You are on page 1of 87

TENDER DOCUMENT

FOR

RATE CONTRACT
OF
SUPPLY, INSTALLATION & COMMISSIONING
OF
Solar High Mast System (LED based)
IN
VARIOUS DISTRICTS
OF
UTTAR PRADESH

TENDER NO. UPNEDA/ SHM-LED/2012-III

Uttar Pradesh New and Renewable Energy Development Agency, U.P. (UPNEDA)
(Deptt. of Additional Sources of Energy, Govt. of U.P.)
Vibhuti Khand, Gomti Nagar, Lucknow-226010
Tel.No. 91-0522-2720652, TeleFax: 0522-2720779, 2720829
Website:http://neda.up.nic.in E-Mail: compneda@rediffmail.com

1
TABLE OF CONTENTS
____________________________________________________________________________________
SL. TOPIC PAGE NO.

1 Tender Notice 3
2 Objective of work 4
3 Scope of work & Technical Specifications 5-9
4 General Eligibility Conditions 10-11
5 Technical Qualifications 12
6 Availability of Tender, Submission of Earnest Money 13-14
(PARTICULARS OF TENDER)
8 Tender document & Amendments 15-16
9 Payments and Performance Warrantee 17
10 General Conditions of Contract 18-30
11 Submission of Tender 31-32
17 Tender opening and evaluation 33-34
18 Award of Contract 35
19 Financial bid 36
20 Copy of Draft Agreement 37- 58
21 Annexures 59-84
22 Checklist of Annexures to be enclosed by tenderer 85

2
DETAIL OF SHORT TERM TENDER
Uttar Pradesh New and Renewable Energy Development Agency
(UPNEDA)
Vibhuti Khand, Gomti Nagar, Lucknow-226010
Tel.No. 91-0522-2720652, Fax: 0522-2720779, 2720829
Website:http://neda.up.nic.in E-Mail: nedaup@dataone.in

Sealed and separate tenders are invited on rate contract basis for the supply, installation and
commissioning of following items from reputed manufacturers as per the details given below.

Sl. Item Approx. Tender No. Earnest Cost of Minimum Financial


quantity Money Tender Turnover in any
Deposit Document one year of 2009-
N
( Rs. ) ( Rs.) 10, 2010-11, and
o
2011-12
11 Irrigation Purpose 50 No UPNEDA/SPump(50Irr 4,75,000/- 1050/- Min. 1.42 Crores
5000 Wp Surface Sur)/2012-III
2 Solar High Mast 50No UPNEDA/SHM/2012- 40000/- 1050/- Min. 0.1125 Crores
(300W & 400W) III
3 Mini Grid Solar 231 UPNEDA/Mini 1000000/- 1050/- Min. 2.8 Crores
Power Plant grid/2012-III
4 Solar Fencing 20 Km UPNEDA/S 20,000/- 1050/- Min. .01 Crores per
Fence/2012-III year
5 Solar Garden Lights & Min. 0.1125 Crores
Solar Studs UPNEDA/ PV-Gardn. 5,000/- 1050/- per year
1 Garden lights 100 nos. /2012-III
2 Solar Road Studs 600 nos.
6 Solar Still 5 nos. UPNEDA/still/2012-III 2500/- 1050/- Min. 0.015 Crores
capacity2 lpd per year

Tender document (TD) shall be sold from 26th Oct., 2012 onwards in any working days
during 10.00 a.m. to 5.00 p.m. Submission of tender document shall be on 3rd Nov, 2012 till 2.00
hours noon and shall be opened on 3rd Nov, 2012 at 2.30 p.m. The fina ncial bid of technically
qualifying firms shall be opened within a week from opening date of technical bid. TD can be obtained
by making payment through Demand Draft/pay order, drawn in favour of Director UPNEDA, payable at
Lucknow or by cash from Head Office, UPNEDA, Lucknow. TD can also be downloaded from website
http://neda.up.nic.in, in which case an amount equal to the cost of TD is to be enclosed as demand draft in
favour of Director UPNEDA payable at Lucknow. failing which tender shall not be considered. The Earnest
Money (EMD) shall be deposited in the form of Demand Draft issued from Nationalized Bank, or State
Bank of India or its subsidiary banks in favour of Director UPNEDA payable at Lucknow. Number of the
systems mentioned as above may increase or decrease. Director UPNEDA reserves the right to reject any or
all tenders without assigning any reason thereof.

(Anamika Singh)
Director, UPNEDA

3
TENDER NO. UPNEDA/SHM-LED/2012-III

1 OBJECTIVE OF WORK

The Objective of work is supply, installation, commissioning including


comprehensive maintenance of 05 years warrantee period of Solar High Mast
Light System (LED) for various beneficiaries in various villages/ hamlets of
various districts of Uttar Pradesh for providing basic lighting to the habitants to
improve their living and giving social security etc.

4
TENDER NO. UPNEDA/SHM-LED/2012-III

2 SCOPE OF WORK AND TECHNICAL SPECIFICATIONS

SCOPE OF WORK
The scope of work of Solar High Mast System (LED) includes supply,
installation, commissioning including comprehensive maintenance of 05 years
warrantee period of system to various beneficiaries in various villages/ hamlets/
towns etc of various districts of Uttar Pradesh as directed by UPNEDA at sites
identified by UPNEDA as per the following specifications.

SCOPE OF WORK AND TECHNICAL SPECIFICATIONS


WHITE LED BASED HIGH MAST SOLAR STREET LIGHTING SYSTEMS

DEFINITION
Light Emitting Diode (LED) is a p-n junction device which emits light when forward
electric current passes through it. A LED based solar street lighting system aims at providing solar
electricity for operating LED lights for specified hours of operation per day. The broad
performance specifications of a White Light Emitting Diode (W-LED) light source based solar
street lighting system are given below:

BROAD PERFORMANCE
PARAMETERS
Light Source White Light Emitting Diode (W-LED)
Light Out put White colour (colour temperature 55000-65000 K)
minimum. The illumination should be uniform without
dark bands or abrupt variations, and soothing to the eye.
Higher light output will be preferred.
Mounting of light for high mast of LED street lighting system 4Nos.
X 18W and 4 nos. X 24 watt a minimum 09 meters
telescopic shape pole, having 7.5 meters above the
ground level will be required.
PV Module Module required for High mast Street Light
A. 300 Wp module
B. 400 Wp module
Battery Battery required for High Mast Street Light
A. 12V 400 Ah or 24 V 200 Ah
B. 12V 500 Ah or 24 V 250 Ah
Tubular Positive plate Lead acid or gel type VRLA , @
C/10, Max DoD 75%
Electronics Min 85% total efficiency
Average duty cycle Dusk to dawn
Autonomy 3 days (Minimum 42 operating hours per permissible
discharge)

5
Other Details
Tech. specifications
High Mast Solar Street Lighting System (LED based) of 300 Watt module capacity and LED lights of 18
Watt with 04 numbers light.
High Mast Solar Street Lighting System (LED based) of 400 Watt module capacity and LED lights of 24
Watt respectively with 04 numbers light.

DUTY CYCLE
The LED solar street lighting system should be designed to operate for dust to dawn, under
average daily insolation of 5.5 kWh /sq.m. on a horizontal surface.

LIGHT SOURCE

1. The light source will be of white LED type. Single lamp or multiple lamps can be used. The
colour temperature of white LEDs used in the system should be in the range of 55000 K – 65000 K.
Use of LEDs which emits ultraviolet light will not be permitted.

2. The light output from the white LED light source should be constant through out the duty cycle.

3. The lamps should be housed in an assembly suitable for outdoor use. The temperature of LED
should increase not more than 150 above ambient temperature. This condition should be
compiled even after two hours of operation at its maximum operation voltage ( ie. Just
before over voltage cut off) The white LED should be of high quality and should stands for
minimum 50000 hours. If the luminary fails/ need repair in LED/ electronics the whole
should be replaced with the new one within the guarantee period.

4. The make, model number, country of origin and technical characteristics of white LEDs
used in the lighting system must be furnished.

Others:

Suitable for minimum 09 meters telescopic shape pole, having 7.5 meters above the ground
level will be required.

Housing: Housing made up of die cast Aluminum with water and dust protection.
Finish: Epoxy Powder Coated after phosphochromate treatment.
Optics: Spherical Lens made up of glass
Heat Sink: Made Up of extruded aluminum sheet.
Mounting: Suitable for lateral mounting on arms. with clamps

PV MODULE

1. The PV module (s) shall contain mono/ multi crystalline silicon solar cells with IEC
61215(revised) certification or equivalent National or International Standards. The
manufacturer should have the required certification for at least one of their regular
modules. Further, the manufacturer should certify that the submitted module is also
manufactured using same design and process

2. The power out put of the PV module must be reported under standard test conditions (STC) at
16.4 Volt loading voltage. I_V curve of the each module should be submitted at the time of
installation.

3. The open circuit voltage of the PV modules under STC should be at least 21.0 Volts.
6
4. The terminal box on the module should have a provision for opening for replacing the cable, if
required.

5. A strip containing the following details should be laminated inside the module so as to be
clearly visible from the front side:

a) Name of the Manufacturer or distinctive Logo


b) Model or Type No.
c) Serial No.
d) Year of make

BATTERY

(i) Tubular positive plate Lead acid or gel type VRLA battery should conform to latest BIS
standards. A copy of the test certificate for the battery (including its make, country of origin
and model number) used in the system should be provided.

(ii) At least 75 % of the rated capacity of the battery should be between fully charged & load cut
off conditions.

ELECTRONICS

(i) The total electronic efficiency of DC-Dc Converter should be at least 85 %.

(ii) Electronics should operate at 12 V/24V and should have temperature compensation for proper
charging of the battery throughout the year.

(iii) The light output should remain constant with variations in the battery voltages.

ELECTRONIC PROTECTIONS

1. The system should have protection against battery overcharge and deep discharge conditions.
The numerical values of the cut off limits must be specified, while submitting the samples for the
testing purposes.

2. Fuses should be provided to protect against short circuit conditions.

3. A blocking diode should be provided as part of the electronics, to prevent reverse flow of
current through the PV module(s), in case such a diode is not provided with the PV module.

4. Full protection against open circuit, accidental short circuit and reverse polarity should be
provided.

5. Adequate protection is to be incorporated under no load conditions, e.g. when the lamps are
removed and the system is switched ON.

6. Electronics should operate at 12 V/ 24V and should have temperature compensation for
proper charging of the battery throughout the year.

7. The W-LED driver circuit should be based on constant voltage, constant current, high frequency technology.
The component used in LED driver circuitry should be highly reliable of reputed make and efficient.

7
Efficiency : The total electronic efficiency should be at least 80%.

W-LED Life : Lumen output of W- LED should remain same


though out the warranty period.

CHARGE CONTROLLER: The unit should have the following feature:-

1. This unit should be designed for charge regulation of storage battery and safe guard the battery
against over charge & deep discharging.
2. The voltage cut-off should be set in such a way to utilize the 75% of the fully charged battery
capacity.
3. The lower limit of cut off voltage should not be less than 10.8 volts.
4. The charge controller should reconnect the load when battery gets fully charged. The difference in
these two voltage set point should be neither too small nor too large to avoid the relay chattering.
5. A reverse blocking diode should be provided to prevent discharge of battery in rainy season and in
night.
6. The various functions should be displayed through LED indicator indicating the operations being
carried out by the controller such as low battery warning sign (yellow), load current off (red)
battery charging (green)
7. The indicator should be fixed on front side of the battery box/ Luminary.
8. A switch & fuse should be provided with the controller.
9 The unit should have protection against short circuit, lightening, reverse polarity surge etc.
10. The PCB’s of controller should be glass epoxy.
11. All the connector indication should be covered with transparent hard plastic sheet screened
properly.

MECHANICAL COMPONENTS

(i) The frame structure of module should have provision to adjust its angle of inclination to the
horizontal between 0 and 45, so that it can be installed at the specified tilt angle.

(ii) It should be possible to mount the light source on a metallic arm attached to the pole.
• For High mast street lighting system each of the metallic arm/ring for holding the light assembly should
be extended at least 0.5 meter from the pole and set at a suitable angle to maximize uniform illumination of
desired level over the specified area. The assembly lowering arrangement for high mast lights for
repairing and maintenance should also be incorporated.

(iii) A vented metallic / polymer box with acid proof corrosion resistance paint (in case of
metallic) for housing the storage battery outdoors should be provided. The quality should be of
high standards to withstand the life period. If defect arises in the guarantee period, same is to be
(mandatory) replaced.

MECHANICAL COMPONENTS

For LED High mast Lighting


(a) The SPV module should be fixed on the pole. The steal tower /pole should be of telescopic in shape
minimum 127 mm at the bottom and minimum 76 mm at the top (max in 3 parts) of suitable thickness
to withstand almost 200 km/hour of wind speed for High Mast LED lighting system
Serial No. : Each system should have a serial number of 14 digits as provided by UPNEDA to be
mentioned on the pole and battery box along with instructions and toll free number (1800
180 0005) of UPNEDA.

8
ELECTRIC CABLE
The suitable electric cable of high quality should be used. The battery lead
should be provided with the suitable battery clip.

(i) Components and parts used in the system should conform to the latest BIS
specifications, wherever such specifications are available and applicable.
(ii) Other hardware such as clamp, nut bolt etc should be as per requirement of system.
The material should be of good quality.

QUALITY AND WARRANTY

(i) The PV module will be warranted for a minimum period of 15 years from the date of
supply and the complete White LED solar street lighting and LED High Mast system
including the battery) will be warranted for a period of at least 5 years from the date of
supply.
(ii) A toll free number (ie 1800 180 0005) of IVRS of UPNEDA and system ID number
(issued/provided by UPNEDA) is to be punch marked on the pole and battery box of the system
by contractor, which in case of non-working/ operational problems etc of system will be dialed
by the beneficiary etc to lodge a complaint in respect of system problems. The IVRS will divert
the complaint to Contractor through E mail, SMS etc. The contractor will have to rectify the the
same to make/ restore the system to working position within 3 working days in the guarantee
period of 5 years. Failing which the system will be get rectified on contract cost and the cost will
be recovered by contractors pending claim and appropriate action as per non compliance of
agreement will be taken.

DOCUMENTATION

(i) An Operation, Instruction and Maintenance Manual, in English and the local language,
should be provided with the solar street lighting system.

The following minimum details must be provided in the Manual:

(a) About Photovoltaics

(b) About White LED solar street lighting system - its components and expected performance

(c) About PV module. In case of imported modules it is mandatory to provide a copy of the
international product qualification certificate.

(d) About White LED Lights. The make, model number, country of origin and technical
characteristics of LEDs should be stated in the product data sheet and furnished to
UPNEDA.

(e) About battery and electronics used

(f) Clear instructions about mounting of PV module.

(g) About charging and significance of indicators.

(h) DO's and DONT's,

(i) Clear instructions on regular maintenance and trouble shooting of solar street lighting
system.

9
(j) Name and address of the person or service center to be contacted in case of failure or
complaint.

(k) UPNEDA toll free IVRS number (ie 1800 180 0005) with system ID number of 14 digits
(issued by UPNEDA)

INSTALLATION OF LED HIGH MAST STREET LIGHTING SYSTEM:

The system should be properly installed at site. The SPV module mounting structure along with Steel pole
should be properly grouted depending upon the location and requirement of the site. The grouting should be such
that it should withstand the maximum wind speed /storm. The pole should be grouted with CC mixture of 1:2:4
of radius of minimum 600 mm having depth of 1500mm. Care should be taken to ensure that the battery is
placed with appropriate leveling on a structurally sound surface. The control electronics should not be installed
directly above the battery. All wiring should be in a proper conduit or capping case. Wire should not be hanging
loose. Any minor item, which is not specifically included in the scope of supply but required for proper
installation and efficient operation of the SPV systems, is to be provided by the manufacturer

 The quality and standards of the system will be strictly adhering to the
national/international standards specified as per MNRE Govt. of India norm.

Signature of Tenderer
with SEAL

10
TENDER NO. UPNEDA/SHM-LED/2012-III

3 GENERAL ELIGIBILITY CONDITIONS

The Tenderer shall qualify and provide sufficient evidence to satisfy the
following conditions that:

(1) The Tenderer who manufacturers SPV cells, modules or battery or system
electronics conforming to relevant national/international standards under a
reputed brand would be eligible. Authorized dealers/ subcontractors are
not eligible.

(2) The tenderer if not a manufacturer of either major part i.e. solar panel or
battery or BOS must submit tie-up certificate with the manufacturer for
the same with assurance to supply the offered quantity as per the declared
capacity of the tenderer. The certificates are to be enclose as Annexure X.

(3) The tenderer must have capacity to install and commission a minimum
25% of the quantity notified in the tender notice of Solar High Mast
System (LED) over the entire period of agreement.

(4) The Tenderer shall submit latest certificate for Solar PV module as per
IEC Standards (Details to be enclosed as Annexure-III)

(5) The tenderer is expected to possess the technical qualifications mentioned


in para 4 (TECHNICAL QUALIFICATIONS) of this tender document, so
as to score minimum 40 % of the marks to be eligible to submit tender.

(6) The tenderer should have valid CST/UPTT/VAT registration certificate. A


copy of which should be enclosed (Details to be enclosed as
Annexure-V)

(7) The Tenderer should have adequate financial stability and status as
mentioned in the document i.e. The turnover shall not be less than Rs.
11,25,000.00 in any of the last three years i.e. 2009-10, 2010-11 & 2011-
12 to meet the financial obligations pursuant to the scope of works. A
summarized sheet of turnover of last 03 years i.e. 2009-10, 2010-11 &
2011-12 certified by registered CA should be compulsorily enclosed
(Details to be enclosed as Annexure-VI)

(8) The Tenderer should have adequate post installation servicing facilities
and adequate manpower for servicing facilities etc in concerned districts
of Uttar Pradesh. The details of which should be enclosed. (In case of new
firm participating in the tender, a written commitment for opening of
11
service centers in all concerned districts should be enclosed) (Details to be
enclosed as Annexure-VII)

(9) The Tenderer shall submit approved test certificate for Solar Module and
Battery from authorized test centers of Ministry of New and Renewable
Energy Sources (MNRE), Government of India. (Details to be enclosed as
Annexure-IX)

(10) The Use of imported complete PV systems will not be permitted.


However, use of imported components of PV System would be permitted,
subject to adequate disclosure and compliance to specified quality norms
and standards as per MNRE Government of India.

(11) Experience of Supply Installation Commissioning work of Solar High


Mast Systems (LED based) in last 5 years on prescribed format to be
enclosed as at Annexure II.

Signature of Tenderer
with SEAL

12
4 TECHNICAL QUALIFICATIONS

The “Financial Bids” of only those bidders shall be opened, who qualify in
“GENERAL ELIGIBLITY CONDITIONS” as above and score at least 40 %
weight-age in “TECHNICAL QUALIFICATIONS”. The weight-age for the
“technical evaluation” shall be assigned as under:

SI No. Criteria Points


1 The bidder has ISO 9001 certification 10
2 The bidder has ISO 14001 certification 15
3 MNRE accredited/ authorized off- Grid Channel Partner 10
4 Value of a “Single Order” of PV Systems executed by the
Bidder
Valued more than Rs. 1.0 Crore 5
Valued more than Rs. 5.0 Crores 10
Valued more than Rs. 10.0 Crores 15
5 LAST 05 YEARS experience (i.e. 2009-10, 2010-11, 2011-
12) other then those mentioned at serial number 7, of the
Bidder in executing contracts of:
Solar High MastSystem (LED)
>50 nos. …………………………………….. 5
> 100 nos. ……………………………………. 10
> 200 nos. ……………….…………………… 15
> 500 nos. …………………………………… 20
6 Bidder has Test Certificate for Solar Module and Battery
from a MNRE accredited/authorized testing center. 10

7 Bidder's experience of LAST 05 YEARS (i.e. 2009-10,


2010-11, 2011-12) in supply and installation/commissioning
of Solar PV Systems (Lanterns/Street lights/PV Pumps etc
Except Solar High MastSystems (LED))
Numbers(Cumulative) in last 5 years:
> 50 kW. 5
> 100 KW. 10
> 500 KW 15
> 1000 KW. 20
Note: Supportive documents should be annexed as Annexure XI.

Signature of Tenderer
with SEAL

13
TENDER NO. UPNEDA/SHM-LED/2012-III

5 AVAILABILITY OF TENDER AND SUBMISSION OF


EARNEST MONEY etc.

(PARTICULARS OF TENDER )

Tender document (TD) shall be sold from 26th Oct,2012 onwards in any
working days during 10.00 a.m. to 5.00 p.m. TD can be obtained by making
payment through Demand Draft/pay order, drawn in favour of Director UPNEDA,
payable at Lucknow or by cash from Head Office,UPNEDA, Lucknow. TD can
also be downloaded from website http://neda.up.nic.in, in which case an amount
equal to the cost of TD is to be enclosed as demand draft in favour of Director
UPNEDA payable at Lucknow. failing which tender shall not be considered.

Tender No. : UPNEDA/SHM-LED/2012-III

1. Particulars of the work : Rate Contract for procurement,


supply, installation and
commissioning of Solar High Mast
System LED based with 05 years
warranty at the identified sites by
Uttar Pradesh New And Renewable
Development Agency (UPNEDA).

2. Period of completion of work : With in Four months from the date


of award of work.

3. Cost of tender document Rs 1050/- (Vat incl.) in the form of


(Not refundable) Bank Draft in favour of Director
UPNEDA payable at Lucknow.

4 Amount of Earnest money deposited :Rs 40,000.00 in form of


Bank Draft.

5 Last date and time of : 3th Nov, 2012, at 2.00PM


submission of tender

6 Date and Time of opening of tender : 3th Nov, 2012, at 2.30 PM


(Technical bid)

14
7 Place of opening of tender : UPNEDA, HO, Vibhuti Khand,
Gomti Nagar, Lucknow,
Uttar Pradesh.
8 Period of validity of tender for : One year from opening of financial
bid of acceptance Tender.

9 Name and status of firm / :


company/individual
to whom tender document is issued.

(Signature of Tenderer)
With Seal

15
TENDER NO. UPNEDA/SHM-LED/2012-III

6 THE TENDER DOCUMENT AND AMENDMENT

The Tenderer is expected to examine all instructions, forms, terms and


specifications as mentioned in the Tender document. Failure to furnish all
information required by the Tender documents or submission of a bid not
substantially responsive to the Bid Document in every respect will be at the
Tenderer's risk and is likely to result in out-right rejection of the Tender.

2 (1) INFORMATION REOUIRED WITH THE PROPOSAL

(a) The tenderer may also provide information with the Tender in the form of
separate sheets, drawings, catalogues et-cetera.
(b) Any Tender not containing sufficient descriptive material to describe the
equipment proposed may be treated as incomplete and hence may be
rejected. Such descriptive materials and drawings submitted by the
Tenderer shall be retained by the UPNEDA. Any departure from these
drawing and descriptive material submitted shall not be permitted during
the execution of contract without specific written permission of the
UPNEDA.

(2) LOCAL CONDITIONS

(a) It shall be imperative on each bidder to fully inform him of all local
conditions and factors, which may have any effect on the execution of the
works covered under these documents and specifications. UPNEDA shall
not entertain any request for clarifications from the Tenderer, regarding
such local conditions.

3 CLARIFICATION OF TENDER DOCUMETS

(3.1) A prospective Tenderer requiring any clarification of the Tender


Documents may contact UPNEDA in writing or by Fax at the UPNEDA's
mailing address indicated in the Invitation for Tender.

(3.2) Verbal clarifications and information given by the UPNEDA or its


employees or its representatives shall not be taken into account.

16
4 AMENDMENT OF TENDER DOCUMENTS

(4.1) At any time prior to the submission of the tender UPNEDA may, for any
reason, whether at its own initiative or in response to a clarification
requested by the Tenderer, modify the Tender documents by amendments.

(4.2) The amendment will be notified in writing or through website or by Fax to


all prospective Tenderers, which have received the Tender documents and
will be binding on them. UPNEDA will bear no responsibility or liability
arising out of non-receipt of the same in time or otherwise.

Signature of Tenderer
with seal

17
7. Payments and Performance Warrantee
PAYMENTS:
The payments shall be made as per the following terms and conditions.

1 The contractor shall raise bill of 90% of the ordered value after the
supply, installation and successful commissioning, of the complete system
at indicated site as per the technical specification and terms and
conditions as specified in the agreement along-with submission of Joint
commissioning and handing over certificate on prescribed format duly
signed by the contractor, beneficiary and the designated officer of
UPNEDA. The Handing over certificate must contain UID Number
allotted by UPNEDA.

80% payment shall be made after duly verification of the same by


authorized officer of UPNEDA.

2 After date of commissioning of the system, the system will be observed


for the period of 03 months. After 03 months, the performance of system
if found as per the specification of agreement then 10% payment shall be
released after duly verification of the same by authorized officer of
UPNEDA.

3 The balance payment of 10% shall be treated as PERFORMANCE


WARRANTEE and shall be released after the completion of 05 (five)
years of warrantee period from the date of handing over of the system.

18
8 GENERAL CONDITIONS OF CONTRACT

(1) In the deed of contract unless the context otherwise requires:-

(1.1) UPNEDA shall mean Uttar Pradesh New And Renewable Energy
Development Agency, with Head office at Vibhuti khand, Gomti Nagar
Lucknow and shall also include its successors in interest.

(1.2) The contractor shall mean the person whose tender has been accepted by
UPNEDA and shall include his successors in interest.

(1.3) The work against the agreement shall be on turn- key basis. The work
shall be completed within four months from the date of placement of
supply order.
In case the contractor fails to execute the said work/ or a part
thereof within stipulated time, UPNEDA will be at liberty to get the work
executed from the open market after giving 15 days notice to the
contractor, at the risk and cost of the contractor and appropriate action i.e.
debarring/blacklisting etc. may also be considered/ imposed. Any
additional cost incurred by UPNEDA shall be recovered from the
contractor. If the cost of executing the work as aforesaid shall exceed the
balance due to the contractor, and the contractor fails to make good the
additional cost, UPNEDA has full liberty and may recover it from the
contractors’ pending claims against any work in UPNEDA or in any
lawful manner, what so ever.

(1.4) The validity of contract will be 12 months from the date of signing of the
agreement. If work order is placed four months before the expiry of
agreement, agreement shall be deemed to have been extended till the date
of execution of the work order; provided that such extension of period
shall not exceed four months from the date of expiry of the agreement.

(1.5) It shall be sole responsibility of the contractor to get verified the quality &
quantity of the supplied material at the site of delivery.

(2) LIQUIDATED DAMAGES

(2.1) If the contractor fails to perform the services within the time period
specified in the contract, the UPNEDA shall without prejudice to its other
remedies under the contract, deduct from the contract price as liquidated
damage, a sum equivalent to 1% of the order value for each week or part
thereof until actual performance up to a maximum deduction of 10% of
the delayed work. Once the maximum is reached, the UPNEDA may
19
consider termination of the contract and also appropriate action i.e.
debarring/blacklisting etc. may also be considered/ imposed.

(3) The contractor shall have to comply with all the rules, regulations, laws
and by-laws for the time being in force and the instructions if any, of the
organization, in whose premises the work has to be done. UPNEDA shall
have no liability in this regard.

(4) FORCE MAJEURE

(4.1) Notwithstanding the provisions of clauses contained in this tender


document; the contractor shall not be liable for forfeiture of its
performance security, liquidated damages, termination for default, if he is
unable to fulfill his obligation under this tender document due to event of
force majeure circumstances.

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

(4.3) If a force majeure situation arises, the contractor shall promptly notify the
UPNEDA in writing within a week from the date situation so arises.

(5) The High court of Judicature at Allahabad and Courts subordinate thereto,
at Lucknow, shall alone have jurisdictions to the exclusion of all other
courts.

(6) The contractor shall not without the consent in writing of UPNEDA,
transfer, assign or sublet the work under this contract or any substantial
part thereof to any other party

(7) UPNEDA shall have at all reasonable time access to the works being
carried out by the contractor under the contract. All the work shall be
carried out by the contractor to the satisfaction of UPNEDA.

(8) If any question, dispute or difference shall arises between UPNEDA and
the contractor, in the connection with the agreement except as to matters,
the decisions for which have been specifically provided, either party may
forthwith give to the other notice in writing of existence of such question,
dispute or difference and the same shall be referred to the sole arbitration
of the Principal Secretary/Secretary, Department of Additional Sources of
20
Energy, Government of Uttar Pradesh or a person nominated by him. This
reference shall be governed by the Arbitration and Conciliation Act 1996,
and the rules made there-under. The award in such arbitration shall be
final and binding on both the parties. Work under the agreement shall be
continued during the arbitration proceedings unless the UPNEDA or the
arbitrator directs otherwise.

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

(10) INSPECTION AND TESTS

(10.1) The following inspection procedures and tests are required by the
UPNEDA in the presence of UPNEDA’s representative if so desired by
UPNEDA.

(10.2) The UPNEDA or its representative shall have the right to inspect and / or
to test the goods to confirm their conformity to the contract. The
special conditions of contract and/ or the Technical specifications shall
specify what inspections and test the UPNEDA required

(10.3) INSPECTION AT WORKS.

(10.3.1) The UPNEDA, through its duly authorized representative shall have
at all reasonable times access to the suppliers premises or works and
shall have the power at all reasonable times to inspect and examine the
materials and workmanship of the works during its manufacture.

(10.3.2) The supplier shall give the UPNEDA 15 day's written notice of any
material being ready for testing. It shall be mandatory that such notice
should reach UPNEDA within 30 days of placement of supply order.
Such tests shall be on the supplier's accounts/ expenses except for the
expenses of the inspector. UPNEDA reserves the full rights, to waive off
inspection of material.

21
(10.3.3) The supplier is required to get the entire lot of the ordered material
inspected at one time, before the supply of the materials. In case the
suppliers fails to get the entire lot inspected at one time, the total
expenses of the further inspection will be borne by the
supplier/contractor.

(10.3.4) The inspection by UPNEDA and issue of dispatch instruction there


on shall in no way limit the liabilities and responsibilities of the supplier
in respect of the agreed quality assurance programme forming a part of
the contract.

(10.3.5) Nothing in this para 10 shall in any way release the supplier from
any warranty or other obligations under the rate contract.

(11) WARRANTY

(11.1) The supplier shall warrant as per standards for quality that anything to be
furnished shall be new, free from all defects and faults in material,
workmanship and manufacture, shall be of the highest grade and
consistent with established and generally accepted standards for material
of the type ordered, shall be in full conformity with the specifications,
drawing or samples, if any and shall if operable, operate properly.

(11.2) Performance of Equipment: In addition to the warranty as already


provided, the supplier shall guarantee satisfactory performance of the
equipment and shall be responsible for the period or up to the date
specified in sub-para (11.3) hereof after the equipment has been accepted
by the UPNEDA to the extent for any defects that may develop such
defects shall be removed at his own cost when called upon to do so by the
UPNEDA failing which UPNEDA will be at liberty to get the work
executed from the open market without calling any tender and without any
notice to the contractor, at the risk and cost of the contractor and also
appropriate action i.e. debarring/blacklisting etc. may also be considered/
imposed. Any additional cost incurred by UPNEDA shall be recovered
from the contractor.

(11.3)The Warranty period shall be 25 Years for the PV modules and 5 years for
complete system including battery from the date of commissioning and
handing over of the system. The contractor shall rectify defects developed
in the system within Warranty period promptly. In case the defects are
not rectified within 72 hours of the receipt of the complaint by the
contractor UPNEDA shall have full liberty to restore the system in
working condition. The expenditure so incurred by UPNEDA shall be
deducted from the contractor pending claims, security deposit or in other
22
law full manner and also appropriate action i.e. debarring/blacklisting etc.
may also be considered/ imposed. The tenderer will also submit a
certificate of undertaking from manufacturer of solar module for 25 years
of warrantee at annexure- XIV.

(11.4) Since the maintenance of the system may also be taken up by the
contractor after expiry of 05 years of warranty period if the end
user/UPNEDA so desires, the contractor shall take up annual maintenance
of the installed system.

(11.5) The contractor shall maintain the system under annual maintenance
contract with the end user.

WARRANTY AND COMPREHENSIVE MAINTENANCE) OF 05 YEARS

WARRANTY:
It is an essential part of the contract that the tenderer shall provide
warranty of the system for 5 years from the date of handing over of the system.
During the warranty following maintenance will required to be carried out by the
contractor.
1. Quarterly checking up keeping and replacement of defective component
as module, battery, Luminaries and BOS etc or sub-components of the
system for proper operation of the system. In case of any damage or
breakage of the component due to negligence or fault of beneficiary or
theft etc, the same shall be replaced at users cost. In case of Solar PV
module damaged due to natural calamity, contractor shall replace the
same at his own cost, if required during warranty period.
2 The scope of work includes repairing/replacement of part(s)/system to
make the system functional within warranty period whenever a complaint
is lodged by the user at site. The contractor shall attend the same within
72 hours and in any case of breakdown shall be corrected within a period
not exceeding 3 days
3. The safety and security of the system shall be sole responsibility of the
user.
4. It is mandatory for the contractor to submit a quarterly performance/
maintenance report for each system to the concerned project officer
UPNEDA.
5. The Comprehensive Maintenance (within warranty period) shall be executed
by the firm himself or the authorized dealer/ service center of the firm in the
concerned district. The Comprehensive Maintenance (within warranty
period) will include the total system including Battery etc whatsoever at site.
It is mandatory for the contractor to open an authorized service center in the
concerned district before the supply/installation of the system.

23
6 It is mandatory for the contractor to make a stock of almost 5% of spare
parts at it service center which is to verified by the concerned project of
UPNEDA.

(12) Notice statement and other communication send by UPNEDA through


registered post or telegram or fax or Email to the contractor at his
specified addresses shall be deemed to have been delivered to the
contractor.

(13) Any work which is not covered under this contract but is essentially
required for the completion of job (to the satisfaction of UPNEDA) shall
be carried out by the contractor as extra item for which payment shall be
made separately at the rates decided by UPNEDA.

(14) The work shall be carried out by the contractor as per design and
drawings/ samples approved by UPNEDA, wherever, necessary, the
contractor shall submit relevant designs and drawings/samples for
approval in UPNEDA, well in advance. Work carried out without
UPNEDA’s approval shall not be accepted and the UPNEDA shall have
right to get it removed and to recover the cost so incurred from the
contractor.
(15) The contractor shall provide one copy of instruction manual and routine
maintenance manual with each system supplied or installed, this shall be
both in Hindi and English.

'The following minimum details must be provided with manual:

(a) About the complete photovoltaic system including PV modules,


battery and electronics
(b) Do’s and Don’ts
(c) Clear instructions on regular maintenance and trouble shooting
of the system
(d) Name & address of the contact person in case of non-
functioning of the system.
(e) The toll free number of UPNEDA i.e. 1800 1800 005 and
system identification number (issued by UPNEDA) is to be
clearly mentioned in the manual.

(16) The contractor shall not display the photographs of the work and not take
advantage through publicity of the work without written permission of
UPNEDA.

24
(17) PATENT RIGHT AND ROYALITIES.

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

(18) PACKING FORWARDING

(18.1) Contractors, wherever applicable, shall after proper painting, pack and
crate all the equipment in such manner as to protect them from
deterioration and damage during rail and road transportation to the site
and storage at the site till time of installation. Contractor shall be held
responsible for all damage due to in proper packing or what so ever case.
It is advised to the contractor to get proper insurance etc for the same.

(18.2) The contractor shall inform the UPNEDA of the date of each shipment
from his works, and the expected date of arrival at the site for the
information of the UPNEDA project offices at least 7 days in advance.

(19) DEMURRAGE WHARF-AGE, etc.

All demurrage, wharf-age and other expenses incurred due to delayed


clearance of the material or any other reason shall be to the account of the
contractor.

(20) INSURANCE

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

(21) TRANSPORTATION

The contractor is required under the contract to deliver the goods to the
site.

(22) TERMINATION FOR INSOLVENCY etc.

(22.1)UPNEDA may at any time terminate the contract by giving written notice
to the contractor without compensation to the contractor, if it becomes
bankrupt or otherwise insolvent, provided that such termination will not
prejudice or affect any right of action or remedy, which has accrued or
will accrue thereafter to the UPNEDA.

25
(22.2) UPNEDA may terminate the contract by giving 15 days notice to the
contractor on the following grounds:
(i) Contractor has committed breach of contract,
(ii) Contractor works are not satisfactory,

(23) TERMINATION FOR CONVENIENCE

The UPNEDA, may by written notice sent to the supplier, terminate the
contract, in whole or in part at any time for its convenience. The notice of
termination shall specify that termination is for the purchaser’s
convenience in the interest of UPNEDA.

(24) APPLICABLE LAW

The contract shall be interpreted in accordance with the laws of India.

(25) NOTICE

(25.1) Any notice given by one party to the other pursuant to the contract shall
be sent in writing or by telegram or telex/ cable or Email and confirmed in
writing to the address specified below:
(1) UPNEDA Address
The Director, Uttar Pradesh New and Renewable Energy Development
Agency, (UPNEDA), Vibhuti Khand, Gomti Nagar, Lucknow – 226010

(2) Contractor address:


…………………………………………………………………..
…………………………………………………………………..
…………………………………………………………………..

(25.2) A notice shall be effective when delivered or on the notice’s effective


date, whichever is later.

(26) TAXES AND DUTIES


The price quoted should include all taxes and duties, custom duty, excise
duty, service tax, sales tax, C.S.T., local taxes, Trade Tax/VAT, Income
Tax, Surcharge on income tax etc. if any. A supplier/ contractor shall be
entirely responsible for all taxes, duties, license fees, etc. All taxes
payable as per applicable law shall be paid by the contractor. If any new
tax/duty is levied during the contract period the same will be borne by the
contractor exclusively. TDS will be deducted from the payment of the
contractor as per the prevalent laws and rules of Government of India and
Government of Uttar Pradesh in this regard.

26
(27) OTHERS:
(27.1) I-V curve of the each module technical details such as V oc, Isc, V mp, FF,
cell efficiency and P max etc shall be supplied along-with each consignment
and copy should be sent to UPNEDA for records.
(27.2) The Contractor in consultation with concerned Project Officer of
UPNEDA will conduct training programme for users, focusing on main
features, operation and maintenance of the systems.
(27.3) The Contractor/supplier shall continue to provide spare parts after the
expiry of warranty period at the users cost. If the contractor fails to
continue to supply spare parts and services to users UPNEDA shall take
appropriate action against the contractor.
(27.4)After successful supply/commissioning of the system and training, the
system will be handed over the person designated by UPNEDA.
(27.5) It shall be the sole responsibility of the contractor to get verified the
quality & quantity of the supplied material at the site of delivery.
(27.6) Contractor shall be responsible for proper installation of system with
required orientation/ proper setting of Solar Module. Contractor shall also
be responsible for regular top-up of electrolyte/distilled water during
warrantee period. The quarterly date may be fixed for the same.
Contractor shall depute an authorized representative whenever required at
the time of inspection etc.
(27.7) The tender document signed and sealed on each page and annexure duly
attached in the last of the document making one document should be
enclosed. Typing the formats in other pages, changing the serial order,
loose papers etc will not be accepted.
(27.8) The contractor will open service center at District Level and will train 2
persons in each village where systems have been installed.
(27.9)The Contractor will ensure availability of 5% of spare parts of total value
of systems installed in that district at service center of District.
(27.10)The tenderer will supply, install a sample system (non-returnable & as
quoted for the tender) at UPNEDA's Head Quarters/ Research and
Training Center at Chinhat Lucknow for technical performance,
evaluation, testing etc.
(27.11)The contractor has to provide performance warrantee document from
solar panel manufacturer that PV modules used in Solar High MastSystem
must be warranted for their output peak watt capacity, which should not
be less than 90% at the end of Twelve (12) years and 80% at the end of
Twenty five (25) years failing which despite of replacing the module free
of cost and the manufacturer may be subject to appropriate action i.e.
debarring/blacklisting etc.
(28) A toll free number (ie 1800 180 0005) of IVRS of UPNEDA and system ID
number (issued/provided by UPNEDA) is to be punch/ embossed/ stick on
every system by contractor, which in case of non-working/ operational
problems etc of system will be dialed by the beneficiary etc to lodge a
27
complaint in respect of system problems. The IVRS will divert the
complaint to Contractor through E mail, SMS etc. The contractor will have
to rectify the same to make/ restore the system to working position within 72
hours in the warrantee period of 5 years, failing which the system may be get
rectified on contractor cost and the cost will be recovered by contractors
pending claims what so ever and appropriate action as per non compliance
etc of agreement will be considered/taken.
(29) In case of any ambiguity in interpretation of any of the provisions of these
tender, the decision of UPNEDA shall be final.
(30) The project pertains to a clean/RE project (Solar Energy) intended to
reduce carbon emissions. Benefits if any of CDM will only be availed by
UPNEDA. The CDM benefits, if any in future may be claimed through
CDM service provider as per norms. Contractor will have no claim in this
regard.
(31) The handing over certificate should be produced with bill for releasing of
90% payment for the system. The format of handing over certificate is
annexed with the draft agreement annexure E.

(Signature of Tenderer)
with seal

28
9 PREPARATION OF TENDER

(1) LANGUAGE OF BID AND MEASURE

(1.1) The Tender prepared by the Tenderer and all correspondence and
documents relating to the bid exchanged by the Tenderer and UPNEDA
shall be written in the English. For purpose of interpretation units of
measurement shall be MKS system.

(2) BID PRICE

(2.1) The Tenderer shall indicate prices on the appropriate financial bid
schedule attached to these documents only. No condition et-cetera will be
entertained in the price bid and in such case the bid will be treated as
cancelled.

(3) BID CURRENCIES

(3.1) Prices shall be quoted in Indian Rupees (INR) only.

(4) BID SECURITY (Earnest Money)

(5) The tenderer shall furnish, as part of its bid, bid security as mentioned in
the tender document in the form of a bank draft issued by a nationalized
bank, or State Bank of India and its subsidiary banks or scheduled banks
of RBI. (Annexure I A)

(6) Any bid not secured with the earnest money will be rejected by the
UPNEDA as non-responsive.

(7) No Interest shall be payable on the amount of earnest money and the same
will be released, after the tenders have been decided, to those tenderers
who fail to get the contract. The earnest money of successful tenderer/s
shall be return to him after furnishing of performance guarantee.

(8) THE TENDER SECURITY(EARNEST MONEY)SHALL BE


FORFEITED:

a) If a Tenderer withdraws its tender during the period of tender validity


specified by the tenderer on the tender.
b) If the successful tenderer fails to sign the agreement within stipulated
period.

29
c) If the Tenderer fails to carry out/perform the work as per the Agreement
or fails to deposit security against any work order.

(9) PERIOD OF VALIDITY OF TENDER

(9.1) Validity of the offer should be 12 months from the date of opening of the
financial bid of the tenders. Without this validity the tenders will be
rejected. The validity must be mentioned on the envelope otherwise
tender may not be opened.

(10) In exceptional circumstances; the UPNEDA will solicit the Tenderer’s


consent to an extension of the period of validity not exceeding 04 months.
The request and the response there of shall be made in writing (or by
cable). In such cases contractor shall extend the validity period of offer
performance security provided under para (9.11) failing which tender shall
be rejected.

(10) FORMAT AND SIGNING OF TENDER

(10.1)The bid must contain the name, residence and places of business of the
persons making the tender and must be signed and sealed by the Tenderer
or his authorized representative with his usual signature. The name and
designations of all persons signing should be typed or printed below the
signature.

(10.2)Tender by corporation/ company must be signed with the legal name of the
corporation/ company be the ‘President’, Managing director or by the
‘Secretary’, Agent’ or other designation. Without disclosing his Principal
the tender may be rejected.

(10.3)The original copy of the Tender shall be typed or written in indelible ink
and shall be signed by the Tenderer or a person duly authorized to bid.
The letter of authorization shall be submitted along with power-of-
attorney. All the pages of the bid shall be initialed by the person or
persons signing the tender.

(10.4) The bid shall contain no interlineations, erasures or overwriting except as


necessary to correct errors made by the Tenderer in which case such
corrections shall be initialed by the person or persons signing the tender.
(11) SECURITY DEPOSIT:
(11.1) The successful tenderers, who execute the agreement with UPNEDA for
the work, shall have to furnish a security deposit equivalent to 2% of total
value of the contract quantity of Solar High MastSystem (LED), in the
form of demand draft or bank guarantee valid for a period of 2 months in
30
excess of validity period of agreement, issued by a nationalized bank,
State Bank of India or its subsidiary bank or a scheduled bank of RBI. In
case of non furnishing of security deposit as mentioned above, the
agreement will not materialize.
The security deposit will be released after expiry of agreement and
on submission of written request from the contractor. However in case of
failure in compliance of the terms and conditions of the agreement the
security deposit will be liable for forfeiture and the bank guarantee would
be invoked. This will be in addition to any of penal action which may be
taken under the terms and conditions of the agreement,
(12) WORK ORDER PERFORMANCE GUARANTEE:
(12.1) The successful tenderers, who execute the agreement with UPNEDA for
the work, shall have to furnish a performance guarantee equivalent to 5%
of total order value against each work order on them in the form of bank
draft or bank guarantee issued by a nationalized bank, State Bank of India
or its subsidiary bank or a scheduled bank of RBI (in case of bank
guarantee; the performance guarantee is to be furnished in two parts i.e.
3% valid for a period of 6 months and 2% valid for a period of 66
months),
In case of non furnishing of performance guarantee as mentioned
above, the work order will itself be treated as cancelled.
The performance guarantee shall be invoked in case of failure to
execute the work as per the terms and conditions of the agreement and the
work order.
(12.2) The performance guarantee has to be deposited within 15 days from the
date of work order. In case of non furnishing of performance guarantee
the work order will itself be treated as cancelled and tenderer will be
subject to penal action i.e. debarring/blacklisting, forfeiting of other
securities, EMD as per the agreement.
(12.3) The performance guarantee of 3% part will be released after successful
execution of work against that work order and rest 2% part will be
released after 5 years of warrantee period on submission of written request
from the contractor.

(Signature of Tenderer)
with SEAL

31
(10) SUBMISSION OF TENDER

(10.1) SEALING AND MARKING OF TENDER

(10.1.1) The tender must be complete in all technical and commercial respect
and should contain requisite certificate, drawings, informative literature
et-cetera as required in the specification. Any queries made should be
promptly replied but not later than 3 days.

(10.1.2) First sealed envelope (part-I) should contain earnest money, technical
specification, brochure literature et-cetera. It should be super-scribed with
tender no. UPNEDA/SHM-LED/2012-III & ‘EM & TC’. All parts of
tender documents except Financial Bid duly signed should be submitted in
the first envelope. Requisite earnest money in the form of Bank Draft
should be attached.

(10.1.3) The tenderer should submit price bid duly signed on the original format
of Financial Bid attached with this tender document as sealed envelope
(part-II financial bid) It should be super-scribed with Tender No:.
UPNEDA/SHM-LED/2012-III and “Financial Bid”. Anything in regard
of financial condition, payment terms, rebate etc. mentioned in financial
bid may make the tender invalid.

(10.1.4) The envelope shall be addressed to the Director, Uttar Pradesh New
And Renewable Energy Development Agency, U.P, Vibhuti Khand,
Gomti Nagar, Lucknow-226010 (U.P.)

(10.2) EXPENSES OF AGREEMENT

A formal agreement should be entered between UPNEDA and the


successful tenderer for the proper fulfillment of the contract. The
agreement shall be rate contract type valid upto 12 months from the date
of signing the Agreement; The Terms and Conditions of the tender
document will be treated as part of the agreement. The Tender document
and the papers submitted in the bid; will be deemed to be the part of the
Agreement. Stamp duty chargeable on the agreement shall be borne by the
successful tenderer.

32
(10.3) DEADLINE FOR SUBMISSION OF BIDS

Bids must be received by the UPNEDA at the date; time and address
specified below:

Date 3rd. Nov, 2012, Time upto 2.00 PM

Address UPNEDA, HO, Vibhuti Khand,


Gomti Nagar, Lucknow, Uttar Pradesh

(10.4) LATE BIDS

Any bid received after the deadline for submission of bids prescribed by
the UPNEDA pursuant to para 10.3 above will be rejected and / or
returned unopened to the Tenderer.

(Signature of Tenderer)
with SEAL

33
11 TENDER OPENING AND EVALUATION

(11.1) OPENING OF TENDER

The procedure of opening of the tender shall be as under:

(11.1.1) First envelop (part-I) bearing tender specification no. and super-scribed
‘EM & TC’ shall be opened at the time and date mentioned in the tender
notice by UPNEDA’s representatives in the presence of tenderers, who
choose to be present.

(11.1.2) Second envelope (Part-II) containing Financial Bid shall be opened of


only those tenderers, who qualify in Technical Bid.

(11.1.3) In case it is not possible to open second envelop (part-II) at the time and
date fixed for the purpose due to unavoidable circumstances then the
opening of the second envelop shall be postponed, and intimation of this
effect shall be sent to Tenderers by E-mail/ fax et-cetera. It will be in the
interest of the Tenderer to send their authorized representatives well
conversant with the tender and competent enough to take decision on
technical and financial matter at the time of opening of second envelope.

CLARIFICATION OF TENDER

(11.2) To assist in the examination, evaluation and comparison of bids the


UPNEDA may at its discretion ask the bidder for a clarification of its bid.
The request for clarification and the response shall be in writing.

(11.3) PROCEDURE FOR RATE CONTRACT WITH TENDERS:

(11.3.1) The lowest rate received i.e. L-1 will be known as the approved rate,
after its approval by the competent authority i.e. Director, UPNEDA.

(11.3.2) The approved rate would be initially offered to the next lowest 05
bidders (i.e. L2, L3, L4, L5 and L6.) to take their options to match the
approved rate. Those who agreed to match the approved rate will be
qualified for rate contract. In case the number of bidders agreeing to
match the approved rate fall short of 05, the same offer will be given to
the next lowest bidders in sequential order (on date and time fixed to
receive offer itself ) till 05 such bidders are selected for rate contract.

34
(11.3.3) A total of maximum 06 (six) bidders shall be shortlisted and agreement
of rate contract will be made with them. If six bidders are not available or
do not agree to match the approved rates, lesser number may be short listed.

(11.4) CONTRACT ORDER DISTRIBUTION

Since the tender is of Rate contract type, work order will be issued first to
the lowest successful tenderer according to his declared capacity and
balance quantity if any will be distributed equally among the rest of
bidders whose financial bids were opened and who agreed to work at the
approved Lowest (L-1) rates and have accordingly executed the
agreement with UPNEDA.

Signature of Tenderer
with seal

35
12 AWARD OF CONTRACT

(12.1) The UPNEDA reserves the right at the time of award of contract to
increase or decrease the quantity of goods and locations of supply without
any change in price or other terms and conditions.

(12.2) UPNEDA RESERVES THE RIGHT TO ACCEPT ANY BID AND TO


REJECT ANY OR ALL BIDS:-

UPNEDA reserves the right to reject any or all the tenders or accept any
tender without assigning any reason thereof.

(12.3) NOTIFICATION OF AWARD

Prior to the expiration of the period of tender validity the UPNEDA will
notify the Tenderers by registered letter or e-mail or Fax, to be confirmed
in writing by latter, that the bid has been accepted.

(12.4) EXECUTION PERIOD

The work shall have to be completed within four months from the date of
award of work

(12.5) CONTRACT

Before execution of the work, a contract agreement for execution of the


work shall be signed with the tenderer, as per the draft agreement issued
by UPNEDA. Since the agreement will be of rate contract type, it will be
same for all the eligible tenderers and no deviations will be accepted.
Tenderer has to sign the agreement within the 15 days of communication
of acceptance of the offer by UPNEDA; otherwise earnest money of the
tenderer deposited with the tender shall be forfeited and a appropriate
action i.e. debarring/blacklisting et-cetera may also be considered.

Signature of Tenderer
with seal

36
TENDER NO.: - UPNEDA/SHM-LED/2012-III

FINANCIAL BID

HIGH MAST SOLAR STREET LIGHTING (LED BASED)

Financial offer for the Design, Supply, Installation, Commissioning, with 05 years
warranty with comprehensive maintenance (in warrantee period) of HIGH MAST
SOLAR STREET LIGHTING SYSTEM (LED BASED) as per scope of work,
Tech. requirement, specifications & terms and conditions etc of the tender.
Name of the Firm:
Sl. DESCRIPTION Unit Rate Unit Rates in words (Rs)
No. (Rs)
1 High Mast Solar Street Lighting System
(LED based) with 300 Watt module
capacity, Suitable Battery bank and
LED lights of 18 Watt with 04 numbers
light.

Sl. DESCRIPTION Unit Rate Unit Rates in words (Rs)


No. (Rs)
2 High Mast Solar Street Lighting System
(LED based) of 400 Watt module
capacity, Suitable Battery bank and
LED lights of 24 Watt respectively with
04 numbers light.

N OTE:-
1. Certified that rate quoted above is as per the requirement, specification terms &
condition mentioned in the tender.
2. The rates are inclusive of all taxes & duties, transportation up to site, insurance etc
what so ever.

(Signature of Tenderer)
with seal

37
Draft Agreement
(To be signed with the successful bidder on a stamp paper )

Agreement N0. / UPNEDA/SHM-LED/2012-III

This agreement made on day of …….. , 2012 between Uttar


Pradesh New and Renewable Energy Development Agency, Vibhuti Khand,
Gomti Nagar, Lucknow herein after called UPNEDA on the one part and M/s
…………………………………………………………………….. Pin………. herein
after referred to as the Contractor on the other part.

Whereas the UPNEDA decided to award the rate contract work of


Procurement supply installation and commissioning of Solar High MastSystem
LED based, with 05 years comprehensive warranty at the identified sites by
UPNEDA in the state of Uttar Pradesh, as decided and desired by UPNEDA, on
turnkey basis and as the terms and conditions specified as general conditions of
the contract at Annexure-A having 10 pages, as per scope of work and technical
specifications at Annexure-B having 06 pages and reference of make and model
at Annexure - C having 01 page, rates for supply with 05 years warrantee
Annexure-D having 02 page and Annexure – E having 01 page of format of
handing over certificate, which have been signed by both the parties and which
shall form part of this agreement. The bid document having ……. pages will be
treated as the part of this agreement. The agreement shall be valid for 12
months from the date of signing.

And whereas the Contractor M/s M/s …………………………


………………………………………….. Pin………. has accepted to Procurement
supply installation and commissioning of Solar High MastSystem LED based,
with 05 years comprehensive warranty at the identified sites by UPNEDA in the
state of Uttar Pradesh, as specified in the work order to be placed with the
Contractor from time to time.

38
Now therefore, these present witness and parties aforementioned hereby
agree and declare that in consideration of the payment to be made to the
Contractor by the UPNEDA, the Contractor shall complete the said work on the
terms and conditions mentioned in the contract.

IN WITNESS HERE PARTIES HAVE SIGNED DEED HERE UNDER

Signed ...................................... Signed ......................................


For & on behalf of (UPNEDA) For & on behalf of Contractor

Witness. Witness.
1. 1.

2. 2.

39
Annexure A

GENERAL CONDITIONS OF CONTRACT

GENERAL CONDITIONS OF CONTRACT

(1) In the deed of contract unless the context otherwise requires:-

(1.1) UPNEDA shall mean Uttar Pradesh New And Renewable Energy
Development Agency, with Head office at Vibhuti khand, Gomti Nagar
Lucknow and shall also include its successors in interest.

(1.2) The contractor shall mean the person whose tender has been accepted by
UPNEDA and shall include his successors in interest.

(1.3) The work against the agreement shall be on turn- key basis. The work
shall be completed within four months from the date of placement of
supply order.
In case the contractor fails to execute the said work/ or a part
thereof within stipulated time, UPNEDA will be at liberty to get the work
executed from the open market after giving 15 days notice to the
contractor, at the risk and cost of the contractor and appropriate action
i.e. debarring/blacklisting etc. may also be considered/ imposed. Any
additional cost incurred by UPNEDA shall be recovered from the
contractor. If the cost of executing the work as aforesaid shall exceed the
balance due to the contractor, and the contractor fails to make good the
additional cost, UPNEDA has full liberty and may recover it from the
contractors’ pending claims against any work in UPNEDA or in any
lawful manner, what so ever.

(1.4) The validity of contract will be 12 months from the date of signing of the
agreement. If work order is placed four months before the expiry of
agreement, agreement shall be deemed to have been extended till the date
of execution of the work order; provided that such extension of period
shall not exceed four months from the date of expiry of the agreement.

(1.5) It shall be sole responsibility of the contractor to get verified the quality
& quantity of the supplied material at the site of delivery.

(2) LIQUIDATED DAMAGES

(2.1) If the contractor fails to perform the services within the time period
specified in the contract, the UPNEDA shall without prejudice to its other
40
remedies under the contract, deduct from the contract price as liquidated
damage, a sum equivalent to 1% of the order value for each week or part
thereof until actual performance up to a maximum deduction of 10% of
the delayed work. Once the maximum is reached, the UPNEDA may
consider termination of the contract and also appropriate action i.e.
debarring/blacklisting etc. may also be considered/ imposed.

(3) The contractor shall have to comply with all the rules, regulations, laws
and by-laws for the time being in force and the instructions if any, of the
organization, in whose premises the work has to be done. UPNEDA shall
have no liability in this regard.

(4) FORCE MAJEURE

(4.1) Notwithstanding the provisions of clauses contained in this tender


document; the contractor shall not be liable for forfeiture of its
performance security, liquidated damages, termination for default, if he is
unable to fulfill his obligation under this tender document due to event of
force majeure circumstances.

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

(4.3) If a force majeure situation arises, the contractor shall promptly notify the
UPNEDA in writing within a week from the date situation so arises.

(5) The High court of Judicature at Allahabad and Courts subordinate


thereto, at Lucknow, shall alone have jurisdictions to the exclusion of all
other courts.

(6) The contractor shall not without the consent in writing of UPNEDA,
transfer, assign or sublet the work under this contract or any substantial
part thereof to any other party

(7) UPNEDA shall have at all reasonable time access to the works being
carried out by the contractor under the contract. All the work shall be
carried out by the contractor to the satisfaction of UPNEDA.

(8) If any question, dispute or difference shall arises between UPNEDA and
the contractor, in the connection with the agreement except as to matters,
41
the decisions for which have been specifically provided, either party may
forthwith give to the other notice in writing of existence of such question,
dispute or difference and the same shall be referred to the sole arbitration
of the Principal Secretary/Secretary, Department of Additional Sources
of Energy, Government of Uttar Pradesh or a person nominated by him.
This reference shall be governed by the Arbitration and Conciliation Act
1996, and the rules made there-under. The award in such arbitration
shall be final and binding on both the parties. Work under the agreement
shall be continued during the arbitration proceedings unless the
UPNEDA or the arbitrator directs otherwise.

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

(10) INSPECTION AND TESTS

(10.1) The following inspection procedures and tests are required by the
UPNEDA in the presence of UPNEDA’s representative if so desired by
UPNEDA.

(10.2) The UPNEDA or its representative shall have the right to inspect and / or
to test the goods to confirm their conformity to the contract. The
special conditions of contract and/ or the Technical specifications shall
specify what inspections and test the UPNEDA required

(10.3) INSPECTION AT WORKS.

(10.3.1) The UPNEDA, through its duly authorized representative shall


have at all reasonable times access to the suppliers premises or works
and shall have the power at all reasonable times to inspect and examine
the materials and workmanship of the works during its manufacture.

(10.3.2) The supplier shall give the UPNEDA 15 day's written notice of any
material being ready for testing. It shall be mandatory that such
notice should reach UPNEDA within 30 days of placement of supply
order. Such tests shall be on the supplier's accounts/ expenses except for
42
the expenses of the inspector. UPNEDA reserves the full rights, to waive
off inspection of material.

(10.3.3) The supplier is required to get the entire lot of the ordered material
inspected at one time, before the supply of the materials. In case the
suppliers fails to get the entire lot inspected at one time, the total
expenses of the further inspection will be borne by the
supplier/contractor.

(10.3.4) The inspection by UPNEDA and issue of dispatch instruction there


on shall in no way limit the liabilities and responsibilities of the supplier
in respect of the agreed quality assurance programme forming a part of
the contract.

(10.3.5) Nothing in this para 10 shall in any way release the supplier from
any warranty or other obligations under the rate contract.

(11) WARRANTY

(11.1) The supplier shall warrant as per standards for quality that anything to be
furnished shall be new, free from all defects and faults in material,
workmanship and manufacture, shall be of the highest grade and
consistent with established and generally accepted standards for material
of the type ordered, shall be in full conformity with the specifications,
drawing or samples, if any and shall if operable, operate properly.

(11.2) Performance of Equipment: In addition to the warranty as already


provided, the supplier shall guarantee satisfactory performance of the
equipment and shall be responsible for the period or up to the date
specified in sub-para (11.3) hereof after the equipment has been accepted
by the UPNEDA to the extent for any defects that may develop such
defects shall be removed at his own cost when called upon to do so by the
UPNEDA failing which UPNEDA will be at liberty to get the work
executed from the open market without calling any tender and without any
notice to the contractor, at the risk and cost of the contractor and also
appropriate action i.e. debarring/blacklisting etc. may also be considered/
imposed. Any additional cost incurred by UPNEDA shall be recovered
from the contractor.

(11.3)The Warranty period shall be 25 Years for the PV modules and 5 years for
complete system including battery from the date of commissioning and
handing over of the system. The contractor shall rectify defects developed
in the system within Warranty period promptly. In case the defects are
not rectified within 72 hours of the receipt of the complaint by the
43
contractor UPNEDA shall have full liberty to restore the system in
working condition. The expenditure so incurred by UPNEDA shall be
deducted from the contractor pending claims, security deposit or in other
law full manner and also appropriate action i.e. debarring/blacklisting
etc. may also be considered/ imposed. The tenderer will also submit a
certificate of undertaking from manufacturer of solar module for 25 years
of warrantee at annexure- XIV.

(11.4) Since the maintenance of the system may also be taken up by the
contractor after expiry of 05 years of warranty period if the end
user/UPNEDA so desires, the contractor shall take up annual
maintenance of the installed system.

(11.5) The contractor shall maintain the system under annual maintenance
contract with the end user.

WARRANTY AND COMPREHENSIVE MAINTENANCE) OF 05 YEARS

WARRANTY:
It is an essential part of the contract that the tenderer shall provide
warranty of the system for 5 years from the date of handing over of the system.
During the warranty following maintenance will required to be carried out by
the contractor.
2. Quarterly checking up keeping and replacement of defective component
as module, battery, Luminaries and BOS etc or sub-components of the
system for proper operation of the system. In case of any damage or
breakage of the component due to negligence or fault of beneficiary or
theft etc, the same shall be replaced at users cost. In case of Solar PV
module damaged due to natural calamity, contractor shall replace the
same at his own cost, if required during warranty period.
2 The scope of work includes repairing/replacement of part(s)/system to
make the system functional within warranty period whenever a complaint
is lodged by the user at site. The contractor shall attend the same within
72 hours and in any case of breakdown shall be corrected within a period
not exceeding 3 days
3. The safety and security of the system shall be sole responsibility of the
user.
4. It is mandatory for the contractor to submit a quarterly performance/
maintenance report for each system to the concerned project officer
UPNEDA.
5. The Comprehensive Maintenance (within warranty period) shall be executed
by the firm himself or the authorized dealer/ service center of the firm in the
concerned district. The Comprehensive Maintenance (within warranty
period) will include the total system including Battery etc whatsoever at site.
44
It is mandatory for the contractor to open an authorized service center in the
concerned district before the supply/installation of the system.
6 It is mandatory for the contractor to make a stock of almost 5% of spare
parts at it service center which is to verified by the concerned project of
UPNEDA.

(12) Notice statement and other communication send by UPNEDA through


registered post or telegram or fax or Email to the contractor at his
specified addresses shall be deemed to have been delivered to the
contractor.

(13) Any work which is not covered under this contract but is essentially
required for the completion of job (to the satisfaction of UPNEDA) shall
be carried out by the contractor as extra item for which payment shall be
made separately at the rates decided by UPNEDA.

(14) The work shall be carried out by the contractor as per design and
drawings/ samples approved by UPNEDA, wherever, necessary, the
contractor shall submit relevant designs and drawings/samples for
approval in UPNEDA, well in advance. Work carried out without
UPNEDA’s approval shall not be accepted and the UPNEDA shall have
right to get it removed and to recover the cost so incurred from the
contractor.
(15) The contractor shall provide one copy of instruction manual and routine
maintenance manual with each system supplied or installed, this shall be
both in Hindi and English.

'The following minimum details must be provided with manual:

(f) About the complete photovoltaic system including PV modules,


battery and electronics
(g) Do’s and Don’ts
(h) Clear instructions on regular maintenance and trouble shooting
of the system
(i) Name & address of the contact person in case of non-
functioning of the system.
(j) The toll free number of UPNEDA i.e. 1800 1800 005 and
system identification number (issued by UPNEDA) is to be
clearly mentioned in the manual.

(16) The contractor shall not display the photographs of the work and not take
advantage through publicity of the work without written permission of
UPNEDA.

45
(17) PATENT RIGHT AND ROYALITIES.

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

(18) PACKING FORWARDING

(18.1) Contractors, wherever applicable, shall after proper painting, pack and
crate all the equipment in such manner as to protect them from
deterioration and damage during rail and road transportation to the site
and storage at the site till time of installation. Contractor shall be held
responsible for all damage due to in proper packing or what so ever case.
It is advised to the contractor to get proper insurance etc for the same.

(18.2) The contractor shall inform the UPNEDA of the date of each shipment
from his works, and the expected date of arrival at the site for the
information of the UPNEDA project offices at least 7 days in advance.

(19) DEMURRAGE WHARF-AGE, etc.

All demurrage, wharf-age and other expenses incurred due to delayed


clearance of the material or any other reason shall be to the account of
the contractor.

(20) INSURANCE

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

(21) TRANSPORTATION

The contractor is required under the contract to deliver the goods to the
site.

46
(22) TERMINATION FOR INSOLVENCY etc.

(22.1)UPNEDA may at any time terminate the contract by giving written notice
to the contractor without compensation to the contractor, if it becomes
bankrupt or otherwise insolvent, provided that such termination will not
prejudice or affect any right of action or remedy, which has accrued or
will accrue thereafter to the UPNEDA.

(22.2) UPNEDA may terminate the contract by giving 15 days notice to the
contractor on the following grounds:
(i) Contractor has committed breach of contract,
(ii) Contractor works are not satisfactory,

(23) TERMINATION FOR CONVENIENCE

The UPNEDA, may by written notice sent to the supplier, terminate the
contract, in whole or in part at any time for its convenience. The notice of
termination shall specify that termination is for the purchaser’s
convenience in the interest of UPNEDA.

(24) APPLICABLE LAW

The contract shall be interpreted in accordance with the laws of India.

(25) NOTICE

(25.1) Any notice given by one party to the other pursuant to the contract shall
be sent in writing or by telegram or telex/ cable or Email and confirmed
in writing to the address specified below:
(1) UPNEDA Address
The Director, Uttar Pradesh New and Renewable Energy Development
Agency, (UPNEDA), Vibhuti Khand, Gomti Nagar, Lucknow – 226010

(2) Contractor address:


…………………………………………………………………..
…………………………………………………………………..
…………………………………………………………………..

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

47
(26) TAXES AND DUTIES
The price quoted should include all taxes and duties, custom duty, excise
duty, service tax, sales tax, C.S.T., local taxes, Trade Tax/VAT, Income
Tax, Surcharge on income tax etc. if any. A supplier/ contractor shall be
entirely responsible for all taxes, duties, license fees, etc. All taxes
payable as per applicable law shall be paid by the contractor. If any new
tax/duty is levied during the contract period the same will be borne by the
contractor exclusively. TDS will be deducted from the payment of the
contractor as per the prevalent laws and rules of Government of India
and Government of Uttar Pradesh in this regard.

(27) OTHERS:
(27.1) I-V curve of the each module technical details such as Voc, Isc, Vmp, FF,
cell efficiency and Pmax etc shall be supplied along-with each consignment
and copy should be sent to UPNEDA for records.
(27.2) The Contractor in consultation with concerned Project Officer of
UPNEDA will conduct training programme for users, focusing on main
features, operation and maintenance of the systems.
(27.3) The Contractor/supplier shall continue to provide spare parts after the
expiry of warranty period at the users cost. If the contractor fails to
continue to supply spare parts and services to users UPNEDA shall take
appropriate action against the contractor.
(27.4)After successful supply/commissioning of the system and training, the
system will be handed over the person designated by UPNEDA.
(27.5) It shall be the sole responsibility of the contractor to get verified the
quality & quantity of the supplied material at the site of delivery.
(27.6) Contractor shall be responsible for proper installation of system with
required orientation/ proper setting of Solar Module. Contractor shall
also be responsible for regular top-up of electrolyte/distilled water during
warrantee period. The quarterly date may be fixed for the same.
Contractor shall depute an authorized representative whenever required
at the time of inspection etc.
(27.7) The tender document signed and sealed on each page and annexure duly
attached in the last of the document making one document should be
enclosed. Typing the formats in other pages, changing the serial order,
loose papers etc will not be accepted.
(27.8) The contractor will open service center at District Level and will train 2
persons in each village where systems have been installed.
(27.9)The Contractor will ensure availability of 5% of spare parts of total value
of systems installed in that district at service center of District.
(27.10)The tenderer will supply, install a sample system (non-returnable & as
quoted for the tender) at UPNEDA's Head Quarters/ Research and
Training Center at Chinhat Lucknow for technical performance,
evaluation, testing etc.
48
(27.11)The contractor has to provide performance warrantee document from
solar panel manufacturer that PV modules used in Solar High MastSystem
must be warranted for their output peak watt capacity, which should not
be less than 90% at the end of Twelve (12) years and 80% at the end of
Twenty five (25) years failing which despite of replacing the module free
of cost and the manufacturer may be subject to appropriate action i.e.
debarring/blacklisting etc.
(28) A toll free number (ie 1800 180 0005) of IVRS of UPNEDA and system ID
number (issued/provided by UPNEDA) is to be punch/ embossed/ stick on
every system by contractor, which in case of non-working/ operational
problems etc of system will be dialed by the beneficiary etc to lodge a
complaint in respect of system problems. The IVRS will divert the complaint
to Contractor through E mail, SMS etc. The contractor will have to rectify
the same to make/ restore the system to working position within 72 hours in
the warrantee period of 5 years, failing which the system may be get
rectified on contractor cost and the cost will be recovered by contractors
pending claims what so ever and appropriate action as per non compliance
etc of agreement will be considered/taken.
(29) In case of any ambiguity in interpretation of any of the provisions of these
tender, the decision of UPNEDA shall be final.
(30) The project pertains to a clean/RE project (Solar Energy) intended to
reduce carbon emissions. Benefits if any of CDM will only be availed by
UPNEDA. The CDM benefits, if any in future may be claimed through
CDM service provider as per norms. Contractor will have no claim in this
regard.
(31) The handing over certificate should be produced with bill for releasing of
90% payment for the system. The format of handing over certificate is
annexed with the draft agreement annexure E

32 Payments and Performance Warrantee


PAYMENTS:
The payments shall be made as per the following terms and conditions.

1 The contractor shall raise bill of 90% of the ordered value after the
supply, installation and successful commissioning, of the complete system
at indicated site as per the technical specification and terms and
conditions as specified in the agreement along-with submission of Joint
commissioning and handing over certificate on prescribed format duly
signed by the contractor, beneficiary and the designated officer of
UPNEDA. The Handing over certificate must contain UID Number
allotted by UPNEDA.

49
80% payment shall be made after duly verification of the same by
authorized officer of UPNEDA.

2 After date of commissioning of the system, the system will be observed for
the period of 03 months. After 03 months, the performance of system if
found as per the specification of agreement then 10% payment shall be
released after duly verification of the same by authorized officer of
UPNEDA.

3 The balance payment of 10% shall be treated as PERFORMANCE


WARRANTEE and shall be released after the completion of 05 (five) years
of warrantee period from the date of handing over of the system.

(33) SECURITY DEPOSIT:


(33.1) The successful tenderers, who execute the agreement with UPNEDA for
the work, shall have to furnish a security deposit equivalent to 2% of total
value of the contract quantity of Solar High MastSystem (LED), in the
form of demand draft or bank guarantee valid for a period of 2 months in
excess of validity period of agreement, issued by a nationalized bank,
State Bank of India or its subsidiary bank or a scheduled bank of RBI. In
case of non furnishing of security deposit as mentioned above, the
agreement will not materialize.
The security deposit will be released after expiry of agreement and
on submission of written request from the contractor. However in case of
failure in compliance of the terms and conditions of the agreement the
security deposit will be liable for forfeiture and the bank guarantee would
be invoked. This will be in addition to any of penal action which may be
taken under the terms and conditions of the agreement,

(34) WORK ORDER PERFORMANCE GUARANTEE:

(34.1) The successful tenderers, who execute the agreement with UPNEDA for
the work, shall have to furnish a performance guarantee equivalent to 5%
of total order value against each work order on them in the form of bank
draft or bank guarantee issued by a nationalized bank, State Bank of India
or its subsidiary bank or a scheduled bank of RBI (in case of bank
guarantee; the performance guarantee is to be furnished in two parts i.e.
3% valid for a period of 6 months and 2% valid for a period of 66
months),
In case of non furnishing of performance guarantee as mentioned
above, the work order will itself be treated as cancelled.
The performance guarantee shall be invoked in case of failure to
execute the work as per the terms and conditions of the agreement and the
work order.
50
(34.2) The performance guarantee has to be deposited within 15 days from the
date of work order. In case of non furnishing of performance guarantee
the work order will itself be treated as cancelled and tenderer will be
subject to penal action i.e. debarring/blacklisting, forfeiting of other
securities, EMD as per the agreement.
(34.3) The performance guarantee of 3% part will be released after successful
execution of work against that work order and rest 2% part will be
released after 5 years of warrantee period on submission of written
request from the contractor.

35) Earnest Money

(35.1) No Interest shall be payable on the amount of earnest money and the same
will be released after furnishing of performance guarantee.

(35.2) THE EARNEST MONEY SHALL BE FORFEITED:

a) If the contactor fails to carry out/perform the work as per the Agreement
or fails to deposit security against any work order.

(36) The tenderer confirms its capability to satisfactorily execute work orders
of total …………………..nos. of Solar High Mast (LED) Light system 300
Wp and total …………………..nos. of Solar High Mast (LED) Light system
400 Wp during the entire 12 months period of the validity of the agreement.

51
Annexure -B

SCOPE OF WORK AND TECHNICAL SPECIFICATIONS


SCOPE OF WORK
The scope of work of Solar High Mast System (LED) includes supply,
installation, commissioning including comprehensive maintenance of 05 years
warrantee period of system to various beneficiaries in various villages/ hamlets/
towns etc of various districts of Uttar Pradesh as directed by UPNEDA at sites
identified by UPNEDA as per the following specifications.

SCOPE OF WORK AND TECHNICAL SPECIFICATIONS


WHITE LED BASED HIGH MAST SOLAR STREET LIGHTING SYSTEMS

DEFINITION
Light Emitting Diode (LED) is a p-n junction device which emits light when forward
electric current passes through it. A LED based solar street lighting system aims at providing
solar electricity for operating LED lights for specified hours of operation per day. The broad
performance specifications of a White Light Emitting Diode (W-LED) light source based solar
street lighting system are given below:

BROAD PERFORMANCE
PARAMETERS
Light Source White Light Emitting Diode (W-LED)
Light Out put White colour (colour temperature 55000-65000 K)
minimum. The illumination should be uniform without
dark bands or abrupt variations, and soothing to the
eye. Higher light output will be preferred.
Mounting of light for high mast of LED street lighting system 4Nos.
X 18W and 4 nos. X 24 watt a minimum 09 meters
telescopic shape pole, having 7.5 meters above the
ground level will be required.
PV Module Module required for High mast Street Light
A. 300 Wp module
B. 400 Wp module
Battery Battery required for High Mast Street Light
A. 12V 400 Ah or 24 V 200 Ah
B. 12V 500 Ah or 24 V 250 Ah
Tubular Positive plate Lead acid or gel type VRLA , @
C/10, Max DoD 75%
Electronics Min 85% total efficiency
Average duty cycle Dusk to dawn
Autonomy 3 days (Minimum 42 operating hours per permissible
discharge)
Other Details
Tech. specifications
High Mast Solar Street Lighting System (LED based) of 300 Watt module capacity and LED lights of 18
Watt with 04 numbers light.
High Mast Solar Street Lighting System (LED based) of 400 Watt module capacity and LED lights of 24
Watt respectively with 04 numbers light.

52
DUTY CYCLE
The LED solar street lighting system should be designed to operate for dust to dawn, under
average daily insolation of 5.5 kWh /sq.m. on a horizontal surface.

LIGHT SOURCE

1. The light source will be of white LED type. Single lamp or multiple lamps can be used. The
colour temperature of white LEDs used in the system should be in the range of 55000 K – 65000 K.
Use of LEDs which emits ultraviolet light will not be permitted.

2. The light output from the white LED light source should be constant through out the duty cycle.

3. The lamps should be housed in an assembly suitable for outdoor use. The temperature of LED
should increase not more than 150 above ambient temperature. This condition should be
compiled even after two hours of operation at its maximum operation voltage ( ie. Just before
over voltage cut off) The white LED should be of high quality and should stands for minimum
50000 hours. If the luminary fails/ need repair in LED/ electronics the whole should be
replaced with the new one within the guarantee period.

4. The make, model number, country of origin and technical characteristics of white LEDs
used in the lighting system must be furnished.

Others:

Suitable for minimum 09 meters telescopic shape pole, having 7.5 meters above the ground
level will be required.

Housing: Housing made up of die cast Aluminum with water and dust protection.
Finish: Epoxy Powder Coated after phosphochromate treatment.
Optics: Spherical Lens made up of glass
Heat Sink: Made Up of extruded aluminum sheet.
Mounting: Suitable for lateral mounting on arms. with clamps

PV MODULE

1. The PV module (s) shall contain mono/ multi crystalline silicon solar cells with IEC
61215(revised) certification or equivalent National or International Standards. The
manufacturer should have the required certification for at least one of their regular modules.
Further, the manufacturer should certify that the submitted module is also manufactured using
same design and process

2. The power out put of the PV module must be reported under standard test conditions (STC) at
16.4 Volt loading voltage. I_V curve of the each module should be submitted at the time of
installation.

3. The open circuit voltage of the PV modules under STC should be at least 21.0 Volts.

4. The terminal box on the module should have a provision for opening for replacing the cable, if
required.

5. A strip containing the following details should be laminated inside the module so as to be
clearly visible from the front side:

53
a) Name of the Manufacturer or distinctive Logo
b) Model or Type No.
c) Serial No.
d) Year of make

BATTERY

(i) Tubular positive plate Lead acid or gel type VRLA battery should conform to latest BIS
standards. A copy of the test certificate for the battery (including its make, country of origin
and model number) used in the system should be provided.

(ii) At least 75 % of the rated capacity of the battery should be between fully charged & load cut
off conditions.

ELECTRONICS

(i) The total electronic efficiency of DC-Dc Converter should be at least 85 %.

(ii) Electronics should operate at 12 V/24V and should have temperature compensation for proper
charging of the battery throughout the year.

(iii) The light output should remain constant with variations in the battery voltages.

ELECTRONIC PROTECTIONS

1. The system should have protection against battery overcharge and deep discharge conditions.
The numerical values of the cut off limits must be specified, while submitting the samples for the
testing purposes.

2. Fuses should be provided to protect against short circuit conditions.

3. A blocking diode should be provided as part of the electronics, to prevent reverse flow of
current through the PV module(s), in case such a diode is not provided with the PV module.

4. Full protection against open circuit, accidental short circuit and reverse polarity should be
provided.

5. Adequate protection is to be incorporated under no load conditions, e.g. when the lamps are
removed and the system is switched ON.

6. Electronics should operate at 12 V/ 24V and should have temperature compensation for
proper charging of the battery throughout the year.

7. The W-LED driver circuit should be based on constant voltage, constant current, high frequency technology.
The component used in LED driver circuitry should be highly reliable of reputed make and efficient.

Efficiency : The total electronic efficiency should be at least 80%.

W-LED Life : Lumen output of W- LED should remain same


though out the warranty period.

CHARGE CONTROLLER: The unit should have the following feature:-

54
1. This unit should be designed for charge regulation of storage battery and safe guard the battery
against over charge & deep discharging.
2. The voltage cut-off should be set in such a way to utilize the 75% of the fully charged battery
capacity.
3. The lower limit of cut off voltage should not be less than 10.8 volts.
4. The charge controller should reconnect the load when battery gets fully charged. The difference in
these two voltage set point should be neither too small nor too large to avoid the relay chattering.
5. A reverse blocking diode should be provided to prevent discharge of battery in rainy season and in
night.
6. The various functions should be displayed through LED indicator indicating the operations being
carried out by the controller such as low battery warning sign (yellow), load current off (red)
battery charging (green)
7. The indicator should be fixed on front side of the battery box/ Luminary.
8. A switch & fuse should be provided with the controller.
9 The unit should have protection against short circuit, lightening, reverse polarity surge etc.
10. The PCB’s of controller should be glass epoxy.
11. All the connector indication should be covered with transparent hard plastic sheet screened
properly.

MECHANICAL COMPONENTS

(i) The frame structure of module should have provision to adjust its angle of inclination to the
horizontal between 0 and 45, so that it can be installed at the specified tilt angle.

(ii) It should be possible to mount the light source on a metallic arm attached to the pole.
• For High mast street lighting system each of the metallic arm/ring for holding the light assembly should
be extended at least 0.5 meter from the pole and set at a suitable angle to maximize uniform illumination of
desired level over the specified area. The assembly lowering arrangement for high mast lights for
repairing and maintenance should also be incorporated.

(iii) A vented metallic / polymer box with acid proof corrosion resistance paint (in case of
metallic) for housing the storage battery outdoors should be provided. The quality should be of
high standards to withstand the life period. If defect arises in the guarantee period, same is to be
(mandatory) replaced.

MECHANICAL COMPONENTS

For LED High mast Lighting


(b) The SPV module should be fixed on the pole. The steal tower /pole should be of telescopic in shape
minimum 127 mm at the bottom and minimum 76 mm at the top (max in 3 parts) of suitable thickness
to withstand almost 200 km/hour of wind speed for High Mast LED lighting system
Serial No. : Each system should have a serial number of 14 digits as provided by UPNEDA to be
mentioned on the pole and battery box along with instructions and toll free number (1800
180 0005) of UPNEDA.

ELECTRIC CABLE
The suitable electric cable of high quality should be used. The battery lead
should be provided with the suitable battery clip.

(iii) Components and parts used in the system should conform to the latest BIS
specifications, wherever such specifications are available and applicable.

55
(iv) Other hardware such as clamp, nut bolt etc should be as per requirement of system.
The material should be of good quality.

QUALITY AND WARRANTY

(i) The PV module will be warranted for a minimum period of 15 years from the date of supply
and the complete White LED solar street lighting and LED High Mast system including the
battery) will be warranted for a period of at least 5 years from the date of supply.
(ii) A toll free number (ie 1800 180 0005) of IVRS of UPNEDA and system ID number
(issued/provided by UPNEDA) is to be punch marked on the pole and battery box of the system
by contractor, which in case of non-working/ operational problems etc of system will be dialed
by the beneficiary etc to lodge a complaint in respect of system problems. The IVRS will divert
the complaint to Contractor through E mail, SMS etc. The contractor will have to rectify the the
same to make/ restore the system to working position within 3 working days in the guarantee
period of 5 years. Failing which the system will be get rectified on contract cost and the cost will
be recovered by contractors pending claim and appropriate action as per non compliance of
agreement will be taken.

DOCUMENTATION

(i) An Operation, Instruction and Maintenance Manual, in English and the local language,
should be provided with the solar street lighting system.

The following minimum details must be provided in the Manual:

(a) About Photovoltaics

(b) About White LED solar street lighting system - its components and expected performance

(c) About PV module. In case of imported modules it is mandatory to provide a copy of the
international product qualification certificate.

(d) About White LED Lights. The make, model number, country of origin and technical
characteristics of LEDs should be stated in the product data sheet and furnished to
UPNEDA.

(e) About battery and electronics used

(f) Clear instructions about mounting of PV module.

(g) About charging and significance of indicators.

(h) DO's and DONT's,

(i) Clear instructions on regular maintenance and trouble shooting of solar street lighting
system.
(j) Name and address of the person or service center to be contacted in case of failure or
complaint.

(k) UPNEDA toll free IVRS number (ie 1800 180 0005) with system ID number of 14 digits
(issued by UPNEDA)

56
INSTALLATION OF LED HIGH MAST STREET LIGHTING SYSTEM:

The system should be properly installed at site. The SPV module mounting structure along with Steel pole
should be properly grouted depending upon the location and requirement of the site. The grouting should be such
that it should withstand the maximum wind speed /storm. The pole should be grouted with CC mixture of 1:2:4 of
radius of minimum 600 mm having depth of 1500mm. Care should be taken to ensure that the battery is placed
with appropriate leveling on a structurally sound surface. The control electronics should not be installed directly
above the battery. All wiring should be in a proper conduit or capping case. Wire should not be hanging loose.
Any minor item, which is not specifically included in the scope of supply but required for proper installation and
efficient operation of the SPV systems, is to be provided by the manufacturer

 The quality and standards of the system will be strictly adhering to the
national/international standards specified as per MNRE Govt. of India norm.

57
Annexure C
Reference of Make and Model
1. Solar Module:

1.1 Manufacturers’ name of Module: M/s ……………………………

1.2 Power Output : …………….. at 16.4 V (typical)


(2) BATTERY:

2.1 Make : M/s …………………. make


2.2 Battery capacity : …… V.... Ah as per model at C/10
discharge rate SMF Lead Acid.

(3) LED

3.1 Make : ……………………..

(4) Other
Indicators for charging and discharging is to be provided.

The system should only be supplied as per above mentioned Makes as


approved in the MNRE test report provided.

58
Annexure -D

Rates
Agreemnet - UPNEDA/SHM-LED/2012-III

HIGH MAST SOLAR STREET LIGHTING (LED BASED)

Financial offer for the Design, Supply, Installation, Commissioning, with 05 years
warranty with comprehensive maintenance (in warrantee period) of HIGH MAST
SOLAR STREET LIGHTING SYSTEM (LED BASED) as per scope of work,
Tech. requirement, specifications & terms and conditions etc of the tender.
Name of the Firm:
Sl. DESCRIPTION Unit Rate Unit Rates in words (Rs)
No. (Rs)
1 High Mast Solar Street Lighting System
(LED based) with 300 Watt module
capacity, Suitable Battery bank and
LED lights of 18 Watt with 04 numbers
light.

Sl. DESCRIPTION Unit Rate Unit Rates in words (Rs)


No. (Rs)
2 High Mast Solar Street Lighting System
(LED based) of 400 Watt module
capacity, Suitable Battery bank and
LED lights of 24 Watt respectively with
04 numbers light.

N OTE:-
3. Certified that rate quoted above is as per the requirement, specification terms &
condition mentioned in the tender.
4. The rates are inclusive of all taxes & duties, transportation up to site, insurance etc
what so ever.

59
Annexure E
Uttar Pradesh New and Renewable Energy Development Agency (UPNEDA)
JOINT COMMISSIONING AND HANDING OVER CERTIFICATE /WARRANTEE CARD:
(To be submitted in 3 copies to UPNEDA)

It is hereby certified that following system (as per following details) has been supplied, installed and
commissioned:-
Sr. Items Details
No.
1 Name of system
2 Agreement Number
Date
3 Work Order Number
Date
4 UID number (14 digit)
5 Name of beneficiary
(with mobile number)
6 District
7 Block
8 Gram Panchayat
9 Exact location of installation
(land mark)
10 Date of installation
11 Warrantee expire on
12 Name & Address of the
Manufacturer/ Supplier of the
system
13 SPV Modules Installed
Sr. No
Make
Model
14 Battery
Sr. No
Make
Model
Training for operation & Provided/Not Provided
maintenance of the systems
Technical literature, operation Provided/Not Provided
& maintenance manual in
English /Hindi
System unique identification code (UID) 14 digit provided by UPNEDA _______________
(In case of complaint dial toll free number 1800 1800 005 for complaint lodging.+

(Signature) (Signature)
Authorized Signatory of Name of
beneficiary-
Contractor (with seal)

(Signature)
Sr./Project Officer/Incharge
UPNEDA……………
(With seal)
(Project officer will retain 03 copies of Joint Commissioning Report, two copies to be sent to HQ for Concern Division.

60
Annexure to be annexed in succession to this cover page:-

Annexure-I Details of tender document fee


1 (bank draft no. and date)
Annexure-I A Details of Earnest money
(bank draft no. and date)

61
Annexure to be annexed in succession to this cover page:-

2 Annexure-II Experience - Relevant project(s) Completed


(number of pages /copies attached)

62
TENDER NO. UPNEDA/SHM-LED/2012-III

EXPERIENCE
. Solar High Mast System LED based in last 05 years.
PROJECT COMPLETED in last 05 years.
Sr. Name of organization, which has awarded the
No works (Please enclosed list of organization)
1 Name of the location of the work
(Please enclosed copy of work orders)
2 Total contract amount

3 Year of award

4 Detail of involvement in work as an


individual or as a company
5 Was the work satisfactorily completed with in
stipulated period?

(Enclose project completion/ commissioning report from the concerned


organization )

Note:
Enclose separate sheet for each work.

63
Annexure to be annexed in succession to this cover page:-

3 Annexure-III Certificate for solar module as per IEC/MNRE


Authorized test center

64
Annexure to be annexed in succession to this cover page:-

4 Annexure-IV The tenderer shall submit approved test


certificates of battery of IEC/ MNRE authorize
test center.

65
Annexure to be annexed in succession to this cover page:-

5 Annexure-V The Tenderer should have valid CST


/UPTT/VAT registration certificate. A copy of
which should be enclosed.

66
Annexure to be annexed in succession to this cover page:-

6 Annexure-VI The Tenderer should have adequate financial


stability and status as mentioned in the
document i.e. The turnover shall not be less
than Rs. 11,25,000.00 in any of the last three
years to meet the financial obligations
pursuant to the scope of works. A summarized
sheet of turnover of last 03 years (i.e. 2009-10,
2010-11 and 2011-12) certified by registered
CA should be compulsorily enclosed (Details
to be enclosed as Annexure-VI)

67
Format for financial requirement- Annual Turnover
(On the Letter head of tenderer)

Dated ………..2012.
To,
The Director,
New and Renewable Energy Development Agency
Vibhuti Khand, Gomti Nagar,
Lucknow.

Subject : Financial requirement- Annual Turnover

Sir,
We Ms………………………………………..….…………… (Name of
tenderer with complete address) is quoting in your tender number
UPNEDA/SHM-LED/2012-III.
We hereby confirm that M/s ……………………………………
………………………………………………………………………….
Chartered Accountants with Complete Address & Membership Number

is our Chartered Accountants and has audited our company/firm's accounts for
the financial year(s)……………………………………...
The turnover for the requested years is obtained on his letter head and
enclosed herewith,

Thanking you
Enclosure: as above

for M/s
……………………….
Signature with Seal of tenderer

68
(On the Letter head of Chartered Accountants)

To Whom So Ever It May Concern

We …………………………………………….……………….

Chartered Accountants, Hereby certify that the total turnover of

M/s……………………………………………………………………
(Name of tenderer with complete address)

is as under as per books of accountants and other relevant documents produced


before us for verification;

Financial year (Audited) Turn Over (Rs)

2009-2010

2010-2011

2011-2012

This is also certified that in the year …………………… the turnover of the firm
is more than Rs. 11,25,00,000.00.

Dated …………….
Place ……………..

……………………….
Chartered Accountants
Signature with Seal &
Membership Number
& Complete Address
Name of tenderer
Signature with Seal &
& Complete Address

69
Annexure to be annexed in succession to this cover page:-

7 Annexure-VII The Tenderer should have adequate post


installation services facilities in the concerned
districts of U.P. The details of which should
be enclosed.(In case of new firm participating
in the tender, a written commitment for
opening of service centers should be enclosed)

70
(On the Letter head of tenderer)

Dated ………..2012.
To,
The Director,
New and Renewable Energy Development Agency
Vibhuti Khand, Gomti Nagar,
Lucknow.

Subject : Undertaking for opening of service center as per agreement

Sir,
We Ms………………………………………..….…………… (Name of
tenderer with complete address) is quoting in your tender number
UPNEDA/SHM-LED/2012-III.
We already have opened /hereby undertake to open our service centers as
per terms, conditions and requirement of the agreement to provide after sales
service in the comprehensive maintenance period of 05 years warrantee.

Thanking you

for M/s
……………………….
Signature with Seal of tenderer
The list is enclosed as under
(In case service center already opened)

71
Annexure to be annexed in succession to this cover page:-

8 Annexure-VIII Authorization letter of the Tenderer, for the


person representing his firm, that he is
authorized to discuss, with specific mention
for this tender.

72
(On the Letter head of Tenderer)

Dated ………..2012.
To,
The Director,
New and Renewable Energy Development Agency
Vibhuti Khand, Gomti Nagar,
Lucknow.

Subject : Authorization Letter

Sir,
We hereby inform you that Mr………………………………… are our
authorized representative to answer and take decision on our behalf for the
quoted tender number UPNEDA/SHM-LED/2012-III.
The signature of Mr……………………….………………….is attested as
below.

(Signature Authorized Representative) Thanking you

for M/s
……………………….
Signature with Seal of tenderer

73
Annexure to be annexed in succession to this cover page:-

9 Annexure- IX The Tenderer shall submit approved test


certificate for Solar Module and Battry from
authorized test centers of MNRE Govt. of
India as per latest specifications and guidelines
of MNRE

74
Annexure to be annexed in succession to this cover page:-

10 Annexure- X The tenderer if not a manufacturer of either


major part i.e. solar panel or battery or BOS
etc must submit tie-up certificate with the
manufacturer for the same with assurance to
supply the offered quantity as per the tender.

75
(On the Letter head of Manufacturer supplying for the Tenderer)

Dated ………..2012.
To,
The Director,
New and Renewable Energy Development Agency
Vibhuti Khand, Gomti Nagar,
Lucknow.

Subject : Certificate for tie-up

Sir,
We hereby understand that Ms………………………………… is quoting
in your tender number UPNEDA/SHM-LED/2012-III.
We hereby undertake to supply ………….…………………...
……………………………..(Name of component) manufactured as per MNRE,
GOI specifications to M/s……………………………………….…… (Name of
tenderer with complete address)
on the terms and conditions agreed between us and will stand for warrantee &
will provide after sales service on our product supplied to them.

Thanking you

for M/s
……………………….
Signature with Seal of tenderer

76
Annexure to be annexed in succession to this cover page:-

11 Annexure- XI Documents of ' TECHNICAL


QUALIFICATIONS ' (page 13)

77
Summary Format for Point number 7,
Successive with supportive documents.

7 Bidder's experience (LAST Numbers Capacity in


05 YEARS) in supply and KW
installation/commissioning
of Solar PV Systems Other
than Solar High
MastSystems (LED)
Numbers(Cumulative) in last
5 years:
1 Solar Lanterns

2 Solar Street Lighting


Systems

3 Solar Pumps

4 Off Grid Solar PV power


Plants

5 Other PV Systems
( pl. mention details)

78
Annexure to be annexed in succession to this cover page:-

12 Annexure - XII FORM FOR TECHNICAL BID

79
Annexure-XII
FORM FOR TECHNICAL BID

1- Name of firm :

2- Postal Address :

3- Telegraphic address :
4- Telephone, Telex, Fax No :
5- E-mail :
6- Web site :
7- Name and designation of the :
representative of the tenderer to
whom all references shall be made
8- Amount of the Earnest :
Money Deposited. (EMD)
Details of Bank Draft
(as Annexure IA)
9 Cost of tender document Rs 1050/- :
(Vat incl.) in the form of
Bank Draft (non refundable) (as Annexure I).
10- Name and address of the Indian/foreign :
Collaboration, if any.
11- Does the tenderer have to pay :
arrears of income tax/if yes, up to
what amount?
12- Has the tenderer been ever debarred :
by any Central/ State Government/Undertaking
from undertaking any work for non performance etc.
13. Work completion capacity within 04 months: ………. nos. of systems
14- Details of offer (please mention number :
of pages and number of Drawings.)
15- Reference of any other information :
attached by the tender (please
Mention no. of pages & no. of drawings)
16- Does the tenderer have any relative :
working in UPNEDA ? if yes, state the
Name and designation.

(Signature of Tenderer)
with Seal
80
Annexure to be annexed in succession to this cover page:-

13 Annexure - XIII DECLARATION BY THE TENDERER

81
Annexure -XIII
DECLARATION BY THE TENDERER

(REGARDING TENDER NO. UPNEDA /SHL-LED/2012)

I/We______________________________________________________
(hereinafter referred to as the "Tenderer") being desirous of tendering for the
work under the above mentioned tender and having fully understood the nature
of the work and having carefully noted all the terms and conditions,
specifications, et-cetera as mentioned in the tender document, DO HEREBY
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.

2. The Tenderer is capable of executing and completing the work as required


in the tender.

3. The Tenderer accepts all risks and responsibilities directly or indirectly


connected with the performance of the tender.

4. The Tenderer has no collusion with other tenderer, any employee of


UPNEDA or with any other person or firm in the preparation of the bid.

5. The Tenderer has not been influenced by any statement or promises of


UPNEDA or any of its employees, but only by the tender document.

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

7. The Tenderer is sufficiently experienced and competent to perform the


work of contract to the satisfaction of UPNEDA.

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

9. 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.
10. The Tenderer has not been debarred from similar type of work by
UPNEDA and or Central / State Government undertaking/ Department.
11. This offer shall remain valid for acceptance for 12 (twelve) months from
the date of opening of the tender.
12. The Tenderer has attached herewith the Earnest Money Deposit as
required in the tender document.
82
13. The Tenderer accepts that the Earnest Money Deposit be absolutely
forfeited by UPNEDA, if the tenderer fails to undertake the work or sign
the contract within the stipulated period.

14. The Tenderer gives the assurance to execute the tendered work as per
specifications terms and conditions.

15. The tenderer confirms its capability to satisfactorily execute work orders
of total …………………..nos. of Solar High Mast (LED) Light system
300 Wp and total …………………..nos. of Solar High Mast (LED) Light
system 400 Wp during the entire 12 months period of the validity of the
agreement. The tenderer will submit a proof regarding manufacturing,
availability of stock and dispatch capacity and spares in stocks.
(Signature of Tenderer)
with SEAL

83
Annexure to be annexed in succession to this cover page:-

14 Annexure- XIV Undertaking from Solar Panel manufacturer

84
(On the Letter head of Solar Panel Manufacturer supplying for the Tenderer)

Dated ………..2012.
To,
The Director,
New and Renewable Energy Development Agency
Vibhuti Khand, Gomti Nagar,
Lucknow.

Subject : Certificate for Warrantee

Sir,
We hereby understand that Ms………………………………… is quoting
in your tender number UPNEDA/SHM-LED/2012-III.
We hereby undertake Warrantee for the solar module to be supplied in the
make name ………….…………………... …………………………………………………..…………….
manufactured by us as per MNRE, GOI specifications for
M/s……………………………………….…………. (Name of tenderer with complete address)
for 25 years.
We hereby undertake to replace the module free of cost on manufacturing
defects such as the output peak watt efficiency goes less than 90% at the end of
12 years and if less than 80 % in the end of 25 years. We understand that in
non-compliance of above penal action such as blacklisting etc may be imposed
upon us.

Thanking you

for M/s
……………………….
Signature with Seal of manufacturer

for M/s
……………………….
Signature with Seal of tenderer

85
Annexure to be annexed in succession to this cover page:-

14 Annexure- XV Proof of manufacturer by the tenderer

86
Check list of Annexures to be enclosed by tenderers:
S.No Annexure No Particulars Yes/No (Flag No*)
1 Annexure-I Details of tender document fee
(bank draft no. and date)
Annexure-I A Details of Earnest money
(bank draft no. and date)
2 Annexure-II Experience - Relevant project(s) Completed
(number of pages /copies attached)
3 Annexure-III Certificate for solar module as per
IEC/MNRE Authorized test center
4 Annexure-IV The tenderer shall submit approved test certificates of
battery of IEC/ MNRE authorize test center.
5 Annexure-V The Tenderer should have valid CST /UPTT/VAT
registration certificate. A copy of which should be
enclosed.
6 Annexure-VI The Tenderer should have adequate financial stability
and status i.e. the turnover shall not be less than Rs.
4,50,00,000.00 to meet the financial obligations
pursuant to the scope of works. A summarize sheet of
turnover of consecutive 03 year certified by registered
CA should be compulsory enclosed.
7 Annexure-VII The Tenderer should have adequate post installation
services facilities in the concerned districts of U.P.
The details of which should be enclosed.(In case of
new firm participating in the tender, a written
commitment for opening of service centers should be
enclosed)
8 Annexure-VIII Authorization letter of the Tenderer, for the person
representing his firm, that he is authorized to discuss,
with specific mention for this tender.
9 Annexure- IX The Tenderer shall submit approved test certificate for
Solar Module And Battery from authorized test
centers of MNRE Govt. of India as per latest
specifications and guidelines of MNRE.
10 Annexure- X The tenderer if not a manufacturer of either major part
i.e. solar panel or battery or BOS etc must submit tie-
up certificate with the manufacturer for the same with
assurance to supply the offered quantity as per the
tender.
11 Annexure- XI documents of 'Other Eligibility conditions' (page 13)
12 Annexure - XII Form for technical bid
13 Annexure - XIII Declaration by the tenderer
14 Annexure- XIV Undertaking from Solar Panel manufacturer
15 Annexure - XV Proof of Manufacturer by the tenderer
* Please flag the annexure and write flag number in the box. The annexures should be attached in
end of the document and the document and annexures to be submitted should be tied properly
(Signature of Tenderer)

87

You might also like