender.
2.3.2 Proper storage of LED Based Solar Street Lights before erection shall be the
responsibility of the contractor. The village wise proposed quantity of LED based Solar Street Lights will be provided with the work order. In some villages, actual number of systems to be installed may vary to some extent hence contractor is required to seek confirmation in this regard from DRDA, Sundargarh, prior to dispatch of the LED based Solar Street Lights in villages.
2.3.3. Proper erection of the LED based Solar Street Lights in the villages shall be done
by the contractor. The village wise details of the locations for erection of LED based Solar Street Lights shall be provided by DRDA, Sundargarh.
2.4 After Installation of the supplied systems in specific locations as per instruction
of the designated officials of DRDA, authorized official of NTPC, Darlipali and Sarpanch, Darlipali & Raidihi GP and the village Committee, the contractor shall receive a satisfactory erection and functionality report from the concerned Gram Panchayat where the LED Based Solar Street Lights have been installed and submit it to DRDA, Sundargarh. The format for this report is enclosed at Schedule- IV.
2.5 Comprehensive Maintenance Contract (CMC) of the complete system for five years
warranty period. The date of commencement of CMC shall be reckoned from the
date of commissioning of the last system of the given order.
2.6 Training to at least two youths from each of the project village in assembling and
installation of the systems including providing first aid maintenance services.
2.7 Open at least one cluster/District level service centre in Sundargarh so as to deliver
uninterrupted and sustainable maintenance services.
2.8 The successful bidder shall after completion and commissioning of the systems
submit all details of the installed systems like systems details, installation report, etc.
in the formats to be provided at the time of issue of purchase order. The details will
also include Photographic proof of delivery of the systems in the villages.
2.9 All necessary conditions as further outlined in the subsequent sections of this
document are to be followed.
3. Instructions to Bidders:
3.1 Bidders must submit their bids for Integrated Solar based Street Lighting systems
(All in One).
3.2 Bids must be submitted in English language only.
3.3 Incomplete, telegraphic or conditional bids shall not be accepted.
3.4 Prices quoted must be firm and fixed. No price variation / escalation shall be
allowed.
3.5 The bidders must sign and stamp at the bottom of each page of the bid
documents at the time of submission in token of unconditional acceptance of the
departmental terms and conditions, technical specifications etc.
3.6 Last three years IT returns Statement /Valid TIN / VAT/ Sales tax clearance
certificate/Copy of PAN card/ Copy of Service Tax registration certificate duly
attested must be submitted along with the bid.
3.7 Deviations in terms and conditions, Specification of material, Inspection clause
etc. will not be accepted under normal conditions. However under exceptional
situation the same may be considered at the discretion of authority.
3.8 Earnest money as specified in bid may be deposited in shape of Demand Draft to
be drawn in favour of the Collector, Sundargarh payable at Sundargarh from any
Nationalized Bank. Bids without E.M.D will be rejected.
3.9 The quantity of materials intended to be purchased as mentioned in this
documents is subject to alteration without any notice.
3.10 Since timely execution of works is of paramount importance, requests for
extension of time shall not be entertained.
3.11 canvassing in any manner shall not be entertained and will be viewed seriously
leading to rejection of the bid.
3.12 All essential supplementing documents should be signed and stamped and in
case of need for verification, originals should be produced.
3.13 Copy of Test Reports of systems from any Authorized Test Centres confirming
must be submitted.
3.14 ESTABLISHMENT OF SERVICE CENTER
3.15 The contractor will have to establish service centers at cluster/ within the district for the timely maintenance of the LED based Solar Street Lights. Consumable parts (charge controller, inverter, tube, switches, fuse, tube holders etc. )should be maintained at the service centers as spare parts for carrying out the proper maintenance of the LED based Solar Street Lights. This shall be at least for 2% of the number of LED based Solar Street Lights erected in the concerned villages.
3.16 Training of at least two local person in every Village shall be mandatory for
attending the routine maintenance works promptly. Village wise list of the trained persons shall have to be submitted by the contractor to the concerned district level officer of DRDA, Sundargarh.
3.16.1 The list of the established service centers along with address and contact numbers, shall have to be submitted by the contractor to the concerned district level officer of DRDA, Sundargarh along with the satisfactory erection and functionality report of the LED based Solar Street Lights certified by the NTPC Authorities/ Asst. Director, OREDA, DRDA, Sundargarh/ Village Committee/ Sarpanches of the concerned Gram Panchayats.
3.17 The bidders during installation of the systems will be required to install
signboards in the villages/hamlets indicating details of the project as per
direction of DRDA.
3.18 Power of attorney to sign the agreement on behalf of bidders & partnership
deed articles, if any, should be enclosed along with original bid documents.
3.19 Notice inviting tender, bid documents, prescribed Technical bid, price bid, terms
& conditions will form the part of the tender.
3.20 In case of supply of any defective material or substandard material, the materials
will be rejected & it will be the responsibility of the supplier for taking back &
replacing the rejected materials at their own cost. In case of non-lifting of such
rejected materials within a reasonable time offered by the office, it will have the
right to suitably dispose of the same and forfeit the amount.
3.21 The supplied materials should be strictly complied with the specifications as
mentioned in the bid; otherwise the material would be liable for rejection.
3.22 Bidders may in their own interest visit the sites and undertake field survey before
submitting bids. DRDA will not be responsible for any incidental or consequential
losses of the firms while execution and till expiry of the period of CMC.
3.23 During the warranty period, DRDA Officials/ PRI Members/Users reserves the right
to cross check the performance of the systems with the minimum performance
levels as per specifications.
3.24 The last date of receipt of the bid through OFF-LINE mode i.e. by Registered Post/
Speed Post only is up to 5.00 P.M. of 03.11.2016.
3.26 The Tender documents received through OFF-LINE mode through Registered Post/ Speed Posts by the date line shall be opened on 04.11.2016 at 12.00 Noon in the office of the Project Director, DRDA, Sundargarh in presence of such bidders or their authorized representatives, who may like to be present at the time of opening.
3.22 All bids received will remain valid for a period (90 days) as specified in the Contract Data after
the deadline date for submission of bids and validity of bids can also be extended if agreed to by
the bidder and the Department.
4. Procedure for opening of Tender:
The procedure of opening of the bid shall be as under
4.1 First envelop (Part-I) subscribed 'Earnest Money and Technical Bid' shall be opened by Tender Committee as per the date, time and place mentioned in the “Tender Call Notice & DTCN‟, in the presence of tenderers who choose to be present. The financial and technical suitability of offers will be examined by in detail. If required, clarifications regarding the suitability of the offers will be obtained. 4.2 Second envelope (Part-II) subscribed "Financial bid" of only those tenderers shall be opened whose technical bid is found responsive, suitable and in accordance with the various requirements of the tender. All bidders shall essentially quote their rate in percentage rate basis only (Schedule-III). 4.3 In case it is not possible to open second envelop (part-II) on the same date, then a suitable date for this purpose shall be announced or shall be communicated to tenderers by letter/ fax/ email ( Either Mode). To avoid postponement of opening of financial bid, it is in the interest of the tenderers to send their authorized representatives who are well conversant with the tender and competent enough to take decisions on technical and financial matters at the time of opening of bids.
5. Acceptance/ Rejection of the bid documents:
Collector, Sundargarh reserves the right to;
i) Reject or accept any or all bids without assigning any reason thereof. ii) To split the quantities against the bid on more than one firm for the same
items/ work. iii) Cancel the tender without assigning any reason thereof. iv) Alter or delete any of the terms and conditions mentioned in this document
during the process of tender till finalisation.
No reason will be assigned by DRDA for this and the same will be binding on the
bidders.
Collector, Sundargarh
I/we have carefully read & understood the above terms & conditions of the bid &
agreed to abide by them.
Signature of Bidder with Seal
6. Commercial Terms & Conditions:
Any clarification on the technical specification and commercial terms and conditions may be
clarified in writing from DRDA. Deviation of any commercial terms and condition and technical
specification shall not be entertained in no circumstances.
6.1 Rate :
The rate quoted should be in percentage rate. The rate quoted is inclusive of the cost of
system including Installation & Commissioning charges, CMC Charges and taxes & duties
etc and maintenance cost for five years. Also the unit cost must be inclusive of packing,
forwarding, loading & unloading charges, cost of insurance and transportation FOR
destination where the system will be installed as per the work order.
6.2 Sales Tax & Duties etc
All Taxes and duties as prescribed both under Central and State Government sales tax
rules would be applicable and accordingly that should be included by the bidder in his
quoted rate. No extra taxes will be allowed to the bidder over and above the quoted
rate.
6.3 Earnest Money Deposit
6.3.1 Earnest money for an amount Rs.1.22 lakh is required to be submitted along with the bid, without which the bid will not be accepted. No interest will be payable on the EMD amount under any circumstances.
6.3.2 Earnest money should be deposited in shape of Demand Draft in favour of Collector, Sundargarh from any Nationalised Bank Payable at Sundargarh and the proof of deposits should be attached to the bid.
6.3.3 E.M.D would be refunded to the unsuccessful Bidders after finalization of the bid
without any interest. 6.3.4 EMD would be refunded to successful bidder(s) after submission of security deposit as
detailed at clause 6.4. 6.3.5 E. M. D would be forfeited in case of non- compliance of the purchase order by the
successful bidder. 6.3.6 In case of claim for exemption from deposition of Earnest money sufficient proof in
support of claim for exemption of EMD as prescribed in Govt. of India Notification is to be attached with the bid.
6.4. Security Deposit/ Performance Guarantee Fees
The successful bidder must deposit the Security amount / Performance Guarantee
fees @ 10% of the ordered value with the Collector, Sundargarh at the time of
acceptance of the work order in shape of Bank Guarantees with 5 years validity. The
said deposit would be forfeited, if the supplies are not made as per the Terms &
Conditions of the purchase order. The security deposit amount will be refunded after
the expiry of the Warranty period and CMC period of the systems, subject to
satisfactory execution / performance of the systems.
6.4.1 Additional Performance Security:
Additional Performance Security shall be deposited by the bidder when the bid
amount is less than the estimated cost put to tender. In such an event, the bidders
who have quoted less bid price/ rates than the estimated cost put to tender shall
have to furnish the exact amount of differential cost i.e. estimated cost put to tender
minus the quoted amount as Additional Performance Security in shape of Demand
Draft / Term Deposit Receipt pledged in favour of the Collector, Sundargarh and
payable at Sundargarh, in the sealed envelope along with the price bid at the time of
submission of bids. (Amendment to Para 3.5.5(v)Note-ii of OPWD Code Vol-I by
modification) (Revised/substituted as per Works Deptt. Office Memorandum No.5288
dt.04.05.2016). If the Contractor fails to complete the work, the amount so furnished
as additional performance security will be forfeited in addition to the other penal
clauses, if any, to be imposed.
6.4.2 The cost of bid documents including VAT for Rs.10,500/- in shape of Demand Draft
issued from any Nationalized scheduled Bank should be prepared separately
in the name of Collector, Sundargarh payable at Sundargarh .
6.4.3 The cost of Bid Documents in shape of Demand Draft, Bid Security/EMD & Additional
Performance Security as per DTCN should be submitted alongwith Tender
Documents through Registered Post/Speed Post which must reach DRDA,
Sundargarh on or before 03.11.2016 (during office hours on any working days from
10.00 AM to 5.00 PM). The bid documents to be received after the date line i.e.
03.11.2016 (5.00 PM) will be rejected. The authority will not be responsible for delay
receipt, such as, postal loss/delay/or for any other reason.
6.4.4 Programme Execution Schedule
Delivery of systems at sites: Within one month from the date of issue of Work Order
Installation & Commissioning Within three months from the date of issue of Work Order including preliminary inspection, physical verification and handing over of the systems.
6.4.5 Upon intimation about commissioning of the systems by the executing firm a joint
inspection will be carried out by the representatives of the executing firm, Village
Committee, DRDA and the concerned Gram Panchayat. Following such inspection a joint
commissioning report shall be brought out within 30 days of intimation about
commissioning of the systems in the prescribed format, which shall form a part of the
documents for release of payments.
6.4.6 The issuance of a Joint Commissioning Report shall, in no way relieve the executing firm
of its responsibility for satisfactory operation of the SPV systems.
6.5 Quantity:
The quantities of Solar Street Lighting Systems mentioned in the bid are subject to
revision according to the requirement.
6.6 Validity of offer:
The offer must be kept valid for a period of one year from the date of opening of the
technical bid. No escalation clause except the admissible tax component under the
period of consideration would be accepted. The validity can be further extended with
mutual consent.
6.7 STCC
The bidders must submit attested copy of valid up to date sales Tax / VAT clearance
certificate along with the bid. The bid would not be considered without this document.
The original certificate would be produced at the time of opening of the bid, or, before
placement of purchase order, if required.
6.8 Warranty
Warranty certificate to the above effect must be furnished along with the
commissioning reports.
Any defect noticed during warranty period should be rectified/replaced by the supplier
free of cost upon due intimation by the concerned District Renewable energy Cell of
DRDA, Sundargarh. The warranty period shall be extended by the period during which
the systems remain non-operative due to reasons within the control of the executants.
Care should be necessarily taken to make the system operational within a week of
reporting of defect. If the system is not made operational within fifteen days, OREDA
may rectify the same and charge all expenses incurred on the said account to the
vendor. The defects should not be ordinarily attributed to tempering by the users. The
firm has to devise suitable mechanism to ensure non-tempering of systems.
6.8.1 The complete Solar Street Light( Including battery) and overall workmanship must be warranted against any manufacturing/ design/ supply/ installation defects for a minimum period of 5 years from the date of installation.
6.8.2 PV modules used in LED Based Solar Street Lights must be warranted for their output peak watt capacity, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years. 6.8.3 The Warrantee Card to be supplied with the Solar Street Light must contain the details of the system supplied, as given in the Schedule-1. The manufacturers can provide additional information about the system and conditions of warranty as necessary. 6.8.4 During the 5 years warrantee & comprehensive AMC period, DRDA, Sundargarh / NTPC, Darlipali/ Users will have all the rights to cross check the performance of the LED Based Solar Street Lights. DRDA, Sundargarh may carry out the frequent inspections of the LED Based Solar Street Lights erected and randomly pick up to get them tested at Govt. approved any test center. If during such tests the LED Based Solar Street Lights or its any component is not found as per the specified technical parameters, OREDA, Sundargarh will take necessary action to recover the losses and to blacklist the firm to proper authority/ nodal agencies. The decision of Tender Committee/DRDA, Sundargarh in this regard will be final and binding on the tenderer.
6.9 Penalty and termination of contract
The systems shall be supplied, installed and commissioned within the scheduled time. If
the supplier fails to adhere to the schedule, DRDA 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 10% of the contract price for delayed goods or installation and
commissioning. Once the maximum is reached (i.e 10 weeks of delay) DRDA may
consider termination of the contract and forfeit the security deposit without prejudice
to the other remedies of the contract along with recovery of mobilization advance by
forfeiture of bank gurantee.
6.10 Inspection
6.10.1 All tests and inspections shall be made at the place of delivery unless otherwise
specifically agreed upon by the bidder and DRDA at the time of purchase. Authorized DRDA Officer 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.
6.10.2 DRDA has the right to have the tests carried out at its own cost by an independent agency at any point of time. Pre- delivery inspection at the factory site if necessary will be carried out by DRDA.
6.12 Payment: Payment for the work under normal circumstances will be done as detailed below;
i) First Interim Payment @ 70% amount of work value shall be paid after installation and commissioning of the solar system at site.
ii) Second interim Payment @ 20% of the work value shall be paid after three months, from the date of installation and commissioning of the solar system at site.
iii) Final payment @ 10% of the contract value shall be treated as Performance Security and shall be paid against satisfactory performance and maintenance of the solar system during warranty period. This amount shall be paid in five equal annual instalments starting from completion of one year from the date of installation at site (excluding AMC charges) on receipt of performance report duly signed by authorised officer of OREDA/ user organisation/ vendor.
Note:
iv) No price escalation due to any reason (including any change in the applicable taxes, duties, surcharge etc.) shall be considered by DRDA, Sundargarh during the validity/ extended validity of the contract agreement
6.13. Execution
Execution of work shall be carried out in an approved manner as outlined in the
technical specification or where not outlined, in accordance with relevant Standard
Specification, to the reasonable satisfaction of the Authorized DRDA Officer.
6.14 Comprehensive Maintenance Contract
The bidder must enter into a Comprehensive maintenance contract for the specified
period at the time of execution of the order. Offer without such CMC shall not be
considered. The scope of CMC must cover supply of spare parts ( including battery) /
services during the contract in force. Order shall be placed on bidders who agree to
offer such CMC. The CMC charges quoted by the bidder must be realistic in view of
actual rendering of after sale services. Bids with very low/unrealistic CMC charges will
be liable for rejection. The payment of annual maintenance charges under the
Comprehensive Maintenance Contract shall depend upon the functionality of the
system duly certified by the concerned local panchayat / Authorised officials of DRDA
Upon receipt of such certificates CMC amount as applicable shall be paid at the end of
1st, 2nd, 3rd, 4th and 5th years.
6.15 Limitation of Liability
DRDA, will, in no case be responsible for any accident fatal or non-fatal, caused to any
worker or outsider in course of transport or execution of work. All the expenditure
including treatment or compensation will be entirely borne by the Executants. The
Executants shall also be responsible for any claims of the workers including PF,
Gratuity, ESI & other legal obligations.
6.16 Dispute
For adjudication of any dispute between DRDA and the bidders arising in this case,
reference can be made to any appropriate Law courts in Sundargarh under the
jurisdiction of Orissa High Court only. The Collector, Sundargarh reserves the right to
accept or reject any or all bids without assigning any reason thereof.
Collector, Sundargarh
I/We have carefully read and understood the above terms and conditions of the bid and
agree to abide by them.
SIGNATURE OF BIDDER WITH SEAL
Technical Specification for LED based Solar Street Lighting System
7.1 Detail Technical Specifications:
Product Name with
system features
LED based 14 Watt Integrated Solar Street Lighting System (All in One
with 5 years warrantee) with high efficiency solar charge controller with
100% bright mode, and during rest of the time at lower light level with
motion sensor.
LED Lamp 14 Watts (14 pieces of 1 Watt each) (Make- Preferably Bridgelux or Cree).
(Necessary catalogue having the details and certificate to this effect
must be submitted)
Life: 50,000 hours
Solar Panel Minimum Power :40 Wp, 18 Volt solar panel (Mono crystalline & silicon
solar cell) (Necessary catalogue having the details with certificate of
testing should be submitted with bid)
Module efficiency should not less than 12%.
Life Time:25 Years
Solar Cell: High efficiency mono crystalline silicon
Battery Capacity Type: Lithium Ferro Phosphate (Necessary catalogue having details with
certificate mentioning the details about battery must be submitted)
Life: Minimum 5 Years
Capacity:12v/20Ah/240Wh (With latest standard)
LUMEN output 1500-1600 lm
LED Dispersion
angle
1200
LED Lamp Luminous
Efficiency(lm/W)
110
Emitting Colour White warm
Pole Diameter Minimum 2.5inch
Light Mounting
Height
Minimum 5-6 meters from ground level
Humidity Range 0 to 95%(non-condensing)
Temperature range -100 C to + 600 C
Rainy day back up 2-3 Days
Charge Time By Sun(5-6 Hours)
Protect Level Water Proof IP65
Product Warranty Minimum 5 Years
Lamp Body
Material
Aluminium
SCHEDULE-I
DISTRICT RURAL DEVELOPMENT AGENCY (DRDA),
SUNDARGARH-770001
Tel / Fax No. 06622-273873, E-mail – [email protected]
FORMAT FOR WARRANTY CARD TO BE SUPPLIED WITH SOLAR STREET LIGHTING SYSTEM
1. Name & Address of the Manufacturer/Supplier of the System
2. Name & Address of the Users / Village Energy Committee
3. Date of supply of the system
4 Details of SPV module (s) supplied in the system Make (Name of the manufacturer)
Model
Serial No. (s)
Wattage of the PV Modules under STC
Warranty valid up to
5 Details of Battery Make (Name of the manufacturer)
Model
Batch/Serial Nos.(s)
Rated V & AH capacity at C/20/C/10 rate at 20 C
Warranty valid up to
6 Details of Electronics other BOS items Make (Name of the manufacturer) Model Serial No (s) Warranty valid up to
7 Designation & Address of the person to be contacted for claiming warranty obligations.
( During the warranty period MNRE / DRDA.Authorized Officer / Users / VECs nominated
trained person reserves the right to cross check the performance of the system with the
minimum levels specified in the MNRE specification.
(Signature)
Name & Designation
Name & address of
the
Manufacturer/Supplier
(Seal)
Place:
Date:
SCHEDULE-II
TECHNICAL BID
Supply, installation, commissioning and maintenance for Solar Street Lighting System (All In One)
We conform the following technical specification.
Sl. No Item Description
1. Lamp (14W LED)
2. Battery(12V/20Ah/240Wh)
3. PV Module(18V/40Wp)
4. Electronics Protection
5. Others Features, if any
Signature of the Bidder with seal
SCHEDULE-III
FINANCIAL BID
Name of Work: 500 sets of LED based 14 Watt-12 Volt (each) Integrated Solar Street
Lighting System (All in One with 5 years warrantee) including Design, Supply, Installation,
commissioning and Maintenance for a period of 5 years of the systems in 11 revenue villages/
hamlets of Darlipali and Raidihi G.P. of Lephripara block of Sundargarh district for the year
2016-17 under the Periphery Development Programme, funded by NTPC, Super Thermal
Power Project, Darlipali.
Sl. No.
Description of work Quantity (In No.)
Unit
Estimated Amount (Fig. in Rs.) (Per Unit)
Total Amount (Fig.in Rs.)
1 Solar Street Lighting System: LED based 14 Watt-12 Volt Integrated Solar Street Lighting System (All in One) including Design, Supply, Installation, Commissioning.
500 No 22400.00 1,12,00,000.00
2 Solar Street Lighting System: First Year Annual Maintenance.
500 No 400.00 200000.00
3 Solar Street Lighting System: Second Year Annual Maintenance.
500 No 400.00 200000.00
4 Solar Street Lighting System: Third Year Annual Maintenance.
500 No 400.00 200000.00
5 Solar Street Lighting System: Fourth Year Annual Maintenance.
500 No 400.00 200000.00
6 Solar Street Lighting System: Fifth Year Annual Maintenance.
500 No 400.00 200000.00
Total Estimated Cost in Figures. 1,22,00,000.00
( Rupees one crore twentytwo lakh ) only.
The bidder are required to quote their rate in the blank space below with PERCENTAGE RATE
only.
My/Our quoted rate is _______% (Figure) ______________________________________
(in words) * less than/Excess over/ Equal to the amount put to tender.
Total number of Items : 6 items only :
Number of Corrections. :
Number of interpolation :
Number of over writings :
Signature of the Bidder/Tenderer Signature of the Collector, Sundargarh
*Cross over the words which are not applicable.
SCHEDULE- IV
Joint Commissioning Report on installation of SPV systems under RVEP
Village: Sanction details:
G.P.: Block: SLS ( Nos):
District: Name of the supplier:
A. Details of SLS installed
S/N Location of the
system
SL No of the
System
Status of the system
1
2
3
4
5
6
7
8
9
10
Representative of Asst. Director Representative
supplying firm RE Cell, DRDA of Gram Panchayat
SCHEDULE-V
SAMPLE FORMAT FOR COMPREHENSIVE MAINTENANCE CONTRACT (C.M.C)
(Subject to modification as per suitability of system and project requirement) Comprehensive Maintenance Contract (CMC) for maintenance of SPV system supplied
and install by M/S ………………………………………………………………………….
………………………………………………………………………………………… for five years_________________________________________________________ This Comprehensive Maintenance Contract (CMC) is executed between the, District Rural Development Agency(DRDA),Sundargarh represented by its Assistant Director(Tech), DRDA herein after called as Ist party and M/S ……………………………………. ………………………………………………………………………………………… herein after called as 2nd party, for maintenance of ……….. sets of ………………………………for a period of five years with effect from ………………….. AD, supplied, installed and commissioned vide purchase order No ……………………. Dated ………………… in ……………….. village covering ………………….. blocks of …………………. Districts. The 2nd party will maintain these …………………. Systems as per the terms and conditions mentioned here under. 1. It has been envisaged in the purchase order No ……………../ DRDA dated …………………….. under clause No ……………… that these …………… sets of ………………………. shall be warranted against any manufacturing defect and bad workmanship at least for a period of 5 years for the system and battery and 10 years for the PV modules from the date of commissioning . As these systems have been commissioned and handed over to the 1st party through its Assistant Director ( Tech) / authorized DRDA official at DRDA ……………………………. During …………………….. all these systems , as such are covered under warranty period up to ………………, …………….. and …………… respectively.
Hence, the 2nd party is fully responsible for their trouble free maintenance and the 2nd party is liable to rectify / remove any defect noticed within the aforesaid period free of cost. 2. The 2nd party will impart training to two nos. of youth from each completed village
to be able to provide first aid repair service for the SPV systems installed in the village.
3. The 2nd party will ensure a formal training of such identified youth (2 from each village) at a cluster level of villages in consultation with the 1st party.
4. An amount of 10% of the ordered value shall be kept as fees towards Performance
guarantee for a period of 10 years of warranty & maintenance. After expiry of the successful and satisfactory maintenance period of 10 years which remains valid up to ……………………. AD , the security deposit / PGF shall be returned to the 2nd party thereafter only.
5. The CMC includes repair/ replacement of all spares and consumable, including CF Lamp, battery & PV module during the maintenance period.
6. The 2nd party will setup a state level office at Bhubaneswar duly headed by a Service Engineer.
7. The 2nd party shall undertake the periodical maintenance work of these …… sets prescribed formats attached herewith ( Format I ) on the 10th of every succeeding
quarter duly countersigned by the concerned Assistant Director ( Tech), / Authorized Officer, R.E. Cell , DRDA ………………….
8. The 2nd party should be in readiness to attend to the defects of any system ( out of these …………. Sets ), as and when required by the beneficiary/ 1st party and ensure rectification of defects and restore functionality within seven days of lodging the complaints. The 2nd party shall furnish the status report after the maintenance work are over, which shall invariably bear the signature of the beneficiaries as per the format annexed herewith (format- II ).
9. The 2nd party shall appraise the 1st party about the requirements and supply of spares during warranty as well as CMC period.
10. The 2nd party will ensure to submit quarterly reports of visits made by their representatives to the completed villages every three months during the warranty and CMC period.
11. The 1st party in consultation and cost sharing with the 2nd party will maintain a central complaint cell at Sundargarh alongwith adequate stock of spare parts as a backup.
12. Separate bills/ invoices in triplicate enclosing the prescribed formats duly filled in (Format-I and II ) are to be submitted by the 2nd party to 1st party for effecting payment after end of the each year from the date of maintenance of the systems.
13. Certificates in support of successful maintenance of the system(s) shall be obtained from the users which should be countersigned by the Assistant Director ( Tech), / Authorised Officer, RE Cell , DRDA ………………. In token of verification of maintenance done.
14. It will be the liberty of the 1st party to cross check the systems maintained by the 2nd party. Random verification of the maintenance may be carried out by the 1st party wherever necessary.
15. The 2nd party may continue to maintain the gadgets after expiry of the maintenance period of 5 years, provided the beneficiaries/ 1st party desires.
16. For adjudication of any dispute between the two parties arising on execution of this CMC , the matter shall first be brought to the notice of Project Director , DRDA.
17. In case, there will be no amicable settlement of the issues, the matter can be referred to the court of law having jurisdiction at Sundargarh only.
The Annual Maintenance contract is signed jointly between the two parties today i.e on dated ……………… day of 2016 and shall come into force from the date of its signature(s).
For and on behalf of District Rural For and on behalf of M/S Development Agency, Sundargarh ………………………….. ( 1st Party) ………………………….
( 2nd party) with Seal
(Total 24 Pages only)
SCHEDULE-VI
Details of Existing Sale/Service Centers of the Bidder:
In Sundargarh district/ within Odisha State:-
Sl.
No.
Name of the District Details of Sale
/ Service
Centers
Contact Nos. Others, if any
1 2 3 4 5
1
2
3
4
Outside Odisha State:-
Sl.
No.
Name of the District Details of Sale
/ Service
Centers
Contact Nos. Others, if any
1 2 3 4 5
1
2
3
4
5
Signature and Seal of the Tenderer
SCHEDULE-VII
DETAILS OF EXPERIENCE
Please fill in information about Systems installed in last three years.
Details Year
2013-14 2014-15 2015-16
Quantity in Nos.
Cumulative Capacity in
KW
Quantity in Nos.
Cumulative Capacity in
KW
Quantity in Nos.
Cumulative Capacity in
KW
Solar Lanterns
Solar Home Lights
LED based Solar Street Lights
PV Power Plants
Other Systems ( Specify)
1.
2.
3.
4.
Total capacity in KW
Total contract amount
(Signature of
Tenderer)
Seal
NOTE: Completion certificates and satisfactory performance reports from the users regarding experience should compulsorily be attached with the tender document as documentary proof. DRDA, Sundargarh may cross check the authenticity of the attachments with issuing authority.