Tender No. M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 58

Price Rs.

3000/-

Tender No. M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13

Government of Maharashtra
Directorate of Health Services
(Procurement Cell)
Arogya Bhavan 1st Floor,
St.George's Hospital Compound,
Near C.S.T.Station,Mumbai-400 001.
Maharashtra State
Website : http//maha-arogya.gov.in
Email: procurementcell@gmail.com
Phone : 022-22631831/22651026 Fax : 022-22625799

Tender for Supply, Installtion and Commissioning of

Solar Photovoltaic Inverter Systems (SPVS)

Not Transferable

Tender reference No: Tender No. M1/DHS/PC/NRHM/Solar Photovoltaic Inverter
Systems/2012-13

Last date for submission of tenders: 08/11/2012 up to 13:00 hours.

Issued to

M/s





Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 1
STATE HEALTH SOCIETY, MUMBAI
(MAHARASHTRA STATE)
Tender No.01 / DHS/PC/NRHM/SPVS/2012-13
Joint Director of Health Services (Procurement Cell), Mumbai invites offer in two envelope
system from primenry Manufacturers of atleast one of the componanat i.e. Solar Panal,
Inverter or Battery for the supply of Solar Photo Voltaic Systems as mentioned below:
Schedule
No.
Item Quantity EMD
Rs.









I
Solar Photo Voltaic system 2.4 KVA (Hybrid:- 50 % solar
+ 50 % Grid) as mentioned in the technical specification

43 Nos.










1.00
Lac







Electrical Wiring as mentioned in the technical
specification (Per System)
a). (2CX 6) + (1C X 2.5) sq.mm. ( PN+E)
b). (2CX 4) + (1C X 2.5) sq.mm. ( PN+E)
c). (2CX 2.5) + (1C X 1.5) sq.mm. ( PN+E)
d). Light point/ Fan point (2C X 1.5) sq.mm
e). 5A half point
f). 15A power point (with fuse & indicator)
g). Fan Step regulator (Moduler Type)
h). MCB I/P- 32A, 10KA , Double Pole with DB
i). MCB O/P-16 A, 10KA, Double Pole with DB
j). Changeover
k). Cassing Capping


90 Mtr.
90 Mtr.
300 Mtr.
200 Mtr.
05 Nos.
02 No.
09 Nos.
01 No.
03 Nos.
02 Nos.
250 Mtrs.
a). 9 Watts LED Fixtures
b). 12 Watts LED Fixtures
c). 15 Watts LED Fixtures
d). 18 Watts LED (Outdoor light)
06 Nos.
06 Nos.
06 Nos.
05 Nos.
Poles for mounting array structure. 24 Nos.
3C, 6 sq.mm., Cu-armoured Cable 30 Mtrs.
Earthing- as per IS3043 02 Nos.






II
Solar Photo Voltaic system 2.4 KVA (100 % solar) as
mentioned in the technical specification

05 Nos.
Electrical Wiring as mentioned in the technical
specification (Per System)
a). (2CX 6) + (1C X 2.5) sq.mm. ( PN+E)
b). (2CX 4) + (1C X 2.5) sq.mm. ( PN+E)
c). (2CX 2.5) + (1C X 1.5) sq.mm. ( PN+E)
d). Light point/ Fan point (2C X 1.5) sq.mm
e). 5A half point
f). 15A power point (with fuse & indicator type)
g). Fan Step regulator(Moduler Type)
h). MCB I/P- 32A, 10KA , Double Pole with DB
i). MCB O/P-16 A, 10KA, Double Pole with DB
j). Changeover
k). Cassing Capping


90 Mtr.
90 Mtr.
300 Mtr.
200 Mtr.
05 Nos.
02 No.
09 Nos.
01 No.
03 Nos.
02 Nos.
250 Mtrs.
a). 9 Watts LED Fixtures
b). 12 Watts LED Fixtures
06 Nos.
06 Nos.
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 2
c). 15 Watts LED Fixtures
d). 18 Watts LED (Outdoor light)
06 Nos.
05 Nos.
3C, 6 sq.mm., Cu-armoured Cable 30 Mtrs.
Poles for mounting Solar array structure. 48 Nos.

Earthing- as per IS3043 02 Nos.
Interested eligible Tenderers may obtain further information of technical specifications,
required quantities and other terms and conditions applicable for procurement of above
items from website http://www.maha-arogya.gov.in.

TENDER SCHEDULE
All bid related activites will be governed by the time schedule given under Key Dates
below

Date of commencement of sale of : 18-10-2012
Tender document

Date of pre-Tender meeting : 29-10-2012 at 14.30 hrs.

Last date for sale of tender document : 7-11-2012 at 17: 00 hrs

Last date and time for submission of tender : 8-11-2012 up to 13.00 hrs.

Date and time of opening of Envelope No.1 : 8-11-2012 at 14.00 hrs.

Address for communication : Office of the
Joint Director of Health Services
(Procurement Cell),1
st
Floor, Arogya
Bhavan
St. Georges Hospital Compound,
Mumbai 400 001
Phone NO : 022-22631831 / 22651026
Telefax : 022-22625799
A complete set of tender documents may be purchased by interested eligible tenderer upon
payment of a non refundable fee of Rs. 3000/- (Rupees Three Thousand only ) in the form of
a Demand Draft issued by Nationalized/Scheduled Bank in favour of "State Health
Society, Maharashtra , Mumbai" payable at Mumbai during office hours on all working
days on or before date & time of closing of sale of tender document
In case of tenders which are downloaded from website, the tenderers should specifically
super scribe "Down loaded from the website" on the top left corner of the envelope.
However tender cost of Rs. 3,000=00 (Rupees Three Thousand only) in the form of
Demand draft must be attached with the tender document. The tenders submitted without
EMD will be summarily rejected. EMD carries no Interest. The tenders shall be rejected
summarily upon failure to follow procedure prescribed in the Tender document. The
conditional tender is liable to be rejected.
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 3
Joint Director of Health Services (Procurement Cell), Mumbai reserves the right to increase
or decrease the quantity to be purchased and also reserves the right to cancel or revise or
any of the all the tenders or part of tenders without giving any reasons thereof.


Joint Director of Health Services
(Procurement Cell) Mumbai

Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 4

C O N T E N T S
Clause No. Clause Page No.
1 Introduction 5
2 Eligibility criteria 6
3 Cost of tenderding 7
4 Clarification of tender document 7
5 Amendment of tender document 8
6 Submission of tenders 8
7 Deadline for submission of tenders 10
8 Opening of tender 10
9 Period of validity of tenders 11
10 Earnest Money Deposit 11
11 Prices 12
12 Technical specifications 13
13 Evaluation of tenders 14
14 Post qualification 14
15 Security deposit 15
16 Award of contract 15
17 Period of contract 16
18 Delivery period & Place of delivery 16
19 Liquidated damages 16
20 Default cause/cancellation on failure to supply 16
21 Inspections and tests 17
22 Warranty 17
23 Force Majeure 18
24 Confidentiality 18
25 Payment 18
26 Corrupt or Fraudulent practices 21
27 Rider-A, Resolution of disputes etc. 22
Annexure A - Schedule of Requirements 24
Annexure B - Technical Specifications 27
Annexure 1 - Tender Form 42
Annexure 2 - Proforma for Past Performance 43
Annexure 3 - Proforma for Annual Turnover 44
Annexure 4 - Goods quality control 45
Annexure 5 - Price Schedule 47
Annexure 6 - Format for EMD 52
Annexure 7 - Format for Security Deposit 53
Annexure 8 Manufacturers authorization form 54

Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 5

TERMS AND CONDITIONS

1. Introduction
1.1 The Joint Director of Health Services (Procurement Cell), Mumbai, hereinafter
referred to as a Purchaser invites offer in TWO sealed Envelope systems for
supply of items specified in Annexure-A Schedule of Requirements, for the use in
Govt. health facilities in the State of Maharashtra.
1.2 Interested eligible Tenderers may also obtain further information of technical
specification, required quantities and other terms and conditions applicable for
procurement of Solar Photo Voltaic Inverter Systems from our website http://maha-
arogya.gov.in & www.maharashtra.gov.in & in tender document.
1.3 All bid related activites will be governed by the time schedule.

1.4 Tenderers are required to submit the tender cost of Rs. 3000/- (Rupees Three
Thousand only)(Non-refundable) by way of separate demand draft issued by
nationalized/scheduled bank drawn in favour of "State Health Society,Maharashtra
" payable at Mumbai and the same should essentially be submitted on or before the
last date & time of closing the sale of tender. In case of tenders which are
downloaded from website, the tenderers should specifically super scribe "Down
loaded from the website" on the top left corner of the envelope. Tender cost of Rs.
3,000.00 (Rupees Three Thousand only) in the form of Demand draft must be
attached with the tender document. Tender shall be rejected summarily upon non
payment of tender document cost in either way as mentioned above.

1.5 The quantities mentioned in the Tender are only approximate estimated quantities.
The Joint Director (Procurement Cell) reserves the right to increase or decrease the
quantities, to be purchased without assigning any reason thereof.
1.6 If any tenderer wishes to lodge any complaint against the other tenderer regarding
submission of false documents, information etc. the tenderer has to deposit
Rs.1,00,000 (Rupees One Lac only ) in the form of Demand Draft drawn in favour of
"State Health Society,Maharashtra " payable at Mumbai in terms of deposit. This
issue will submit to Central Purchase Committee along with facts. The amount so
deposited shall be refunded if after scrutiny the complaint is found to be true by the
Central Purchase Committee. However, if the complaint found to be false and
malafide the deposit will be forfeited. No interest shall be paid against this deposit.
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 6


2. Eligibility criteria for this Tender :

This invitation for tender is open to all primery Manufacturers of at least one of the
componanat i.e. Solar Panal, Inverter or Battery for the supply of Solar Photo Voltaic
Systems mentioned in the tender document. In the case of a tenderer offering to supply
goods or main componants (i.e. Solar panels, Batteries, MPPT Charger & Inverter) under the
contract which the tenderer did not manufacture or otherwise produce, the tenderer has to be
duly authorized (as per authorization form in Annexure 8) for each componant by the goods'
Manufacturer and the goods in India. If the tenderer fails to do so, the tender shall be
categorized as incomplete & rejected.
The successful bidder can appoint his territorial distributors at his own cost & at own risk at
the time of supply after awarding of the tender. Payment shall be made to manufacturer only.
However the manufacturer has to authorize the distributor while participating in tender along
with distributors documents namely valid mfg. license and recent sales tax clearance
certificate. Manufacturer will be solely responsible for all types of quality issues even though
supplies are made by distributor.

a) The tenderer should furnish the information on past supplies and satisfactory
performance for installtion of solar systems. Experience of installtion of street lights
/solar water heating will not be cosidered. Past performance, out of which at least 25 %
quantity (125 KW of SPV systems) for above mentioned performance & should have
been supplied, installed and commissioned in any one of the last 3 (Three) financial
years. Installtions done before 31.03.2012 would be considered to be eligible & to qualify
for evaluation.
b) Tenderer shall furnish documentary evidence (Clients certificate, copies of award of contracts,
list of installtions alongwith contact details) in support of the satisfactory operation of the
equipment as specified above.
c) Individual page of the tender submitted should be signed by the legally
empowered and designated person of the tenderer otherwise tender shall be treated as
invalid and rejected. Each page of the tender submitted shall be serially numbered. In
case any tender submitted is determined as conditional tender, that tender shall be
rejected.
d) Technical Compliance Chart provided in the tender document should be filled in for
each schedule separetely. It is to be ensured that all columns are filled. This is to be
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 7
substantiated with full particulars and shall be supported by quality Conformance test
reports whereever asked for (i.e. IEC/RDSO certificates) of the offer product(s).
e) Brief compliance by tenderer by using words like: ". Will be provided /As per
IEC/Yes/Complied/As per specifications/Available /As per Literature / As per Tender
/ As per requirements & copy typing the Tender specifications as compliance or
similar " are not acceptable and that tender shall be categorized as incomplete and
rejected.
f) Deviations or exceptions if any must be clarified, mentioned and submitted. Tenderer
offering substitutions must ensure substantial equivalence to those designated
standards or features provided that it demonstrated to the Purchasers satisfaction
in terms of tender.
g) The purchaser reserves the right for verifications of any original documents of the
Tender submitted.
h) Tenderer shall produce Certificate from Chartered Accountant on Annual turnover of
last 3 years 2009-10 , 2010-11 & 2011-12 in the format given in Annexure -3. The
annual turnover shoudnot be less than Rupees Fifteen crore.
i) Tenderer shall produce Audited Balance Sheet and Profit and Loss Accounts for last
three years i.e. 2009-10 , 2010-11 & 2011-12 certified by the Auditor.


Note:
Tenders are not allowed from manufacturer for the product (s) for which the firm
found guilty of malpractice, misconduct, or blacklisted/debarred either by Public
Health Department, Govt. of Maharashtra or by any local authority. Other State
Government/Central Government's organizations. Any Tender NOT meeting and
adhering to all above mandatory requirements shall not be considered for
evaluation and shall become non-responsive without resource.



3. Cost of tenderding
The tenderer shall bear all costs associated with the preparation and submission of
their tenders and the Purchaser will in no case be responsible or liable for those
costs, regardless of the conduct or outcome of the tendering process.

4. Clarification of tender document
A prospective tenderer requiring any clarification of the tender document shall contact
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 8
the Purchaser by email or letter prior to 10 days of closing of sale of tender E mail :
procurementcell@gmail.com

5. Amendment of tender document

5.1 At any time prior to the deadline for Sale of tender, the Purchaser may amend the
tender documents by issuing Addenda/Corrigendum.

5.2 Any addendum/corrigendum as well as clarification thus issued shall be a part of the
Tender documents. and it will be assumed that the information contained in the
amendment have been taken into account by the Tenderer in its tender.

5.3 Information about those who have purchased the tender documents will be placed
on website .

5.4 To give prospective Tenderers reasonable time in which tenderer has to take the
amendments into account in preparing their tenders, the Purchaser shall extend, at its
discretion, the last date for submission of tenders, in which case, the Purchaser will
notify all Tenderers by placing it on the website and will be binding on them.







6. Submission of tenders:
6.1 Tender should be submitted in original on or before last date and time of
submission.
6.2 Tender should be submitted in two envelopes i.e. Technical Tender in Envelope No.
1 & commercial Tender in Envelop No. 2 Both Tenders i.e. Technical &
commercial, Tender should be put in one properly sealed envelop indicating Tender
No, Subject & Date of opening of the Tender
6.3 Late tender offers:
Late tender on any count shall be rejected summarily. Delay due to Post or any
other reason will not be condoned.

6.4 Envelope No. 1 (Technical Tender):
(Technical Tender): Technical offer must be submitted as per the instructions. The
tenderer must attach the following documents.
(Sr. No. 1,2,3,5, 10,11,12,13,14 and 15 are mandatory documents. If any one of
the mandatory document is not attached, the tender will be treated as nonresonsive and
will be summarily rejected)
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 9
1. Tender Form as per Annexure-1.
2. The instruments such as power of attorney, resolution of board etc. authorizing an
officer of the tenderer ..
3. Authorization letter nominating a responsible person of the tenderer to transact the
business with the Purchaser.
4. Attested photocopy of factory registration with manufacturing license issued by
respective State Government for each and every product quoted as per
specification in the tender. The license must have been duly renewed up to date
and the items quoted shall be clearly highlighted in the license.
5. Past performance of the product quoted in the tender for having manufactured and
marketed for last three years in the format given in Annexure-2 supported by copies
of purchase orders/satisfactory certificates issued by the clients for major supplies.
6. Annual turnover statement for last 3 years 2009-10 , 2010-11 & 2011-12 in the format
given in Annexure -3 certified by the Chartered Accountant.
7. Copies of Balance Sheet and Profit and Loss Accounts for last three years i.e. 2009-10
, 2010-11 & 2011-12 certified by the Auditor.
8. VAT Registration certificate.
9. VAT Clearance Certificate up to 31
st
March 2012 or the latest copy of the VAT return
submitted.
10. Affidavit on non-judicial stamp paper of Rs. 100/- that the rates quoted in the tender
are not higher than the rates quoted to other Govt. Departments/Govt.
Undertakings or any prevailing rate contracts.
11. Affidavit on non-judicial stamp paper of Rs. 100/- regarding the firm has not been
found guilty of malpractice, misconduct, or blacklisted/debarred either by Public
Health Department, Govt. of Maharashtra or by any local authority and other State
Government/Central Government's organizationsin the past three years .
12. Affidavit on non-judicial stamp paper of Rs. 100/- regarding acceptance of warranty,
AMC/CMC and spare parts as per clause 22.
13. If any firm wish to enjoy any preference declared by Maharashtra Government
Resolution under which they are entitled for preferences, they should submit the
copy of valid relevant documents including EM-II, failing which they shall be
treated at par with other tenderers.
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 10
14. Manufacturers complete information and evidential documents on ownership &
existing of typical Processing & manufacturing Machinery requirement for quality
assurance of product as per Tender Technical requirements must be submitted (as
per format in Annexure-4 provided in the tender document) for goods and quality
control employed by the manufacturer (Use extra sheet, if required)
15. Other relevant document (IEC/RDSO/ERTL/ETDC as applicable and brochures etc.)
required as per tender terms & conditions.

6.4 Envelope No. 2 (Price tender):

(a) Rates should be quoted in the Price Schedule Annexure-5 only (c). Tenderers are
strictly prohibited to change/alter specifications or unit size given in Annexure-
A Schedule of requirements while quoting.

7. Deadline for submission of tenders

7.1 For Submission of tender tenderer must complete the tender submission stages as
per schedule of the tender.

7.2 The Purchaser may, at his discretion, extend the deadline for the submission of
tenders by amending the tender document in which case all rights and obligations of
the Purchaser and Tenderers previously subject to the deadline will thereafter be
subject to the deadline as extended.


8. Opening of tender:
On the date and time specified in the tender notice following procedure will be
adopted for opening of tender for which tenderer is free to attend himself or depute
an authorized officer as his representative.

8.1 Opening of Envelope No. 1 (Technical tender)

Envelope No.1 (Technical tender) of the tenderer will be opened in the presence
of tender opening authority.

8.3 Opening of Envelope No. 2
This envelope shall be opened after opening of Envelope No.1 (Technical tender)
only and if the contents of envelope No.1 (Technical tender) are found to be in
accordance with the tender conditions stipulated in the tender document. Opening
of Envelope no. 2 as per procurement procedure. The tentative date and time of
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 11
opening of Envelope No. 2 will be communicated subsequently to the eligible
tenderers on the basis of evaluation of documents in Envelope No.1 ( Technical
tender).

9. Period of Validity of tenders:

9.1 The tenders shall remain valid for a period of 120 days after the date of opening of
Envelope No. 1 (Technical tender). A tender valid for a shorter period shall be
rejected.

9.2 Prior to the expiration of the tender validity the Purchaser may request the tenderers
to extend the tender validity for the period as required by the Purchaser.


10. Earnest Money Deposit:

10.1 All tenders must be accompanied with Earnest Money Deposit (EMD) for the
amount specified in Annexure-A Schedule of Requirements.

10.2 The EMD shall be submitted in the form of demand draft in favour of State Health
Society, Maharashtra payable at Mumbai or bank guarantee from any nationalized
or scheduled bank in the form provided in the tender document (Annexure-6) and
valid for 45 days beyond the validity of the tender.


10.3 Firms registered with Directorate General of Supplies & Disposal (D.G.S. & D),
Small Scale Industries (S.S.I) & National Small Scale Industries Corporation
(N.S.I.C) will be granted exemption from payment of EMD in respect of tender item
as specified in the technical specifications is mentioned in the registration certificate
and EM-II which has been produced for exemption.

10.4 The tenders submitted without EMD will be summarily rejected.

10.5 Unsuccessful tenderer's EMD will be discharged/returned after the expiration of
the period of tender validity mentioned in the tender document.

10.6 Tenderer shall not be entitled for any interest on EMD /Security deposit.

10.7 The successful tenderer's EMD will be discharged after signing the Contract and
submitting the security deposit as stipulated.

Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 12
10.8 The EMD shall be forfeited:
(a) If a Tenderer withdraws its tender during the period of tender validity as specified in
the Tender.
(b) In case of a successful Tender, if the tenderer fails:

(i) To sign the Contract in accordance with terms and conditions or.
(ii) To furnish security deposit as per tender clause 15.

11. Prices

11.1 The prices quoted should be in Indian ruppees and will be valid for a period of ONE
year from the date of signing the contract. Any increase in price will not be
entertained during the contract period. Purchases will be made in phased manner as
per the requirement of the Purchaser.

11.2 Rates should be quoted for each of the required item separately on door delivery
basis according to the unit asked for strictly as per the format of price schedule
(Annexure-5).

The price of the goods quoted (ex-works, ex-factory, ex-showroom, ex-
warehouse, or off- the-shelf, as applicable), should include all duties and sales and
other taxes already paid or payable except;
(i) Any Indian duties, sales and other taxes which will be payable on the
goods if this contract is awarded;
(ii) The price for inland transportation, insurance and other local cost incidental
costs for delivery of the goods to their final destination; and
(iii) The price of other incidental services.

Tender for the supply of item quoted in the tender with conditions like 'AT
CURRENT MARKET RATES' shall not be accepted. The Purchaser shall not be
responsible for damages, handling, clearing, transport charges etc. And will not be
paid by the purchaser. The deliveries should be made as stipulated in the purchase
order placed with successful tenderer. Conditional tenders are not accepted and
liable for rejection.

11.3 If at any time during the period of contract, the price of tendered items is reduced
or brought down by any Law or Act of the Central or State Government or by the
tenderer himself, the tenderer shall be morally and statutorily bound to inform the
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 13
Purchaser immediately about such reduction in the contracted prices. The Purchaser
is empowered to reduce the rates accordingly.

11.4 In case of any enhancement in Excise Duty /VAT due to statutory Act of the Govt.
after the date of submission of tenders and during the tender period, the quantum of
additional excise duty /VAT so levied will be allowed to be charged extra as
separate item without any change in price structure of the items approved under the
tender. For claiming the additional cost on account of the increase in Excise
Duty/VAT, the tenderer should produce a letter from the concerned Competent
Authorities for having paid additional Excise Duty/VAT on the goods supplied to
the Purchaser and can also claim the same in the invoice.



12 Technical specifications: :

12.1 The Tenderer shall carefully read and understand the technical specifications,
quality requirements, packing, applicable standards, Acts & Rules including the
Mandatory requirement for substantiation of their compliance without deviating
from tender requirements.

12.2 Technical specification parameter feature wise item by item compliance is mandatory.
Substantiation of compliance shall be made on product already existing duly demonstrating
and evidenced essentially on feature by feature of each parameter as per minimum
requirements of tender Technical specifications. Technical compliance on each
word/line/paragraph wised explained & substantiated with full particulars and shall be
supported by quality Conformance test reports of the offer product(s).

12.3 Two columns provided next to Technical specifications (Col No. 2 & 3) where each
parameter wise description must be filled up with full details i.e.Make Technical compliance
on each word/line/paragraph wised explained & substantiated with full particulars and
shall be supported by quality Conformonance test reports of the offer product(s)

12.4 All compliance substantiation documents on availability of features & standards i.e. Quality
conformance Test reports/certificates shall be from organizations like IEC/RDSO
/ERTL/ETDC as applcable and must be valid on the date of submission of tender. The date
of issue of the conformance Test reports/certificates must not be more than 3-years old as
on the date of tender opening. Those certificates issued beyond this period shall not be
considered for evaluation and Tender will be summarily rejected.
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 14

12.5 Brief compliance on item by item parameter using words like: . Will be provided /As per
BIS/Yes/Complied/As per specifications/Available /As per Literature / As per tender /
As per requirements & copy typing the tender specifications as compliance or similar are
not acceptable and that tender shall be categorize as incomplete and rejected.

12.6 Deviations or exceptions if any must be clearly clarified mentioned and submitted, Tenderer
offering substitutions which must ensure substantial equivalence to those designated
standards or features provided that it demonstrated to the Purchasers satisfaction.

13 Evaluation of tenders:

13.1 After opening of Envelope No. 1 (Technical tender), on the scheduled date, time and
venue, the Purchase committee shall examine the contents of the tenders received
along with all prescribed mandatory documents.

13.2 The Purchase committee shall scrutinize the documents mentioned above for its
eligibility, validity, applicability, compliance and substantiation including post
qualification criteria stipulated in tender document..
13.3 The Purchase committee shall also analyze that there is no collusive or fraudulent
practice involved in the entire tendering process amongst all the tenders received.

13.4 The technical scrutiny shall be on the basis of submitted substantiation documents
and Rules including allied standards of IEC/RDSO/ERTL/ETDC as applicable.

13.5 Any tender during the evaluation process do not meet the tender conditions laid
down in the tender document will be declared as not acceptable and such tenders
shall not be considered for further evaluation.
13.6 Tenders which are in full conformity with tender requirements and conditions shall
be declared as Eligible Tender for opening Envelop No. 2 (Commercial tender) of
such tenderers shall be opened later, on a given date and time.
13.7 Each schuedule will be considered separately for evaluation.

14. Post Qualification:

14.1 The Purchaser will further evaluate the Tenderer's financial, technical, and
production capabilities based on the documentary evidence and information
submitted by the Tenderer as well as other information the Purchaser deems
necessary and appropriate.
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 15

14.2 An affirmative post-qualification determination of the Purchaser will be a
prerequisite for acceptance of Technical Tender (Envelope No.1). A negative
determination will result in rejection of the Tenderer's tender, in which event the
Purchaser will proceed to the next eligible Tenderer to make a similar determination
of that Tenderer's capabilities to perform satisfactorily.

15. Security Deposit & Contract Agreement

15.1 The successful tenderer shall furnish the security deposit to the Purchaser within
seven days (not exceeding 21 days) after the suppliers receipt of notification of award of
contract for an amount of 5% of the contract value, valid up to 60 days after the date of
completion of warranty obligations and enter into Contract Agreement on Rs. 100/-
non-judicial stamp paper within seven days after the suppliers receipt of notification of
award of contract. The cost of Stamp paper should be borne by the tenderer. In the event
of any replacement of defective goods during the warranty period, the warranty for the
corrected/replaced material shall be extended to a further period of FIVE years and the
Performance Bank Guarantee for proportionate value shall be extended 60 days over
and above the extended warranty.

15.2 The Security Deposit should be in the form of Bank Guarantee in favour of the
'State Health Society, Maharashtra , Mumbai' payable at Mumbai from any
Nationalized or Scheduled bank (Annexure-7).
15.3 The Security Deposit will be discharged by the Purchaser and returned to the
Supplier not later than 60 days following the date of completion of the Supplier's
performance obligations, including the warranty obligation, under the contract.

15.4 The security deposit shall be discharged(forfeited) as a compensation for any loss
resulting from the failure to perform the obligations under the contract or in the
event of termination of the contract or in any event as the Purchaser thinks fit and
proper.


16. Award of contract:
16.1 The Purchaser will award the contract to the successful tenderer whose tender has
been determined to be substantially responsive and has been determined as lowest
evaluated tender, provided further that the tender is determined to be qualified to
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 16
perform the contract satisfactorily. The Purchaser will place supply orders on
staggered basis, if necessary, during the contract period to the lowest evaluated
responsive tenderer and will be governed by all the terms and conditions stipulated
in the tender document.


16.2 The Purchaser reserves the right to increase or decrease the quantity to be purchased
and also reserves the right to cancel or revise or any of the all the tenders or part of
tenders without giving any reasons thereto with no cost to the Purchaser.

17. Period of Contract :
The period of contract shall be One year from the date of signing of the contract
agreement.



18. Delivery Period & Place of delivery & documents :
The goods should be delivered within 90 (Ninety days) days from the date of receipt
of supply order to the consignee. The consignees may be Medical Officers of various
health institutions in the State, as per quantity indicated in the supply order on door
delivery basis. The supplier shall submit the following documents to the purchaser
(i) TWO copies of the supplier invoice showing contract no, goods description, quantity, unit
price, total amount.
(ii) Acknowledgement of receipt of goods and successful installtion of the system from the
consignee(s) ;
(iii) Insurance certificate;
(iv) Manufacturer's / Supplier's warranty certificate;
(v) Inspection certificate issued by the nominated inspection authority by purchaser, and the
suppliers factory inspection report.

19. Liquidated damages:

If the Supplier fails to deliver any or all of the goods within the period(s) specified in
the Contract, the Purchaser shall, without prejudice to its other remedies under the
Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent
to 0.5% of the delivered price of the delayed goods for each week or part thereof of
delay until actual delivery, up to a maximum deduction of 10%. Once the maximum
is reached, the Purchaser may consider for termination of the Contract.

20. Default Clause / Cancellation on failure to supply:
If the supplier fails to commence delivery as scheduled or to deliver the quantities
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 17
ordered to him within the delivery period stipulated in the contract, it shall be
discretion of the purchaser either. (a) to extend the delivery period or .(b) to cancel
the contract in whole or in part for the unsupplied quantities without any show
cause notice. In the event of extension, liquidated damages, will be applicable. If the
purchaser decides to cancel the contract, the mode of repurchase will be at the
discretion of the purchaser. The supplier shall be liable to pay any loss by way of
extra expenditure or other incidental expenses, which the purchaser may sustain on
account of such repurchase at the risk and cost of the supplier. In addition to action
above, the purchaser may debar the defaulting supplier from future orders, for
maximum period of 3 years.


21. Inspections and tests

21.1 Pre-dispatch inspection will be carried out in the premises of the
Tenderer/manufactures by a team of officers nominated by the Purchaser. If goods
are offered for Inspection in the factory premises, all expenditure shall be borne by
the tenderer. The entire store ordered shall have to be offered for inspecting team for
inspection in open condition and shall be repacked in the presence of inspecting
team. Inspection charges, including the expenses for the experts, will be payable by
the tenderer.

21.2 The purchaser's right to inspect, test and, where necessary, reject the goods after the
goods arrival & after installed at project site shall in no way be limited or waived by
reason of the goods having previously been inspected, tested and passed by the
purchaser or its representative prior to the goods shipment.

21.3 The Purchaser shall be the final authority to reject full or any part of the supply,
which is not confirming to the specifications and other terms and conditions. No
payment shall be made for rejected stores. Rejected items must be removed by the
tenderers within two weeks of the date of rejection at their own cost and replaced
immediately. In case rejected items are not removed it will be destroyes at the risk,
responsibility & cost of Manufacturer.

22. Warranty
22.1 The warranty shall remain valid for 60 months from the date of installation at
consignee destination.

Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 18
22.2 The Supplier should submit the written warranty that all goods supplied under the
Contract are of the most recent or current models and that they incorporate all recent
improvements in design and materials provided otherwise in the Contract.

22.3 The Purchaser shall have the right to make claims under the above warranty after
the Goods have been delivered to the final destination indicated in the Contract.
Upon receipt of a written notice from the Purchaser, the Supplier shall, within the
period of 15 days replace the defective Goods without cost to the Purchaser. The
Supplier will be entitled to remove, at his own risk and cost, the defective Goods
once the replacement Goods have been delivered.

22.4 In the event of a dispute by the Supplier, a counter-analysis will be carried out on
the manufacturer's retained samples by an independent neutral laboratory agreed by
both the Purchaser and the Supplier. If the counter analysis confirms the defect, the
cost of such analysis will be borne by the Supplier as well as the replacement and
disposal of the defective goods.

22.5 If, after being notified that the defect has been confirmed pursuant to above clause,
the Supplier fails to replace the defective Goods within the period of 15 days the
Purchaser may proceed to take such remedial action as may be necessary, including
removal and disposal, at the Supplier's risk and expense and without prejudice to
any other rights that the Purchaser may have against the Supplier under the
Contract. The Purchaser will also be entitled to claim for storage, in respect of the
defective Goods for the period following notification and deduct the sum from
payments due to the Supplier under this Contract.

22.6 The supplier must ensure 100% uptime during warranty period. In case of additional
down time, warranty period will be extended for period 5 times of down time. The
defective equipment must be attended within within 48 hours for all places. If the
equipment is not attended within stipulated period he will be liable for penalty of
0.05% of contract value for every day of the delay.

22.7 Incidental Services
The supplier shall be required to provide any or all of the following services,
including additional services wherever required.
a. Performance or supervision of the on-site assembly and/or start-up of the
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 19
supplied Goods.
b. Furnishing of tools required for assembly and/or maintenance of the supplied
Goods
c. Furnishing of detailed operation and maintenance manual for each appropriate
unit of supplied Goods.
d. Performance or supervision or maintenance and/or repair of the supplied
Goods including mandatory services, for a a period of time agreed by the parties,
provided that this service shall not relieve the Supplier of any warranty
obligations under this Contract, and

22.8 Spare Parts
The Tenderer shall be required to provide any or all of the following materials,
notifications and information pertaining to spare parts manufactured or distributed
by the Tenderer.
a. Such spare parts as the Purchaser may elect to purchase from the Tenderer,
providing that this election shall not relieve the Tenderer of any warranty
obligations under the Contract and
b. In the event of termination of production of the spare parts :
i) Advance notification to the Purchaser of the pending termination, in
sufficient time to permit the Purchaser to procure needed requirements and
ii) Following such termination, furnishing at no cost to the Purchaser, the
blueprints, drawings and specifications of the spare parts if requested.
iii) Free maintenance services shall be provided by the Tenderer during the
period of warranty. After warranty period, annual maintenance and repairs
of the equipment including supply of spares etc. (except consumable items)
for next 60 months will be done by the Tenderer. Tenderer must p;ovide
minimum FOUR routine services per year ( ie. One service per quarter) for
each consignee apart from breakdown services.
iv) The maximum response time for maintenance complain from any of the
destination specified in the schedule of requirements (i.e. time required for
tenderers maintenance engineers to report to the installations after a request
call/telegram/fax/e.mail made or letter is written) shall not exceed 48
hours.
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 20

23. Force Majeure:

23.1 For purposes of this Clause, 'Force Majeure' means at any time during subsistence of
contract an event beyond the control of the Supplier and not involving the Supplier's
fault or negligence and not foreseeable. such events may include, but are not limited
to, acts of the Purchaser either in its sovereign or contractual capacity, wars or
revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

23.2 If a Force Majeure situation arises, the Supplier shall promptly but not later than 30
days notify the Purchaser in writing of such conditions and the cause thereof. Unless
otherwise directed by the Purchaser in writing, the Supplier shall continue to
perform its obligations under the Contract as far as is reasonably practical, and shall
seek all reasonable alternative means for performance not prevented by the Force
Majeure event.

23.3 Force Majeure will be accepted on adequate proof thereof.
23.4 If contingency continues beyond 30 days, both parties argue to discuss and decide
the course of action to be adopted. Even otherwise contingency continues beyond 60
days then the purchaser may consider for termination of the contract on equitable
basis.

24. Confidentiality

24.1 Information relating to the examination, clarification, evaluation, and comparison of
tenders, and recommendations for the award of a Contract shall not be disclosed to
tenderers or any other persons not officially concerned with such process until the
notification of Contract award is made.

24.2 Any effort by the tenderer to influence the Purchaser in the Purchaser's tender
evaluation, tender comparison, or contract award decisions may result in the
rejection of the Tenderer's tender.

25. Payment
Payment for Goods and Services shall be made in Indian Rupees as follows:

Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 21
(i) 60% (Sixty percent) payment will be made after delivery of Goods as per technical
specification and successful installation and commissioning to consignees and upon
submission of delivery and installation documents signed by the consignee specified as
per in Clause no 18; and
(ii) 40 % (Fourty percent ) payment will be made within 30 days (Thirty days) after onsite
inspection by the authority apointed by purchaser.

25.1 The purchaser shall have every right to deduct the pending dues on account of loss,
compensation,or any remedial action in monetory terms from the said payment. The
supplier shall not agitate the said issue in future.

26. Corrupt or Fraudulent Practices
26.1 The Purchaser as well as Tenderers shall observe the highest standard of ethics
during the procurement and execution of such contracts.

26.2 corrupt practice means the offering, giving, receiving or soliciting of any thing of
value to influence the action of a public official in the procurement process or in
contract execution; and.

26.3 Fraudulent practice means a misrepresentation or comission of facts in order to
Influence a procurement process or the execution of a contract to the detriment of
purchaser and includes collusive practice among Tenderers (prior to or after tender
submission) designed to establish tender prices at artificial non-competitive levels
and to deprive the Purchaser of the benefits of free and open competition.

26.4 Collusive practice means a scheme or arrangement between two or more
tenderers, with or without the knowledge of the Purchaser, designed to establish
tender prices at artificial, non competitive level; and.

26.5 Coercive practice means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the procurement process
or effect the execution of the contract.

26.6 The Purchaser will reject a tender for award if it determines that the tenderer
recommended for award has directly or through an agent engaged in corrupt or
fraudulent practices in competing for the contract in question;.

Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 22
26.7 The Purchaser will declare a firm or individual as ineligible, either indefinitely or
for a stated period of time, to be awarded a contract if it at any time determines that
they have, directly or through an agent, engaged in corrupt, fraudulent, collusive or
coercive practices in competing for, or in executing, a contract.

27. Please see Rider A

27. 1 Resolution of dispute:
In the event of any question, dispute or differences in respect of contract or terms
and conditions of the contract or interpretation of the terms and conditions or part of
the terms and conditions of the contract arises, the parties may mutually settle the
dispute amicably.

27.2 Arbitration:

In the event of failure to settle the dispute amicably between the parties, the same
shall be referred to the sole arbitrator ,Government of Maharashtra. The award
passed by the sole Arbitrator shall be final and binding on the parties.

The arbitration proceedings shall be carried out as per the Indian Arbitration and
Concillation Act, 1996 and the rules made thereunder.


27.3 Governing Language:
English language version of the contract shall govern its interpretation.


27.4 Applicable Laws:

The contract shall be governed in accordance with the law prevailing in India, Act,
Rules, Amendments and orders made theron from time to time.


27.5 Indemnification:

The contractor shall indemnify the purchaser against all actions, suit, claims and
demand or in respect of anything done or omitted to be done by contractor in
connection with the contract and against any losses or damages to the purchaser in
consequence of any action or suit being brought against the contractor for anything
done or omitted to be done by the contractor in the execution of the contract.

Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 23
27.6 . Jurisdiction
All the suits arising out of the contract shall be instituted in the court of competent
jurisdiction situated in Mumbai only and not elsewhere.


27.7 Saving clause
No suits, prosecution or any legal proceedings shall lie against the Joint Director of
Health Services (Procurement Cell), Mumbai or any person for anything that is done
in good faith or intended to be done in pursuance of tender.
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 24

Annexure-A
Schedule of Requirements for Solar PV Systems

Schedule
No.
Item Quantity EMD









I
Solar Photo Voltaic system 2.4 KVA (Hybrid:- 50 % solar
+ 50 % Grid) as mentioned in the technical specification

43 Nos.


















Electrical Wiring as mentioned in the technical
specification (Per System)
a). (2CX 6) + (1C X 2.5) sq.mm. ( PN+E)
b). (2CX 4) + (1C X 2.5) sq.mm. ( PN+E)
c). (2CX 2.5) + (1C X 1.5) sq.mm. ( PN+E)
d). Light point/ Fan point (2C X 1.5) sq.mm
e). 5A half point
f). 15A power point (with fuse & indicator)
g). Fan Step regulator (Moduler Type)
h). MCB I/P- 32A, 10KA , Double Pole with DB
i). MCB O/P-16 A, 10KA, Double Pole with DB
j). Changeover
k). Cassing Capping


90 Mtr.
90 Mtr.
300 Mtr.
(32 Nos.) 200 Mtr.
05 Nos.
01 No.
09 Nos.
01 No.
03 Nos.
02 Nos.
250 Mtrs.
a). 9 Watts LED Fixtures
b). 12 Watts LED Fixtures
c). 15 Watts LED Fixtures
d). 18 Watts LED (Outdoor light)
06 Nos.
06 Nos.
06 Nos.
05 Nos.
Poles for mounting array structure. 24 Nos.
3C, 6 sq.mm., Cu-armoured Cable 30 Mtrs.
Earthing as per IS3043 02 Nos.






II
Solar Photo Voltaic system 2.4 KVA (100 % solar) as
mentioned in the technical specification

05 Nos.

Electrical Wiring as mentioned in the technical
specification (Per System)
a). (2CX 6) + (1C X 2.5) sq.mm. ( PN+E)
b). (2CX 4) + (1C X 2.5) sq.mm. ( PN+E)
c). (2CX 2.5) + (1C X 1.5) sq.mm. ( PN+E)
d). Light point/ Fan point (2C X 1.5) sq.mm
e). 5A half point
f). 15A power point (with fuse & indicator type)
g). Fan Step regulator(Moduler Type)
h). MCB I/P- 32A, 10KA , Double Pole with DB
i). MCB O/P-16 A, 10KA, Double Pole with DB
j). Changeover
k). Cassing Capping


90 Mtr.
90 Mtr.
300 Mtr.
(32 Nos.) 200 Mtr.
05 Nos.
01 No.
09 Nos.
01 No.
03 Nos.
02 Nos.
250 Mtrs.
a). 9 Watts LED Fixtures
b). 12 Watts LED Fixtures
c). 15 Watts LED Fixtures
06 Nos.
06 Nos.
06 Nos.

Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 25
d). 18 Watts LED (Outdoor light) 05 Nos.
3C, 6 sq.mm., Cu-armoured Cable 30 Mtrs.
Poles for mounting Solar array structure. 48 Nos.
Earthing as per IS3043 02 Nos.



Note: The basis of tender evaluation and award of contract shall be for entire schedule as
mentioned above.

Delivery Schedule : To complete within ninety days (90 days) from the date of receipt of
Notification of Award after clearance and readiness of the site. In case of
issue of cleance of site from purchasers side, an appropriate extension for
execution will be granted.

Delivery Terms : To the consignee destination on door delivery basis as per tenderding
conditions and quantity distribution will be notified at the time of
award of contract.


General Assumptions for SPVS Design

Inverter Efficiency = 90 %
Battery Efficiency = 95 %
Solar Efficiency = 80 %
Grid Availability = 40 hrs/week (6 hrs/day).
Solar availability = 6 hrs/day.
Out of this daily energy consumption, ILR and Deep freezer daily energy
consumption is: 2.65 KWH with duty cycle : - 8 hrs/day.
Solar will provide 50 % energy for charging the battery of daily energy
requirement whereas remaining 50 % will be provided by grid.
Solar eficency=80% , be interpreted as De rating of the solar panel per year
shouldnt be more than 2% per year over the period of 10 years. It means 100Wp
panel should give 80Wp at the end of 10years from the date of installation and
commissioning.

Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 26
Antitheft devices for security of Solar Panels

The devices like solar panels are indeed very useful and costly but the issue of
their security is one the main concerns of the user.

Recently, some incidents about the theft of solar panels are recorded. In this type
of theft the customer loses thousands of rupees in just one stroke. In view of this
bidder is expected to provide the antitheft system for the solar panels.

For eg. It can be in the form of using lockable bolts for fixing of solar panel either
on the roof or panel structure. The ultimate purpose of this is that, in case
somebody wants to take away the panel, it shouldn't be easily possible or in case
thief is successful in stealing the panel, it should be in such a bad condition (
broken), that it will not be useful for any purpose.

Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 27
Annexure-B

Technical Specifications

Schedule-I

PV-AC hybrid power pack (50 % Solar + 50 % Grid)

The objective

System availability can be greatly increased in situations where there is intermittent grid supply by
having a power pack comprising of solar PV Panels, battery bank and an intelligent inverter (On-
line) which feeds uninterrupted quality AC power to electrical loads taking energy from PV, grid or
batteries as the case may be. Combining the best of both worlds, batteries will be charged from solar
energy as well as from the grid by a multistage Float Cum Boost Charger integrated in the inverter.
KVA Rating 2.4
KW 1.92
DC Voltage 144
Power Factor 0.8
Diversity 60%
Inverter Output
Voltage (AC) 230
Battery 144 Volts, 300 AH
No. of Solar Panels
Can be decided by tenderer according
to total solar wattage requirement.
Solar Wattage 5280 Watts

The loads
Electrical loads from the lighting equipments, load of Ice lined Refrigerator and Deep-freezer have
been considered for requirements of a typical PHC or a district store. Energy consumption / load
requirement figures are listed in the table as below.

Sr.
No.
Particulars of load Qty. Approximate load
1 Lighting load, loads of Ice lined
Refrigerator and Deep-freezer
1 Job 1920 Watts



Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 28
Sizing

The solar PV system is to be designed for the Electrical Load of 1920 watts

The following assumptions/ information are to be considered while designing the systems:

(i) Battery autonomy for no sun and no grid condition up to 24 hours
(ii) Maximum loss of load probability (LOLP) of 0 0.15% during August.
(iii) Battery Maximum Depth of Discharge (DOD) is 80%.
(iv) All equipments operate at 230 V AC.
(v) Grid electricity is available for 40 hours per week at sites.
(vi) Maximum load shedding occurs during daytime.
(vii) Grid power supply situation improves during July-August-September where as sun
availability is limited during the said period.
(viii) Grid voltage variation is from 130 Volts-270 Volts.

Summary of Sizing
Technical Specifications of the components
Solar PV Array

Multi crystalline silicon solar module of suitable nominal voltage and peak power rating that meets
the specifications and are certified according to international standards IEC 61215 (EDITION-II) or
equivalent standards may be used. Modules must be supplied with a manufacturer warranty that
Fabrication is in compliance with at least one of the above standards and a minimum warranty of
TEN years must be available with degradation of power generation not exceeding 10% over the
entire 10 years period. The junction box should be equipped with bypass diodes. Series-connected
photovoltaic modules should be wired using reassembled solar cables and multi-contact plugs.
Each module supplied should accompany an I-V curve certifying the rated power output and other
technical information. Cable connecting panel to charge controller is to be routed through ISI
mark flexible pipe with proper saddling /clamps.
Solar Panel Array Support Structure

Modules should be mounted on a non-corrosive support structure suitable for site condition
(extreme site conditions to be taken into account) with facility to adjust tilt (0-30
o
) (or fixed).
Support structure design and foundation or fixation mounting arrangements should withstand
minimum horizontal wind speed (150Km/Hr) relevant to the site conditions and epoxy powder
coated sheet metal fabricated on CNC Machine.
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 29

Technical Specification of Module mounting structure








Antitheft devices for security of Solar Panels


The devices like solar panels are indeed very useful and costly but the issue of
their security is one the main concerns of the user.

Recently, many incidents about the theft of solar panels are recorded. In this type
of theft the customer loses thousands of rupees in just one stroke. In view of this
bidder is expected to provide the antitheft system for the solar panels.

For eg. It can be in the form of using lockable bolts for fixing of solar panel either
on the roof or panel structure. The ultimate purpose of this is that, in case
somebody wants to take away the panel, it shouldn't be easily possible or in case
thief is successful in stealing the panel, it should be in such a bad condition (
broken), that it will not be useful for any purpose.
MPPT Charge Controller

The Charge Controller should have temperature compensation for proper charging of the
battery through out the year. Adequate protection is to be incorporated under no load conditions,
battery overcharge and deep discharge conditions. Protection should be provided against short
circuit conditions. Full protection against open circuit, accidental short circuit and reverse polarity
(auto resettable) should be provided. It should have LCD display which indicates Battery Voltage
and Battery Charging Current.

Technical specification of MPPT Charge Controller

1 Maximum Input Voltage V DC
To be designed by the
tenderer as per
requirement

2 Minimum Input Voltage V DC
3
Output Current From MPPT To Battery Bank /
Load Max / MPPT
A DC
4 Output Boost Voltage From MPPT To Battery V DC
Materials MS or Aluminum Alloy
Coating Hot Dip Galvanized with epoxy powder coating or anodized
Wind rating 150 km/hour
Fixing type
Protection
SS 304 fasteners
Theft resistant fixation
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 30
5
LCD Monitor Should Be Inbuilt To Show Battery
Voltage
V DC Required
6
LCD Monitor Should Be Inbuilt To Show Battery
Current
A DC Required
7 On Off Switch Provision On Front Should Be Inbuilt Inbuilt Required
8 MPPT Output Should Be Isolated From Solar Input Inbuilt Required
9
MPPT Should Not Take Any Power From Battery
Bank When No Solar Input Power Is Available
Inbuilt Required
10
MPPT Should Have Isolation Between Solar Input
& Battery Bank
Inbuilt Required
11 MPPT Should Have Battery Reverse Protection Inbuilt Required
12
Fuse Should Be Connected In Series With Input &
Should Have Provision For Spare Fuse
Inbuilt Required
13
MPPT Output Should Be Equivalent To Addition
Of number of MPPT Output Current if there are
more than one MPPT
Inbuilt Required
14 Number Of MPPT Required NOs
To be designed by the
tenderer as per
requirement
Inverter

The single-phase Double Conversion On Line inverter shall provide AC power to the load,
Simultaneously it will provide DC power to the battery bank and Battery energy management will
ensure that the battery will be maintained in fully charged condition with the help of Float Cum
Boost Charger (Multistage Charging Technique) in all feasible circumstances. The inverter should
be specifically designed to support AC loads of lighting load, loads of Ice lined Refrigerator and
Deep-freezer with high starting currents. There should be appropriate LED and LCD display
showing Input as well as Output Related all annunciations with the help of LED & LCD Display,
refer to technical Specifications Sheet

Sr
No
Specifications & Requirement For Solar Inverter with
Built In Float Cum Boost Charger (FCBC/CVCC)


Unit
Parameter
Value
1 Nominal System Input Voltage From Grid V AC 230
2 Minimum Grid Voltage V AC 130
3 Maximum Grid Voltage V AC 270
4 Nominal System Input Frequency From Grid Hz 50
5 Minimum Grid Frequency Hz 47.5
6 Maximum Grid Frequency Hz 52.5
7
Fully Automatic Separately Settable FCBC/CVCC
Charge Controller Inbuilt Settable
8 Nominal FCBC/CVCC Output Voltage V DC 144
9 Float Voltage V DC 163
10 Boost Voltage V DC 170
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 31
11
Charger Capacity = Battery Charging + Inverter
Input Current Amp DC
To be designed
by the tenderer
as per
requirement
12 Battery Charging Current Limit Minimum Amp DC
13 Battery Over Charging Voltage Limit V/Battery
14 Input Under Volt Protection Inbuilt Required
15 Input Over Volt protection Inbuilt Required
16 DC Over Volt Protection Inbuilt Required
17 Auto Restart Protection Inbuilt Required
18
Overload Capacity 200% for 10 Sec, 150% for 60
Sec, 125% for 10 Minutes Built In Timer Inbuilt
Required
19 Output Capacity KVA 2.4
20 Output Power Factor Lag 0.8
21 Efficiency % 90%
22 Output Voltage V AC 230
23 Output Voltage Tolerance % +/- 1
24 Output Frequency Hz 50
25 Output Frequency Tolerance % +/- 1
26 Output Voltage Waveform
True Sine
Wave
27
Control Method Real Time Wave Form Control
(RTWC)
Using
VLSI/uC Required
28 Output Voltage Wave Form Distortion THD < 3%
29 Operating Temp deg C 0 To +50
30 IEC Certification
62040-1 (PQS),
60068-2
(1,2,14,30) and
61683 Required

Annunciation & LED Indications of Input Status (On front panel of the Inverter )
1 Input On Inbuilt Required
2 DC On Inbuilt Required
3 CC Mode / Boost Mode On Inbuilt Required
4 CV Mode / Float Mode On Inbuilt Required
5 Rectifier / Charger Trip Inbuilt Required
6 Input Under Voltage (UV) Inbuilt Required
7 Input Over Voltage (OV) Inbuilt Required
8 DC Over Voltage (OV) Inbuilt Required
Annunciation & LED Indications of Output Status ((On front panel of the Inverter ) )
1 Output ON Inbuilt Required
2 Input Fail Inbuilt Required
3 Alarm Inbuilt Required
4 Battery Low Inbuilt Required
5 System Trip Inbuilt Required
6 Output Over Voltage (OV) Inbuilt Required
7 Output Under Voltage (UV) Inbuilt Required
8 Output Over Load Inbuilt Required
9 Battery Low Trip Inbuilt Required
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 32


Meter & Switches On Front Panel of the Inverter
LCD to Display Following Parameters
1 Manufacturers Name & Address Display Required
2 Configuration of Inverter Display Required
3 Input Voltage Display Required
4 Input Frequency Display Required
5 Input Faults / Warning Display Required
6 Input Over Voltage(OV) Display Required
7 Input Under Voltage( UV) Display Required
8 Battery Charging Current Display Required
9 Battery Voltage Display Required
10 Battery Low Warning Display Required
11 Output Voltage Display Required
12 Output Frequency Display Required
13 Output Load In Percentage Display Required
14 Output Faults / Warning Display Required
15 System Trip Display Required
16 Output Over Voltage (OV) Display Required
17 Output Under Voltage ( UV) Display Required
18
Output Over Load Should Display OC Timer Along
With Balance Time To Trip Display Required

Switches On Front Panel of the Inverter
1 Audible Alarm (Reset Switch) Inbuilt Required
2 Inverter On/OFF Switch Inbuilt Required
3 Inverter Reset Switch Inbuilt Required

Inverter Safety features
1 MCB Switch Connected In Series With Input AC Inbuilt Required
2
MCB Switch Connected In Series With Battery
Input DC Inbuilt Required
3 MCB Switch Connected In Series With Output AC Inbuilt Required
4
All Wires Connected With Inverter Externally
Should be Routed Through Cable Ties Inbuilt Required
5 All Connections Should Be On Back Side Inbuilt Required
6
All Connections / Connectors Should Be Covered
With Transparent Acrylic Sheet Inbuilt Required
7
Safety Standards (Warnings) As Per IEC & Should
Be Clearly Mentioned On Back Side Of Inverter (
I.e. High Voltage AC 230V ) Inbuilt Required
8
Care Should Be Taken For Battery Connections So
That Short Circuit Should Not Happen. ( Warning) Inbuilt Required
9
Inverter To Be Serviced Only By Company
Authorized Engineers Only ( Warning) Inbuilt Required

Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 33
Communication facility to be provided with Inverter ( built in):

Facilities to be provided (in built) for Inverter monitoring through GSM/GPRS System ##

INVERTER GSM/CDMA connectivity by RS232 cable ( In built)

a. Periodical log of following data via SMS facility.
i) Monitoring Utility Power to INVERTER/ UPS.
ii) Monitoring of Battery level/percentage
iii) Monitoring of Load Voltage & frequency.
iv) Monitoring of Load level/percentage
b. Event log on fault condition
i) Mains Fail/Fault.
ii) Battery Low Alarm.
iii) System Fault/Trip
iv) System Over load.
c. System control Via SMS
i) System output Soft Switch OFF
ii) SIM Information.

## Event log & Data log other than SMS facility shall be made available if PC is connected to
communication port of Inverter.
## Purchase of SIM of the same shall be the responsibility of tenderer & charge-recharge of
SIM shall be managed by purchaser.
## Centralised monitoring system will be installed at three different locations decided by
the purchaser. All software, protocol and installation expenses will be the in tenderers
scope.
## AC energy meters should also be installed to monitor the grid power consumption and
Load deliverance by the Inverter both. And this report must be submitted to the purchaser
every quarter alongwith service report.



Battery Bank Specifications:-

1 Type of Battery :- VRLA/Gel VRLA Required
2 AH Rating of Battery AH 300
3 Nominal Voltage Per Cell V / Cell 2
4 Number of Cell Per Battery
Cell /
Battery
1
5 Nominal Voltage Per Battery
V
DC/Battery
2
6 Float To Display Water Level & Gravity / Battery Per battery 1
7 Total Number of Batteries NOs 72
8 Minimum Charge & Discharge Cycles Expected NOs 1,500
9 Minimum Efficiency % >90
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 34
10 Ambient temp deg C 0 To +50
11 Certification
IEC Or
RDSO
Required
12
Battery Cabinet:- well ventilated epoxy powder coated
sheet metal fabricated on CNC Machine, closed lockable
cabinet
Required
13 Interlink Accessories Required
14
Wires Used Should Be of Copper Only Along With Cu
Lugs
Required
15 Nut Bolts Should Be Used of Lead Coated Only Required

Note:-

1. The battery shall be VRLA.
2. The battery bank shall consist of required number of deep-discharge electrochemical storage
cells, suitably interconnected as required. Parallel connections of storage cells are discouraged.
3. The cells shall be capable of deep discharge and frequent cycling with long
maintenance intervals and high columbic efficiency. Automotive or car batteries shall not be
accepted.
4. The permitted maximum depth of discharge (DOD) shall be 80%
5. Unless otherwise specified the cycle life of the battery shall not be less than 1500 DC
discharged cycles between the fully charged state and the permitted maximum DOD at the
rate of C/10.
6. It should able to deliver 80% of its rated capacity from fully charged position to DOD.
7. The cells shall include explosion proof safety vents.
8. The cells shall include the required number or corrosion resistant inter-cell required
chemicals electrolyte packed in separate containers.
9. The cells shall be supplied in fully charged condition with appropriate packing..
10. Batteries shall be mounted in a well ventilated epoxy powder coated sheet metal fabricated
on CNC Machine, closed lockable cabinet.
Cables
The size of the cables between array interconnections, array to battery charge control, battery charge
control to battery etc shall be so selected to maintain the voltage drop and losses to less than 2% in
any part of the system. Necessary wiring for Inverter and charge controller is to be carried out as
per the single line diagram which will be provided at the time of award of contract.

Junction Boxes
The Junction boxes shall be made to IEC standard for PV modules
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 35
Grounding/Earthing
All PV modules & Inverter Output Neutral point must be isolated electrically with Mains input, &
Solidly Earthed with Earth Pit and a separate neutral strip should be provided. From this strip, 2.5
sq.mm. multistranded flexible PVC insulated copper wire needs to be distributed to internal wiring
and other equipments. The entire system should be in compliance to the Indian electrical standard
(IS-3043). It is also necessary to provide separate lightning arrester (with dedicated
earthing).

Stand for inverter
Appropriate size, epoxy powder coated inverter stand fabricated on CNC Machine in MS
sheet metal/ MS angle (with ground clearance of 18 inches) is to be provided.

Note:- Necessary stickers for identifying different components of the system need to be
provided (for e.g. System information, Inverter, Battery Bank, Mains ON/OFF, solar light
points, user instructions (Marathi and English), suppliers name, contact details etc.)

Schedule-II

PV-AC power pack (100 % Solar)
The objective

System availability can be greatly increased in situations where there is intermittent grid supply by
having a power pack comprising of solar PV Panels, battery bank and an intelligent inverter (On-
line) which feeds uninterrupted quality AC power to electrical loads taking energy from PV, grid or
batteries as the case may be. Batteries will be charged only from solar energy alone as per the
requirement.
KVA Rating 2.4
KW 1.92
DC Voltage 144
Power Factor 0.8
Diversity 60%
Inverter Output
Voltage (AC) 230
Battery 144 Volts, 500 AH
No. of Solar Panels Can be decided by tenderer according
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 36
to total solar wattage requirement.
Solar Wattage 12420 Watts

Note:- Other technical specifications of this schedule are same as that of Schedule- I




Technical Specifications common for schedule-I and II
Electrical Wiring & LED Lights as mentioned in the technical specification
The necessary wiring (isolated from the existing wiring) is to be carried out at public health
institution. The details of the wiring points (light + power) will be notified at the time of
award of contract. However the material/components to be used for carrying out the
wiring have to be as per the standards/norms specified below.

Guidelines for carrying out Electrical Work:

All electrical material shall be conforming to relevant standard as per BIS and shall carry ISI
mark, Work shall be carried out as per the method of Construction specified by BIS.
Material shall be tested in approved Testing Laboratory and shall qualify the relevant tests
as and when directed.

Recommended Standards:

I.S. 732: 1989 Code of Practice for electrical wiring installations
I.S. 9537 (part 1):
1980
Conduits for electrical installations: General requirements
I.S. 694 PVC insulated cables for working voltages upto and including 1100 volts
I.S. 1913 General and Safety requirements for electrical light fittings / luminaries
I.S. 5216 Guide for safety procedure and practices in electric work
I.S. 10322 Luminaries for street lighting
I.S. 10118 Code of practice for selection, installation and maintenance of switchgear
and control gear
I.S. 3854 Switches for domestic and similar purposes
I.S. 1913 General and Safety requirements for electrical light fittings / luminaries
I.S. 10810: Part 63;
1993
Method for Test of cables, part 63 Smoke density of electric cables under
fire condition
I.S. 13947 General requirement for switch gear and control gear for low voltages not
exceeding 1000 V
IS 3043 Earthing
SP 30: 1984 National Electrical Code
SP 7 (Group 4): 2005 National Building Code
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 37



1. PVC Trunking (Casing capping)
PVC Trunking (Casing capping) ISI mark, 1.2 mm thick, minimum 25 mm width
and above depending upon no. of wires to be drawn with double locking
arrangement.
2. Wire
PVC insulated wire of specified size, minimum FR grade insulation, copper
conductor of electrolytic tough pitch (ETP) grade having insulation of 1.1 kV grade,
ISI marked, of required colour coding.
3. Miniature Circuit Breakerss (MCB)
MCB of specified poles and current rating ISI marked as per IS 8828: 1996 (IEC
60898) with hammer trip and watch mechanism 15 arc plates, 10 kA capacity with
nominal rating of 240/415 volt
4. Distribution board suitable for MCBs
Horizontal / vertical type ISI marked as per IS 8623 of specified ways (poles),
surface / flush mounting, with double door suitable for 230 / 415 Volt
5. Cables
Cables shall be PVC / XLPE for LT of required construction, colour, shall carry ISI
mark, IS no. manufacturers name, size, duly embossed / screen printed at every
meter and having the total count of progressive length in meter at each mark
6. Modular switch & sockets
- Switch: 1 or 2 way modular type switch 6 / 10 amp conforming to IS 3854
Finger-proof terminals for IP 20 protection against accidental contact
Tunnel terminals preventing screwdrivers from slipping
Laser marking on mechanisms. Arrow showing the correct orientation of the
mechanism
30 mm long screws for adjustment in case the boxes are overflushed
Metal frame for cover plate, providing solid support to base
Plate made from highest quality polycarbonate
- Socket: Modular type 6 amp, 3 pin plug shuttered socket
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 38
- Cable connecting solar panel to charge controller is to be routed through ISI mark
flexible pipe with proper saddling /clamps.
- Inverter Output Electrical distribution wiring size should be as follows: Polycab
flexible copper wire in PVC casing as per following specifications:-
o For mains (Inverter Output to Distribution board):- (2CX 4) + (1C X 2.5)
sq.mm. ( PN+E)
o For sub mains (Distribution board to switchboard):- (2CX 2.5) + (1C X 1.5)
sq.mm. ( PN+E).
o For point wiring (Switchboard to individual point):- 2C X 1.5 sq. mm.
LED lights:- As per requirement :- All light points are to be catered with 9 / 12 / 15 Watts LED
fixtures (which will be housed in a weatherproof assembly (ABS material) suitable for indoor use,
with a reflector) and 18 watts fixture (with IP65) for street light (with GI wall mounted pipe without
pole). While fixing the assembly, the LED lamp should be held in such a way that area covered by
LED light should be equally in front, left & right side. Power LED (Pure White color, IEC certified),
119 lumens (Minimum)/ LED, Driver: - Must operate on input voltage of 85 volts-270 Volts with
input and output short circuit protection. THD should be less than 30%, Efficiency should be
minimum 90%.
7. Earthing- As per IS 3043
Depth:- 5 feet
Plate:- GI of size 2 feet X 2 feet X 10mm
Charcoal:- 50 Kg.
Salt- 75 Kg.
Watering arrangement:- 1.5 inch X 5 feet GI pipe with funnel.
Strip:- 25X3 mm X 8 feet GI strip with nut bolt.
8. From lightning arrestor:- 1C X 16 sq.mm. Copper flexible cable to ceiling level and
from there 25 X3 mm GI strip to earthing pit continuously.
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 39
Technical Specifications common for schedule- I and II
Schedule for Poles for mounting array structure
Sometimes it is possible that the site conditions may not be feasible for mounting the array
support structure on the roof top of the public health institution. In this case, tenderer
needs to consider following assumptions while fixing the array support structure.
[1] Array structure has to be fixed on pole. The size of each pole has to be min 4.5
Meters in height and 4.5 inch diameter with thickness of 2.5 mm -3 mm with hot
dipped galvanoised.
[2] The number of poles required for structure has to be designed by the tenderer.
[3] Entire pole structure has to be provided with proper RCC foundation. Array
structure fixing nut bolts must be of SS 304.
Note: - Tenderers are requested to furnish following information at the time of submission of tender
document. This information will be based on your design.

Sr.No. Particulars No of Poles Required
1. 2.4 KVA Solar PV System (50 % Solar+50 % Grid) To be decided by the
tenderer
2 2.4 KVA Solar PV System ( 100 % Solar) To be decided by the
tenderer




Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 40
TECHNICAL COMPLIANCE CHART
Technical Compliance Chart for schedule I
Sr.
No.
Tender specification as asked in the tender
form

Compliance on
each parameter
with detailed
substantiation
how the offered
product meet the
requirement
(Simply writing
Yes, Complied
not acceptable)
If the tender
quoted is not as
per specification
then variation /
deviation
should be
clearly indicated
against each
item asked for









I
Solar Photo Voltaic system 2.4 KVA (Hybrid:- 50 %
solar + 50 % Grid) as mentioned in the technical
specification


Electrical Wiring as mentioned in the technical
specification (Per System)
a). (2CX 6) + (1C X 2.5) sq.mm. ( PN+E)
b). (2CX 4) + (1C X 2.5) sq.mm. ( PN+E)
c). (2CX 2.5) + (1C X 1.5) sq.mm. ( PN+E)
d). Light point/ Fan point (2C X 1.5) sq.mm
e). 5A half point
f). 15A power point (with fuse & indicator)
g). Fan Step regulator (Moduler Type)
h). MCB I/P- 32A, 10KA , Double Pole with DB
i). MCB O/P-16 A, 10KA, Double Pole with DB
j). Changeover
k). Cassing Capping


a). 9 Watts LED Fixtures
b). 12 Watts LED Fixtures
c). 15 Watts LED Fixtures
d). 18 Watts LED (Outdoor light)


Poles for mounting array structure.








II
3C, 6 sq.mm., Cu-armoured Cable 30 mtrs.

Earthing as per IS3043 02 Nos.

a). Solar Photo Voltaic system 2.4 KVA (100 % solar)
as mentioned in the technical specification


Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 41
Electrical Wiring as mentioned in the technical
specification (Per System)
a). (2CX 6) + (1C X 2.5) sq.mm. ( PN+E)
b). (2CX 4) + (1C X 2.5) sq.mm. ( PN+E)
c). (2CX 2.5) + (1C X 1.5) sq.mm. ( PN+E)
d). Light point/ Fan point (2C X 1.5) sq.mm
e). 5A half point
f). 15A power point (with fuse & indicator type)
g). Fan Step regulator(Moduler Type)
h). MCB I/P- 32A, 10KA , Double Pole with DB
i). MCB O/P-16 A, 10KA, Double Pole with DB
j). Changeover
a). Cassing Capping


a). 9 Watts LED Fixtures
b). 12 Watts LED Fixtures
c). 15 Watts LED Fixtures
d). 18 Watts LED (Outdoor light)


3C, 6 sq.mm., Cu-armoured Cable 30 mtrs.

Earthing as per IS3043 02 Nos.







Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 42



ANNEXURE -1
Tender Form
To
The Joint Director of Health Services (Procurement Cell)
Directorate of Health Services
1
st
Floor, Arogya Bhavan,
Mumbai 400 001.

Dear Sir
Having examined the tender document, the receipt of which is hereby
acknowledged, we, the undersigned, offer to supply and deliver the goods under the
above-named Contract in full conformity with the said tender document and our financial
offer in the Price schedule submitted in Envelop No. 2 which is made part of this tender.

We undertake, if our tender is accepted, to deliver the goods in accordance with the
delivery schedule specified in the tender document.

If our tender is accepted, we undertake to submit the security deposit in the form, in
the amounts, and within the times specified in the tender document.

We agree to atendere by this tender, for the Tender Validity Period specified in the
tender document and it shall remain binding upon us and may be accepted by you at any
time before the expiration of that period.

Until the formal final Contract is prepared and executed between us, this tender
together with your written acceptance of the tender and your Acceptance of Tender, shall
constitute a binding Contract between us. We understand that you are not bound to accept
the lowest or any tender you may receive.

Signed: ______________________________

Date: ________________________________

In the capacity of ____________________________________

Duly authorized to sign this tender for and on behalf of _____________________
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 43

ANNEXURE-2

PROFORMA FOR PAST PERFORMANCE STATEMENT
(For a period of last 3 Years) i.e.2009-10, 2010-11, & 2011-12
Proforma for Performance Statement (for a period of last
THREE years)

Tender No. Date of opening Time Hours_________

Name of the Firm

Order
placed by
(full
address
of
Purchase
r)


Order
No.
and
Date



Descriptio
n and
quantity
of ordered
equipmen
t


Value of
order




Date of
compl
etion
As per
contra
ct



Date of
delivery
Actual



Remarks
indicatin
g
reasons
for late
delivery,
if any


Has the
equipment
been
satisfactorily
functioning?
(Attach a
certificate
from the
Purchaser/C
onsignee)

1 2 3 4 5 6 7 8





Note :
In support of above statement, enclose the copies of supply orders and client's satisfactory
certificates


Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 44


ANNEXURE -3

ANNUAL TURN OVER STATEMEMT F0R THREE YEARS

The Average Annual Turnover of M/s
______________________________________for the past three years are given
below and certified that the statement is true and correct.
Sr. No. Year Turnover in Crores
1 2009 10
2 2010 11
3 2011 -12



Date:

Seal Signature of Auditor/
Chartered Accountant
Name (in capital letters)
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 45
ANNEXURE-4

Proforma For GOODS / AND QUALITY CONTROL EMPLOYED BY THE
MANUFACTURER

TENDER NO.DATE OF
OPENING:..

NAME OF THE TENDERER

(Note: All details should relate to the manufacturer for the items offered for
supply and every clause or points must be answered to the point and shall not be
left out or omitted or changed. Incomplete information will be construed as
inability / deviation / shortfall and shall be noted in the evaluation accordingly)

1. Name & full address of the
Manufacturer

2. (a) Telephone No. Office / Factory/ Works
(b) Fax No. Office / Factory/ Works
(c) E mail ID :
3. Location of the manufacturing factory
4. Details of Industrial/ Factory Registration License as per statutory
regulations.
5. Details of important Plant & Machinery functioning in each dept. of factory
(Mention ownership of items i.e. Purchased or Leased basis separately as
available now).
6. Details of the process of manufacture followed in the factory.
7. Details & stocks of raw materials held.
8. Production capacity of item(s) quoted for, Total value of products
manufactured with the existing Plant & Machinery during financial year :
2009-10,2010-11 & 2011-12.
1.1 Normal
1.2 Maximum
9. Details of arrangement for quality control of products such as laboratory,
testing equipment etc.
10. Details of staff : (As per register of employees )
10.1 Details of technical supervisory staff in charge of production &
quality control
10.2 Skilled labor employed
10.3 Unskilled labor employed
10.4 Maximum No. of workers (skilled & unskilled) employed on any
day during the 18 months preceding the date of Tender.
11. Whether Goods are tested / manufactured to any standard specifications?
If so, copies of original test certificates or notarized should be submitted.
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 46
12. Are you registered with the Department of Central Excise - Govt. of India
for the items offered as manufacturer, as per statutory rules? If so, furnish
full particulars of registration, product codes etc. with a notarized copy of
the certificate of registration.


Signature and seal of the Manufacturer
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 47
(To be kept in Envelope No. 2)
ANNEXURE-5

PRICE SCHEDULE -
1 2 3 4 5 6 7 8
Sch
ed
ule
No.
Description of
goods


Countr
y of
origin
Quantit
y and
Unit
Quoted unit rate on DDP final destination
(consignee site) basis (in `)
Unit
price*
(in `)
Total
Price*
(in `.)
Sales,
VAT &
other
taxes
payable
if
contrac
t is
awarde
d
Ex-
factory,
Ex-
warehous
e, Ex-
showroo
m, of-the-
shelf
Excise
duty,
if any
Packin
g &
forwar
ding
Inland
transportat
ion,
insurance
& other
local costs
incidental
to delivery
Incide
ntal
service
s, if
any
a B c d e
a+b+c
+d+e
4 X 6
I
Solar Photo
Voltaic system
2.4 KVA
(Hybrid:- 50 %
solar + 50 %
Grid)


43 Nos.
Electrical Wiring
(Per System)
a). (2CX 6) +
(1C X 2.5)
sq.mm.
(PN+E)





90 Mtr.

Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 48
b). (2CX 4) +
(1C X 2.5)
sq.mm.
(PN+E)

90 Mtr.


c). (2CX 2.5) +
(1C X 1.5)
sq.mm.
(PN+E)

300 Mtr.
d). Light point/
Fan point
(2C X 1.5)
sq.mm

200 Mtr.
e). 5A half
point

05 Nos.


f). 15A power
point

02 No.
g). Fan Step
regulator

09 nos.
h). MCB I/P-
32A, 10KA ,
Double Pole
with DB

01 No.


i). MCB O/P-
16 A, 10KA,
Double Pole
with DB

03 Nos.


j). Changeover 02 Nos.


k). Cassing
Capping

250
Mtrs.

Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 49
a). 9 Watts LED
Fixtures

06 Nos.


b). 12 Watts
LED
Fixtures

06 Nos.
c). 15 Watts
LED
Fixtures

06 Nos.
d). 18 Watts
LED
(Outdoor
light)

05 Nos.
Poles for
mounting array
structure.

24 Nos.

3C, 6 sq.mm.,
Cu-armoured
Cable

30 Mtr.
II
Solar Photo
Voltaic system
2.4 KVA 100 %
solar)

05
Nos.

Electrical Wiring
(Per System)
a). (2CX 6) +
(1C X 2.5)
sq.mm.
(PN+E)





90 Mtr.

b). (2CX 4) +
(1C X 2.5)
sq.mm.
(PN+E)

90 Mtr.


Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 50
c). (2CX 2.5) +
(1C X 1.5)
sq.mm.
(PN+E)

300 Mtr.
d). Light point/
Fan point
(2C X 1.5)
sq.mm

200 Mtr.
e). 5A half
point
05 Nos.


f). 15A power
point

02 No.
g). Fan Step
regulator

09 nos.
h). MCB I/P-
32A, 10KA ,
Double Pole
with DB

01 No.


i). MCB O/P-
16 A, 10KA,
Double Pole
with DB

03 Nos.


j). Changeover 02 Nos.


k). Cassing
Capping
250
Mtrs.

a). 9 Watts LED
Fixtures
06 Nos.


b). 12 Watts
LED Fixtures

06 Nos.
c). 15 Watts

06 Nos.
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 51
LED Fixtures
d). 18 Watts
LED (Outdoor
light)

05 Nos.
Poles for
mounting array
structure.

48 Nos.

3C, 6 sq.mm.,
Cu-armoured
Cable

30 Mtr.


1. Price for Schedule I __________________ (in words) ___________________________________________

2. Price for Schedule II __________________ (in words) __________________________________________

Note:
1) In case of discrepancy between unit price and total price, the unit price shall prevail.
2) For further evaluation, total cost of schedule will be considered.

Signature of the tenderer
Name
Designation
Business address
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 52
ANNEXURE-6
FORMAT FOR BANK GUARANTEE FOR E.M.D
Whereas........................... (Hereinafter called the Tender err) has submitted its tender
dated...................... (Date of submission of tender) for the supply of................................. (Name
and/or description of the goods) (Hereinafter called the tender).

KNOW ALL PEOPLE by these presents that WE..................... (Name of bank) of..................
(Name of country), having our registered office at.................. (Address of bank) (Hereinafter
called the Bank), are bound unto............................. (Name of Purchaser) (Hereinafter called
the Purchaser) in the sum of _______________________for which payment well and truly
to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these
presents. Sealed with the Common Seal of the said Bank this ____ day of _________ 20___

THE CONDITIONS of this obligation are:
1. If the Tenderer
(a) withdraws its tender during the period of tender validity specified by the
Tenderer in his tender; or
(b) does not accept the correction of errors in accordance with the Instructions to
tenderers; or

2. If the Tenderer, having been notified of the acceptance of its tender by the Purchaser
during the period of tender validity:

(a) Fails or refuses to execute the Contract Agreement if required; or
(b) Fails or refuses to furnish the Security deposit, in accordance with the terms
and conditions stipulated in the tender document;

we undertake to pay the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its
demand the Purchaser will note that the amount claimed by it is due to it, owing to the
occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
This guarantee will remain in force up to and including forty five (45) days after the period
of the tender validity, and any demand in respect thereof should reach the Bank not later
than the above date.
...................................
( Signature & Seal of the Bank)
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 53
ANNEXURE - 7
SECURITY DEPOSIT FORM

To: (Name of Purchaser)

WHEREAS................................................................... (Name of Supplier)
Hereinafter called "the Supplier" has undertaken, in pursuance of Contract No.................
dated, 201... to supply...................... .................................................(Description of Goods and
Services) hereinafter called "the Contract".

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as
security for compliance with the Supplier's performance obligations in accordance with the
Contract.

AND WHEREAS we have agreed to give the Supplier a Guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf
of the Supplier, up to a total of................................... ........................................ (Amount of the
Guarantee in Words and Figures) and we undertake to pay you, upon your first written
demand declaring the Supplier to be in default under the Contract and without cavil or
argument, any sum or sums within the limit of ................................ (Amount of Guarantee)
as aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.

This guarantee is valid until the ........day of...................201......

Signature and Seal of Guarantors
................................
................................
................................
Date......................201....
Address........................
................................................................


Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 54
ANNEXURE - 8

MANUFACTURERS AUTHORIZATION FORM

No. dated

To




Dear Sir:

Tender No.
We who are established and reputable
manufacturers of (name and description of goods
offered) having factories at (address of factory) do hereby authorize M/s
(Name and address of Agent) to submit a tender, and sign the contract with you for the goods
manufactured by us against the above tender.

We hereby extend our full guarantee and warranty as per Clause 22 of the
terms & conditions of tender document for the goods and services offered for supply by the
above firm.

Yours faithfully,


(Name)
(Name of manufacturers)
Note: This letter of authority should be on the letterhead of the manufacturer and should be
signed by a person competent and having the power of attorney to bind the
manufacturer. The tenderer in his tender document should include it.

Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 55
Documents to be submitted

1.Annexure-1 (Tender Form ) :

2.Annexure-2 (PAST PERFORMANCE STATEMENT) along with copies of supply
orders and clients satisfactory certificates

3.Annexure-3(AVERAGE ANNUAL TURNOVER STATEMENT) :

4. Annexure-4(GOODS QUALITY CONTROL EMPLOYED ) :

5. Annexure-5 (Price schedule)

6. Annexure-6 (FORMAT FOR BANK GUARANTEE FOR EMD) :

7. Audited Balance Sheet 2009-10:

8. Audited Balance Sheet 2010-11:

9. Audited Balance Sheet 2011-12 :

10. Notarized copy of Central Excise Registration Certificate.In case of exemption,
notarized copy of the exemption is mandatory. :

11. Power of attorney, resolution of board etc. authorizing an officer of the tenderer

12. Authorization letter nominating a responsible person of the tenderer to transact the
business with the Purchaser. :

13. Attested photocopy of manufacturer's factory licence for each and every product
quoted as per specification in the tender. The license must have been duly renewed up to
date and the items quoted shall be clearly highlighted in the license. :

14. VAT Registration certificate :
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 56
15. VAT Clearance Certificate up to 31 March 2011 or the latest copy of the VAT return
submitted. :
16. Affidavit on non-judicial stamp paper of Rs. 100/- that the rates quoted in the tender
are not higher than the rates quoted to other Govt. Departments/Govt. Undertakings or
any prevailing rate contracts :
17. Affidavit on non-judicial stamp paper of Rs. 100/- regarding the firm has not been
blacklisted in the past three years by any State, Central Govt. or private institution.
18. Attested copy of valid registration made under Directorate General of Supplies &
Disposal (D.G.S.& D) / Small Scale Industries (S.S.I) / National Small Scale Industries
Corporation (N.S.I.C) should be submitted if applicable. If firms of any of these Small
Scale Industries categories wish to enjoy any preference declared by Maharashtra
Government Resolution under which they are entitled for preferences should be
submitted along with Registration Certificates failing which they shall be treated at par
with other tenderers. This preference shall invariably be applicable to the manufacturers
for the specific product as per technical specifications of this tender.
19. Details of technical personnel employed in the manufacturing and testing unit along
with plant and machinery available. :
20. Annexture 8 (Manufacturers Authorisation)

Note:- If any certificate issued by authorities is not in Marathi /English, then the same
has be translated and notorised. Certificate in any other language (other than
Marathi/English) will not be entertained.
Signature & Stamp of Tenderer

Tender No: M1/DHS/PC/NRHM/Solar Photovoltaic Inverter Systems/2012-13 57
RIDER A

27. RESOLUTION OF DISPUTE

In the event of any question, dispute or differences in respect of contract or terms and
conditions of the contract or interpretation of the terms and conditions or part of the terms
and conditions of the contract arises, the parties may mutually settle the dispute amicably.

28. ARBITRATION

In the event of failure to settle the dispute amicably between the parties, the same
shall be referred to the sole arbitrator Government of Maharashtra if disputr arise. The
award passed by the sole Arbitrator shall be final and binding on the parties.

The arbitration proceedings shall be carried out as per the Indian Arbitration and
Conciliation Act, 1996 and the rules made there under.

29. GOVERNING LANGUAGE

English language version of the contract shall govern its interpretation.

30. APPLICABLE LAWS

The contract shall be governed in accordance with the law prevailing in India, Act,
Rules, Amendments and orders made thereon from time to time.

31. INDEMNIFICATION

The contractor shall indemnify the purchaser against all actions, suit, claims and
demand or in respect of anything done or omitted to be done by contractor in connection
with the contract and against any losses or damages to the purchaser in consequence of any
action or suit being brought against the contractor for anything done or omitted to be done
by the contractor in the execution of the contract.

You might also like