Professional Documents
Culture Documents
Page 1 of 128
MSKPY/2018-19/T-03 Version-8
Ltd.
6th Floor, Prakashgad, Plot No.G-9, Prof. Anant
Kanekar Marg,
Bandra(East), Mumbai-400051, India
Bid Opening Address Maharashtra State Electricity Distribution Co. Ltd.
5th Floor, Prakashgad, Plot No.G-9, Prof. Anant
Kanekar Marg,
Bandra(East), Mumbai-400051, India
Version No 8
Call for Deviation NO
Is Annexure C1 Applicable NA
Pre-Bid Meeting Date 17-05-2019 11:00
Annexure C1 Opening Date NA
Is Manufacturer Applicable NO
Is Trader Applicable NO
Page 2 of 128
MSKPY/2018-19/T-03 Version-8
TENDER DOCUMENT
Tender for Empanelment and Rate Contract for Design, Manufacture, Supply,
Transport, Installation, Testing and Commissioning of Off-Grid DC Solar
Photovoltaic Water Pumping Systems of 3HP & 5HP capacity at the project
sites of identified farmers in Maharashtra
Page 3 of 128
MSKPY/2018-19/T-03 Version-8
Maharashtra State Electricity Distribution Company Limited
INDEX
SECTION - I .................................................................................................................................................. 4
BID INVITATION ....................................................................................................................................... 4
SECTION - II ................................................................................................................................................ 7
INFORMATION AND INSTRUCTION TO BIDDERS .................................................................... 7
SECTION – III ........................................................................................................................................... 31
GENERAL CONDITIONS OF CONTRACT (GCC) ........................................................................ 31
SECTION – IV ........................................................................................................................................... 57
SPECIAL CONDITIONS OF CONTRACT (SCC) ........................................................................... 57
SECTION - V ............................................................................................................................................. 60
IMPLEMENTATION SCHEDULE AND PROCESS: ..................................................................... 60
SECTION - VI ............................................................................................................................................ 62
SCHEDULES OF PRICES AND SCHEDULE OF PAYMENTS .................................................. 62
SECTION - VII .......................................................................................................................................... 65
PENALTY FOR DELAY: ........................................................................................................................ 65
SECTION - VIII......................................................................................................................................... 67
TECHNICAL SPECIFICATIONS, PERFRMANCE TESTING AND OTHER OPERATION
AND MAINTENANCE GUIDELINES: .............................................................................................. 67
SECTION - IX ............................................................................................................................................ 77
FORM AND APPENDIX OF TECHNICAL AND PRICE PROPOSAL ..................................... 77
APPENDIX - I (A) ................................................................................................................................... 87
BIDDER’S INFORMATION SHEET .................................................................................................. 87
APPENDIX - I (B) ................................................................................................................................... 88
FIRM PROFILE AT A GLANCE .......................................................................................................... 88
APPENDIX - I (C) .................................................................................................................................... 90
FINANCIAL STATUS ............................................................................................................................. 90
APPENDIX - I (D) ................................................................................................................................... 91
ANNUAL TURNOVER ........................................................................................................................... 91
APPENDIX - II .......................................................................................................................................... 92
FORM OF EARNEST MONEY DEPOSIT/ BID SECURITY(BANK GUARANTEE) .......... 92
APPENDIX - III ........................................................................................................................................ 94
FORM OF PERFORMANCE BANK GUARANTEE ....................................................................... 94
APPENDIX - IV ........................................................................................................................................ 96
INSTALLATION & PERFORMANCE CREDENTIALS ............................................................... 96
APPENDIX - V .......................................................................................................................................... 97
EXPERIENCE FOR SUPPLY AND COMMISSIONING OF SOLAR PHOTOVOLTAIC
WATER PUMPING SYSTEM .............................................................................................................. 97
APPENDIX - VI ........................................................................................................................................ 98
FORM OF CONSENT FOR LOWEST MATCHING OFFER ....................................................... 98
APPENDIX - VII ....................................................................................................................................... 99
PRE-DISPATCH INSPECTION ........................................................................................................... 99
APPENDIX - VIII ...................................................................................................................................101
SAMPLE FORMATJOINT VENTURE AGREEMENT ................................................................101
SECTION-I
BID INVITATION
1. Introduction
b. The Bidders shall submit the bids in two parts by following e-tendering
process described in bidding documents. First part comprises of the
technical bid and the second part comprises of the financial / price bid in
accordance with this tender Document. The Bid shall be valid as per
Clause 0 Section-II of this tender Document.
f. The Bidder’s Names, Bid prices and the presence or absence of the
requisite and such other details as MSEDCL, at its discretion, may
consider appropriate will be announced at the time of opening.
BIDDING INFORMATION
No:
1 Tender Reference No. MSEDCL/CE(INFRA)/SPC/MSKPY/2018-
19/T-03, Date: 05.03.2019
Date of Pre-Bid
2 14/03/2019, 11:00 Hrs
Meeting
Last date & Time for
3 25/03/2019, 15:00 Hrs
submission of Bids
Date & Time of
4 opening of Technical 25/03/2019, 16:00 Hrs
Bid
Chief Engineer (Infra)
Maharashtra State Electricity Distribution
Address for Co. Ltd.
communication and 5th Floor, Prakashgad, Plot No. G-9, Prof.
5 Anant Kanekar Marg, Bandra (East),
Venue for Tender
opening Mumbai 400 051, India
Telephone: (022) 2647 4211 Extn. : 2231,
Email: cedspc2@gmail.com
Rs. 25,000/- + 18% GST (Rs. Twenty five
thousand Only plus 18% GST extra Non-
6 Tender processing fee
refundable & Non Transferable) i.e. Rs.
29,500/- as applicable
Earnest Money A total amount of Rs. 75 Lakhs (Rupees
7
Deposit (EMD) Seventy Five Lakhs only)
a. The successful bidder shall furnish the
performance Bank guarantee within 14
Performance Bank
calendar days from the issue of the
8 Guarantee in lieu of
LOA / LOE in the form of an
Security Deposit:
unconditional and irrevocable Bank
Guarantee for an amount equal to 2.5%
Note:
1. The date & time of opening of Price Bid will be announced later.
SECTION-II
INFORMATION AND INSTRUCTION TO BIDDERS
The Chief Engineer (Infra), on behalf of MSEDCL (the Employer) invites bids
from eligible bidders for empanelment for the FY 2019-20. The “works” include
design, manufacture, supply, transport, installation, testing and commissioning of
DC Solar Photovoltaic water pumping systems of 3HP& 5 HP capacity at identified
farmer’s site with provision of data transfer by Automated Meter Reading (AMR)
along with Water Discharge Reading directly to MSEDCL Portal in districts of
Maharashtra with guarantee period of 5 Years for off grid solar pump system and
10 years for solar PV panels (hereinafter referred to as the contract of works)
alongwith standalone lighting system and as described in the Bidding Data under
single point responsibility “Turnkey Contracts” under Tender No: MSEDCL/
CE(INFRA)/ SPC/ MSKPY/ 2018-19/ T-03 Date: 05.03.2019 as described under:
1. Scope of Contract:
port shall be provided. Further, there shall be provision of data storage for 6
months.
K. The Selected Bidder shall establish and operate minimum one Service
Centre before supply to attend the Beneficiaries’ complaints within
stipulated time in the state. Till then, an undertaking is to be given by the
bidder. Number of service centres may be more if thought fit to do so for
enhanced services.
L. The Works are to be carried out at various sites in the State of Maharashtra,
as described in the Bidding Data.
M. Time is the essence in completing the Works. The successful Bidder will be
required to complete the works within the stipulated time as specified in the
tender document.
N. The empanelment of agency shall be valid for 12 months from date of issue
of empanelment letter and further extendable to 03 months with mutual
consent.
O. Bids shall be complete and cover all Works described in the Schedule of
Prices. Any item of works required for complete usable system shall be
Q. Partial bids, or bids which do not cover the entire scope of the project will
be treated as incomplete and not responsive to the terms and conditions of
bidding and are liable to be summarily rejected.
2. Eligibility
A. The Bidder shall meet following minimum eligibility criteria for
participation in the Bid
i. The bidder should be a Registered Company with manufacturing
facility in India for SPV Modules or Motor-pump Sets or Solar
Pump Controller (Test Certificate for any one of the above
components from a MNRE accredited Test lab is mandatory) OR A
PV System Integrator with three years track record in Off Grid or
Grid Connected PV Systems OR MNRE empanelled Company to
Participate in Solar Pumping Programme through NABARD.
ii. The bidder has to offer his maximum quantity of 3HP & 5HP each.
However the minimum offered quantity for each capacity of pump
shall not be less than 20% of the respective quantity of 3HP & 5HP
each of respective revenue division. The bidder has to quote for
both capacities i.e. 3HP & 5 HP. Quote for single capacity is not
permitted. The bidder can quote for one or more Revenue
Divisions. The bid not satisfying these criteria shall be treated as
non-responsive.
iii. Each bidder shall submit only one bid for the tender. A bidder who
submits more than one bid for the same tender will be
disqualified. Alternate / conditional offer will be treated as non-
responsive.
C. Other Conditions for Special Purpose Vehicle (SPV) of Joint Venture (JV)/
Consortium
D. The Bidder should have valid GST/ TIN registration certificate in the state. A
copy of which should be enclosed.
3. Experience:
4. Turn Over:
The Average Annual Financial Turnover during the last 3 years (FY 2015-16,
2016-17 & 2017-18), should be Rs. 50 Crores.
5. Net worth:
a. The Individual bidder shall have a positive Net Worth (which is defined
as “Net value of the assets – Net value of liabilities”) for the financial
year 2016-17 & 2017-18 (as per the latest audited balance sheet).
6. Standards/ Certificates:
c. The Bidder shall submit all the valid test certificates and reports of the
system components following the latest MNRE Guidelines and the same
components shall be supplied for which the test reports/ certificates
are submitted.
d. The same make of Solar Panels, pumps, controller for which the test
report is submitted in the bid document should be supplied by the
bidder.
7. Instructions:
i. The price bid of those bidders who pass the performance test (as
specified Annexure –III of Section – VIII), shall only be opened.
j. In case bidder fails in the performance test; his financial bid shall not
be opened & he shall be disqualified from further process.
l. The time and date of the opening of the Price Proposals shall be
intimated on web site by the Employer.
m. The bidder who has quoted lowest price will be declared as an L-1
bidder. L-1 bidder will be declared Revenue Division wise.
vi. The MSEDCL will not entertain any claim at any stage from the
successful bidder on the plea of not having sufficiently acquainted
himself as to the site conditions.
9. Cost of Bidding:
The bidder shall bear all costs associated with the preparation and
submission of bid, tests and other such expenses and MSEDCL will in no
case be responsible or liable for these costs, regardless of the conduct or
outcome of the bidding process.
The Bid uploaded by the Bidder and all correspondence and documents in
relations to the bid shall be in English Language. Supporting documents and
printed literature furnished by the bidder may be in another language
provided they are accompanied by an accurate translation of the relevant
passages in the English language duly authenticated and certified by the
bidder. Supporting materials, which are not translated into English, may not
be considered. For the purpose of interpretation and evaluation of the
Application, the English language translation shall prevail.
The Bid prepared by the Bidder shall be uploaded in ‘Two parts viz. Pre-
Qualification cum Technical Bid and Financial Bid. Bids shall electronically
submit online in the E-tender platform and the documents shall be scanned
and submitted.
The Bidder shall indicate on the Price Schedule the prices of various
capacity Solar Photovoltaic water pumping system. Financial Bid shall
contain:
The bidder should quote offered quantity & the percentage quote as
against the unit FORD rate (excluding GST). The bidder may quote for
one or more Revenue Divisions. The bidder has to quote for both
pump capacities along with standalone lighting system as stipulated
in clause no. 2A(ii). The unit rates are FORD rates exclusive of GST.
GST as applicable will be paid extra. Installation, testing,
commissioning charges includes “FOR” destination prices inclusive of
packing, forwarding, freight, inland transportation, insurance,
loading, unloading, supply, distribution, collection, testing inspection
and any/ all charges incidental for successful design, supply,
Installation, commissioning and maintenance for five years during
guarantee period of Solar Photovoltaic Water Pumping systems
including reading & recording facility and standalone lighting system.
Guarantee and Insurance of standalone system will be as per tender
document. Prices are acceptable only on F.O.R. Destination (F.O.R.D.)
basis exclusive of Goods & Service tax (GST) as desired in the Price
Bid Schedule. It shall be noted that bid not confirming to Price
Schedule shall be rejected even though the bidder offer may be
lowest. Therefore, the prices shall be quoted in the form Price
Schedule of the Tender document.
The prices to be quoted by the bidder should take into account the
credit available on input under the “Input Tax Credit” scheme
available under GST law including such credit allowed on the Stock
available as on the appointed day of GST as per transitional
provisions .
The bidder should give a declaration that any input tax credit in
respect of duties on inputs as admissible under GST law is being
totally & unconditionally passed to the purchaser in the price quoted
by him.
The bidder should declare that in quoting the above price the bidder
has taken into account the entire credit on inputs available under the
input tax credit scheme available under GST law.
fully, the bidder shall indicate the reasons thereof dully supported by
documentary evidence.
A. The bidder should offer the quantity along with delivery schedule.
e. Any Bid not in accordance with clause 12 & 14 of this Section - II,
will be rejected.
f. The incomplete price bid/ partly quoted price bid will be rejected.
A. The Bidder shall furnish, as part of its Technical Proposal, a bid security
in the amount of Rs. 75 Lakhs.
B. The bid security shall, at the bidder's option, be in the form of a demand
draft or an unconditional, irrevocable Bank Guarantee valid not less than
6 months from Last date of Bid submission, from any Nationalized/
Scheduled Bank in favour of the Employer, payable at Mumbai, as stated
in the Bidding Document. The format of the Bank guarantee shall be in
accordance with the sample form of bid security included as Appendix-II.
The scan copy of E.M.D. B.G. shall be uploaded in e-tendering portal & the
hard copy of E.M.D. B.G. shall be made available to employer before Bid
submission date & time.
D. The bid security of the successful bidder will be returned when the
bidder has signed the Contract Agreement and furnished the required
Performance Bank Guarantee (Security Deposit).
A. If a Bidder withdraws its Bid during the period of Bid validity Specified
by the Bidder on the Bid Form;
A. Bids shall remain valid for 120 days after the date of opening of
Technical Bid. A Bid valid for a shorter period shall be rejected by
MSEDCL as non-responsive.
Bidders shall submit offers which comply with the requirements of the
bidding documents. Alternative proposals will not be considered. The
attention of the bidders is drawn to the provisions regarding the rejection of
bids which are not substantially responsive to the requirements of the
bidding documents.
A. At any time prior to the deadline for submission of bids, the Employer
may, for any reason, whether at its own initiative or in response to a
clarification requested by a prospective bidder, modify the bidding
documents by issuing addenda.
C. Bidder must give clear page numbers to each page of his offer and a
detail index should be provided indicating the page numbers for each
relevant document comprising his offer. Checklists for documents and
data to be furnished by the Bidders have been given elsewhere in the
bidding document, separately for Technical Proposal and Price Proposal.
Bidders must fill in these checklists clearly indicating whether
corresponding document is submitted or not and if submitted, the
relevant page number. If a document is not found at the corresponding
page number given in the index, it will be concluded that the said
document is not submitted by the Bidder.
B. Bids sent by any other mode like in person, post, e-mail will not be
considered.
C. MSEDCL may at its discretion require any Bidder to submit the hard copy
of any of the document submitted on e-tender platform.
a. The bidder shall scan all the documents forming part of the bidder’s
Technical Proposal, and convert the same into PDF format. The size of
the Technical Proposal in PDF format shall not exceed 5 MB. In case the
size of the PDF document exceeds 5 MB, the PDF document shall be split
up into suitable number of files of size of 5 MB or less each. There after
each file shall be numbered as “Tech_(Number & Name of
Document).pdf”. Then these files shall be digitally signed using the
software provided by the Employer during registration of the bidder. The
digitally signed document files shall be uploaded by the bidder on the “e-
tendering” web site of MSEDCL.
b. The bidder shall scan all the documents forming part of the bidder’s
Price Proposal, and convert the same into PDF format. Then these files
shall be digitally signed using the software provided by the Employer
during registration of the bidder. The digitally signed document files
shall be uploaded by the bidder on the “e-tendering” web site of MSEDCL.
A. Bids must be uploaded by the bidder through e-tender process not later
than the time and date specified in the invitation for Bids (Section - I).
B. The MSEDCL may, at the discretion, extend this deadline for submission
of bids by issuing an addendum in accordance with clause (16), in which
case all rights and obligations of MSEDCL and Bidders previously subject
to the deadline will thereafter be subject to the deadline as extended.
In online e-tender system, bidder shall not be able to submit the bid after
the bid submission time and date as the icon or the task in the e-tender
portal will not be available.
During evaluation of Bids, MSEDCL 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 prices or substances of the Bid shall be
sought, offered or permitted.
A. MSEDCL reserves the right to accept or reject any bid or all the bids and
to annul the bidding process and reject all bids at any time prior to
award of contract, without thereby incurring any liability or any
obligation to inform the affected bidder or bidders of the grounds for the
said action.
A. The MSEDCL will examine the Bids to determine whether they are
complete, whether any computational errors have been made, whether
required sureties have been furnished, whether the documents have
been properly signed, and whether the bids are generally in order.
If there is a discrepancy between words and figures, the lower of the two
will prevail. If the Bidder does not accept the correction of errors, its bid
will be rejected and EMD forfeited. MSEDCL may waive any minor
infirmity or non- conformity in a bid, which does not constitute a
material deviation, provided such a waiver does not prejudice or affect
the relative ranking of any bidder.
a. The Employer will open the Technical Proposals on the date and
time designated in the E-Tender Notice/ Bid Document.
D. Performance Test:
b. The price bid of those bidders who pass the performance test (as
specified Annexure –III of Section – VIII), shall only be opened.
F. Financial Evaluation:
The "Financial bids" of only those bidders shall be opened, who qualifies
the “Performance test". The price bids of the eligible bidders will then be
evaluated in the manner provided below;
a. At the outset, the price bids of all the Bidders who are technically
qualified in technical evaluation and thereafter qualifies the
Performance test shall be opened in the presence of the Bidders’
Representatives who choose to attend.
b. The bidder's names, the Revenue Division wise Bid Prices, of each
bid, any discounts, and such other details as the Employer may
consider appropriate, will be announced and recorded by the
Employer at the opening. The bidder's authorized representatives
will be required to sign this record.
c. The Bidder shall quote his price on a percentage basis against the unit
FORD cost (excluding GST) for solar pumping system including
standalone solar lighting system Revenue Division wise. Same
percentage quote will be applicable to 3HP & 5 HP set including
standalone system.
d. In case of percentage quoted in words and figure are different, the
lowest of the two shall be considered (i.e. which is beneficial to
MSEDCL).
e. Such Bidder who has quoted the lowest percentage shall be
declared as the preferred Bidder Revenue Division wise (the “First
Selected Bidder”).The L-1 bidder will be declared Revenue
Division wise. The Employer at sole discretion, if found necessary,
may negotiate the offer of “First Selected Bidder i.e. L-1 bidder”.
H. Offers by matching prices with lowest acceptable bidder:
On declaration of the First Selected Bidder/ preferred bidder for the
Solar Water Pumping System; exercise of matching prices shall be
carried out as below;
a. Employer shall invite the remaining successful bidders to match
the quote of the lowest acceptable L-1 Bidder Revenue Division
wise.
b. If the other bidder/s are consented to accept order at such lowest
acceptable price, all such bidders shall be empanelled subject to
submission of PBG within 14 days and execution of agreement.
c. The Employer reserves the rights to empanel the agencies at sole
discretion subject to matching the quote of the L-1 Bidder.
A. MSEDCL will empanel the successful Bidder(s) whose Bid has been
determined to be substantially responsive and has been determined as
the lowest evaluated bid as per the criteria mentioned above, i.e.
quantity of pumps for which lowest price quoted and quantity of pumps
in which offer price matched with Lowest price of the pumps provided
further that the Bidder is determined to be qualified to perform the
Contract satisfactorily.
B. The Employer reserves the right to accept or reject any bid, and to
annual the bidding process and reject all bids, at any time prior to
empanelled/award of Contract, without thereby incurring any liability to
the affected bidder or bidders or any obligation to inform the affected
bidder or bidders of the grounds for the Employer's action.
If, after the date seven (07) days prior to the date of Bid Opening, any law,
regulation, ordinance, order or by-law having the force of law is enacted,
promulgated, abrogated or changed in India (which shall be deemed to
include any change in interpretation or application by the competent
authorities) that subsequently affects the costs and expenses of the
Contractor and/or the Time for Completion, the Contract Price shall be
correspondingly increased or decreased, and/or the Time for Completion
shall be reasonably adjusted to the extent that the Contractor has thereby
been affected in the performance of any of its obligations under the
Contract. However, these adjustments would be restricted to direct
transactions between the Employer and the Contractor and not on
procurement of raw materials, intermediary components etc. by the
Contractor for which the Employer shall be the sole judge. Notwithstanding
the foregoing, such additional or reduced costs shall not be separately paid
or credited if the same has already been accounted for in the price
adjustment provisions where applicable to the Contract Agreement.
A. At the same time that the employer notifies the successful bidder that its
bid has been accepted, the Employer will send the bidder the Form of
Contract, incorporating all agreements between the parties.
B. At any time the value of PBG should not be less than 5% of the value of
executed works. In case the PBG amount is less than 5% of the value of
executed works the agency will have to submit additional PBG so as to
make the total value of PBG at least equal to 5% of the value of executed
works.
E. The defect liability period of the works including the material shall be 5
years which includes free replacement of defective/ non-working/
faulty/ malfunctioning components of Solar Photovoltaic water pumping
systems within Contractual period till completion of guarantee period of
5 years of commissioning of last pump. Defect liability for PV Panels shall
be 10 years after commissioning of Last Solar pump.
B. MSEDCL will reject a proposal for award if it determines that the bidder
recommended for award is engaged in corrupt or fraudulent practices in
competing for the contract in question;
SECTION – III
GENERAL CONDITIONS OF CONTRACT (GCC)
The following are the General Conditions of Contract for Supply of Solar
Photovoltaic Water Pumping Systems, as per the specifications given in the
document.
1. THE CONTRACT
A. Definitions
In the Contract (as defined below) the words and expressions defined
below shall have the meanings assigned to them, except where the
context requires otherwise:
vi. "Effective Date" means the date on which the Contract enters
into legal force and effect. That will be the date of signing of
the contract agreement.
ix. "Time for Completion" means the time for completing the
Works and commissioning of complete Section, and passing
the Tests on Completion, as stated in the Appendix to
Technical Proposal, calculated from the Commencement Date.
b. Documents
c. Interpretation
ii. Words importing the singular also include the plural and vice
versa where the context requires.
f. Other Definitions
xv. "Site" means the places provided by the Employer where the
Works are to be executed at the locations of identified farmers
and to which Plant and Materials are to be delivered and any
other places as may be designated in the Contract as forming
part of the Site.
xxiii. ‘Allotted work/ quantity’ means the work/ quantity for which
the work order is issued to the empanelled agency during the
rate contract period as per tender terms and conditions.
The headings and marginal notes are not part of these Conditions,
and shall not be taken into consideration in their interpretation.
h. Persons
j. Contract Agreement
k. Priority of Documents
l. Documents on Site
The Contractor shall keep on the Site one complete set of the
documents forming the Contract, the Construction Documents,
Variations, other communications given or issued and the
documents mentioned in Sub-Clause k. The Employer, the
Employer's Representative and assistants (as referred to in Clause 1
(b)) shall have the right to use such documents at all reasonable
times.
m. Communications
q. Confidential Details
s. Labour laws
The Contractor shall comply with all the relevant labour laws
applying to his employees, and shall duly pay and afford to them all
their legal rights. The Contractor shall require all such employees to
obey all applicable laws and regulations concerning safety at work.
Contractor shall deposit the labour cess as per Building and Other
Mukhyamantri Sour Krushi Pump Yojana 42 | P a g e
Page 44 of 128
MSKPY/2018-19/T-03 Version-8
Maharashtra State Electricity Distribution Company Limited
t. Confidentiality
The Contractor shall treat the details of the contract as private and
confidential, except to the extent necessary to carry out its
obligations under it. The Contractor shall not publish any
information, drawings or photographs concerning the Works, or
permit to be published, or otherwise disclose any particulars of the
Contract in any trade or technical paper or elsewhere without the
prior consent in writing of the Employer, and subject to any terms
and conditions that he may prescribe.
v. Severability
2. Manner of Execution
3. Application
These General Conditions shall apply to the extent that they are not
superseded by provisions in other parts of the contract.
4. Standards
A. The goods supplied under this contract shall confirm to the Standards
mentioned in the Technical specification Section VIII as per the MNRE
requirements and, when no applicable standard is mentioned, to the
authoritative standard appropriate to the Good’s country of origin
and such standards shall be the latest issued by the concerned
institution.
B. Inspection & Testing: MSEDCL reserves the right to Inspect & test
the various components Solar Photovoltaic Water Pumping System
before the dispatch to confirm their standards to the contract
specifications at no extra cost to MSEDCL. If required, the pre
dispatch testing of the Solar Photovoltaic Water Pumping System
shall be done at the manufacture’s place. These tested parameters
should match the IEC/ ISI/ MNRE/ BEE standards of tender. If
components of the system are not as per the standards, entire lot has
to be replaced with new components which shall confirm to the
standards mentioned in the tender at Contractor/Agency’s cost.
5. Setting Out:
The Contractor shall set out the works in relation to original points, lines
and levels of reference specified in the Contract Documents or, if not
specified, given by the Employer's Representative in writing. The Contractor
shall rectify, at his cost, any error in the positions, levels, dimensions or
alignment of the Works.
B. The Bidder shall not, without MSEDCL prior written consent, make
use of any document or information.
D. The MSEDCL's right to inspect, test and where necessary, reject the
Goods after the Goods arrival at Project Site shall in no way be limited
or waived by reason of the goods having previously been inspected,
tested and passed by MSEDCL or its representative prior to the goods
shipment.
G. MSEDCL may appoint third party for inspection of complete system, its
workmanship and performance during contract period of the projects.
9. Insurance
Solar Photovoltaic Water Pumping Systems under the contract shall be fully
insured by the Contractor/ Agency in Indian Rupees against any loss or
damage incidental to manufacture or acquisition, transportation, storage till
handing over the complete system to the beneficiary and the contract price
shall include the same.
10. Transportation
11. Payment:
Payment will be made to the Contractor/ Agency as per Section VI, Clause 2.
12. Sub-contracts:
Delivery of the goods and performance of the services shall be made by the
Contractor/ Agency in accordance with mutually agreed conditions.
Except as provided under Section – III, GCC Clause 18, a delay by the
Contractor/ Agency in the performance of its delivery obligations shall
render the Contractor/ Agency liable to the imposition of penalty pursuant
to Section - VIII, Clause (Error! Reference source not found.)&(2), unless an
xtension of time is agreed upon pursuant to Section – III, GCC Clause 14
without the application of liquidated damages.
If the contractor fails to carry out any of the obligations, or if the Contractor
is not executing the works in accordance with the Contract, the MSEDCL
may give notice to the contractor requiring him to make good such failure
and remedy the same within a specified reasonable time.
16. Suspension
C. During the period of suspension, the Contractor shall not remove from
the Site any Plant and Equipment, any part of the Facilities or any
Contractor’s Equipment, without the prior written consent of the
Employer.
A. If the Contractor/ Agency fails to deliver any or all the goods within
the period(s) or within any extension thereof granted by the MSEDCL
pursuant to GCC Clause (13)& (14); or
For purposes of this Clause "Force Majeure" means an event beyond the
control of the Contractor/ Agency and not involving the Contractor/
Agencies fault or negligence and not forcible. Such event may include, but
are not limited to, acts of MSEDCL either in its sovereign or contractual
capacity, wars or revolutions, fires, floods, epidemics, quarantine
restrictions and freight embargoes.
MSEDCL may at any instance/ time may terminate him from the contract by
giving written notice to the Contractor/ Agency, if the Contractor/ Agency
become bankrupt or otherwise insolvent. In this event, termination will be
without compensation to the Contractor/ Agency, provided that such
termination will not prejudice or affect any right of action or remedy which
has accrued or will accrue thereafter to MSEDCL.
The Committee shall (within l20 days) after receipt of the contractor’s
representation make and notify decisions of all matters referred to by
the contractor in writing.
B. Notices
Any notice given by one party to the other pursuant to this contract
shall be sent to other party in writing or by cable, telex or facsimile, E-
mail and confirmed in writing to the other party's address specified.
For the purpose of all notice, the following shall be the address of the
MSEDCL.
Contractor/ Agency: Name & Postal Address, contact nos., fax no. etc.
(To be filled in at the time of contract signature)
C. Arbitration
The decision of the majority of the arbitrators shall be final and binding
upon the parties. In the event of any of the aforesaid arbitrators dying,
neglecting, resigning or being unable to act for any reason, it will be
lawful for the party concerned to nominate another arbitrator in place
of the outgoing arbitrator.
D. Disputes
MSEDCL and the Contractor/ Agency shall make every effort to resolve
amicably by direct informal negotiation any disagreement or dispute
arising between them.
i. If, after thirty (30) days, the parties have failed to resolve their
dispute by such mutual consultation, then either MSEDCL or the
Contractor/ Agency may give notice to the other party of its
intention to commence arbitration, as hereinafter provided, as to
the matter in dispute, and no arbitration in respect of this matter
may be commenced unless such notice is given.
b. The MSEDCL shall pay the Contractor/ Agency any monies due
to the Contractor/ Agency. The MSEDCL reserves right to place
Intent for supply to extent of availability of funds/ grants and
may cancel the project due to unforeseen obligations.
The contract shall be interpreted in accordance with the laws of the Union of
India.
25. Agreement:
A. The successful bidder warrants that the Goods installed under this
Contract are new, unused, of the most recent or current models and
that they are as per the Technical Specification provided under this
Contract. The Contractor/ Agency further warrants that all Goods
supplied under this Contract shall have no defect arising from design,
materials or workmanship or from any act or omission of the
Contractor/ Agency that may develop under normal use of the supplied
Goods in the conditions prevailing in the country of final destination.
C. The guarantee period shall be extended by the project during which the
plant remains non operative due to the reasons within the control of
the contractors. Care should be necessarily taken to make Solar
Photovoltaic Water Pumping System operational, once the reporting of
the fault/ non-operational status is done, within 7 days. If the Solar
Photovoltaic water pumping system is not made operational within 7
days, the Contractor/ Agency will be penalized in accordance with
Section –VII, clause (3).
F. The above guarantee shall take effect from the date on which the
system is taken over by the users or beneficiaries.
G. The successful bidder shall be liable to make good the loss by replacing
the defective product during the guarantee period for the entire system
free of cost, failing which MSEDCL deduct the amount from the amount
retained by MSEDCL as per Payment terms and will be blacklisted.
H. The guarantee will cover all the materials and goods involved in the
installation and commissioning of Solar Photovoltaic Water Pumping
Systems by the successful Bidder under this contract, irrespective of
the fact whether these have been manufactured by the Successful
Bidder or not. The decision in this regard by MSEDCL is final and
binding on the successful bidder.
29. Packing
The Bidder shall provide such packing of the goods as is required to prevent
their damage or deterioration during transit to their final destination as
The packing, marking and documentation within and outside the item shall
comply strictly with such special requirements as shall be provided for in
the contract including additional requirements, if any, specified in SCC and
in any subsequent instructions ordered by the MSEDCL.
SECTION – IV
SPECIAL CONDITIONS OF CONTRACT (SCC)
Dispatch clearance has to be obtained from MSEDCL. Only after the issue of
the same the materials shall be dispatched.
Upon Delivery of the goods, the Contractor/ Agency shall notify MSEDCL full
details of the shipment including contract number, transport receipt number
and date, description of goods, quantity, name of the consignee etc. The
Contractor/ Agency shall mail the following documents to MSEDCL:
F. The packages shall have clear indication of place/ quantity on the outer
cover and within the cover it shall have all the detailed list of beneficiary
and all the bill books, acknowledgement receipts etc. as per work order.
A. Billing: Contractor/ Agency shall raise the invoice/ bill for supply,
installation, testing and commissioning of Solar Photovoltaic water
pumping system.
The Contractor/ Agency is obliged to work closely with MSEDCL staff, act
within its own authority and abide by directives issued by MSEDCL and
implementation activities.
The Contractor/ Agency will abide by the job safety measures prevalent in
India and will free MSEDCL from all demands or responsibilities arising from
accidents or loss of life the cause of which is the Contractor/ Agency's
negligence. The Contractor/ Agency will pay all indemnities arising from such
incidents and will not hold MSEDCL responsible or obligated.
The Contractor/ Agency will treat as confidential all data and information
about MSEDCL, obtained in the execution of his responsibilities, in strict
confidence and will not reveal such information to any other party without
the prior written approval of MSEDCL.
b. MSEDCL reserve the right to depute engineer officers from his/ her office
for the supervision and inspection at the time of implementation of the
contract. The bidder should submit report to the concerned engineer
officer regarding the implementation of the contract.
d. If any defect is noticed within guarantee period after supply, same will
have to be replaced by the Contractor/ Agency at his own expenses.
e. The successful bidder should indicate the name and address of their
nearest centre that can take up immediate action on complaint.
6. Guarantee:
The off grid solar pump system shall be guaranteed for 5 years. The Solar PV
panel of Solar Pump system and stand alone system (along with stand) shall
be guaranteed for 10 years. The LEDs, USB port facility for mobile charging
through the solar panel and ON-OFF switch with DC Socket (15A) for
battery charging through the solar system shall be guaranteed for 3 years.
SECTION - V
IMPLEMENTATION SCHEDULE AND PROCESS:
The work should be implemented by the Contractor/ Agency as per the following
implementation schedule: -
1. The applicant seeking application for off grid solar pump will apply online on
MSEDCL web portal.
2. MSEDCL will approve the application and issue Firm Quotation for
beneficiaries’ share along with list of empanelled contractors in respective
Revenue Division.
3. Applicant will make the payment of his share and select the empanelled
agency and inform the MSEDCL through web portal.
5. The Agency shall provide Solar Photovoltaic Water Pumping System along
with Standalone lighting system to farmers within 90 days from issue of work
order.
7. If Agency fails to perform the activities within 90 days from issue of work
order, the Notice to Correct Work shall be issued.
9. In case Agency fails to perform the activities even after 15 days from the issue
of the Termination of Contract Notice, the Empanelment / contract/ work
shall be terminated.
10. In case if Agency does not execute the offered quantity, the Agency shall be
blacklisted (in case of "JV / Consortium", all the partners shall be blacklisted)
11. The Agency has to provide operation and maintenance manuals, as specified,
in Marathi Language and also to provide Maintenance Diary with beneficiary
at site as mentioned in Section - III, GCC, Clause (28).
12. The system shall be handed over to the beneficiary i.e. farmer after successful
commissioning and operation through prescribed handing over and taking
14. The Agency has to attend the complaints on information and resolve the same
within 72 hrs.
15. The Agency has to replace defective Solar Photovoltaic Components of the
systems during the guarantee period.
16. The Agency to follow above outlined process for replacement of defective
Solar Water Pumping system. The Agency has to obtain acknowledgment for
the same and submit to MSEDCL as per the procedure.
SECTION - VI
SCHEDULES OF PRICES AND SCHEDULE OF PAYMENTS
B. The Revenue Division wise ‘FORD’ price exclusive of Goods & Services
Taxes (GST) quoted against Solar Water pumping System shall be
considered to determine the Lowest Price for the tender. This offer
includes all requirements under the Contractor's responsibilities for
testing and commissioning of the facilities and, unless otherwise
stipulated in the bidding documents, the acquisition of all permits,
approvals and licenses, etc., payment of all taxes, duties, surcharges,
inspection charges and other agency fees, and such other items and
services as may be required for execution of the works, all in accordance
with the requirements of the Conditions of Contract.
D. Such Bidder that has quoted the lowest price (exclusive of all the taxes)
in the Revenue Division shall be declared as the preferred Bidder (the
“First Selected Bidder”). The declaration shall be Revenue Division wise.
The Bidder shall quote rates clearly and no alterations or additions shall
be made to the Price schedule.
E. The rates and prices quoted by the bidder shall remain fixed and valid
for the duration of the contract and would not be subject to variation on
Payment terms.
2. Payment procedure:
A. The payment will be disbursed through Running Account (RA) bill wise
as specified under:
Note: In case if “Bidder” does not provide service during the guarantee
period, BG shall be forfeited and “Bidder” be blacklisted & provision of
penalty clauses will be followed.
3. Taxation
A. The price bid by the Contractor shall except GST, include all customs
duties, import duties, business taxes, income tax, and any other taxes,
duties or levies that may be levied in accordance to the laws and
regulations in being as of the date 28 days prior to the closing date for
submission of bids in India on the Contractor's Equipment, Plant,
materials and supplies (permanent, temporary and consumable)
acquired for the purpose of the Contract and on the services performed
under the Contract. Nothing in the Contract shall relieve the Contractor
from its responsibility to pay any tax that may be levied in India on
profits made by it in respect of the Contract.
B. The bidder should also note that the Employer will discharge its tax
liability under the most beneficial scheme for availing the maximum cost
advantage. Bidder should therefore take GST refund / rebate to which
they may be legally entitled into consideration while offering their
quoted rates/ prices.
SECTION - VII
PENALTY FOR DELAY:
B. The Liquidated Damages for the delay applicable to activities will not be
attributed to the contractor subject to the condition specified in the Section-
III, GCC, clause (18) “Force Majeure” and the mutually agreed genuine
causes brought on the records thereof by the contractor.
C. The total penalty towards LD shall not exceed 10% of the Contract value.
In case the agency doesn’t execute more than 20% of allotted work, the
empanelment will be cancelled and PBG will be forfeited.
Contractor shall take necessary care to maintain Solar Water Pumping System
operational, however after reporting of the fault/non-operational status is not
attended within 3 days and the Solar Photovoltaic water pumping system is not
made operational within 3 days, the penalty of Rs. 100/-per day per Solar
Photovoltaic water pumping system upto first 7 days and thereafter Rs. 500/-
per day per Solar Photovoltaic water pumping system shall be levied till the
Solar Photovoltaic water pumping system is put back in to satisfactory working
condition. If Solar Photovoltaic Water Pumping System is not put back in to
satisfactory working condition the same shall be repaired/ replaced at the RISK
& COST of the contractor with the help of other agencies.
The penalty/ RISK & COST amount will be recovered from the balance payable
amount or Bank Guarantee maximum to the extent of cost of Solar Photovoltaic
water pumping system.
The complaints shall be lodged by beneficiary farmer on Solar Portal/ Toll free
No. of MSEDCL and from this portal the communication will done to the
contractor within 72 hrs. The Contractor will arrange for redresser of
compliant within 7 days from the date of receipt of communication from Solar
portal of MSEDCL.
SECTION - VIII
TECHNICAL SPECIFICATIONS, PERFRMANCE TESTING AND OTHER
OPERATION AND MAINTENANCE GUIDELINES:
Annexure-I
1. INTRODUCTION
A. PV Array :
C. Electronics :
a. Voltage,
b. current,
c. Output Watt and
d. Cumulative KWH
e. Date & Time of Pump On/ Off
f. Water Discharge
AMR software will be of MSEDCL, the bidder shall share the communication
protocol with MSEDCL to make the above data available with MSEDCL Portal.
Solar PV Water Pumps with PV array with the capacity mentioned in Annexure-
II has to be installed for suitable bore-well/ open well/ Water Reservoir/
Water stream etc.
Under the “Average Daily Solar Radiation” condition of 7.15 KWh / sq.m. on the
surface of PV array (i.e. coplanar with the PV Modules), the minimum water
output from a Solar PV Water Pumping System at different “Total Dynamic
Heads” should be as specified below:
For D.C. Motor Pump Set with Brushes or Brush Less D.C. (B.L.D.C.) :
A. 100 litres of water per watt peak of PV array, from a Total Dynamic Head
of 10 metres (Suction head, if applicable, minimum of 7 metres) and with
the shut off head being at least 12 metres.
B. 50 litres of water per watt peak of PV array, from a Total Dynamic Head
of 20 metres (Suction head, if applicable, up to a maximum of 7 metres)
and with the shut off head being at least 25 metres.
C. 35 litres of water per watt peak of PV array, from a Total Dynamic Head
of 30 metres and the shut off head being at least 45 metres.
D. 21 litres of water per watt peak of PV array, from a Total Dynamic Head
of 50 metres and the shut off head being at least 70 metres.
E. 14 litres of water per watt peak of PV array, from a Total Dynamic Head
of 70 metres and the shut off head being at least 100 metres.
F. 9.5 litres of water per watt peak of PV array, from a Total Dynamic Head
of 100 metres and the shut off head being at least 150 metres.
The actual duration of pumping of water on a particular day and the quantity of
water pumped could vary depending on the solar intensity, location, season,
etc.
3. PV ARRAY
B. Modules must qualify to IEC 61730 Part I and II for safety qualification
testing.
C. The efficiency of the PV modules should be minimum 14% and fill factor
should be more than 70%.
D. The terminal box on the module should have a provision for “Opening”
for replacing the cable, if required.
F. There should be a Name Plate fixed inside the module which will give:
4. MOTOR PUMP-SET
A. The Solar Photovoltaic Water pumping systems must use the following type
of motor pump sets:
B. The “Motor Pump Set” should have a capacity of 3HP & 5HP DC and should
have the following features:
C. It is recommended that all parts of the pump and the motor of the
submersible pumps should be made of stainless steel.
The manufacturers of pumps should self certify that, the pump and all
external parts of motor used in submersible pump which are in contact
with water, are of stainless steel. It is essential that the construction of
the pump be made using parts which have a much higher durability and
do not need replacement or corrode for at least 5 years.
Important: AMR software will be of MSEDCL, the bidder shall share the
communication protocol with MSEDCL to make the above data available with
MSEDCL Portal.
E. The following details should be marked indelibly on the motor pump set
a. Name of the Manufacturer or Distinctive Logo.
b. Model Number.
c. Serial Number.
B. Controller for BLDC motor driven pumps, if required be used. The controller
must have IP54 protection or must be housed in a cabinet having at least IP
54 protection.
D. Full protection against open circuit, accidental short circuit and reverse
polarity should be provided.
Colour Red/Blue/Black
Power Surges/ Lightning
Protection
Strikes
7. OTHER ACCESSORIES:
8. GUARANTEE
The PV Modules must be guaranteed for output wattage, which should not be
less than 90% at the end of 10 years and 80% at the end of 25 years. The whole
system including submersible pumps shall be guaranteed for 5 years (10 years
for Solar panel). Required Spares for trouble free operation during the
Guarantee period should be provided along with the system..
10. NOTES
A. The type of pump set used must match the total dynamic head
requirement of the site (i.e. the location at which it is installed).
B. The service personnel of the Supplier shall make routine maintenance visits
monthly for the first year and quarterly thereon till the completion period of
comprehensive maintenance. The report has to be maintained. Apart from
the monitoring, regular periodical maintenance of system has to be done.
The report has to be maintained in a prescribed table format in a register
maintained at the site which should contain Month, Inspection Date, Action
taken against the Defects found in the System and Remarks of the
C. The deputed personnel shall be in a position to check and test all the
equipments regularly, so that preventive actions, if any, could be taken well
in advance to save any equipment from damage.
G. Employer reserves the right to claim damages and Costs for non-fulfilment
of guarantee, apart from forfeiting the BG if any, in the event of
unsatisfactory maintenance.
Annexure-II
Descripti
Model-III Model-IV Model-V Model-VI Model-VII Model-VIII
on
PV array 3000 Wp 3000 Wp 3000 Wp 4800 Wp 4800 Wp 4800 Wp
3 hp 3 hp 3 hp 5 hp 5 hp 5 hp
Motor submersib submersib submersib Submersib Submersib Submersib
capacity le with le with le with le with le with le with
controller controller controller controller controller controller
Shut Off
100 100 150
Dynamic 45 metres 75 metres 70 metres
metres metres metres
Head
Water output figures are on a clear sunny day with three times tracking of Solar
Photovoltaic panel, under the “Average Daily Solar Radiation” condition of
7.15 KWh/ sq.m.on the surface of PV array (i.e. coplanar with the PV
Modules).
Notes:
Annexure-III
Performance Testing:-
1. The bidder who qualifies in Technical bid shall perform the performance test
for respective capacity of pumps for which he is qualified. After successful
completion of performance test only, the bidder shall actually be eligible for his
opening of financial bid. Failing which his price bid shall not be opened & he
shall disqualify from further bidding process.
3. MSEDCL will identify the site for testing of Solar Water Pumping System.
4. MSEDCL will certify the performance test and will be the final authority.
Water output figures are on a clear sunny day with three times tracking of solar
photovoltaic panel, under the “Average Daily Solar Radiation” condition of
7.15 KWh/ sq.m. on the surface of PV array (i.e. coplanar with the PV
Modules).
SECTION - IX
FORM AND APPENDIX OF TECHNICAL AND PRICE PROPOSAL
Preamble:
J. Appendix – I to IX
All portions of this Volume should be carefully read and thoroughly understood
in the context of all the various conditions of Contract before the forms,
Schedules, are completed by the Bidder. Section - III, General Conditions of
Contract, Section VII, Technical Specifications, describe the technical
requirements for the Works, while the activities listed in the Schedule of Prices
Price Bid, set out the scope of the Works that are to be completed under this
Contract.
Such information shall cover all work described in, or to be implied from, the
Works described in this bidding document, and shall take into account all
conditions of Contract as set out in the Appendix to Technical Proposal under
this Section VIII. The Bidder will be responsible to provide any supplementary
data and documents wherever these may be required.
The rates and prices quoted by the Bidder shall cover all work described in, or
to be implied from, the description, conditions and specifications provided in
the bidding documents.
To,
Maharashtra State Electricity Distribution Company Ltd.
Represented by the:
Chief Engineer(Infra),
Maharashtra State Electricity Distribution Co. Ltd. Prakashgad,
5thFloor, Prakashgad,
Prof. Anant Kanekar Marg, Bandra(East)
Mumbai 400051, India
Name of Contract: Empanelment and Rate Contract for Solar Ag Pump Project in
Maharashtra
Sir:
We have submitted price bids for Tender No. MSEDCL/ CE(INFRA)/ SPC/
MSKPY/ 2018-19/ T-03 Date: 05.03.2019. We have submitted complete details of
our technical and financial capabilities for establishing our eligibility to undertake
works on all these tenders. However we hereby confirm that we accept that the
Employer’s decision on our eligibility to undertake the works in accordance with
the requirements set out in the Invitation for Bids will be final and binding on us,
and that we will not raise any objection should the Employer decide to reject our
Bid for one or more Tenders on the grounds that we do not satisfactorily meet the
minimum qualifying criteria.
This Bid and your written acceptance shall be the basis for Contract
Agreement. We understand that you are not bound to accept the lowest or any bid
you receive or assign any reason thereof for the rejection.
We agree to keep this bid open for acceptance for a period of 120 days from
the date of opening thereof and also agree not to make any modification in the
terms and conditions on our own accord. We further agree to sign an Agreement to
abide by the Conditions of Contract and carry out all works according to specific
clauses.
Yours faithfully,
Address:
..
Liquidated
Damages for Delay As specified in section VII clause 1
Sr.
Name of Documents Attached Remark
No.
Bidder’s Signature:
(Seal)
We agree to abide by this bid until, 120 days after the date of opening of the
Technical Proposal, and it shall remain binding upon us and may be accepted at
any time before that date. We acknowledge that the Appendix to Price Proposal
and Appendix to Technical Proposal form part of our Bid.
.If our Bid is accepted, we will provide the specified Security Deposit,
commence the Works as soon as reasonably possible after receiving the Notice to
Commence, and complete the Works in accordance with the above-named
document within the time stated in the Appendix to Technical Proposal.
Unless and until a formal Agreement is prepared and executed, this Bid,
together with your written acceptance thereof, shall constitute a binding contract
between us.
We understand that you are not bound to accept the lowest or any bid you
Yours faithfully
Signature
Address:
Sr.
Name of Documents Attached Remark
No.
1. Form of Price Proposal & Appendix to Price Proposal Yes No
Signature of Bidder:
APPENDIX- I (A)
BIDDER’S INFORMATION SHEET
To establish its qualifications to perform the contract the Bidder shall provide the
information requested in the corresponding Information Sheets included
hereunder.
Signature of Bidder
Name
Designation
Company
Date:
APPENDIX- I (B)
FIRM PROFILE AT A GLANCE
Sr.
Particulars Details
No.
1 Name & Mailing Address of firm
Contact Person Name, Designation &
2
Contact No.
3 E-mail Address for correspondence
4 Firm Website Address
Firm Status (Private/ PSU/
5
Incorporate/Proprietor)
6 Establish Year of firm
7 PAN/ TAN No.
8 Firm Registration No/ ROC
9 EPF Registration No, if applicable
10 GST/STR/ VAT/ TIN No
11 Bank name & contact No
Turnover 2015-16, 2016-17 and
12
2017-18 (in Crore Rs.).
13 Company Profile (<100 words)
Partner/ JV Firm details, if any (<100
14
words)
Factory Address & Floor Area of
15
factory
16 Net worth
Self Manufacturing facilities &
17 Capacity ( A list of machinery be
attached)
Outsourcing Item and Firm (Name &
18
Address of Indian/ foreign
19 Collaborator/s, if Any )
20 Own Testing facility
21 Skilled manpower
Dealer/ supply network in
22
Maharashtra
Experience in Solar Photovoltaic
23
Pump Commissioning (<100 words)
Experience in other solar projects
24
(<100 words)
25 Solar related Product Range
Guarantee, Maintenance & After Sales
26
Services (Years)
27 Accreditation (Own Firm)
28 Accreditation (Partner/ outsourcing
Sr.
Particulars Details
No.
Firm)
29 List of ISI, ISO, other cert. for own firm
List of ISI, ISO, other cert. for partner/
30
outsourcing firm
Technical specification for solar
31
photovoltaic cell/ panel/ module
Technical specification for motor
32
pump sets
Technical specification for Junction
33
boxes
34 Technical specification for Controller
35 Technical specification for Cables
36 Other Technical specification, if any
Has any Govt./ Under - taking ever
37 debarred the company / firm from
executing any work?
38 Special Remarks, if any
Signature of Bidder
Name
Designation
Company
Date:
APPENDIX- I (C)
FINANCIAL STATUS
Each Bidder must fill in this form including private/ public limited company.
Sr. Financial Data for Previous 3
Particulars Years [Rs. in Lacs]
No.
2015-16 2016-17 2017-18
1 Total Assets
2 Current Assets
3 Total Liabilities
4 Long Term Loans
5 Current Liabilities*
6 Profits Before Taxes
7 Profits After Taxes
8 Net Worth [1-4-5]
Dedicated Revolving Line of Credit
9
(as per format)
Available Working Capital [2-5]+ [9]
10
Return on Equity [6/8 of previous
11
year]
Attached are copies of the audited balance sheets, including all related
notes, and income statements for the any three years of FY 2015-16,
2016-17 & 2017-18, as indicated above, complying with the following
conditions:
1. All such documents reflect the financial situation of the Bidder, and
not sister or parent companies.
2. Historic financial statements must be audited by a certified
12 accountant
3. Historic financial statements must be complete, including all notes to
the financial statements.
4. Historic financial statements must correspond to accounting periods
already completed and audited (no statements for partial periods
shall be requested or accepted).
5. As per International Accounting, Current Liabilities shall include loan
and other repayments due within one year.
6. If the bidder feels that its financial capacity is insufficient, bidder may
include with the bid a letter from a reputed bank, addressed to the
Chief Engineer (Infra), MSEDCL which describes the revolving line of
credit that the bidder is eligible for with the bank.
Applicant’s CA
APPENDIX- I (D)
ANNUAL TURNOVER
Each Bidder must fill in this form including private/public limited company.
Year Rs in Lacs.
2015-16
2016-17
2017-18
The information supplied should be the Annual Turnover of the Bidder in terms of
the amounts billed to clients for each year for work in progress or completed.
(Affix Stamp)
APPENDIX- II
FORM OF EARNEST MONEY DEPOSIT/ BID SECURITY
(BANK GUARANTEE)
1) if the Bidder withdraws his Bid during the period of Bid validity specified in the
Form of Bid; or
4) if the Bidder, having been notified of the acceptance of his Bid by the Employer
during the period of Bid validity:
We undertake to pay to the Employer up to the above amount upon receipt of its
first written demand, without the Employer having to substantiate his demand,
provided that in its demand the Employer will note that the amount claimed by
him is due to him owing to the occurrence of one or all of the above conditions,
specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date 120 days after
the deadline for submission of bids i.e. up to ________as stated in the Instructions to
Bidders Any demand in respect of this Guarantee should reach the Bank not later
than the above date.
Date
Seal
Seal
APPENDIX- III
FORM OF PERFORMANCE BANK GUARANTEE
To,
Maharashtra State Electricity Distribution Company Ltd.
Represented by the:
Chief Engineer (Infra),
Maharashtra State Electricity Distribution Co.Ltd. Prakashgad,
5thFloor, Prakashgad,
Prof. Anant Kanekar Marg, Bandra (East),
Mumbai 400051,India
Name of Contract: Empanelment and Rate Contract for Solar Ag Pump Project in
Maharashtra
And whereas it has been stipulated by you in the said Contract that the Contractor
shall furnish you with a Bank Guarantee by a recognized bank for the sum
specified therein as security for compliance with his obligation in accordance with
the Contract;
And whereas we have agreed to give the Contractor such a Bank Guarantee;
Now therefore we hereby affirm that we are the Guarantor and responsible to you,
on behalf of the Contractor, up to a total of ____________________ [amount of
We hereby waive the necessity of your demanding the said debt from the
Contractor before presenting us with the demand.
This guarantee shall be valid until the date of completion of the defects liability
period, with a claim period of further one month.
Yours truly,
Name of Bank/Financial
APPENDIX- IV
INSTALLATION & PERFORMANCE CREDENTIALS
Experience
Date
of Client’s
Name Contract Date of Present certificate
Sr. of Description start
Amount (in completion of Status of attached at
No. Client of work of
lac.) work Systems page No.
work
Signature of Bidder
Name
Designation
Company
Date
APPENDIX- V
EXPERIENCE FOR SUPPLY AND COMMISSIONING OF SOLAR
PHOTOVOLTAIC WATER PUMPING SYSTEM
Signature of Bidder
Name
Designation
Company
Date
APPENDIX- VI
FORM OF CONSENT FOR LOWEST MATCHING OFFER
To,
Maharashtra State Electricity Distribution Company Ltd.
Represented by the:
Chief Engineer (Infra),
Maharashtra State Electricity Distribution Co.Ltd. Prakashgad,
5th Floor, Prakashgad,
Prof. Anant Kanekar Marg, Bandra(East),
Mumbai400051, India
Name of Contract: Empanelment and Rate Contract for Solar Ag Pump Project in
Maharashtra
Signature of Bidder
Name
Designation
Date Company
APPENDIX- VII
PRE-DISPATCH INSPECTION
The material shall be dispatched by the supplier after inspection by the Officer,
MSEDCL at his premises and acceptance of the same.
The supplier shall give pre-dispatch inspection notice before or at least 15 days
prior to the last date of supply of material.
The material shall be supplied within 14 days from the date of inspection/
acceptance of material.
The supplier will submit test report with regard conformity to technical
specifications for the items to be dispatched at site. However, equipments will
be dispatched only after the receipt of “Dispatch Clearance” from MSEDCL after
acceptance of test report.
The supplier shall supply all materials, tools, testing equipments, labour and
assistance of every kind which the inspecting officer may consider necessary
for any test or examination which he may require to be made on the supplier
premises without any extra charge.
The supplier shall allow all reasonable facilities and free access to his works
and records to the Inspection Authority. The supplier shall, at his own expense,
afford to the Inspection authority all reasonable facilities as may be necessary
for satisfying himself that the goods are being and / or have been manufactured
in accordance with the contract requirements.
The result of the inspection will be notified to the supplier by the Inspection
Authority.
Site of Inspection:-
Details of Inspection:-
Sr. Capacity/
Items Selected Rejected Remark
No. Quantity
1 * PV Module
2 * Pump with Motor
Test Reports as per MNRE
3
Specification 2015-16
4 Operation Manual
5 Spares
6 Controller/ Inverter
7 Hardware for Data Logger
8 Necessary Switches
9 Cables
10 Connecting probes
11 Module Mounting Structure
* indicates that it is mandatory to attach the list of Serial numbers.
APPENDIX- VIII
SAMPLE FORMAT
JOINT VENTURE AGREEMENT
Whereas the Employer has invited Bids as per its Bid No. _________ , Tender No.
______________ , for works in _____________________.
AND whereas the bid documents stipulate that bidding is open to the Bidder who
possesses the requisite eligibility and experience as per instructions to Bidders
Clause No. 2 (including Sub- Clauses), Section-II forming part of the bid documents.
3. Further, if the Employer suffers any loss or damage on account of any breach
of the Contract, we jointly and severally undertake to promptly indemnify and
pay such loss or damages to the Employer on its first written demand without
any demur, reservation, contest or protest in any manner whatsoever. This is
without prejudice to any rights of the Employer against the JV partners under
the Contract and/ or guarantees.
5. The Financial liability of the Members to Employer with respect to any and all
claims arising out of the performance or non-performance of the obligations
set forth in this Deed read in conjunction with the relevant provisions of the
Contract, shall, however, be limited to the extent of 100% value of the entire
scope of work as identified in the Contract. This is, however, without
prejudice to various financial liabilities and obligations in terms of the
Contract and this Deed. The Payment shall be made exclusively to such
registered Special purpose vehicle (SPV).
6. This Deed shall be construed and interpreted in accordance with the laws of
India and the Courts in ________________ city shall have exclusive jurisdiction in
all matters arising under this Agreement.
7. We, the Joint venture members, agree that this Agreement shall be
irrevocable and shall be an integral part of the Contract and further agree that
this agreement shall continue to be enforceable till the successful completion
of the Contract and till the Employer discharges it. It shall become operative
from the Starting date of the Contract.
8. We, the Joint venture members, will be fully responsible for the quality of all
Signature................................... Designation.................................................
INDEX
Sr.No. Topic
1 Preamble
2 Preface
3 Introduc on
4 Short tle and Commencement
5 Applicability
6 Objec ves
7 Scope
8 Defini ons
9 Grounds for Debarring
10 Competent Authority (CA) &
Appellate Authority (AA) for Debarment
11 Powers of Competent Authority (CA) &
Appellate Authority (AA)
12 Procedure
13 Period of Debarment
14 Consequences of Debarment
15 Withholding
16 Appeal against the Debarment order
17 Revoca on of Debarment Order
18 Interpreta on
19 Post Debarment Ac on
20 Amendments
1. PREAMBLE
The purpose of this policy and procedure is to develop standard debar policy and procedure in
order to ensure par cipa on of reliable and honest bidders/contractors/vendors, etc.
2. PREFACE
In exercise of the power under Sec on 131, 133 and 134 of the Electricity Act, 2003 the
Government of Maharashtra by a No fica on dated 4th June 2005, (Ref. No. Reform
1005/CR/9061/NR G-5) formulated a Transfer Scheme where under the Maharashtra State
Electricity Board (MSEB) was trifurcated into separate genera on, transmission, distribu on
companies. As per the Transfer Scheme, the Maharashtra State Electricity Distribu on
Company Limited (MSEDCL) was designated as a Distribu on Licensee.
The main func ons and du es of Maharashtra State Electricity Distribu on Company Limited
are to acquire, establish, construct, take over, erect, lay, operate, run, manage, hire, lease, buy,
sell, maintain, enlarge, alter, renovate, modernize, work and use projects associated lines and
all things connected there to for the purpose of distribu on of power including sub- sta on, civil
works distribu on centre, cables, wires, lines, accumulators, plant, motors, meters, apparatus,
materials and to carry on the business of purchasing, impor ng, expor ng, trading or otherwise
dealing in Electric Power, to distribute and supply of electricity.
3. INTRODUCTION
MSEDCL deals with various Agencies like Turnkey Contractors/ Suppliers/ Service providers to
execute various projects. These agencies are repeated to perform, in le er and spirit of the
condi ons of Standard Bidding Documents and deliver in line with best corporate governance
prac ces. Learning from the past experiences, the new ini a ves were taken, to avoid delay in
execu on of works and to achieve further improvement in quality of the material and work.
Timely comple on of project, being the essence of any project, the progress with reference to
the agreed Milestone is con nuously monitored. The quality of material and work is checked at
different level by MSEDCL's officers and also by third party/independent agency. Necessary
ac ons as per General Condi ons of Contract (GCC) are taken against the contractor if the
progress is not achieved as per the agreed Milestone and/or if the quality is not maintained.
It is, however, observed that in spite of all this there are quite a few cases where a
contractor/agency either repeatedly failed to complete the projects as per agreed me
schedule or failed to rec fy some of the major defects no fied and failed to maintain quality of
material or con nued repea ng the same defects thereby viola ng the provisions of
tender/contract condi ons in le er and spirit.
(01)
If such a contractor is again awarded a tender then it is possible that the awarded tender is
executed in a poor manner once again leading to delay in comple on of the project and/or the
quality of material and work ge ng suffered. It would be against interest of MSEDCL to deal
with such agency. In order to ensure compliance it requires debarring policy so that the
Contractor/Agencies/ Vendor perform the contractual obliga ons with good quality and
complete of the contract in mely manner. A need, therefore, is felt to assess and iden fy
Agencies on the basis of their performance and debar defaul ng Agency for a certain me
period from taking part in the future tendering process of MSEDCL. Further, as per the Office
Order No 18/3/05 dated 24th March, 2005, issued by Central Vigilance Commission (CVC), GOI,
the banning of business dealings with Agencies is an administra ve ma er to be decided by the
management of the organiza on and the CVC does not give its advice in such ma ers. In view of
this, MSEDCL has prepared this Policy and set the procedure for debarring of
Agency/Contractor from business dealings with MSEDCL a er referring the debar policies
adopted by few organiza ons like NTPC, WBPDCL, EIL etc.
5. APPLICABILITY
The policy shall be called Policy and Procedure for Debarring of Agencies from business
dealings with MSEDCL. This policy and procedure shall have effect from 15/05/2018
6. OBJECTIVES
Various agencies are expected to prac ce and adopt best governance prac ces, so that
contract and bidding documents condi ons are adhered to, in le er and spirit. The purpose
of this policy is to formulate a procedure for debarring of business dealing with agencies
where they are found to commit lapses /defaults/ offences or anything unethical not
expected from an agency.
7. SCOPE
7.1 MSEDCL reserves its right to debar any Agency from any business dealings with it, if
such Agency is found to have commi ed decep on, fraud or misconduct or any other act
which is not in the interest of MSEDCL in the execu on of contracts awarded or any of its
ac on(s) fall into any such categories as laid down in this policy.
7.2 The procedure for Debarring of Business Dealing with any Agency including withholding
has been laid down in this policy.
7.3 The provisions of this Policy is in addi on and will have overriding effect on all earlier
policy, procedures & system circulars issued for the similar purpose from the date of this policy.
7.4 The provisions of this policy will be effec ve on inves ga ons conducted or
misconduct/irregulari es no ced on the part of any Agency in all contracts awarded on or a er
the date of implementa on of this policy.
(02)
8. DEFINITIONS
In this policy, unless the context otherwise requires :
8.1 Agency shall mean Contractor / Supplier / Purchaser / Bidder/ Vendor/ MSEDCL approved
sub-contractor of a Contractor to whom work has been awarded. It shall include, but not limited
to, a public limited company or a private limited company, a firm whether registered or not, a
proprietorship, any individual, a coopera ve society or an associa on or a group of persons
engaged in any commerce, trade, industry, or cons tuents of an unincorporated Joint Venture
Company, etc.
8.2 Bid / Tender shall mean an offer, proposal or quote for goods, services or works in response
to solicita on issued for such goods, services or work by MSEDCL.
8.3 Competent Authority' and 'Appellate Authority' shall mean the following :
a) For Contracts awarded from Corporate Office ( CE & Above)
For Purchase Order (LOA) value up to & below 10 Cr., the Director (Project) / Director
(Opera on) shall be the 'Competent Authority' for the purpose of this policy. The Chairman &
Managing Director (CMD) shall be 'Appellate Authority' in respect of such cases.For Purchase
Order (LOA) value above 10 Cr., the Chairman & Managing Director (CMD) shall be the
'Competent Authority' for the purpose of this policy. The Board of Directors shall be the
'Appellate Authority' in respect of such cases.
b) For Contracts awarded from the Regional offices (RD) and Zonal offices (CE)
For Purchase Order (LOA) value up to & below 10 Cr., the Director (Project ) / Director
(Opera on) shall be the 'Competent Authority' for the purpose of this policy. The Chairman &
Managing Director (CMD) shall be 'Appellate Authority' in respect of such cases. For Purchase
Order (LOA) value above 10 Cr., the Chairman & Managing Director (CMD) shall be the
'Competent Authority' for the purpose of this policy. The Board of Directors shall be the
'Appellate Authority' in respect of such cases.
c) For Contracts awarded from the Circle offices (SE)
The Regional Director shall be the 'Competent Authority' for the purpose of this policy. The
Director (Project) / Director (Opera on) shall be 'Appellate Authority' in respect of such cases.
d) For Contracts awarded from the Division offices ( upto EE)
The Field Chief Engineer shall be the 'Competent Authority' for the purpose of this policy. The
Regional Director shall be 'Appellate Authority' in respect of such cases.
8.4 Enquiring Commi ee' (EC) shall mean the following :
a) Enquiring Commi ee at Corporate Office / For Contracts awarded from Corporate Office
& Regional offices
The Commi ee cons tuted for the purpose of these policy & comprising members from
Technical / MMC, Finance / Audit and Legal department. Addi onal member(s) from any other
department/field as considered appropriate may also be co-opted on case to case basis. The
level of the commi ee members shall be Chief Engineer or above. Preferably, the members of
Enquiring Commi ee shall include the CE (Distribu on) or CE (Infra) or CE (MMC), CGM (I/A or
C/F), Legal Adviser or CLA.
(03)
b) Enquiring Commi ee at Regional Office / For Contracts awarded from the Circle offices
The Commi ee cons tuted for the purpose of these policy and comprising members from
Technical/Project, Audit and Legal department. Addi onal member(s) from any other
department/field as considered appropriate may also be co-opted on case to case basis. The
level of the commi ee members shall be Superintending Engineer or above. Preferably, the
members of Enquiring Commi ee shall include the SE (Opera on) or SE (Infra) at Regional
Office, GM (F&A), concern Legal Adviser or Dy LO.
c) Enquiring Commi ee at Zonal Office / For Contracts awarded from Division offices The
Commi ee cons tuted for the purpose of these policy and comprising members from
Technical/Project, Audit. Addi onal member(s) from any other department/field as considered
appropriate may also be co-opted on case to case basis. The level of the commi ee members
shall be Execu ve Engineer or above.Preferably, the members of Enquiring Commi ee shall
include the SE (O &M) of other Circle or SE( Infra), AGM (F&A), Dy or Assist. Legal Officer.
8.5 Debarring : Business dealings with an agency may be debarred if it is considered not
desirable to con nue the business with the agency. It means ac on taken by the Competent
Authority/ Appellate Authority pursuant to this policy prohibi ng agency from directly or
indirectly performing any work for or otherwise par cipa ng in MSEDCL bid/ tender including
to prohibit agency from submi ng a bid, having a bid considered, or entering into any work/
contract during a specified period of me as set forthin debarment order.
8.6 Purchase Order Issuing Authority(LOA) '&' Vender Approving Authority (VA) : Shall mean
the person(s) designated to act for and on behalf of MSEDCL for the discharge of his du es in
execu on of the Work/ Project/ Job/ Role, and shall include but not limited to the Regional
Director(s), Execu ve Director(s), Chief Engineer(s), Superintending Engineer(s), Execu ve
Engineer(s), etc.
(04)
9.2
a) The Competent Authority shall decide depending upon the level of severity in defaults from
the agency, the period of debarring. In case of major lapses and a criminal or fraudulent type of
issues involved therein, the First Informa on Report (FIR) to Police Department shall be lodged.
b) If any one or more Partner/ Directors of any debarred Agency firm promotes or forms a new
contrac ng firm or a sister-concern firm of the said debarred Agency, then it shall also be
considered as a debarred firm.
10. COMPETENT AUTHORITY (CA) & APPELLATE AUTHORITY (AA) FOR
DEBARMENT
Considering the above men oned grounds for Debarring from business dealings can be
ini ated against the Agency, a er due scru ny by the Purchase Order issuing authority (LOA) or
Vender Approving Authority (VA) and shall serve upon the 'Show Cause No ce' for Debarring of
the Agency a er termina on of contract is effected. For the purpose of debarment, the powers
delegated to the following designated officers of MSEDCL as Competent Authority (CA) and as
Appellate Authority (AA) for debarring of business dealings with the accused Agency. The
Process Flow Chart of Debarring of Agency is enclosed at Annexure - B
Sr. Purchase Order Issuing Enquiring Competent Authority Appellate Authority for
No. Authority (LOA)& Vender Commi ee for Debarring (CA) Debarring (AA)
Approving Authority (VA) (EC)
1 Upto Execu ve At Zone Office Chief Engineer (O&M) Regional Director (RD)
Engineer (EE)
2 Superintending At Regional Regional Director (RD) Director(Project)/
Engineer (SE) Director Office Director (Opera on)
3 Regional Director & At Corporate
Chief Office (below Director(Project)/ Chairman & Managing
Engineer (O&M) / 10 Cr.) Director (Opera on) Director (CMD)
4 And all Orders from At Corporate Chairman & Managing BOARD OF DIRECTORS
Corporate Office Office (above Director (CMD)
10 Cr.)
12. PROCEDURE
The Purchase Order Issuing Authority(LOA) or Vendor Approving Authority (VA) of the
concerned department on no cing any misconduct and/or irregulari es as men oned in
clause 9.1 above, shall serve upon the ' Show Cause No ce for Debarring ' a er termina on or
closing of contract(s) sta ng therein the facts/ reasons containing the allega on of misconduct
or irregulari es and the period of 14 days to be afforded to the agency to present their
statement/ submission in the form of reply in response to Show Cause No ce.
(05)
In the event, non receipt of reply from the agency within the s pulated period, ac on as
proposed will be proceeded with and no representa on/submissions therea er will be
accepted. In each case, copy of service return of no ce be kept and a confirmatory document
through electronic mode is sine qua non.
a) The Purchase Order Issuing Authority (LOA) or Vendor Approving Authority (VA) shall
submit the duly recommended detailed proposal of debarring of Agency to the Competent
Authority (CA) along with Show cause no ce and reply, if any and parawise jus fica on to the
reply to the Show Cause No ce submi ed by the Agency, if any for considera on and order.
b) The Competent Authority (CA) shall scru nize, the proposal and depending on merit of the
case and a er examining the material on record shall decide to proceed for enquiry or to close
the case. In the event of exonera on of the Agency from debarring, the decision shall be
conveyed to LOA or VA issuing authority and subsequently it shall be informed to Agency.
c) If the Competent Authority (CA) arrives at the decision to proceed in the ma er then the
complete case shall be handed over to the Enquiring Commi ee (EC). The Enquiring Commi ee
shall in detail examine the materials on record, conduct the hearing and decide the case as per
the principle of natural jus ce.
During the process of hearing, only the authorized representa ve of Agency will be permi ed to
represent the Agency and no Legal prac oner / Advocate shall be allowed to plead the case on
its behalf.
d) The Enquiring Commi ee shall submit its Report along with detailed findings within 30
daysto the Competent Authority (CA). The Competent Authority (CA) shall pass an appropriate
order a er examining the material on record.
e) The decision of the Competent Authority (CA) shall be in the form of Reasoned Order, the
period for which the debar would be opera ve shall be men oned in the order and the same
shall be communicated to the LOA or VA issuing authority.
f) The Purchase Order Issuing Authority (LOA) or Vendor Approving Authority (VA) shall then
communicate the decision of debarring of business dealings along with the order of Competent
Authority (CA) to the Agency.
g) The procedure for debarring shall be completed within a period of three months from
ini a on of case by concerned authority.
The Reasoned Order shall be communicated to the agency at its recorded address available with
MSEDCL within 15 days of order issued by Registered post. In addi on to it, the copy shall
preferably be sent on the registered Email address of the Agency.
(06)
If the agency fails to reimburse such cost and penalty to MSEDCL, the debarment period of the
agency may be extended by the Enquiring Commi ee which shall not in any case exceed more
than two (2 ) years but in any cumula ve period for debarring the Agency shall not exceed five
(5) years, in excep onal cases such period shall be up to five (5) years and the cumula ve period
for debarring of agency in such cases shall not exceed ten (10) years.
15. WITHHOLDING
The Competent Authority (CA) may, depending on the severity of the case, withhold the
business dealing with the agency ll the report given by the Enquiring Commi ee from the date
of ini a on of proposal of debarring.
(07)
e) Appellate Authority shall pass appropriate Reasoned Order on appeal and communicate
decision to the Purchase Order Issuing Authority (LOA) or Vendor Approving Authority (VA)
through the Competent Authority (CA). LOA or VA Issuing Authority will then communicate
appeal order to the Debarred Agency.
No appeal shall lie to the Appellate Authority against the final order of the competent authority
pursuant to the wri en consent of the agency.
Awai ng the decision of the competent authority, the debarring order passed by the competent
authority shall remain effec ve ll Appellate Authority takes a final decision in the ma er.
The order of the Appellate Authority is final and binding.
18. INTERPRETATION
The competent authority shall be responsible for the administra on, interpreta on, applica on
and revision of this policy. The policy will be reviewed as and when needed.
20. AMENDMENTS
MSEDCL may introduce modifica on here to through the amendment of its specific provision as
the need arises and the amendment to this policy shall be applicable to the ongoing contract as
well future contract.
(08)
ANNEXURE : A
QUALITY OF INSTALLATION (WORKMANSHIP)
CRITICAL DEFECTS :
These defects must be rec fied before charging. Cri cal defects are those which endanger life
and property. Dangerous deficiencies on safety, ground clearances, equipment earthing and
protec on would come this category. These are defects in presence of which the Electrical
Inspector would not allow charging of the electrical installa on. That is, if equipment are
already energized, it should be de-energized and rec fied without delay. If cri cal equipment
like distribu on transformer HT and LT line have been installed dangerously, the defect type
would fall under cri cal category of defect.
Example : LA is not connected, DT neutral earth is missing, Earth electrodes not installed,
Ground clearance not as per IE rule, Oil level low in transformer.
MAJOR DEFECTS :
These defects must be rec fied before opera onal handover (to Opera on and Maintenance
wing). These are major devia ons from drawing and specifica on. These are serious devia on
with respect to contract. The electrical installa on can be charged temporarily. However, the
defects should preferably be rec fied before charging.
Example : Pole not pitched at proper depth, Brick-bats / founda on inadequate, use of
undersized earth wire, precariously loose electrical connec ons and mechanical fi ng.
MINOR DEFECTS :
These defects are very minor in nature. Such defects in electrical installa ons keep surfacing
during opera on and maintenance. The installa on may be charged with these defects.
However they must be rec fied
Example : Danger board not proper, energy meter not installed before contractual handover
(before final payment is released and contract is closed), missing barbed wire, stay wire loose,
loose fasteners, vegeta on too close to HT / Lt line.
Note :
1) These defects are broad in nature. Actual field defects need to be defined more accurately by
inspectors.
2) All pictures depic ng defects should be numbered. Their number men oned in the report
shown in the table
3) A village infrastructure schema c (single line diagram) showing DTRs, HT and LT poles duly
numbered by the inspector shall be submi ed along with the report. Their number shall be used
to describe loca on of defects for PIA to rec fy.
(09)
ANNEXURE : B
PROCESS FLOW CHART OF DEBARRING OF AGENCY / VENDOR
Member
from
Technical
Member from
Legal Cell
(10)
ANNEXURE : C
Purchase Order
Issuing Authority Appellate Authority
(LOA) or Vender (AA) …Admit the
Approving Authority Appeal, …Remand all
(VA) ….Submit all original original papers of Debar
papers of Debar case Case from PO/WO or VA
…Communicate final
appeal order to Agency
Appeal Proceeding by AA
(Scru ny, hearing, if required)
Reasoned order by AA
(11)
Toll Free Number : 1800 200 3435 / 1800 233 3435 / 1912
For your feedback please mail us at : msedcl@mahadiscom.in
5 H.P. D.C. - Design, Manufacture, Supply, Transport, Installation, Testing and Commissioning of DC Solar Photovoltaic Water Pumping Systems of 5.0 HP Capacity with a Reading and Recording Facility at the Project
Sites of Identified Farmers in Districts of Maharashtra with Guarantee period of 5 Years. Solar PV Panels to be guaranteed for 10 years alongwith Stand alone lighting system & its guarantee. (Complete scope as per
tender is to be considered)
Note:
1. The unit rates are exclusive of taxes. The applicable Taxes with rate and details shall be mentioned with Government Notification.
2. If any difference is found in "Offered Quote Percentage” mentioned in words & figures as above, the lowest mentioned quote will be taken as Quoted Price. Percentage is to be quoted for pumps and standalone
system seperately.
3. The bidder who has quoted the lowest percentage shall be declared as the prefereed bidder for the respective revenue division.
4. The bidder has to offer his maximum quantity of 3 HP & 5 HP each. However the minimum offered quantity for each capacity of pump shall not be less than 20% of the quantity of respective Capacity. The bidder can
quote for one or more regions. The bid not satisfying these criteria shall be treated as non-responsive.
5. The MSEDCL reserves the rights to change the quantity as mentioned in the tender, Section-II “INFORMATION AND INSTRUCTION TO BIDDERS" at the sole discretion.
6. If bidder has to quote below percentage, (-) sign is to be used. While quoting, the bidder has to consider the scope of contract as mentioned in the Tender.
7. It is to certify that input tax credit has been considered while quoting above offer. Als, any additional tax credit available to us after submission of offer will be passed on to MSEDCL.
LIST OF SERVICES
SR. ACTIVITY MATERIAL
SERVICE NAME UOM SAC CODE REQ. QTY VERSION
NO. NUMBER TYPE