(Sign. & Seal of the Bidder)

Similar documents
DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

COMMERCIAL TERMS AND CONDITIONS

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

The last date for submission of the bids is at

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

SCHEDULE-- A. Tender No: MGVCL/PP/4053/CCTV. No

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

BHARAT HEAVY ELECTRICALS LIMITED,

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

Supply and Installation of A3 Size Scanner

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

NLC TAMILNADU POWER LIMITED

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

Tender. for. Indian Institute of Technology Jodhpur

Notice for inviting Tender for hiring of vehicle

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

THE KERALA STATE INDUSTRIAL ENTERPRISES LTD

Biotech Park, Lucknow

SUPPLY OF MEDICINAL GASES FOR THE YEAR

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

PEC University of Technology, Chandigarh

NOTICE INVITING TENDER

Notice inviting e-bids for Printing and Supply of IEC Material

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

Notice for inviting E-Tender for hiring of vehicles

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

NOTICE INVITING e-tender

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar JETPUR

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

TENDER FOR APPOINTMENT OF COURIER SERVICE AGENCY

PUNJAB TECHNICAL UNIVERSITY,

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

W-1-18/ GMTDR/e-Tender-116/Repairing SMPs PP Module /18-19 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

TENDER NOTICE NO: 11 of of LTPS

NOTICE INVITING TENDER

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

File No: Q-12011/3/WBS/ /Pub/PCT dated Bid document for

No. DMHS/P & T/Sim Cards/2015/253/4624. Limited Tender Inquiry

No. DMHS/T-Shirts/2015/153/2521. e-tender Notice

UTTARAKHAND POWER CORPORATION LTD. BID DOCUMENT FOR PURCHASE OF POWER COMMERCIAL AND GENERAL CONDITIONS

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

TENDER FOR. ADDITION/ ALTERATION WORK OF SHED No. C-424, PEENYA INDUSTRIAL ESTATE, BANGALORE ISO 9001:2000

GOVT. OF NCT OF DELHI

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT

NLC TAMILNADU POWER LIMITED ( A J V C b e tw e e n N L C & T A N G E D C O & a s u b s id ia r y o f N L C L td )

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

Qty Specification EMD (RS) As per Appendix- A attached 3,000/- (Three thousand) only

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

TENDER FOR DESIGNING, PRINTING AND HINDI TRANSLATION OF ANNUAL REPORT Regional Centre for Biotechnology (RCB)

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

Any sort of deviations may lead to rejection of offer.

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank

PROFORMA OF POWER OF ATTORNEY BY THE JOINT VENTURE/ CONSORTIUM MEMBERS (Non Judicial Stamp of Rs.100/- duly notarized)

TENDER DOCUMENT FOR RUNNING OF PHOTOCOPIER STALL AT SCHOOL OF UNANI MEDICINE JAMIA HAMDARD HAMDARD, NAGAR NEW DELHI 11006

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

Tender. For. Scrub Stations

Tender. for. Indian Institute of Technology Jodhpur

UV-Visible Spectrophotometer

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

No. DMHS/VBCH/P&T/Erythropoietin/ /251/4202. Limited Tender Inquiry

TENDER ENQUIRY NO. 423E156 DATE: SCHEDULE OF COMMERCIAL DEVIATION

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

Transcription:

Tender No. GUVNL / Solar Water Pumping system / 2014-15 / 60200 Tender document for Supply, Installation, Testing & Commissioning of off grid Solar water Pumping system at various locations of DISCOMS of GUVNL for Agriculture purpose Gujarat Urja Vikas Nigam Ltd. Registered & Corporate Office, Sardar Patel Vidyut Bhavan, Race Course, Vadodara 390007, Gujarat, India Phone : 0265-2340205 Fax: 0265-2337918,2338164 website:www.guvnl.com Page 1 of 61

I N D E X Sr. No. Description Page No. A Tender Notice 3 B Definitions 5 1 Eligibility criteria for bidders 6 2 Instructions to the Bidder 8 3 Check List 10 4 General Information about the Bidder & their OEMs. 11 5 General Terms and Conditions 13 6 Guidelines for bidders 21 7 Tender Evaluation Criteria 25 8 Scope of Work & Technical Specifications 26 9 Annexure-A (indicative technical specification) 33 10 Annexure-B (Minimum Technical Requirement) 34 11 Undertaking 35 12 Appendix-1 (Format for Warranty Card) 36 13 Manufacturing Capacity (Annexure C) 37 14 Details of Similar Work Experience (Annexure I) 38 15 Details of Technical staff available with the company for 39 Execution of the Work (Annexure II) 16 Declaration (Annexure III) 40 17 Deviation Sheet (Annexure IV) 41 18 Quarterly maintenance & servicing report (Annexure V) 42 19 List of plant & machinery (Annexure VI) 43 20 Un-priced Schedule-(Annexure-VII) 44 21 Details of Solar Pump Model (Annexure-VIII) 45 22 Project Completion report (Annexure-IX) 46 23 Undertaking regarding Blacklisting (Annexure-X) 50 24 List of Circle office of each DISCOM(Annexure-XI) 51 25 Contract Agreement (Annexure-XII) 52 26 Proforma of B.G. (Annexure-XIII) 55 27 Bidder Details (Annexure-XIV) 59 28 Format of Tripartite Agreement (Annexure-XV) 60 29 Schedule- A 63 30 Price Bid Schedule B 64 Page 2 of 61

GUJARAT URJA VIKAS NIGAM LTD. (An ISO 9001:2008 Company) Registered and Corporate Office: Sardar Patel Vidyut Bhavan Racecourse, Vadodara-390007 CINU40109GJ2004SGC045195 Tele: (Dir) 2340205 PBX: 2310582 to 86 FAX: 2337918, 2338164 Email: cetech.guvnl@gebmail.com, A. E - TENDER NOTICE Gujarat Urja Vikas Nigam Ltd. invites on behalf of all DISCOM e-tender for Supply, Installation & Commissioning of Off-grid Solar water Pumping system along with comprehensive maintenance at various locations of DISCOMS from Bidders who are approved MNRE SPV channel partner & have obtained rating either of 1A, 1B, 2A, 2B, 3A or 3B from the rating Agency (CRISIL / CARE / ICRA / FITCH / BRICKWORKS etc.) valid till the commissioning of the project. Bidders who have applied for the MNRE channel partner scheme registration or validity extension will not be considered. Price Bid has to be submitted on line only against Tender ID No. GUVNL / Solar Water Pumping system / 2014-15 / 60200 Refer https://nprocure.com (For view, down load & online submission) and Tender documents can also be downloaded from website: www.gseb.com PRICE BID has to be submitted online only. Brief details regarding tender are as under:- Sr. No. Description 1 Tender No.: GUVNL / Solar Water Pumping system / 2014-15 / 60200 2 Tender Item: Supply, Installation, Testing & Commissioning of Off grid Solar water Pumping system along with comprehensive maintenance at various locations of DISCOMs 3 Tender Fee in Rs. ( non refundable) Rs. 15,000.00 4 Earnest Money Deposit amount in Rs. Rs.7,50,000/- lump sum 5 6 7 8 9 Last date and time for receipt of query / clarification. Query to be sent by e-mail only, e-mail ID- cetech.guvnl@gebmail.com, secom.guvnl@gebmail.com Date, Time & Venue for Pre-bid meeting, Only Two persons per bidder are allowed in Prebid meeting. The bidder who wants to remain present in pre-bid meeting, is requested to intimate on or before date: 23.12.2014 invariably through e-mail to cetech.guvnl@gebmail.com, secom.guvnl@gebmail.com On line preliminary, technical & price bid i.e. on line ( e-tendering ) tender / offer submission last date (This is mandatory) Relevant documents (By Registered Post A.D. or Speed Post only) physically submission date (This is mandatory ) Date of opening of Tender fee & EMD cover documents physical as well as on line. Date 23.12.2014 IST Time 18.00 Hrs. Date 26.12.2014 Time 12.00 Hrs IST Venue Conference Hall, GETRI Gotri, Vadodara Date 7.1.2015 Time 14.00 Hrs. IST Date 9.01.2015 Time 14.00 Hrs. IST Date 9.01.2015 Time 15.00 Hrs. IST Page 3 of 61

10 11 Date of opening of Technical Bid physical as well as on line, if possible. (Only one person from bidder shall remain present) Date of On line Opening of Price Bid (Tentative, if possible) Date 9.01.2015 Time 15.00 Hrs. IST Will be informed later-on to technically qualified firms. Any suggestions / modifications received from the participating bidder after pre-bid meeting shall not be considered. Tender fee will be accepted in Cash (at GUVNL, Corporate Office, Vadodara, Cash counter during office hours on working days) / Demand draft drawn on any Scheduled / Nationalized Bank in favour of Gujarat Urja Vikas Nigam Ltd. payable at Vadodara (Cheques are not accepted). Tenders submitted without tender fee will not be considered. IMPORTANT: (1). All the relevant documents as per requirement of the Tender also to be submitted physically along with the Tender Fee & EMD in EMD sealed cover on OR before due date and time. All such documents should be strictly submitted by RPAD / Speed post only. Otherwise the offer will not be considered and no further communication in the matter will be entertained. (2). Any deviation found in Data / Details / Documents between on line offer (e-tendering) and physically submitted documents (Tender document fee, EMD, Technical and commercial documents etc.) of bidder, offer of the same shall be liable for rejection at the sole discretion of GUVNL. Further bidders are requested to submit price bid (Schedule B) on-line only and not to submit the price bid in physical form. This is mandatory. If price bid is submitted in physical form, same will not be opened and only on-line submitted price bid will be considered for evaluation. (3). It is mandatory for all the bidders to submit their tender documents except Price bids in both forms viz. on line (e tendering) and physically in scheduled time. If tender documents submitted in any one form only, say either on line or physically, in that case the same tender will not be considered & no correspondence in this regard will be entertained. (4) The tender is invited by GUVNL for and on behalf of its 4 DISCOMs, viz, DGVCL, MGVCL, PGVCL & UGVCL. However, LOA / LOI / Detailed order will be placed by respective DISCOMs. Note:- Bidders should be in touch with websites https://nprocure.com & www.gseb.com for information regarding revision/corrigendum/amendment in tender till due date of online submission and thereafter. Neither separate information shall be sent in this regards nor it will be published in the newspaper. Any technical questions, information and clarifications that may be required pertaining to this enquiry should be referred to the Chief Engineer (Technical), Gujarat Urja Vikas Nigam Ltd,Sardar Patel Vidyut Bhavan, Race Course, Vadodara-390007 before pre-bid meeting through e-mail only (cetech.guvnl@gebmail.com, secom.guvnl@gebmail.com). GUVNL reserves the right to reject any OR all tenders without assigning any reasons thereof. Chief Engineer (Tech.) GUVNL, Vadodara. Page 4 of 61

B - DEFINITIONS The "Contractor" / Successful Bidder shall mean the Bidders, whose tender has been accepted by the GUVNL for award of the contract and shall include his authorized representatives. The "Engineer" shall mean the authorized officer of the respective DISCOMs to act as Engineer to supervise the work for the purpose of the contract. The "Specification" shall mean the tender forming a part of the contract along with Performa, schedules and Annexures. The "Order" shall mean the official letter issued by the GUVNL / respective DISCOMs, informing the bidder that his tender has been accepted. The "Contract" shall mean the agreement to be entered into by the GUVNL / respective DISCOMs with the contractor and shall include the commercial technical and general conditions, schedules, drawings and any other conditions specifically agreed between the parties forming a part of the contract. The "EMD" shall mean Earnest Money Deposit. The "Guarantee Period" shall mean the period during which the Contractor shall remain liable for replacement / repair and maintenance of any defective parts / work performed by the Contractor under the contract. Date of completion of Project: Date of completion of project shall mean that the date of project handed over and accepted by the engineer in all respect. The "Work" shall mean activities to Supply, Installation, testing & commissioning of Solar Water Pumping System at Various Locations within the Jurisdiction of DISCOMs. Notice of Award of Contract / Letter of Award shall mean the official notice issued by the GUVNL / respective DISCOMs. notifying the contractor that his bid has been accepted. Week shall means the continuous period of seven days. System means Solar photovoltaic water pumping system consists of PV array, Motor pump set, electronics, interconnected cables, earthing, On-Off switch and all other ancillary required for satisfactory operation of installation. DISCOM means Electricity Distribution Companies viz. Paschim Gujarat Vij Company Limited (PGVCL), Uttar Gujarat Vij Company Limited (UGVCL), Dakshin Gujarat Vij Company Limited (DGVCL), Madhya Gujarat Vij Company Limited (MGVCL) which are wholly owned subsidiaries of Gujarat Urja Vikas Nigam Limited (GUVNL). Circle means Operation and Maintenance Circles under each DISCOM. Tripartite Agreement means an agreement to the executed amongst the contractors, DISCOM & the beneficiary (Farmer). Beneficiary means the farmer in whose farm the system is to be installed, commissioned, tested & maintained for 5 years. Page 5 of 61

1.0 ELIGIBILITY CRITERIA FOR BIDDERS 1.1 A bidder who is approved MNRE SPV channel partner & have obtained rating either of 1A, 1B, 2A, 2B, 3A or 3B from the rating Agency (CRISIL / CARE / ICRA / FITCH / BRICKWORKS etc.) valid till the commissioning of the project is eligible to submit his bid. Bidders who have applied for the MNRE channel partner scheme registration or validity extension will not be considered. 1.2 The bidder should have supplied or successfully commissioned 10 nos. of Solar photovoltaic systems except Solar lanterns / Street Light to any State Nodal Agencies / Government Departments / Private sectors during the last three financial years. Satisfactory commissioning / functioning report containing complete system details (Capacity, Head, and Make of individual component) shall be submitted. 1.3 A bidder should have annual turnover of Rs.1 crore in any one of the previous three financial years for supply and installation of Solar System. 2.0 INSTRUCTIONS TO THE BIDDER Earnest Money Deposit (EMD) is to be paid as under: E.M.D. of Rs.7, 50, 000/- lump sum is payable by bidder. The EMD is payable by Demand Draft in favor of the Gujarat Urja Vikas Nigam Ltd. drawn on any Scheduled / Nationalized Banks payable at Vadodara. It can be partially (50%) by DD and balance 50% by Bank Guarantee from any Scheduled / Nationalized Banks in a standard format prescribed by GUVNL (Format given in this tender document). Validity of BG shall be 6 months from the schedule date of opening of tender. Bank guarantee shall be any of the banks as notified vide Finance department, Govt. of Gujarat GR No. EMD / 10 / 2013 / 655 / DMO dated. 31.03.2014. Cheques are not acceptable. CORPORATE GUARANTEES NOT ALLOWED. Small, Cottage & Tiny Industrial units of Gujarat State will be considered for exemption from payment of EMD subject to furnishing an authenticated notary certified copy of the certificate of Registration with Small Scale Industries of Gujarat State and holding subsequent registration with CSPO / NSIC / DGS & D registration certificate for the item under tender. The SSI and CSPO / NSIC / DGS & D certificate should indicate the manufacture of items offered under this tender. Provisional SSI Registration Certificates are NOT allowed. Government or Semi-Government Organizations, which are run departmentally & are not limited Companies, will be eligible for exemption from payment of E.M.D. No Interest is payable on E.M.D. If, SSI and CSPO / NSIC / DGS & D copy is submitted against EMD, then it should be authenticated from notary. NSIC certificate more than 03 years old will not be considered and the validity of the same should cover at least the validity period of the tender and thereafter it has to be renewed and submitted immediately. All the NSIC & SSI Documents furnished along with the tender should have clear validity as per the tender and should invariably be renewed as per the norms of NSIC & SSI Otherwise the bidder shall have to pay EMD and no exemption will be granted. All the relevant documents of tenders to be submitted physically will be received only by Registered Post A.D. or by Speed Post addressed to the Chief Engineer (Technical), Gujarat Urja Vikas Nigam Ltd., REGISTERED & Corporate Office, Sardar Patel Vidhyut Bhavan, Race course, Vadodara-390007. NO COURIER SERVICE OR HAND DELIVERY will be allowed. The tender documents should reach the office on or before date and time mentioned. No tender shall be accepted / opened in any case after due date and time of receipt of tender Page 6 of 61

irrespective of delay due to postal services or any other reasons and that GUVNL shall not assume any responsibility for late receipt of the tender. DD for payment of tender fee & EMD must be placed in the Cover super scribing EMD Cover along with requisite documents as mentioned in the EMD condition. (EMD and Tender Fee cover should be kept as separate enclosure & should be submitted with Technical Bid.) First EMD Cover will be opened and if EMD cover documents are found OK as per requirements of tender then only Technical Bid will be opened. The tender document is to be submitted in single cover super scribing tender number and name of tender and containing two separate envelopes namely EMD Cover and Technical & Commercial bid cover which includes commercial terms & conditions duly signed and stamped by bidder with all enclosures of the tender documents. Bidders shall submit Price Bid On-Line only and not in physical form. [1] TECHNICAL AND COMMERCIAL BID: The technical and commercial bid shall comprise all the technical details of the Solar Photovoltaic Water Pumping System offered in accordance with GUVNL specifications / drawings and on the basis of MNRE published technical specification for Solar Photovoltaic Water Pumping Systems (2013-14). Guaranteed technical particulars and all the commercial terms and conditions to be submitted duly signed & stamped on each page. The EMD Cover, Physical Technical and Commercial Bid and On-line technical bids shall be opened on date and time as mentioned in Tender Notice. Please note that the required documents should be invariably submitted with tender copy. Any tender without documents is liable to be ignored. The tender will be rejected out rightly without entering in to any further correspondence in this regard and no further reference will be made. [2] Following documents only are to be submitted in physical form. [A] Tender fee and EMD cover containing the following: (i) Proof of Tender fee Original money receipt of tender fee if paid in cash or demand draft of tender fee. (ii) D.D. for Earnest Money Deposit (EMD) and / or copy of B.G. or Notarized copy of SSI certificate of Gujarat State & CSPO / NSIC / DGS & D registration certificate. Page 7 of 61

[B] Technical & Commercial Bid cover: (i) Notarized copy of MNRE SPV channel partner Registration (ii) Annexure I to XV in chronological order only. (iii) Guaranteed Technical Particulars & Drawings. (iv) Notarized abridged copy of balance sheet for last 3 years, duly audited/certified by C.A. firm. (v) Certified copies of ISO certificate (Preferably), Factory License of offered Solar PV & Pump set manufacturing units, EPF Registration No., VAT Registration, CST No. & Service Tax Registration No. (vi) Annexure C and Appendix-1 (vii) Copy of Tender Document duly signed and stamped on each page. (viii) List of orders executed. (ix) Copy of latest rating certificate issued by rating agency (CRISIL / CARE / ICRA / FITCH / BRICKWORKS etc.). GUVNL reserves the right to reject any OR all tenders without assigning any reasons thereof. INSTRUCTION TO THE BIDDERS - Downloading of Tender Documents (in PDF Format). For downloading of Tender Please Click on Links: https://nprocure.com & & www.gseb.com Part I Part-II TECHNICAL AND COMMERCIAL BID PRICE BID To view the PDF file please use Acrobat Reader software which can be downloaded from Adobe website. SCHEDULE - A 1. Tender No. GUVNL / Solar water Pumping system / 2014-15 / 60200 2 Tender Fees 3 EMD Payable (Lump sum) Rs. 15,000.00 (Rs. Fifteen Thousand only) Non- Refundable Rs.7,50,000.00 ( Rs. Seven Lacs and Fifty Thousands only) Page 8 of 61

DETAILS OF TENDER FEE / EMD PAID BY THE BIDDER: 1 MR No. dated OR Demand Draft No. Dated Bank Towards Tender Fee Rs. 15,000.00 Drawn on 2 Demand Draft No. Dated Amount Rs. --------------------------On Bank towards requisite (EMD) Earnest Money Deposit. Bank Guarantee No. Dated Amount Rs. -------------------------- On Bank towards requisite (EMD) Earnest Money Deposit. 3. Firm s PAN No. (Enclose Xerox copy) 4 Firm s Sales Tax Regn. [TIN Number] (Enclose Xerox copy) 5 CST No. (Enclose Xerox copy) 6 Service Tax No. (Enclose Xerox copy) 7 P.F. Number (Enclose Xerox copy) Instructions for e-tendering (Online Tendering to Bidders ) 1 Downloading of tender Documents 1.1 Bid document will be available on web site up to date shown in the tender document. 1.2 Bidders willing to participate in tender will have to get themselves registered on website www.nprocure.com 2 Digital Signature 2.1 Bidders should have valid digital certificate as per Information Technology Act 2000 using which they can sign their electronic bids. Bidders can also procure the same from (n) code solutions, a division of GNFC Ltd., who are licensed certifying authority by Govt. of India. 2.2 For details regarding digital certificate and related training the below mentioned address should be contacted (n) Code Solution A division of GNFC 301, GNFC Info Tower, Bodakdev, Ahmedabad 380054. Tel: +91 26857316/17/18; Fax: +91 79 26857321 E-mail: nprocure@gnfc.net Mob.: 9327084190; 9898589652 2.3 Bidders who already possess valid Digital certificate need not procure a new digital certificate. 3 On line Submission of Technical and Price Bid 3.1 Bidders can prepare and edit their offers number of times before tender Page 9 of 61

submission date and time. After tender submission date and time, bidder cannot edit their offer submitted in any case. No written or online request in this regard shall be granted. 3.2 Bidder shall submit their offer, i.e. Technical Bid as well as price bid in Electronic format on above mentioned website and date shown in tender details before digitally signing the same. 3.3 Offers submitted without digitally signed will not be accepted. 3.4 Offers only in physical form will not be open in any case. 4 General Instructions 4.1 The Tender fees for on line tender document will not be refunded under any circumstances. 4.2 EMD in the form as specified in tender document will be accepted. 4.3 Tenders without Tender Fees, Earnest Money Deposit (EMD) and which do not fulfill all or any of the conditions or submitted incomplete in any respect will be rejected. 4.4 Conditional tender shall not be accepted. 4.5 GUVNL reserves the right to reject any or all the tenders or split the work between more than one bidder without assigning any reasons thereof. 3.0 CHECK LIST To ensure that your offer submitted to GUVNL is complete in all respects, please go through the following checklist & tick mark for the enclosures attached with your offer: Sr. Description Attached Not Attached No. 1. Tender Fee by DD / Money Receipt. 2 Earnest Money Deposit by DD OR Notarized copy of SSI certificate of Gujarat State & CSPO / NSIC / DGS & D registration certificate 3 MNRE Registration Certificate as Channel Partner 4 Tender document duly signed & sealed on every page, as a confirmation of acceptance of the terms & conditions of the document. 5 A copy VAT & CST Number, Permanent Account Number (PAN), Service Tax No. 6 Test certificate of SPV module. 7 Details of similar work done in last three year along with copies of the orders and certificates from the customers, their address phone / fax as per the Offer Evaluation Criteria and as per Annexure I of the tender document 8 Details of Technical staff available (Brief Bio-data of key Personnel be given) as per Annexure II of the tender document 9 Name & address of dealers / distributors / service stations if any in Gujarat along with copy of agreements. 10 Declaration of the Bidder about any relatives working with GUVNL or its subsidiaries as per Annexure III of the tender document 11 Deviation, if any, from the specifications, terms & conditions etc. (Annexure IV) 12 Undertaking regarding bid validity 13 Attested copy of resolution in respect of authorizing a particular person to sign tender, agreement and related documents on behalf of the bidder. Page 10 of 61

14 Notarized copy of Agreement between Manufacturer of SPV panel / pump and bidder in case of bidder is not SPV / pump manufacturer 15 Rating certificate 4.0 GENERAL INFORMATION ABOUT THE BIDDER & their OEMs (To be completely filled by the bidder) 1. Name of the Company 1a. Postal Address for correspondence for this tender. 1b. Telephone nos. Fax no. 1c. e-mail address & URL 2 Type of Firm Attach Proof of Company Registration along with a copy of the Partnership Deed / Articles and Memorandum of Association 3 Name and designation of the representative of the Bidder to whom all reference shall be made to expedite technical co-ordination. 4 SSI / Entrepreneur s Memorandum Part 2 registration with DIC and NSIC registration no. / CSPO registration no. / DGS&D registration no. 5. Factory Address Proprietorship / Partnership / Private Limited / Public Limited Also specify whether the bidder is a trader/system integrator or manufacturer of SPV panel / pump. 5a. Factory Telephone / Fax no. 5b. Factory e-mail address 5c. Floor area of the factory 5d. Manufacturing facilities (a list of machinery be attached as per Annexure-VI) 6 Name and address of the Indian/Foreign collaborator(s) if any. 7. Details of Technical Staff available. (Please furnish information as per Enclosed Annexure II) 7a. Details of workmen on muster roll Skilled / semi-skilled / unskilled (attach copy of muster roll) 8 Turnover of company for last 3 years and profit for each year. (With Annual Accounts). Duly audited/certified by C.A. firm. 9 Has any Govt. Dept. / Undertaking ever debarred the company / firm from executing any work? 2011-12 Rs. 2012-13 Rs. 2013-14 Rs. Page 11 of 61

It is certified that the information provided above is true to the best of my knowledge and belief. If any information found to be concealed, suppressed or incorrect at a later date, our tender shall be liable to rejected and our company debarred from executing any business with GUVNL. Date: Sign. & Stamp of the Bidder Page 12 of 61

5.0 GENERAL TERMS AND CONDITIONS 5.1) In this deed of agreement / Offer, unless the context otherwise requires, GUVNL shall mean the Chief Engineer (Tech) or his representative of Gujarat Urja Vikas Nigam Ltd., with Regd. & Corporate Office, Sardar Patel Vidyut Bhavan, Race Course,Vadodara- 390007 and shall include his successors and assignees. The Bidder shall mean the Bidder / Associate whose Offer is received by GUVNL as per eligibility criteria and shall include such Bidders / Associate heirs, legal representatives, successors and assignees. 5.2) The Bidder shall be deemed to have carefully examined all the papers, drawings, etc. attached in the tender. If bidder has any doubt as to the meaning of any portion of any condition / specification, etc. he shall before submitting the bid seek clarification from GUVNL so that such doubts are removed. 5.3) No deviation in specification shall be allowed and GUVNL s decision shall be final. The technical scrutiny committee of GUVNL shall evaluate the techno-commercial view of the tender. GUVNL reserves the right to open or not to open the price bid of the bidders on the basis of their past performance of their supplied materials. Tender should be in two bids. a) Techno Commercial Bid and b) Price Bid. Incomplete bids and amendments and additions to bids after opening of the bids will be ignored outrightly. The price bid of those bidders who are techno-commercially qualified shall only be opened. 5.4) PRICE EVALUATION: No price preference shall be given on any account. All tenders will be evaluated on firm price end cost basis of supply, installation and commissioning but without loading VAT / Sales Tax; the parties however will have to give the detailed break-up of the end cost as per price bid. If more than one party is to be considered for placement of order, they will have to match their end cost with L-1 end cost, who is technically acceptable. GUVNL may go to the price L-2 depending upon the exigency. If GUVNL feels that there is lack of serious competition or any other reasons, GUVNL may negotiate with the L-1 party. GUVNL S decision shall be final and binding on all the parties. 5.5) QUANTITY DISTRIBUTION: Minimum 50% quantity shall be reserved for bidders who have offered SPV panel manufactured in Gujarat State & are techno-commerciality qualified and who match the L-1 end cost. Supporting documents and Agreement between the bidder and the solar PV module is required to be submitted with the tender documents in this regard. 5.6) Bidder has to offer minimum 10% quantity of the total tender quantity for each of their offered items and will be considered for price evaluation. GUVNL will not consider the technical bid of any party who quotes for lesser quantity. Bidders have to indicate their offered quantity in attached Annexure-VII. Page 13 of 61

5.7) Penalty The Supply of system with all equipments at the site shall be completed within the 60 days from the date of order and Installation, testing & commissioning within next 30 days. In case of delay in supply, penalty @ 1/2% per week or part thereof on delayed portion subject to a maximum of 10% of total cost of supply would be levied. In case of delay in installation, such penalty would be with reference to order value of delayed unit. (i.e., Supply + installation cost) This excludes delay in the completion of the work due to unforeseen reasons beyond the control and without fault and negligence of the Bidder including (but not restricted to) act of God or public anomie action of Government in its sovereign capacity, floods, epidemics, strikes, lockouts, fires and accidents. In the event of any of the aforesaid contingencies respective DISCOMs may be promptly kept informed by the Bidder by Fax followed by confirmation in writing with documentary proof within fifteen days of commencement and cessation of Force Majeaur circumstances. Under such circumstances reasonable extension of time shall be granted by respective DISCOMs. Application for such extension must be made after completion of work as per agreement. In the event of termination of the agreement, respective DISCOM shall be at liberty to get the remaining part of the work done through any other agency / Bidder at the risk and cost of successful bidder and in the manner and on the terms it thinks proper. If the cost of executing the work as aforesaid shall exceed the balance due to the Bidder, and the Bidder fails to make good the deficiency, respective DISCOM may recover it from the Bidder in any lawful manner. 5.8) The Bidder shall have to comply with all rules, regulations, laws and bylaws enforced by local and State Govt. and also the organization in whose premises the work has to be done. 5.9) The Bidder shall not, without the consent in writing of respective DISCOM, transfer, assign or sublet the work under this contract or any substantial part thereof to any other party. 5.10) If the Bidder neglects to execute the work with due diligence and expedition or refuses or neglect to comply with any reasonable orders within two days of notice given in writing to the Bidder and if he fails to comply with the notice, then in such a case respective DISCOM shall be at liberty to get the work or any part of it, executed through any other agency / Bidder at the risk and cost of successful bidder and in the manner and on the terms it thinks proper. If the cost of executing the work as aforesaid shall exceed the balance due to the Bidder, and the Bidder fails to make good the deficiency, respective DISCOMs may recover it from the Bidder in any lawful manner. 5.11) Concerned DISCOMs shall have at all reasonable time access to the works being carried out by the Bidder under this contract. All the works shall be carried out by the Bidder to the satisfaction of concerned DISCOM. 5.12) Following standard Arbitration Clause shall become operative post award of contract to the successful bidder. Any question, dispute or difference whatsoever arises between respective DISCOM and Bidder, in connection with this agreement except as to matters, the decision for which has been specifically provided, either party may forthwith give to the other notice in writing of existence of such questions, dispute, difference and the same shall be referred to the sole arbitration of a person nominated by Managing Director of concerned DISCOM. This reference shall be governed by Indian Arbitration Act prevailing at the time of dispute and the rules made there under. The award in such Page 14 of 61

arbitration shall be final and binding on all the parties. Work under the agreement shall continue during the arbitration proceedings unless the respective DISCOM or the Arbitrator directs otherwise. 5.13) Concerned DISCOM may at any time by notice in writing to the Bidder either stop the work altogether or reduce or cut it down. If the work is stopped altogether, the Bidder shall only be paid for work done and expenses legitimately incurred by him as on preparation of the execution of the work up to the date on which such notice is received by him. Such expenses shall be assessed by respective DISCOM whose decision shall be final and binding on the Bidder. If the work is cut down the Bidder shall not be paid for the work as so cut down, but in neither case shall 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. 5.14) Prior to dispatch, the materials may be inspected and tested by respective DISCOM at the works of OEM, where SPV panels/ pumps are manufactured. Bidder shall inform respective DISCOM for such inspection at least 7 days in advance before the probable date of dispatch. Materials dispatched without respective DISCOM s approval shall not be accepted and the respective DISCOM shall have right to reject it and to recover the cost so incurred, from the Bidder. 5.15) The Solar Photovoltaic Water Pumping System supplied and installed shall be guaranteed by the Bidder for a minimum period of Five years from the date of last system commissioned, in regard to quality of material, workmanship, performance, efficiency, installation, etc. Defects developed in the system within guarantee period, shall be rectified by the Bidder at his own expense promptly. In case the defects are not rectified within 3 (three) days of the receipt of the complaint by the Bidder, respective DISCOM shall have full liberty to rectify such defect or undertake such repairs as may be necessary to restore the system in working condition. The expenditure so incurred by respective DISCOM shall be deducted from Bidder s pending claims, security, etc. and if necessary may be recovered in other mode provided under the law. In the event of failure of the complete system, if necessary, the whole system shall be replaced by the Bidder promptly. 5.16) Notices, Statements and other communications sent by respective DISCOM through registered post or e-mail or fax to the Bidder at his specified address shall be deemed to have been delivered to the Bidder. 5.17) The work shall be carried out by the Bidder with prior approval of respective DISCOM, Work carried out without respective DISCOM s approval shall not be accepted and the respective DISCOM shall have right to reject it. No payment will be made for it. 5.18) All equipments / materials shall be suitably packed for transport / carriage at site and outdoor storage during transit. The Bidder shall be responsible for any damage to the equipments during transit and he shall replace such damaged equipments immediately to adhere to the project completion timelines. The cases containing easily damageable material shall be very carefully packed and marked with appropriate caution symbols i.e. 'FRAGILE, HANDLE WITH CARE' etc. The contents of each package shall bear marking that can be readily identified from the package list and packing shall provide complete protection from moisture, termites and mechanical shocks during shipment / transportation to site. Adequate protection must be provided for outdoor storage at site in tropical humid climate, wherever necessary proper arrangement for attaching signs for lifting shall be provided and all packages clearly marked with gross weight, signs showing 'UP' and 'DOWN' sides of boxes, contents of each package, order no. and date, name of the plant/equipments to which the material in the package forms the part of, and any handling and unpacking Page 15 of 61

instructions considered necessary. The Bidder without any extra cost shall supply any material found short inside intact packing case. The Bidder shall ascertain prior to shipment, from concerned authorities, the transport limitations like weight and maximum allowable package size for transportation. All packing cases and packing material shall become the property of the purchaser. 5.19) The Bidder shall provide one copy of the instruction manual and routine maintenance manual in English & Gujarati with each item supplied or installed to respective DISCOM. These manuals should contain all the relevant details and drawings required for proper maintenance of the system supplied or installed. Also, Bidder is required to give one copy of maintenance manual in Gujarati to the Beneficiary. 5.20) The Bidder shall not display the photograph of the work and shall not take advantage through publicity of the work without written permission of respective DISCOM. 5.21) The inspection as mentioned in clause No. 5.14 by respective DISCOM s representative shall not relieve the Bidder from full responsibility of completing the work confirming to the requirement of this contract. 5.22) Conditional tenders shall not be accepted. 5.23) Any other item not specifically mentioned in the specifications but which are required for Supply, Installation & Commissioning of Solar Water Pumping system are deemed to be included in the scope of the specification as per relevant and latest IS, IEC, MNRE guidelines, standards of Rural Electrification Corporation (REC) and specified by GUVNL unless specifically excluded. 5.24) Specification of all the items covered under this tender is given separately. However, if any item is left out, standard specification of relevant and latest IS, IEC, MNRE, Rural Electrification Corporation (REC) and specified by GUVNL will be applicable for the same. 5.25) AMENDMENT OF TENDER 5.25.1) At any time prior to the deadline for submission of bids, GUVNL may, at its own discretion modify the bidding documents by amendments. 5.25.2) The amendment will be notified on Website. GUVNL will bear no responsibility or liability arising out of non compliance of the same in time or otherwise. 5.25.3) In order to afford prospective bidder s reasonable time in which to take the amendment into account in preparing their bids, GUVNL may at its discretion, extend the deadline for the submission of bids. 5.25.4) Such amendments, clarification etc. shall be binding on the bidders and will be given due consideration by the bidders before they submit their bids and invariably enclose such documents as a part of the bid. All such amendments will be considered as part of tender. 5.26) REJECTION OF TENDER 5.26.1) The Bidder is expected to examine all instructions, terms, conditions, schedules and other details called for in this specification and keep himself fully informed about all which may, in any way, affect the work, or cost thereof. Failure to furnish the required information or submission of tender not as per the specification will be at the Bidder s risk and may result in rejection. 5.26.2) The offer may be rejected in case the bidding schedules are not filled / partially filled and if particulars are not given in format prescribed in the tender documents. 5.26.3) Further, the offer may summarily be rejected if it contains conditions with regard to: a) Different rates for the same items i.e. Rates should be quoted in the single slab only. b) Deviation / Addition / Alternations / Omissions in bidding documents. Page 16 of 61

c) Deviation and contradictions to the terms and conditions specified in this tender. d) Offer with any change suggested in price pattern will be out rightly rejected. e) Revision of prices or any commercial terms affecting the price after opening of technical bids shall not be considered and will be ignored. 5.27) DISCOM s RIGHTS 5.27.1) The respective DISCOM reserves the right to terminate this contract or part thereof at any time giving 1 month s notice of Termination or the reasons thereof. Contractor/s will not be entitled for any compensation / damages / losses, whatsoever, on account of such termination of the Contract. 5.27.2) The respective DISCOM will be entitled to deduct directly, from the bills to be paid to the contractor, any sum or sums payable by him and which sum/sums due to the contractor or the respective DISCOM is required to pay as a principal employer on account of contractor s default in respect of all liabilities referred to. 5.27.3) The Bidders shall specifically note that any overwriting or corrections or manuscript in the bid shall be ignored and will not be considered authentic unless same are signed and Bidder's Stamp / Seal is affixed. 5.27.4) GUVNL reserves the right to split the contract into two or more bidders. In such cases, the term for completion period will be negotiated and reduced proportionate to the offered quantity / value. 5.27.5) In case of any doubt or interpretation of the terms and condition, the decision of the Chief Engineer (Tech), Gujarat Urja Vikas Nigam Ltd., Vadodara will be final and binding upon the Bidders and no dispute in this regard will be entertained. 5.27.6) GUVNL reserves the right to accept any bid or reject any or all Tenders or cancel / withdraw or re invitation to bid without assigning any reason. Such decision of the GUVNL shall not be subject to question by any Bidders and the GUVNL shall bear no liability whatsoever for such decision. 5.27.7) GUVNL has right to make minor changes / modifications in the Technical & Site condition matter. In such matter, decision of Chief Engineer of respective DISCOM shall be final and binding to the Contractor to carry out work accordingly. 5.28) LANGUAGE OF THE TENDER All information in the bid shall be in English. Information in any other language shall be accompanied by its translation in English. Failure to comply with this may disqualify a bid. In the event of any discrepancy in meaning, the English language copy of all documents shall govern. Notarized copy of certificate / documents provided in Hindi / Gujarati will be accepted. 5.29) LOCAL CONDITIONS 5.29.1) It will be imperative on each bidder to fully acquaint himself of all local conditions and factors which may have any effect / bearing on the execution of the works covered under this tender. GUVNL shall not entertain any request for clarifications from the bidders, regarding such local conditions, post award of contract. 5.29.2) It must be understood and agreed that such factors have properly been investigated and considered while submitting the tender. No claim for financial adjustment to the contract awarded under this tender will be entertained by the GUVNL. Neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by the GUVNL, which are based on the lack of such clear information or its effect on the cost of the works to the bidder. 5.30) PRICE BASIS CURRENCIES AND PAYMENTS Bidder shall indicate bid prices in Indian Rupees only. Page 17 of 61

5.31) EFFECT AND VALIDITY OF TENDER 5.31.1) The submission of any bid connected with this tender shall constitute an agreement that the bidder shall have no cause of action or claim, against GUVNL for rejection of their bid. GUVNL shall always be at liberty to reject or accept any bid or bids at its sole discretion and any such action will not be called into question and the bidder shall have no claim in that regard against the GUVNL. 5.31.2) The bid should be kept valid for a period of 120 days from the date set for opening of Technical bid. 5.31.3) GUVNL may ask for extension in validity period. The bidder will be at liberty to accept it or not. 5.32) SIGNING OF CONTRACT 5.32.1) Respective DISCOM will notify successful bidder about acceptance of bid. Detailed order will also be placed by respective DISCOM. 5.32.2) Within 7 days of receipt of the detailed letter of acceptance, the successful bidder shall acknowledge with confirmation of acceptance of terms & conditions. 5.32.3) The bidder will prepare the contract agreement as per the Performa enclosed at Annexure-XII in this tender and the same will be executed within 15 days of issue of letter of acceptance and before placement of order. 5.32.4) Tripartite Agreement shall be executed amongst the successful bidder, respective DISCOM and the beneficiary (farmer) separately for each beneficiary as per attached format at Annexure XV within 15 days of issuance of detailed order. 5.33) JURISDICTION OF CONTRACT The laws applicable to the contract shall be the laws in force in India. The courts of respective DISCOMs shall have exclusive jurisdiction in all matters arising under this contract. 5.34) COMPLETION OF CONTRACT Unless otherwise terminated under the provisions of any other relevant clause, this contract shall be deemed to have been completed on the expiry of the Comprehensive Maintenance during guarantee period. (as defined in Clause No. 27) 5.35) SECURITY (Responsibility of Bidder) The contractor shall have total responsibility for all equipment and materials in his custody/stores, loose, semi-assembled and/or erected by him at site. The contractor shall make suitable security arrangements including employment of security personnel to ensure the protection of all materials, equipments and works from theft, fire, pilferage and any other damages and loss up to commissioning of the system. 5.36) PROTECTION OF PROPERTY AND CONTRACTOR'S LIABILITY 5.36.1) The successful bidder shall be solely responsible for any damage resulting from his operations up to commissioning and handing over of the system. He shall also be responsible for protection of all persons including members of public and employees of the respective DISCOMs and the employees of other contractors and subcontractors and all public and private property including structures, building, other plants and equipment and utility either above or below the ground up to commissioning and handing over of the system. 5.36.2) The successful bidder will ensure provision of necessary safety equipment such as barriers, signboards, warning lights and alarms, etc. to provide adequate protections to persons and property. The successful bidder shall be responsible to give reasonable notice to the Engineer and the Employer of public or private property and utilities when such property and utilities are likely to get damaged or injured during the Page 18 of 61

performance of his works and shall make all necessary arrangements with such employers, related to removal and / or replacement or protection of such property and utilities. 5.37) WORK & SAFETY REGULATIONS 5.37.1) The contractor shall ensure proper safety of all the workmen, materials, plants and equipments belonging to him or to the respective DISCOMs or to others, working at the site. The contractor shall also be responsible for provision of all safety notices and safety equipment required both by the relevant legislations and the engineer, as they may deem necessary. 5.37.2) All equipments used in construction and erection by contractor shall meet Indian/International standards and where such standards do not exist, the contractor shall ensure these to be absolutely safe. All equipments shall be strictly operated and maintained by the contractor in accordance with manufacturer's operation manual and safety instructions and as per guidelines / rules of the respective DISCOMs in this regard. 5.37.3) The successful bidder shall provide suitable safety equipment of prescribed standard to all employees and workmen according to the need. 5.37.4) The successful bidder shall not interfere or disturb electric fuses, wiring and other electrical equipments belonging to the respective DISCOMs under any circumstances, whatsoever, unless expressly permitted in writing by the respective DISCOMs to handle such fuses, wiring or electrical equipment. 5.37.5) In case any accident occurs during the construction / erection or during guarantee period of 5 years for the activities undertaken by the contractor thereby causing any minor or major or fatal injury to his employees due to any reason, whatsoever, it shall be the responsibility of the successful bidder to promptly inform the same to the Engineer in charge of concerned Sub Division of respective DISCOM in prescribed form and also to all the authorities envisaged under the applicable laws. For any fatal / nonfatal accident to human or animal or any mishap within area of installation due to mishandling or reason whatsoever attributable to bidder at the time of commissioning of Solar photovoltaic water pumping system, successful bidder has to pay compensation as provided under the relevant applicable Act. 5.37.6) The successful bidder shall follow and comply with the employer's safety rules relevant provisions of applicable laws pertaining to the safety of workmen, employees, plant and equipment as may be applicable from time to time without any demur, protest or contest or reservations. In case of any discrepancy between statutory requirement and employer's safety rules referred above, the latter shall be binding on the successful bidder unless the statutory provisions are more stringent. 5.37.7) It will be the successful bidder's sole responsibility to take the materials up to the installation site. 5.38) Handing over of Asset After successful installation, commissioning and testing of complete system is to be handed over to the concerned engineer in-charge of the respective DISCOM. The handing over note covering the details of all the materials used and total work executed must be signed jointly by the bidder of the respective DISCOM s Engineer incharge. Copy of handing over note along with beneficiary s certificate (Part B of attached Annexure-IX) to final bill for release of payment. Page 19 of 61

5.39) Indemnity The bidder agrees to defend, indemnify and hold harmless the respective DISCOM, its officers, directors, agents, employees and affiliates (and their respective officers, directors, agents and employees) from and against any and all claims, liabilities, actions, demands, judgments, losses, costs, expenses, suits, actions and damages arising by reason of bodily injury, death or damage to property sustained by third parties that are caused by an act of negligence or the willful misconduct of the bidder, or by an officer, director, sub-contractor, agent or employee of the bidder. 5.40) In case of shifting of location of Solar water pumping system after installation, guarantee will be continued as per tender conditions. 5.41) The successful Bidder / contractor will have to get approval of the work from Electrical Inspector at his own cost if required. 5.42) REPEAT / ADDITIONAL ORDERS: GUVNL reserves the right to place repeat orders / additional orders on the successful bidders up to 50% of the original quantity of the order at the same prices, terms and conditions stipulated in the original contract during contractual period. In special circumstances GUVNL reserves the right to place repeat order / additional order up to 100% quantity mutually agreed upon. 5.43) TERMINATION OF CONTRACT: In case, the supplier fails to deliver the stores / materials / equipments or any consignment thereof within contractual period of delivery or in case the stores are found not in accordance with prescribed specification, GUVNL reserves the right to terminate the contract OR GUVNL shall exercise its discretionary power either: a) In case material is not found as per specification, GUVNL has right to seek replacement of the same material without any incremental cost to GUVNL. OR b) To purchase from elsewhere after giving due notice to the supplier on account and at the risk & cost of the supplier such stores not so delivered or other similar description without canceling the contract in respect of the consignment not yet due for delivery OR c) To cancel the contract. In the event of the risk purchase of stores of similar description, the opinion of GUVNL shall be final. In the event of action taken under clause (b) or (c) above, the supplier shall liable to pay for any loss which GUVNL may sustain on that account but the supplier shall not be entitled to any saving on such purchases made against default. The decision of DISCOM shall be final as regards the acceptability of stores supplied by the supplier and DISCOMs shall not be required to give any reason in writing or otherwise at any time for rejection of the stores. Further, DISCOM reserves the right to terminate the Contract (i.e. Purchase order) at any time, without assigning any reasons, whatsoever, by giving a notice period of ONE month from the date of Notice of termination of the Contract. Suppliers will not be entitled for any compensations / damages / losses, whatsoever, on account of such termination of the Contract. Page 20 of 61