sambhar salts limited · relaxed to rs 12,00,000/- in case of msmes/start-ups in the field of...

32
Sambhar Salts Limited (A Government of India Enterprise) TENDER DOCUMENTS Supply, Installation, Testing and Commissioning i.e., SITC of Solar Pumps at production area of SSL Tender No. 54(Com) Purchase/2017-18 Tender issue date 25.01.2018 Pre-Bid Meeting 12.02.2018 at 11.00 Hrs Last date and time of submission of tender 20.02.2018 till 15.00 Hrs Date of opening of Bids 20.02.2018 at 15.30 Hrs Place of Submission and Opening of Tender Document Office of General Manager (Works), Sambhar Salts Limited, Sambhar Lake, Pin- 303604, Dist.Jaipur (Rajasthan) Cost of tender form (Non- Refundable) Rs. 500/- (Rs. Five Hundred Only) EMD Rs. 1,50,000/- (Rs. One Lakhs Fifty Thousand Only) Mode of payment of Cost of Tender Form & EMD By DD drawn in favour of Sambhar Salts Limited and payable at Sambhar Lake or though RTGS/NEFT Sambhar Salts Limited (A Government of India Enterprise) CIN: U14220RJ1964GO1001188 Registered Office: G-229, Sitapura Industrial Area, Jaipur-302022 (Raj.) Tel/ Fax: 0141- 2771427 / 2771449 Company Address: Sambhar Salts Limited, Dist.: Sambhar Lake - Jaipur, Pin-303604 Phone: 01425-228249; Fax: 01425-228244 E-mail: [email protected] & [email protected] Website: www.indiansalt.com

Upload: others

Post on 22-Nov-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

Sambhar Salts Limited (A Government of India Enterprise)

TENDER DOCUMENTS

Supply, Installation, Testing and Commissioning i.e., SITC of Solar Pumps at production area of SSL

Tender No. 54(Com) Purchase/2017-18

Tender issue date 25.01.2018

Pre-Bid Meeting 12.02.2018 at 11.00 Hrs

Last date and time of submission of tender

20.02.2018 till 15.00 Hrs

Date of opening of Bids 20.02.2018 at 15.30 Hrs

Place of Submission and Opening of Tender Document

Office of General Manager (Works), Sambhar Salts Limited, Sambhar Lake, Pin- 303604, Dist.Jaipur (Rajasthan)

Cost of tender form (Non-Refundable)

Rs. 500/- (Rs. Five Hundred Only)

EMD Rs. 1,50,000/- (Rs. One Lakhs Fifty Thousand Only)

Mode of payment of Cost of Tender Form & EMD

By DD drawn in favour of Sambhar Salts Limited and payable at Sambhar Lake or though RTGS/NEFT

Sambhar Salts Limited

(A Government of India Enterprise)

CIN: U14220RJ1964GO1001188 Registered Office: G-229, Sitapura Industrial Area, Jaipur-302022 (Raj.)

Tel/ Fax: 0141- 2771427 / 2771449 Company Address: Sambhar Salts Limited, Dist.: Sambhar Lake - Jaipur, Pin-303604

Phone: 01425-228249; Fax: 01425-228244 E-mail: [email protected] & [email protected]

Website: www.indiansalt.com

Page 2: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

Sambhar Salts Limited (A Government of India Enterprise) CIN: U14220RJ1964GO1001188

Registered Office: G-229, Sitapura Industrial Area, Jaipur-302022(Raj.) Tel/ Fax: 0141- 2771427 / 2771449

Company Address: Sambhar Salts Limited, Dist.: Sambhar Lake - Jaipur, Pin-303604 Phone: 01425-228249; Fax: 01425-228244

E-mail: [email protected] & [email protected] Website: www.indiansalt.com

I N D E X

S. No. Description PART-I Instructions to Bidders 1. General 2. Eligibility Criteria 3. Joint Venture / Consortium 4. Essential Requirement of the Bidder 5. Submission of tender 6. Opening of Tenders 7. General Condition of Contract 8 Award of Contract 9. Visiting Company Website 10. Visiting Company Website

PART –II Article 1 Definitions & Interpretation Article 2 Scope of Work Article 3 Bid Evaluation Criteria Article 4 Duration of Contract Article 5 Price Bid Article 6 Payment of EMD along with the tender Article 7 Security Deposit Article 8 Payment terms & Penalty Article 9 Differences or Disputes Article 10 Jurisdiction Article 11 Force majeure Article 12 Recession and cancellation of contract Article 13 Non-Subletting of Contract Article 14 Damages Under the Contract Article 15 Power of attorney Article 16 Change in Constitution Article 17 Notices Article 18 Canvassing is Prohibited Article 19 Maintenance of Discipline by Bidder Article 20 Governing Laws and Right of Indemnity of The Company Article 21 Deduction of Tax, Duties etc.

Article-22 Contract Documents

Article-23 Completeness of T ender Schedule-I Indicative Technical Specifications Annex - 1 Format for Technical Details of Each Proposed SPV Water Pumping Systems Annex - 2 Format for Details of Experience

Annex - 3 Price Bid

Annex – 3(A) Component wise cost

Annex - 4 Cost of Bid Document and Bid Security (EMD) Declaration

Annex - 5 General Information of the Bidder

Annex - 6 Declaration of Income Tax Return for the last three years, PAN No., GST Registration Certificate

Annex - 7 Undertaking by the Bidder

Page 3: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

Sambhar Salts Limited (A Government of India Enterprise) CIN: U14220RJ1964GO1001188

Registered Office: G-229, Sitapura Industrial Area, Jaipur-302022(Raj.) Tel/ Fax: 0141- 2771427 / 2771449

Company Address: Sambhar Salts Limited, Dist.: Sambhar Lake - Jaipur, Pin-303604 Phone: 01425-228249; Fax: 01425-228244

E-mail: [email protected] & [email protected] Website: www.indiansalt.com

PART I: INSTRUCTIONS TO BIDDERS

1. GENERAL:

Sambhar Salts Limited (a subsidiary of Hindustan Salts Limited) has salt production at various areas around Sambhar Lake through the Lake Brine and Dig well water and for operation of all these have the requirement of electricity. At present electricity is used to run the pump in order to get the lake brine and dig-well water. Now the company intends to invite tender from capable bidders for supply of about twenty numbers pump, balance of system, Installation, Commissioning and testing of Complete Solar PV Pumping System comprising of SPV modules, VFD/Inverter, Remote Monitoring, 5 HP AC Submersible Pump, Mounting Structure, Tracking, Cables, HDPE Pipe etc. as per MNRE Specifications, inclusive of Comprehensive Maintenance Contract (warranty) and Insurance for five years.

Bid is invited from capable parties for “Supply, Installation, Testing and Commissioning i.e., SITC of Solar Pumps at production area of SSL”

”.

2. ELIGIBILITY CRITERIA:

2.1 General

This tender enquiry is open to firms (which include companies, partnerships, proprietary concerns etc.) who may individually or as a consortium / jointly commit to implement the said project on Self-financing basis.

2.2 Financial Eligibility Criteria

2.2.1 Annual Turnover

Bidder should be capable & financially sound to arrange the finances for the project and shall have minimum average Annual Turnover of Rs. 25,00,000/- (Rupees Twenty Five Lakhs) for the preceding three financial years ending on 31st March 2017.

2.2.2 Net Worth

The bidder shall have positive Net worth on the last day of the previous financial year. In this regard, net worth as indicated in audited annual accounts only shall be considered.

In case of consortium/ joint venture the average of annual turnover and net worth shall be calculated by weighted mean on the basis of the equity/profit sharing participation of its members as indicated in MOU.

2.3 Technical Eligibility Criteria

2.3.1 Bidder must have installed and commissioned directly or indirectly solar water pumping systems for any Government department/PSU/Reputed Private Party during the last 3 years either at least 15 number of solar pumps of 5 HP OR 30 number solar pumps of 3 HP OR Equivalent number of Combination of 5 HP and 3 HP considering two number of 3 HP equivalent to one number of 5HP

Page 4: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

solar pump. The completion certificate duly signed from concerned department must be submitted along with bid.

OR

Bidder should be a Registered Company with manufacturing facility in India for SPV Modules/or Motor-pump Sets/or Solar Pump Controller (Test Certificate for any one of the above components from a MNRE accredited Test lab is mandatory)/or PV System Integrator. Cumulative Experience of the Bidder in executing contracts of Off-Grid Solar Photovoltaic Systems/Power plants (Installed & Commissioned) should be at least Rs. 20,00,000/-. Or Cumulative Manufacture and supply of Motor-Pump sets / Solar Pump Controller/ Inverter (Tested & Certified by MNRE accredited lab) of the Bidder should be at least Rs. 20,00,000/-[Cumulative Experience may be relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components]

2.3.2 The bidder should have ISO 9001:2008 certification.

2.3.3 Bidder should have valid Test Certificate for the tendered Model of Solar Pumping System from a MNRE authorized testing centre at the time of bidding.

3. ESSENTIAL REQUIREMENT OF THE BIDDER

Bidder should be registered with the appropriate registration authority (Labour Commissioner, Income Tax Department, GST Registration Department, Employees Provident Fund and Employees State Insurance Acts etc.as applicable).

Bidder shall provide self-declaration separately that Bidder is not blacklisted by any Govt. Agency and not under declaration of ineligibility for corrupt and fraudulent practices issued by Government of India or any State Government or any of their agencies.

4. SUBMISSION OF TENDER

The tender should be submitted in two bid system and following is to be submitted in a separately sealed envelope Super-scribed as follows:

4.1 Envelop-1 : Pre- qualification Bid (PQB) / Technical

Following documents are required to be submitted in the sealed Envelope No.1 – Super-Scribed as - Pre-Qualification / TECHNICAL- Bid.

4.1.1 Covering letter indicating the list of enclosures.

4.1.2 Non-refundable cost of tender form of Rs.500/- (Rupees Five Hundred Only) and EMD of Rs. 1,50,000/- (Rupees One Lakh Fifty Thousand Only) by separate DD drawn in favour of Sambhar Salts Limited and payable at Sambhar Lake (Rajasthan) or may also be deposited in Company’s account through RTGS/ NEFT. If deposited, submit the original receipt or declaration as per Annex-4.

4.1.3 General information of the Bidder duly signed by the bidder or his authorized representative in the Performa and format as given in Annex-5.

4.1.4 Original/downloaded tender document duly filled in, signed and stamped by the bidder or authorized representative of the bidder.

4.1.5 Latest /Valid Authorization from the Principal Company/Manufacturer to the bidder for its brands/products, if applicable.

4.1.6 Declaration as per Annex-6 along with attested Copy of Income Tax Return for the last three years, PAN No., GST Registration Certificate of the bidder;

4.1.7 Undertaking to accept Terms and Conditions of the Tender document and to comply with them as per Annex- 7 on Non-Judicial stamp paper of Rs. 500/- duly notarized and signed by

Page 5: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

the bidder or authorized representative of the bidder (To Be submitted by the successful bidders only).

4.1.8 List of major existing clients in India & documents as proof of successful execution of similar works as per Eligibility Criteria mentioned at Clause 2 of Part-I, along-with certified copies of the valid Rate Contract/purchase orders/indents executed/Contract for providing of identical/similar stores to other organization / Institutions in India in the recent past. However, in case of non-availability of such certificate the decision of the purchaser shall be final in this regard. Undertaking for Installation of Plant as per Eligibility Criteria mentioned at Clause 2 of Part-I as required.

4.1.9 The bidder should be registered with appropriate authorities under Income Tax Dept., GST Dept., labour commissioner, Employees Provident Fund and Employees State Insurance Acts etc. as applicable.

4.1.10 The bidder should furnish a list of technical / Competent staff with their qualification & experience, who will be deployed at the plant for operation & Maintenance for said tender.

4.2 Envelop-2 : Price / Financial bid

The Price Bids must be submitted in the prescribed format as Annex- 3 and Annex-3(A) in Envelope-2 only and nowhere else.

PLEASE NOTE THAT NO PRICES SHALL BE INDICATED IN THE PQB OR THE TECHNICAL BID OTHERWISE, THE BID WILL BE REJECTED OUTRIGHTLY WITHOUT ANY FURTHER CORRESPONDENCE

Any revision in the Taxes & Duties slab will be in scope of bidder only.

The rate must be written both in words and figures. There should be no erasures and or over writings. Corrections, if any, should be made clearly and initialled with date. In case if there is variation observed in the rates in between words & figures, the lowest rate shall be considered.

4.3 Envelop- 3

Both the envelopes mentioned at clause no. 4.1 and 4.2 must be placed in a big envelope (Envelop-3), super scribed as under:

To

General Manager (Works), Sambhar Salts Limited, Sambhar Lake, Dist.Jaipur (Rajasthan)- 303604 E-mail: [email protected] & [email protected]

Tender No. : 54(Com) Purchase/2017-18

Name of Work for which tender is submitted: “Supply, Installation, Testing and Commissioning i.e., SITC of Solar Pumps at production area of SSL”

Last date & Time of submission of tender: 20.02.2018 up to 15.00hrs

4.4 The tender shall be submitted by dropping the Envelop-3 in the tender box placed for the purpose on or before due date of opening of the tender as prescribed in the tender documents.

Non-submission of requisite document(s) or providing of incomplete technical details by the bidder is liable to bid cancellation during the technical evaluation stage itself without any further reference, whatsoever.

5.0 OPENING OF TENDERS

5.1 Technical Bids shall be opened at notified date & time at the office of General Manager

Page 6: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

(Works), Sambhar Salts Limited, Sambhar Lake, Pin- 303604, Dist.Jaipur (Rajasthan), by authorized Committee, in the presence of Bidders or their representatives, so present and date of opening of Price Bid shall be notified to all qualified bidders. The representative will have to establish his identity to the satisfaction of the Sambhar Salts Limited by Producing introductory letter/ authority from their Principal etc. otherwise they may not be allowed to attend the Tender opening.

5.2 In case notified date for submission/opening of Tenders happens to be holiday then submission/opening of Tenders will take place on next working day.

6. GENERAL CONDITIONS OF CONTRACT

6.1 The Company reserves the right of giving purchase / price preference to the offers from Public Sector Undertakings in accordance with the policy of Govt. of India from time to time.

6.2 Bidders are advised to be careful to quote the genuine rates only.

6.3 Tender received after due date and time as mentioned in the tender document will not be entertained.

6.4 Tender not submitted in the appropriate prescribed form and not completed in all respects shall be rejected.

6.5 Tenders without requisite EMD and Cost of Tender Form shall be rejected out-rightly.

6.6 Bidder shall not be entitled to claim any costs charged or incidental or in connection with the preparation and submission of their tenders even though Sambhar Salts Limited may choose to withdraw the notification of tender or reject all the Tenders without assigning any reason thereof.

6.7 In case, Bidder is having DGS&D rate contract, a copy of which should be enclosed.

6.8 In case, Bidder is registered with NSIC as SSI, a copy of valid certificate as on date of bidding should be enclosed and are exempted for remitting EMD and Cost of Bid Document.

6.9 The firms registered as Micro & Small Enterprises (MSE‟s) should enclose a copy of registration certificate to avail exemption for remitting EMD & cost of Bid Document. The provisions of “Micro, Small & Medium Enterprise Development Act, 2006 and the Micro and Small Enterprises (MSE‟s) Order, 2012 (as amended from time to time), shall be applicable.

6.10 The material supplied by the Bidder must mandatorily be having DCR component i.e. manufactured in India only in pursuance of the Make in India initiative of Government of India.

6.11 Bidder’s experience should be in supply/ installation/commissioning (contracts executed, completed and handed over) for MNRE supported Schemes / Programmes, (including Projects executed by channel partners availing MNRE support) OR any Government Organisation / Agency/ SNA/PSU in India.

6.12 The above experience may be anywhere in India and should not be restricted to any particular state only.

6.13 The total experience of solar pumping systems should be taken into account irrespective of the experience being in AC or DC Motor pump sets and surface or submersible Pump sets.

6.14 Consortium agreements, joint ventures and assignment of the project are NOT permitted to seek eligibility in the Tender.

6.15 The same make of Solar Panels, pumps, inverter / controller for which the test report is submitted in the bid document should be supplied by the bidder.

6.16 No Brands or makes of any component of “Solar Pump” to be listed in the tenders.

Page 7: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

6.17 Any specific type of pump or internal constructional details of Motor pump set should not be mentioned.

6.18 In case the tender has PV ratings, other than ‘Indicative ratings/models’ specified in MNRE specifications, then the performance norms / requirements (i.e. brine output per day per watt peak of PV capacity) must be appropriately specified, without compromising or enhancing the specifications.

6.19 Remote monitoring should not be a complex system involving flow and pressure sensors and transducers.

6.20 In case if “Bidder” does not execute the awarded quantity, “Bidder” should be blacklisted (in case of “Consortium”, all the partners shall be blacklisted)

6.21 In case the company so desires, one solar pump may be considered for local small and medium entrepreneurs subject to their meeting all the specifications and terms / conditions (except the experience and turnover) and matching the L1 price of the respective model. (This is to promote local expertise and ensure that more bidders gain experience).

6.22 The Company reserves the right of giving purchase / price preference to the offers from Public Sector Undertakings in accordance with the policy of Govt. of India from time to time.

6.23 Material shall be strictly as per SSL specifications (As mentioned in annex.). If there is any left-out specification, the same shall be considered as per the latest specifications applicable as per NABI/MNRE/ BIS/International Standards/BEE or other Applicable Specification(s).

7. AWARD OF CONTRACT

7.1 Bidders, which have failed to full-fill earlier contractual obligations, shall not be considered.

7.2 The order or acceptance resulting from this tender and any amendments to be issued subsequently with its terms & conditions and stipulations in response to this tender or revised offer or any counter offer will constitute the entire Agreement relating to the tender between the successful Bidder and the Sambhar Salts Limited and both parties are bound by the terms and conditions as stipulated in the tender documents.

7.3 The company reserves the right to cancel any or all tenders without assigning any reason whatsoever.

8. SITE VISITING

Bidder may visit the site preferably before pre-bid meeting and quote the price accordingly.

Note: Company shall not be responsible in any respect for this site visit.

9. VISITING COMPANY WEBSITE

Bidders are requested to visit company’s website, regularly, for keeping updated them regarding issuance of any corrigendum, which shall be published on company website i.e. www.indiansalt.com only.

Date: Place:

Signature of the Bidder Affix Rubber Stamp/Common Seal

Page 8: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

Sambhar Salts Limited (A Government of India Enterprise) CIN: U14220RJ1964GO1001188

Registered Office: G-229, Sitapura Industrial Area, Jaipur-302022(Raj.) Tel/ Fax: 0141- 2771427 / 2771449

Company Address: Sambhar Salts Limited, Dist.: Sambhar Lake - Jaipur, Pin-303604 Phone: 01425-228249; Fax: 01425-228244

E-mail: [email protected] & [email protected] Website: www.indiansalt.com

Part II

DETAILED TENDER NOTICE AND THE TERMS AND CONDITIONS OF THE CONTRACT WHICH WILL BE BINDING ON THE PARTIES ON ACCEPTANCE OF THIS TENDER/OFFER.

In addition to Part-I (Instruction to Bidders) the following terms and conditions will apply to the contract.

ARTICLE -1: DEFINITIONS AND INTERPRETATION

Wherever used in this contract and / or in any of the Annexure hereto, unless the context shall otherwise require, the following terms shall have the following meanings -

1.1 “COMPANY”: shall mean “Sambhar Salts Limited”, A Company within the meaning of Companies Act, 1956 having its Registered Office at Sambhar Salts Limited (A Government Enterprise), G-229, Sitapura Industrial Area, Jaipur-302022 (Rajasthan) India Capital of Rajasthan State and shall include its lawful successors and assignees.

1.2 “BIDDER”: shall mean Individual/Firm/Company.

1.3 “CONTRACT”: shall mean the Terms and Conditions as per the Tender Documents Part-I & Part-II and SUBSEQUENT A MENDMENTS THERETO, if any, agreed in writing by the parties hereto on the basis of which the Bidder shall execute the contract.

1.4 “CONTRACTOR” shall mean successful Individual/Firm/Company to whom contract has been awarded to perform the work covered under this tender document and shall be deemed to include the contractor’s successors, executors, representatives or assigns.

1.5 “APPROVAL OF COMPANY”: shall mean the written approval of the Chairman & Managing Director of the Company or any person(s) authorized by him for this purpose.

1.6 Words denoting masculine gender or singular number shall also include the feminine gender and plural number and Vice - Versa where the contract so requires or permits.

1.7 “CONTRACT VALUE”: shall mean the gross amount inclusive of all taxes and duties finalized as a result of this tender.

ARTICLE 2: SCOPE OF WORK

2.1 General

2.1.1 The broad scope of the work include supply of pump, balance of system, Installation, Commissioning and testing of Complete Solar PV Pumping System comprising of SPV modules, VFD/Inverter, Remote Monitoring, 5 HP AC Submersible Pump, Mounting Structure, Tracking, Cables, HDPE Pipe etc. as per MNRE Specifications, inclusive of CMC (warranty) and Insurance for 5 years

2.2 Technical Specifications

2.2.1. Bidder should adhere to the technical specification as mentioned in clause 2.4 of Part II.

Page 9: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

2.2.2. The technical specification of MNRE for the year 2015-16 are given in the Clause 2.4 of this Part for reference which are to be followed without any deviation.

2.2.3. Additional technical specifications/general terms regarding other balance of system as given in the Clause of this Part shall also be adhered.

2.3 Equipment Information Required with the Proposal

2.3.1. The bidder must clearly indicate the name of the manufacturer, the types and model & make of each principal item of equipment proposed to be supplied. The tender may also contain details of specifications and other comprehensive descriptive materials in support of technical specifications.

2.3.2. The above information may be provided by the Bidder in the form of separate sheets, specifications, catalogues etc.

2.3.3. Any tender not containing sufficient descriptive material to describe the proposed equipment may be treated as incomplete and hence may be rejected. Such descriptive materials and specifications submitted by the Bidder will be retained by SSL. Any deviations from these will not be permitted during the execution of contract, without specific written permission of SSL.

2.4. MNRE Technical Specifications – (2015-16)

2.4.1. Introduction

2.4.1. A solar photovoltaic (SPV) pumping system consists of:

PV array :

- Capacity in the range of 200Wp to 10KWp.

- Should be mounted on a suitable structure with a provision of tracking the sun.

Motor Pump Set (Submersible) :

- A.C. Induction Motor Pump Set with a suitable Inverter

Electronics:

- Maximum Power Point Tracker (MPPT)

- Inverter for A.C. Motors

- Electronic Controller/Protections.

Interconnect Cables and

“On-Off” switch.

Earthing

Mounting structure and tracking system

2.4.2. Performance Specifications and Requirements (Duty Cycle)

Solar PV Pumps with PV module capacity in the range of 200Wp to 10KWp may be installed on a specified suitable bore-well etc.

Under the “Average Daily Solar Radiation” condition of 7.15 KWh / sq.m. on the surface of PV array (i.e. coplanar with the PV Modules), the minimum brine output from a Solar PV Pumping System at different “Total Dynamic Heads” for A.C. Induction Motor Pump set with a suitable inverter should be as specified below:

90 litres of water per watt peak of PV array, from a Total Dynamic Head of 10 meters (Suction head, if applicable, minimum of 7 meters) and with the shut off head being at least 12

Page 10: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

meters.

45 litres of water per watt peak of PV array, from a Total Dynamic Head of 20 meters (Suction head, if applicable, up to a maximum of 7 meters) and with the shut off head being at least 25 meters.

32 litres of water per watt peak of PV array, from a Total Dynamic Head of 30 meters and the shut off head being at least 45 meters.

19 litres of water per watt peak of PV array, from a Total Dynamic Head of 50 meters and the shut off head being at least 70 meters.

13 litres of water per watt peak of PV array, from a Total Dynamic Head of 70 meters and the shut off head being at least 100 meters.

8.5 litres of water per watt peak of PV array, from a Total Dynamic Head of 100 meters and the shut off head being at least 150 meters.

The actual duration of pumping of water on a particular day and the quantity of water pumped could vary depending on the solar intensity, location, season, etc.

Indicative performance specifications for the borewell SPV Brine Pumping Systems are given at Schedule I.

2.4.3. PV Array:

The SPV water pumping system should be operated with a PV array capacity in the range of 4800 Watts peak to 6000 Watts peak, measured under Standard Test Conditions (STC). Sufficient number of modules in series and parallel could be used to obtain the required PV array power output. The power output of individual PV modules used in the PV array, under STC, should be a minimum of 125 Watts peak, with adequate provision for measurement tolerances. Use of PV modules with higher power output is preferred.

Indigenously produced PV module (s) containing mono/ multi crystalline silicon solar cells should be used in the PV array for the SPV Water Pumping systems.

Modules supplied with the SPV water pumping systems should have certificate as per IEC 61215 specifications or equivalent National or International/ Standards.

Modules must qualify to IEC 61730 Part I and II for safety qualification testing.

In addition, the modules must confirm to IEC 6116.730 Part 1- requirements for construction & Part 2 - requirements for testing, for safety qualification.

I V Curve both soft copy & hard copy must be provided (Image / PDF).

The PV Module must contain RF identification tag and it shall be laminated inside the module.

The efficiency of the PV modules should be minimum 14% and fill factor should be more than 70%.

The terminal box on the module should have a provision for “Opening” for replacing the cable, if required.

There should be a Name Plate fixed inside the module which will give:

a. Name of the Manufacturer or Distinctive Logo.

b. Model Number

c. Serial Number

d. Year of manufacture

Page 11: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

2.4.4. Motor Pump-Set:

The SPV brine pumping systems may use any of the following types of motor pump sets:

Surface mounted motor pump-set

Submersible motor pump set

Floating motor Pump-set.

Any other type of motor pump-set after approval from Test Centers of the Ministry.

The “Motor Pump Set” should have a capacity of 5 HP and should have the following features:

The mono block AC centrifugal motor pump set has its driving unit and impeller mounted on a common shaft, thereby giving it a perfect alignment. The pump should be provided with specially developed mechanical seals which ensure zero leakage.

The motor of the capacity of 5 HP should be AC type. The suction and delivery head will depend on the site-specific condition of the field.

Submersible pumps could also be used according to the dynamic head of the site at which the pump is to be used.

The suction/ delivery pipe (GI/HDPE), electric cables, floating assembly, civil work and other fittings required to install the system.

Remote monitoring facility must be made in the controllers or the inverters either through an integral arrangement or through an externally fitted arrangement.

It should be possible to ascertain the daily brine output, the power generated by the PV array, the UP TIME of the pump during the year, Number of days the pump was unused or under breakdown/repairs.

It is recommended that all parts of the pump and the motor of the submersible pumps should be made of stainless steel.

The manufacturers of pumps should self-certify that, the pump and all external parts of motor used in submersible pump which are in contact with brine, are of stainless steel.

The pumps used for solar application should have a 5 years warranty so it is essential that the construction of the pump be made using parts which have a much higher durability and do not need replacement or corrode for at least 5 years.

The following details should be marked indelibly on the motor pump set.

a) Name of the Manufacturer or Distinctive Logo

b) Model Number

c) Serial Number

2.5. MOUNTING STRUCTURES AND TRACKING SYSTEM.

2.5.1. The PV modules should be mounted on metallic structures of adequate strength and appropriate design, which can withstand load of modules, high wind velocities up to 150 km per hour and salt particles. The support structure used in the pumping system should be hot dip galvanized iron with minimum 80-micron thickness. The PV module fixing structures and supporting pillars shall be two or more for each system. Based on soil conditions, care should be taken in laying the foundation for the system.

2.5.2. To enhance the performance of SPV brine pumping systems, manual or passive or auto tracking system must be used. For manual tracking, arrangement for seasonal tilt angle

Page 12: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

adjustment and three times manual tracking in a day should be provided.

2.5.3. The components of SPV systems are to be installed with anti-theft bolts/nuts.

2.5.4 Array structure shall be so designed that it will occupy minimum space without sacrificing the output from SPV panels.

2.5.5 The structure shall be designed to allow easy replacement of any module and shall be in line with the site requirements.

2.5.6 The foundation for module mounting structure shall be preferably 1:2:4 PCC constructions or any other combination based on the local site condition requirement for which design details shall be submitted and approved before start of work.

2.5.7 The clearance between lowest part of the module structure and the developed ground level shall not be less than 500mm.

2.5.8 In general, bolt, nuts, shims and other hardware should be zinc plated. Fasteners shall generally be of stainless steel SS304.

2.5.9 The SPV panel shall be mounted facing south and tilted to an angle equal to the latitude (where being used), for optimum performance.

2.6 JUNCTION BOXES

2.6.1 Array junction boxes, shall have the following properties:

They shall be dust, vermin & waterproof and made of Polycarbonate-Glass Fiber Substance (PC-GFS), thermoplastic material and the protection class shall be marked on the enclosure.

The enclosures shall have IP 65 protection in accordance with IEC 60529.

The enclosure shall have a usage temperature rating.

The enclosure should be chemically resistant to acid, lye, petrol, mineral oil.

The material of the enclosure shall be UV stabilized.

2.6.2 Internal Surge protection (SPDs) shall consist of three MOV type arrestors connected from +ve and –ve terminal to earth (Via Y arrangement) for higher withstand of the continuous PV-DC voltage during earth fault condition.

2.6.3 The junction boxes shall have suitable cable entry points with cable glands of appropriate sizes for both incoming and outgoing cables.

2.6.4 Suitable markings should be provided on the bus bar for easy identification, and cable ferrules shall be fitted at the cable termination points for identification.

2.7 EARTHING FOR PV ARRAY AND BALANCE OF SYSTEM (BOS)

The photovoltaic modules, Balance of System (BOS) and other components of system required proper grounding for protection against any serious faults.

I. The earthing resistance must not exceed the limits generally in practice for such applications.

II. The Bidder shall submit and get approved the detailed scheme of earthing and grounding before start of work.

III. The Successful bidder will supply and install an adequate number and appropriate size of IS:3043 –1987 compliant earthing kits.

IV. The structures and Electronics shall be earthed through flats as per applicable Indian Standards with earth pits. Each lightning conductor shall be fitted with individual earth pit

Page 13: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

as per required Standards including accessories, and providing masonry enclosure. Else, a matrix of lightning conductors is to be created which will be required to be connected to an earth.

V. If necessary, more numbers of lightning conductors may be provided.

2.8. ELECTRONICS AND PROTECTIONS

2.8.1. Maximum Power Point Tracker (MPPT) should be included to optimally use the Solar panel and maximize the water discharge.

2.8.2. Inverter could be used, if required, to operate an A.C. Pump. The inverter must have IP 54 protection or must be housed in a cabinet having at least IP54 protection.

2.8.3. Adequate protections should be incorporated against dry operation of motor pump set, lightning, hails and storms. Full protection against open circuit, accidental short circuit and reverse polarity should be provided.

2.8.4. The box containing VFD, Inverter and Remote monitoring arrangement etc shall be under locking arrangements, duly fixing at a minimum height protecting from water.

2.9. ON/OFF SWITCH

2.9.1. A good reliable switch suitable for AC use is to be provided with the motor pump set. Sufficient length of cable should be provided for inter-connection between the PV array and the motor pump set.

2.10. WARRANTY AND COMPREHENSIVE MAINTENANCE CONTRACT (CMC)

2.10.1. The PV Modules must be warranted for output wattage, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years. The whole system including SPV and submersible pumps shall be warranted for 5 years. Required Spares for trouble free operation during the Warrantee period should be provided along with the system.

2.10.2 It is mandatory on the part of Contractor(s) for providing post installation CMC services for maintaining and monitoring the commissioned SPV Pumps up to the period of 5 years from the date of commissioning. The date of CMC will begin from the date of handing over of the SPV Pump.

2.10.3 The bidder will maintain the records of maintenance / six monthly visits. As the maintenance facility is to be provided in the warranty of CMC, hence no additional payment will be made by SSL for maintaining the above inventory at the service centre.

2.10.4 The comprehensive O&M of solar Pump system shall include wear, tear, overhauling, machine breakdown, appropriate insurance (if and as required), and replacement of defective module, controller, spares, Consumables and other parts for a period of 5 years. CMC of system shall include remote monitoring system and its maintenance under CMC tenure. Carrying out Maintenance of the SPV Pump System for the period of 5 years (including manpower) including warranty period, after successful commissioning of the systems is covered under the scope of Contractor. Provision of data download should be given with the remote monitoring system to ensure data availability in case the system is unable to transmit data to servers. In case the system is in a place where there is no Internet connectivity, it shall be the responsibility of the Contractor to visit the site every six months and take the pump performance data stored in the internal memory of the Remote monitoring unit and submit the same as part of the six-monthly performance reports. The details of site visit submitted shall be subject to verification of the joint committee of SSL and the Contractor.

2.10.5 It shall be the responsibility of the Contractor to ensure 100% working status during the five year (warranty & CMC period). The Contractor will have to arrange all required instruments, tools, spares, trained manpower and other necessary facilities at service centre and shall repair/replace all defective components such as electronics, Pump, wiring etc.; at his own cost against warranty.

Page 14: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

2.10.6 During 5-year warranty and Comprehensive Maintenance Contract, Maintenance service shall have two distinct components as described below.

2.10.7 Preventive / Routine Maintenance: This shall be done by the Contractor at least once every six months and shall include activities such as cleaning and checking the health of the SPV Pump, tightening of all electrical connections, and any other activity that may be required for proper functioning of the SPV Pump as a whole.

2.10.8 Breakdown/Corrective maintenance: Whenever a complaint is lodged, the Contractor shall attend to the same in such a way that the problem is resolved in not exceeding seven (7) days from the date of issue of complaint letter.

2.10.9 It is mandatory that the Contractor shall submit a certificate, about the rectification / replacement work done, signed by the concerned beneficiary(s), to the site Incharge failing which it will be assumed that the Contractor has not performed its duties & action will be taken as per terms & conditions of the tender.

2.10.10 If the bidder fails to repair the systems against the complaint of breakdown / Corrective maintenance to ensure working status during 5 years’ warranty and CMC period, then such repairs and maintenance shall be done by SSL at the risk and cost of the Contractor and all such expenses shall be recoverable from the Contractor.

2.10.11 Performance monitoring during CMC period: During CMC period, performance monitoring of all the systems installed under this tender shall be done using the data obtained from remote monitoring provisions in the systems.

2.10.12 After the commissioning of the solar pump, the following instance might lead to shortening of the CMC period. Accordingly, it will lead to exigency charges at the rate of 4% of the work order value of that pump, for every year of reduction from intended CMC period of 5 years. They might be recovered as per the terms and conditions in this tender:

(i) Water level recedes below pump shut-off level

(ii) Theft of components

(iii) Panel breakage/damage

(iv) Bore collapse

(v) Controller damage

These damages shall first be verified through written confirmation from the beneficiary.

2.10.13 In case, during CMC period beneficiary requests replacement of component(s) of system, replacement of which is outside scope of Contractor, then Contractor shall supply these components on the prices declared in Annexure 3(A).

2.11. OPERATION AND MAINTENANCE MANUAL

2.11.1. An Operation and Maintenance Manual, in English, Hindi and the local language, should be provided with the solar PV pumping system. The Manual should have information about solar energy, photovoltaic, modules, AC motor pump set, tracking system, mounting structures, electronics and switches. It should also have clear instructions about mounting of PV module, DO's and DONT's and on regular maintenance and Trouble Shooting of the pumping system. Name and address of the person or Centre to be contacted in case of failure or complaint should also be provided. A warranty card for the modules and the motor pump set should also be provided to the company.

2.12. NOTES

2.12.1. Adequate training has to be provided to the persons to be designated by village committee / pump users in maintenance and upkeep of the installed systems. The bidder must also provide a detailed operation and maintenance manual specific to the installed systems in

Page 15: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

English, Hindi and local language along-with each system.

2.12.2. The type of pump set used must match the total dynamic head requirement of the site (i.e. the location at which it is installed). Moreover, it should be appropriately tested and certified by the authorized test centers of the Ministry to meet the performance and brine discharge norms specified in section II above.

2.13. GENERAL TERMS AND CONDITIONS

2.13.1. The Solar PV System shall be very robust and suitable to work in specified site location. Anti-Theft bolts/nuts must be provided to the system.

2.13.2. A complete list of Bill of Materials shall be provided along with the offer.

2.13.3. The numbers of each component proposed for supply shall be clearly specified.

2.13.4. The bill of materials shall include HDPE pipes for submersible pumps

2.13.5. Minimum Specifications of the suction/delivery pipe for Submersible Pumps – HDPE pipes of 10 Kg/Sq.cm. – minimum of 63 mm OD-PE 100 Grade of 100ft length and submersible cable 3 core 2.5sqmm flat cable as per ISI standards of 120ft length.

2.13.6 During operation and maintenance period of the pumping systems if there is any loss or damage of any component due to Mis-management/Mis-Handling or due to any other reasons pertaining to the deputed personal what so ever, the bidder shall be responsible for immediate replacement or rectification.

2.13.7 After sales, service and routine maintenance is utmost important and at least 95% systems must be functional at any time.

2.13.8 Contractor will have full responsibility for packaging, forwarding, transportation, of supply and any type breakages / losses etc. thereto. The goods / systems will be delivered at the destination stores, installed and commissioned at site in the perfect conditions as per terms & conditions of Letter of Intent / Work Order.

2.13.9 Successful bidder is fully responsible for the trouble-free maintenance and is liable to rectify / remove any defect noticed within the aforesaid period free of cost for the materials supplied by them. This includes repair/replacement of all spares and consumable supplied by Successful bidder during the Warranty period.

2.14. SPARE PARTS

Bidder shall keep stock of essential spares at their nearest service center and/or at each site at their cost for five years maintenance. A recommended list of such spares shall be provided with the offer.

2.15. INSTALLATION AND COMMISSIONING

2.15.1. Detailed project execution plan shall be submitted along with the offer.

2.15.2. The bidder is responsible for arranging all the accessories and measuring instruments required to smoothly commission the system.

2.16. PACKING, SHIPPING AND MARKING

2.16.1. The bidder shall be responsible for assuring that all commodities shipped are properly packed and protected to prevent damage or deterioration during shipment. Packaging and shipping costs shall be borne by the supplier. Customs clearance and all costs and actions associated with import duties, taxes and processing of documents within India are to be borne by the bidder.

2.17. INSURANCE

2.17.1. The bidder shall provide insurance coverage ex-factory until commissioning, and acceptance

Page 16: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

for replacement or repair of any part of the consignment due to damage or loss.

2.18. DELIVERY

2.18.1. The bidder shall indicate delivery time along with the offer, service centers near the Site or nearest places and ensure that all the essential men and materials are placed to ensure quick and efficient after sales service.

2.18.2. Training and after sales service is an important component of supply. The Village Level technicians and individual rural users shall be properly trained on operation and maintenance.

2.19 MAINTENANCE OF RECORDS:

The Contractor has to maintain the following records:

a) Attendance Register of the Staff Deployed by the Contractor

b) Daily/weekly/monthly preventive and overhaul maintenance register cum-log book for the plant with date and time of replacement of spares / parts / equipment as applicable.

c) Inspection Register

d) All the above-mentioned Registers shall be checked by the Engineer-in Charge/or by authorized Representative of SSL.

2.20 OBLIGATIONS OF THE CONTRACTOR

2.20.1 The Contractor should employ men/women aged between 18 –58 (preferably below 55), who have good health and clean conduct record.

2.20.2 The Contractor should employ personnel who can converse well in English, Hindi and / or local language.

2.21.3 The Contractor should provide at least 2 sets of Uniforms to all personnel employed by them.

2.22.4 The Contractor should provide necessary tools and equipment’s that are necessary for the Execution of works as mentioned in the tender.

ARTICLE 3 : BID EVALUATION CRITERIA

3.1 Bidders should be PQB & technical responsive as per the prescribed requirement in the NIT duly certified by the constituted Technical Evaluation Committee of the company.

3.2 Bidder submitting minimum value exclusive of all applicable taxes as prescribed in the Price Bid at Annex-3, shall be considered as L-1 for said Project.

ARTICLE 4: DURATION OF CONTRACT

4.1 The completion period of the entire lot of work shall be 15 days from the date of issue of work order. The work shall have to be completed within time and shall be binding on the contractor. In case of any urgency, the contractor may be asked to complete the work even earlier and contractor will be bound to fulfill the requirements. On written request with valid reasons, extension of time may be granted by the competent authority.

4.2 In case the contractor fails to execute the said work or related obligations within stipulated time, SSL, will be at liberty to get the work executed from the open market at the risk and cost of the contractor, without calling any tender and without any notice to the contractor. Any additional cost incurred by SSL, during such execution of the work shall be recovered from the contractor.

4.3 If the cost of executing the work as aforesaid shall exceed the balance payments due to the

Page 17: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

contractor and the contractor fails to pay the “additional cost”, SSL, may recover it from the contractor's pending claims against any work in SSL, or in any other lawful manner. All risks & responsibilities related to the execution of the said work and fulfilment of related obligations directly or indirectly connected with the performance of the contract shall be the sole responsibility of contractor.

4.4 The calculation of aforesaid “additional cost” will be finalized by the SSL, at its sole discretion. The contractor shall have no right to challenge the mode or amount relating to calculation at any forum. For completion of the work through any other agency, in case some changes are required in terms and conditions of the contract, the contractor shall not have any right to challenge the decision of SSL.

ARTICLE -5: PRICE BID

5.1 Price Bid to be furnished in the prescribed Performa is attached at Annex-3 of this Tender Documents.

5.2 The rate must be written both in words and figures, in case of variance between the two the words shall prevail. There should be no erasures and or over-writings. Corrections, if any, should be made clearly and initialled with date.

5.3 On acceptance of this tender/offer or revised offer or counter offer either by the Bidder or by the Sambhar Salts Limited as the case may be the terms and conditions contained in this part will also constitute a contract between the parties i.e. Sambhar Salts Limited, a Company incorporated under the Companies Act, 1956 having its Registered Office at G-229, Sitapura Industrial Area, Jaipur- 302022 (Rajasthan) in the State of Rajasthan, India hereinafter called the “COMPANY” or “Sambhar Salt Limited” which expression shall unless repugnant to the context or of the meaning thereof be deemed to include the Company’s Lawful successors, administrators and assignees of the one part.

AND,

M/s________________________________ in the state of, _____ _____ hereinafter called the “CONTRACTOR” which shall mean Individual/Firm/Company.

ARTICLE-6 : PAYMENT OF EMD ALONG WITH THE TENDER

6.1 Bidder should pay earnest money deposit (EMD) amounting to Rs. 1,50,000/- (Rs. One Lakh Fifty Thhousand Only) by bank draft payable at Sambhar Lake in favour of Sambhar Salts Limited or through NEFT/RTGS. The tender without earnest money shall be out rightly rejected.

6.2 In case the party fails to deposit the amount within a specified period after acceptance of their tender, revised offer or counter offer in consequences of this tender notice then the earnest money so deposited will stand forfeited to the company.

ARTICLE 7 : SECURITY DEPOSIT

7.1 Performance security deposit (refundable) of 3% of the total contract value shall be furnished by the Successful Bidder(s).

7.2 No interest shall be paid by SSL on the amount of security money deposit.

7.3 The bidder has to give an undertaking that the systems will be maintained regularly during the CMC period of 5 Years failing which the Security deposit amount will be forfeited.

7.4 The authority reserves the right of awarding the work. The earnest money (EMD) of such selected bidder shall be retained and included in the performance security deposit.

7.5 After receiving the consent to work on the lowest rates, the earnest money of such bidder shall be forfeited and also be black listed if they fail to sign the contract agreement or failed to execute the orders within stipulated period under intimation to MNRE and other nodal agencies

Page 18: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

in the country.

7.2 Interest will not be allowed on EMD/SD/Performance Security Deposit

In the event of breach of contract on the part of the contractor, amount of Performance security deposit is liable to be forfeited wholly or partially. No interest will be allowed on the Security Deposit paid in cash/demand draft. The Company further reserves the right to adjust the Security Deposit towards any amount due to the Company from the Bidder/Contractor and in such event, the Bidder/Contractor on receipt of notice from the Company, shall make further deposit to restore the Security Deposit to the full amount.

In case the L1 party withdraws its offer within the validity period or fails to take up the work within specified period after acceptance of their tender, revised offer or counter offer in consequence of this tender notice then the Earnest Money so deposited by the party will stand forfeited to the company

7.3 Refund of Security Deposit

After of expiry of period as prescribe above in Clause 7.3, satisfactory performance of the contract and on receipt of “No Demand/ No Dues” certificate from the General Manager (Works), the Security Deposit will be refunded to the Contractor provided that no claim whatsoever against the Contractor is made and nothing is due from the Contractor and that the Contractor has completed the work to the entire satisfaction of the Company.

7.4 With-holding or forfeiture of Security Deposit

Without prejudice to the rights of the company to claim damages arising on account of breach of contract under the Contract Act 1972, the Security Deposit shall be liable to be withheld/forfeited wholly or partially at the sole discretion of the Company when the Contractor either fail to fulfil his contractual obligations or to settle in full his dues to the company.

7.5 Recovery from Security Deposit

The company is empowered to deduct from the Security Deposit or from any other outstanding amount, any sum that may be fixed by the company as being the amount of loss or losses or damages suffered by it due to delay in performance or non- performance of any of the conditions of the contract.

This Security Deposit shall be refunded on the satisfactory completion of the contract certified by the GENERAL MANAGER (WORKS), as the case may be. It shall be lawful for the company if any difference or dispute is likely to exist, to defer payment of the Security Deposit or any portion thereof which may be due to the Bidder until such difference and dispute shall have been finally settled or adjusted.

ARTICLE 8: PAYMENT TERMS AND PENALTY

8.1 PAYMENT TERMS

Payment will be settled as per the below:

8.1.1 The Bidder has to complete the installation of the system as per specifications of the tender and submit the project completion report in MNRE format, Photographs, invoice etc. to SSL for release of 50% of the purchase order value. It will be settled only after installation and commissioning of systems, handing over of the systems to the in-charge after joint inspection of SSL, and supplier and on satisfactory successful performance. The remaining amount duly retaining 50% (Fifty percent) of the unit cost towards performance guarantee. The bidders are responsible to meet all the technical criteria as specified and amended by MNRE from time to time.

8.1.2 Retained 50% (Fifty percent) amount shall be released on equal instalment basis on 1st day of every month for a period of two years post commissioning after satisfactory performance

Page 19: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

of the installed system without any interest after deducting 10% every month as retention money and shall be added to performance security

8.1.3 Rates finalized as a result of this tender shall remain firm during the period of contract as per Article no. 4 of part II of tender documents.

8.2 PENALTY

8.2.1 LIQUIDATED DAMAGES

If the contractor fails to perform the work within the time periods specified in the work orders or within the extended time period if any, without suitable explanation SSL, shall without prejudice to its other remedies under the contract, deduct from the contract price as liquidated damage, a sum equivalent to 5% of the price of the un-performed work/ services for each week of delay until actual completion of work, up to a maximum deduction of 30%. Once the maximum is reached, SSL may consider termination of the contract.

PERFORMANCE SECURITY

The amount of the performance security as mentioned in the “Payment Terms shall be forfeited in case of violation of any term or condition by the contractor. If required, the other balance payments may also be forfeited, depending on the liabilities on the part of the contractor.

ARTICLE 9: DIFFERNCES OR DISPUTES

9.1 Mutual Settlement of Disputes:

9.1.1 Except where otherwise provided for in the contract, all disputes shall in the first place be resolved through mutual discussions, negotiations, deliberations and consultations associating senior executives /nominees of both the parties to dispute.

9.2 Conciliation

9.2.1 If the efforts to resolve all or any of the disputes through mutual settlement fail, such disputes shall be referred to the sole conciliator to be appointed by the Company under the Arbitration and Conciliation Act, 1996.

9.2.2 The settlement agreement shall be final and binding on the parties. The settlement agreement shall have the same status and effect of an arbitration award.

9.3 Arbitration

9.3.1 If the efforts to resolve all or any of the disputes thorough conciliation fail, such disputes shall be referred to the sole Arbitrator to be appointed by the Chairman cum Managing Director, Sambhar Salts Limited. There shall be no objection by the “CONTRACTOR” if the sole Arbitrator so appointed is an employee of Company. In case the Arbitrator so appointed is unable to act for any reason, Chairman & Managing Director, Sambhar Salts Limited, in the event of such inability, shall appoint another person to act as an Arbitrator in accordance with the terms of the contract. Such persons shall be entitled to proceed with reference from the stages at which it was left incomplete by his predecessor.

9.3.2 Subject to the afore stated conditions, the provisions of the Arbitration and Conciliation Act, 1996 or any statutory modification or re-enactment thereof and the rules made there under and for the time being in force shall apply to the conciliation and arbitration proceedings under this clause.

9.4 Pending resolution of disputes and differences, the work shall continue without hindrance as per schedule and shall not be either slowed down or stopped. If the work is slowed down or stopped during the period of dispute, the “CONTRACTOR” shall be responsible for the loss of work/production or delays and any loss sustained by Company due to such actions by the “CONTRACTOR” shall be made good by the

Page 20: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

CONTRACTOR”.

9.5 The Arbitrator may from time to time, with the consent of all parties, extend the time in making the award.

9.6 The cost incidental to the arbitration shall be at the discretion of the Arbitrator. The arbitration shall be conducted at Jaipur (Rajasthan) or at such other place or places as the Arbitrator may so decide.

9.7 The provisions of “Micro, Small & Medium Enterprise Development Act, 2006 and the Micro and Small Enterprises (MSEs) Order, 2012 (as amended from time to time), shall be applicable to the parties.

ARTICLE 10: JURISDICTION

Subject to Article 9 above, it is hereby agreed that all actions at law or suits arising out of or in connection with this contract or the subject matter thereof whether as to construction or otherwise shall be instituted in court of competent jurisdiction at Jaipur in the State of Rajasthan, India.

ARTICLE 11: FORCE MAJEURE

In case either of parties fail, to full fill, in time, then, respective contractual obligation owing to future event beyond their control like Acts of God (including fire, flood, earthquake, storm, hurricane or other natural disaster), war, invasion, act of foreign enemies, hostilities, civil war, rebellion, from time to time for performance of such obligation/responsibility shall automatically extended for the period of force majeure. Provided force majeure is established & one party shall inform to the other party for such occurrence but no one party shall blame other party and claim by the Bidder due to force majeure condition, & both parties mutually agree to further course of action.

ARTICLE 12: RECESSION AND CANCELLATION OF CONTRACT

12.1 In case of unforeseen circumstances arising due to Statutory agencies/ Central Government / State Government or any other reason whatsoever, during the period of contract which compels SSL to terminate the Contract, then contract shall be terminated by the company at its discretion by giving 7 days‟ notice to the Contractor and Plant(s) covered under this tender shall be taken over by the SSL.

In such case Contractor shall not claim any damages for cancellation of contract, however company shall pay such cost of the plant to the Contractor which was finalized, agreed and recorded by the company on conclusion of this tender, after making the necessary deductions as per the standard accounting practices (i.e. on account of depreciation etc.) and payable amount on any account (if any) by the Contractor to the Company.

12.2 Risk & Cost Clause:

Without prejudice to the rights of the company and notwithstanding the obligations of the Contractor under the contract arising from the acceptance of this tender or the revise offer or counter offer in response to this tender or in consequences of this tender in the event of any failure on the part of the Contractor, the Company will be free to get the same executed in any manner at the risk and cost of the Contractor and the additional burden on this account, if any, will be borne by the Contractor, and can be realized from the Bidder’s pending bills/ Security money deposit or any other dues. This is without prejudice to the Company’s claim for other losses and damages that may arise due to the failure of the Contractor to keep up to the terms of the contract.

ARTICLE 13: NONE SUBLETTING OF CONTRACT

The Contractor is barred from any sub-letting of contract of any nature.

ARTICLE 14: DAMAGES UNDER THE CONTRACT

Page 21: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

Loss or Damage to Company’s Property:

The Contractor shall carry out the work without damage and/or interference to any other work, machines or equipment and property of the company or other contractors of company in area, adjacent to the area of Contractor’s work.

In case during the execution of contract by the bidder any loss or damage occurs to any property of Sambhar Salts Limited, then contract shall be terminated by the company and the amount deposited by the party shall be forfeited. For damaging the company property Civil and Criminal proceedings will be initiated against the Bidder at the discretion of company and loss incurred by the company due to such damages will be recovered from the bidder.

ARTICLE -15 : POWER OF ATTORNEY

A person signing the agreement or any documents forming part of the contract on behalf of the bidder shall be responsible to produce a proper power of attorney duly executed and attested by a Notary public under the Notaries Act in his favour stating that he had authority to bind the Bidder in all matters pertaining to the contract including the arbitration clause.

ARTICLE -16 : CHANGE IN CONSTITUTION

On the death or retirement of any partner of the successful bidder/Contractor before complete performance of the contract, the Sambhar Salts Limited may at his option cancel the contract and in such case the Contractor shall have no claim whatsoever to be compensated by Sambhar Salts Limited without prejudice to any of rights or remedies under this contract. If Contractor is proprietorship concern and the proprietor dies during the performance of this contract, the Sambhar Salts Limited shall have the option to terminate the contract without compensation and the company will be entitled to recover its claim from his/her legal heirs and from the property moveable or immovable of the Contractor.

ARTICLE – 17 : NOTICES

Any notice hereunder may be served on the Bidder/Contractor by registered mail at his last known address. Proof of issue of any such notice will be conclusive of the Bidder/Contractor having been duly informed.

ARTICLE - 18: CANVASSING IS PROHIBITED

Canvassing in connection with the tender is strictly prohibited and tender is liable to be rejected. Any bribe or commission, gift or favours given, promised or offered by or on behalf of the Bidders/Contractor, their partners, agents or servants to any officers, servant or representative of the Sambhar Salts Limited for obtaining or for the execution of this or any other contract or for receiving payments under the contract shall in addition to the criminal liability may ensure cancellation of this tender or any other Contracts and also to payment of any loss resulting from any such cancellation. Sambhar Salts Limited shall be entitled to deduct the amount so payable from any money otherwise due to the Contractor under this or any other Contracts. Any question or disputes as to whether the Contractor have incurred any liability under this clause shall be settled by Sambhar Salts Limited in such manner and on such evidence or information as it may think fit and sufficient and its decision shall be final and binding.

ARTICLE-19: MAINTENANCE OF DISCIPLINE BY THE CONTRACTOR

The Contractor shall be liable to comply with covenants of contract and tender documents. The company expected the Contractor and his representatives and the labour to conduct themselves in a disciplined manner. All rules and instructions pertaining to well-being of the factory and its precincts, the sanitation and health etc. should be adhered to and in the event of any theft, arson or any antisocial activities on the part of the Contractor, his employees or his labour, the company shall have the right to terminate the‟ agreement.

Page 22: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

ARTICLE 20 - GOVERNING LAWS AND RIGHT OF INDEMNITY OF THE COMPANY

The Contractor shall indemnify the company for all the injuries caused to any person or to public property due to his negligence or to the negligence of his workmen during the performance of contract.

20.1 Contractor shall abide by all existing / future labour enactments and rules, regulations, notifications and bye laws of State or Central Government or local authority.

20.2 The Contractor shall comply with all the provisions of the Statutory Acts and rules framed hereunder particularly in respect of the Factory Act. 1948, the Payment of Wages Act. 1936, the Industrial Disputes Act, 1947, the Industrial Employment Standing Orders Act,1946, the Minimum Wages Act, 1948, the Collection of Statistic Act,1953, the Workmen’s Compensation Act, 1923, Fatal Accidents Act, 1935, Personal Injuries (Compensation Insurance) Act, 1963, the Trade union Act, 1926, Maternity Benefit Act, 1961, Employees Provident Fund Act,1952, Contract Labour (Regulation and Abolition) Act, 1970, Indian contract Act, 1872 and the rules framed by the state in respect of various Labour Acts as demanded from time to time and shall also comply with the provision of any other enactment statues, rules regulations made by a competent authority and enforced in the state during the currency of the contract. The Contractor shall indemnify the company for the penalties on account of breach of any of the conditions, there under.

20.3 The company shall remain indemnified by the Bidder against any claim arising under the payment of Wages Act, or the payment of Bonus, C.P. Fund or Gratuity of Compensation Act arising during the pendency of the contract. All such claims will be met with by the Contractor themselves from the payment made to them.

ARTICLE 21: DEDUCTION OF TAX, DUTIES ETC.

Applicable taxes, duties, royalties etc. related to the plant and thereof, shall be payable by the successful Bidder/Contractor.

ARTICLE 22: CONTRACT DOCUMENT

A contract arising on acceptance of this tender or in consequence of this tender, the company and the Contractor, shall agree to abide by all the terms & conditions of Part I & II of these tender documents as well as the terms and conditions mutually agreed in writing between the parties.

ARTICLE 23: COMPLETENESS OF TENDER

The tender should be complete with all details of illustrative and descriptive literature.

ARTICLE 24: SAFETY OF PERSONNEL

24.1 The contractor shall cover all personnel deputed for production under appropriate insurance scheme.

24.2 The company shall not be responsible or held responsible or held liable for any damage to person or property that may result during the execution of contract by the contractor.

24.3 The contractor has to agree to indemnify the company from any or all claims for damages that may result during the execution of Contract by the contractor.

24.4 The contractor shall provide all safety gears and livery to its workmen to ensure their safety and protection from injuries during the execution of works.

Date: Signature of the Bidder

Place: Affix Rubber Stamp/Common Seal

Page 23: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

Schedule – I

Sambhar Salts Limited (A Government of India Enterprise) CIN: U14220RJ1964GO1001188

Registered Office: G-229, Sitapura Industrial Area, Jaipur-302022(Raj.) Tel/ Fax: 0141- 2771427 / 2771449

Company Address: Sambhar Salts Limited, Dist.: Sambhar Lake - Jaipur, Pin-303604 Phone: 01425-228249; Fax: 01425-228244

E-mail: [email protected] & [email protected]

Website: www.indiansalt.com

Indicative Technical Specifications of Solar Deep well(submersible) Solar Pumping Systems

With A.C. Induction Motor Pump Set and a suitable Inverter:

Description Model-VII

PV array 4800 Wp

Motor capacity 5 hp

Submersible with controller

Shut Off Dynamic Head 100 metres

Water output * 62,400 litres per day from a total head of 70

metres

* Water output figures are on a clear sunny day with three times tracking of SPV panel, under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the surface of PV array (i.e. coplanar with the PV Modules).

Notes:

1. Suction head, if applicable, minimum 7 metres. 2. For higher or lower head / PV capacity, or in between various models; water output

could be decided as per the clause 2.4.2 of Part II (i.e. performance specifications and requirements) specified earlier.

3. If submersible pumps are used in lieu of surface pumps, the water output must match that of the surface pumps as specified in this table.

4. Module mounting structure shall be MS hot dipped galvanised, with a facility of manual tracking at least three times a day.

Page 24: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

Annex - 1

FORMAT FOR TECHNICAL DETAILS OF EACH PROPOSED SPV BRINE PUMPING SYSTEMS

1 Solar Module:

1.1 Type and source of Solar Cell (Mono/Multi) :

1.2 Make and Type:

1.3 Voc

1.4 Isc :

1.5 Wp Rating

1.6 Fill Factor

1.7 Module efficiency

2 Motor-pump Set:

2.1 Make and Type:

2.2 Rating (Voltage and Horse power) :

3 Solar Pump Controller/ Pump Drive

3.1 Make and Type:

3.2 Rating

4 Tracking Mechanism

4.1 Auto /manual - give details

5 Spares

List of maintenance spares for five years trouble free operation to be supplied with the system

6 Water output figures are on a clear sunny day with three times tracking of SPV panel, under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. On the surface of PV array (i.e. coplanar with the PV Modules).

7 Balance of System Items/Component:

7.1 Name of the cables, Distribution boxes etc.

7.2 Name of the manufacturer & Make of Switches / Circuit Breaker / Connectors/ Surge protection devices

7.3 Enclosed supporting documents if any

7.4 Details in case of any deviation from the technical specifications as specified in the tender document.

7.5 Details of HDPE pipe

(For Submersible Pumps – HDPE pipes of 10Kg/Sq.cm.

– minimum of 63mm OD-PE 100 Grade of 100ft length and submersible cable 3core 2.5sqmm flat cable as per ISI standards of 120ft length.)

(Attach additional sheets if required)

All the components including Pump-set system, other components mentioned above should be quoted as a single item. No partial quotes are accepted. Date: Signature of the Party

Address: Affix Rubber Stamp/Common Seal

Page 25: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

Annex - 2

Sambhar Salts Limited (A Government of India Enterprise) CIN: U14220RJ1964GO1001188

Registered Office: G-229, Sitapura Industrial Area, Jaipur-302022(Raj.) Tel/ Fax: 0141- 2771427 / 2771449

Company Address: Sambhar Salts Limited, Dist.: Sambhar Lake - Jaipur, Pin-303604 Phone: 01425-228249; Fax: 01425-228244

E-mail: [email protected] & [email protected]

Website: www.indiansalt.com

FORMAT FOR DETAILS OF EXPERIENCE

Name of the Firm: ______________________________________________________________

Tender Title: Supply, Installation, Testing and Commissioning i.e., SITC of Solar Pumps at production area of SSL

E-mail Id: ___________________________________ Contact No.: ________________

Please fill in information about Solar PV Systems installed in last three years.

Details

Year

2014 – 15 2015 – 16 2016 – 17

(Upto 31.12.2017) Total

Number of Solar PV water Pumping Systems installed to any Govt organization in the country in the last 3 years

Type of Solar PV Water Pumping Systems (HP, AC/DC, Surface / Submersible)

Total contract amount (Rs.)

Others

NOTE: Above details without copies of work orders, completion certificates and satisfactory performance reports from the users will not be considered. If required, SSL may inspect these installed systems or obtain the required information from the concerned. The certificates issued by the Govt. Dept. /Agencies /Organisations will only be considered.

Date: Signature of the Party

Place: Affix Rubber Stamp/Common Seal

Page 26: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

Annex - 3

Sambhar Salts Limited (A Government of India Enterprise) CIN: U14220RJ1964GO1001188

Registered Office: G-229, Sitapura Industrial Area, Jaipur-302022(Raj.) Tel/ Fax: 0141- 2771427 / 2771449

Company Address: Sambhar Salts Limited, Dist.: Sambhar Lake - Jaipur, Pin-303604 Phone: 01425-228249; Fax: 01425-228244

E-mail: [email protected] & [email protected]

Website: www.indiansalt.com

FORMAT FOR PRICE BID

Name of the Firm: _ _______________________________________Date : __________________

Tender Title: Supply, Installation, Testing and Commissioning i.e., SITC of Solar Pumps at production area of SSL

E-mail Id: ___________________________________ Contact No.: ________________

MAXIMUM NUMBER OF PUMP SETS BID SUBMITTED: 20 Nos.

S.N. Item Unit Rate (in Rs.)

In Figures In Words

1

Supply, Installation and Commissioning of Complete Solar PV Brine Pumping System comprising of SPV Modules, VFD/Inverter, Remote Monitoring arrangement, 5 HP AC Submersible Pump, Mounting Structure, Manual Tracking, Cables, HDPE Pipe etc. as per MNRE Specifications, inclusive of CMC and Insurance for 2 years on turnkey basis.

2 Applicable Taxes (If Any) @....

3 Total Amount (Sum of Row 1 and 2)

4

Cumulative Amount for twenty Pumps

(20 x Row 3)

Certified that:

1. Above rates are in accordance with the specifications & various terms & conditions mentioned in the tender document and are applicable for installation anywhere in SSL.

2. The rates are inclusive of all latest prevailing taxes and duties etc., of Govt. of Rajasthan as well as Govt. of India. Moreover, SSL will not be responsible for providing Road permits.

3. The rates are inclusive of all the charges regarding Design, Installation, Commissioning, Transportation, Insurance and CMC for 2 years, remote monitoring mechanism, tracking facility, additional BOS like Suction Pipe, Delivery Pipe, Cable etc., with proper foundation and any other charges mentioned in the Tender Document and also any risks that are foreseen by the Bidder.

4. All the components including PV system, software’s and other components mentioned above should be quoted as a single item. No partial quotes are accepted.

5. The system test certificates approved by the MNRE authorized test centers of all the

Page 27: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

Annex – 3 (Continue…)

systems are furnished in the technical bid

6. Site conditions shall be taken care of while laying the foundation for installation of the system.

7. The components/items to be supplied for installation of the system are as per the component/items indicated in the test report of the authorized test centers of MNRE including the brand, capacity etc.

8. Bidder submitting minimum value exclusive of all applicable taxes as prescribed in the Price Bid at Annex-3, shall be considered as L-1.

9. The component wise cost details with brand name is to be mentioned as per Annex-3(A). Component wise cost is for reference purpose only.

Date: Signature of the Party

Address: Affix Rubber Stamp/Common Seal

Page 28: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

Annex – 3(A)

STATEMENT SHOWING THE COMPONENT WISE COST DETAILS WITH BRAND NAME, FOR

THE QUOTED PRICE, FOR SUPPLY OF SUBMERSIBLE SOLAR PV PUMPSETS

[This is for the Reference Purpose Only]

Sl No

Item Brand 5 HP Pump set

Price in Rs.

1 Solar P V Modules as per MNRE/IEC

specifications

Applicable Taxes (If Any) @....

Sub Total Amount

2 Solar Inverter / VFD with remote

monitoring arrangement

Applicable Taxes (If Any) @....

Sub Total Amount

3 AC pump 5 star rated

Applicable Taxes (If Any) @....

Sub Total Amount

4 GI Mounting structure with manual

tracking as per MNRE norms

Applicable Taxes (If Any) @....

Sub Total Amount

5 HDPE pipe of 10 kg/ Sqcm- minimum of 63 mm OD-PE 100 grade of 100ft length

Applicable Taxes (If Any) @....

Sub Total Amount

6 Submersible cable 3 core 2.5 sqmm flat

cable as per ISI standards of 120 ft length

Applicable Taxes (If Any) @....

Sub Total Amount

7

Civil works and all other necessary materials required for installation

including transport charges etc at any location

Applicable Taxes (If Any) @....

Sub Total Amount

8 Installation, Commissioning & Insurance

charge with C M C for a period of 5 years.

Applicable Taxes (If Any) @....

Sub Total Amount

9 Any other item, if any

Applicable Taxes (If Any) @....

Sub Total Amount

GROSS AMOUNT

(Should Match with Price Bid Quotation)

All the above items are as per MNRE specifications and also as per the test report issued by the authorized test centers of MNRE. These rates are applicable for supply & installation of solar pump sets anywhere in the unit. Date: Signature of the Party

Address: Affix Rubber Stamp/Common Seal

Page 29: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

ANNEX-4

COST OF BID DOCUMENT AND BID SECURITY (EMD) DECLARATION

Tender Enquiry No.: ……………………………………………….. Due for opening : ……………

Name of the tender: ……………………………………………………………………………………..

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

Cost of bid document and Bid Security (EMD) as required by this Tender Enquiry No:------------------------------) are being submitted in the form of RTGS/NEFT/ Demand Draft/ pay order in original favouring Sambhar Salts Limited payable at Sambhar Lake and duly discharged in his favour in advance.

Cost of bid document Details of Demand Draft/Pay order attached:

No. Dated

Drawn on (Bank)

Amount

Details of RTGS/NEFT

Bid Security (EMD)

Details of Demand Draft/Pay order attached:

No. Dated

Drawn on (Bank)

Amount

Details of RTGS/NEFT

Date: Signature of the Party Address: Affix Rubber Stamp/Common Seal

Page 30: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

GENERAL INFORMATION OF THE BIDDER

ANNEX -5

Tender Enquiry No:

Due for Opening on :

1.

Name & Address of Bidder:

2. PAN :

3. Bank detail of Bidder:

i) Name of Bank:

ii) Address of the Branch:

iii) Phone No.:

iv) RTGS/IFS Code No.:

v) Bank A/c No.:

vi) MCIR code:

4. Business Name and constitution of the Bidder firm. Also state if the firm is registered under i) The Indian Companies Act, 1956 ii) The Indian Partnership Act, 1932 iii) Any act, if not, who are the owners. (Please give full Names and Address)

5. Whether the Bidder firm is/ are i) Manufacturer / Contractor / Manpower agency ii) Manufacturer’s Authorized agent

Note: In case of being Manufacturer’s Agent, enclose a copy of latest Manufacturer’s Authorization along with the Tender.

iii) Whole seller/Retailer

6. For partnership firms state whether they are registered or not registered under Indian Partnership Act. 1932. Should the answer to this question by a partnership firm be in the affirmative, please state further: -

(i) Whether by the partnership agreement authority to refer disputes concerning the business of the partnership to arbitration has been conferred on the Partner who has signed the tender.

(ii) If the answer to (i) is in the negative, whether there is any general power of attorney executed by all the partners of the firm authorizing the partner who has signed the tender to refer dispute concerning business of the partnership to arbitration.

7. State whether business dealing with you has been banned by any Central/State Government Organization? If so, give details.

Signature of witness Signature of Bidder

Full Name and Address of Witness Name & Address with stamp

Page 31: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

ANNEX-6

Sambhar Salts Limited (A Government of India Enterprise) CIN: U14220RJ1964GO1001188

Registered Office: G-229, Sitapura Industrial Area, Jaipur-302022(Raj.) Tel/ Fax: 0141- 2771427 / 2771449

Company Address: Sambhar Salts Limited, Dist.: Sambhar Lake - Jaipur, Pin-303604 Phone: 01425-228249; Fax: 01425-228244

E-mail: [email protected] & [email protected]

Website: www.indiansalt.com

INCOME TAX RETURN & PAN NUMBER

Tender Enquiry No.: ……………………………………………….. Due for opening : ……………

Name of the tender: ……………………………………………………………………………………..

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

Copies of IT Returns, PAN Number & GST Registration as required by this Tender Enquiry are being submitted along with this tender as per details given below.

Sl. No.

Description Remarks

i. Copies o f Income Tax Returns for the Assessment Years (For last three years)

ii. Copy of Permanent Account Number

iii. Copy of GST Registration Number, if any

Date: Signature of the Party Address: Affix Rubber Stamp/Common Seal

Page 32: Sambhar Salts Limited · relaxed to Rs 12,00,000/- in case of MSMEs/Start-ups in the field of manufacturing of Solar Pumping System components] 2.3.2 The bidder should have ISO 9001:2008

Annex - 7 UNDERTAKING ON NON-JUDICIAL STAMP PAPER OF RS. 500/-

(Only from successful bidder required)

Tender Enquiry No.: ……………………………………………….. Due for opening : ……………

I/ We M/s________________________________________ hereby declare that:

1. I/ we am/are agency engaged in business of have examined 2. I/ we do hereby offer “Supply, Installation, Testing and Commissioning i.e., SITC of

Solar Pumps at production area of SSL” at the prices and rates mentioned in the price bid. 3. I/we have quoted rates/percentage of service charges exclusive of all statutory taxes, charges &

compliances i.e. EPF, ESI, etc. as applicable. 4. I/ we agree to abide by my/our offer for a period of 180 days from the date of opening of

the tender. 5. I/ we have carefully read and understood all the Terms and Conditions of the Tender and

shall abide by them.

6. I/we agree for the all clauses and payment terms and conditions of this tender enquiry. In case any condition put forth by us is against the terms and conditions of tender, the same shall be treated as to be having no affect whatsoever and that the tender terms and conditions shall only prevail upon such conditions, if any.

7. I/ we have necessary licenses/ authorizations for the providing of said services and of the equipment/ devices and/or obtain the same at its costs and expenses as and when required and/or obtain the same at my/our costs and expenses as and when required.

8. I/We declare that we have necessary infrastructure/tie up for the maintenance of the equipment being used and enough manpower to cater to any additional need of Client on short notice, if any such need arises in the tenure of the contract.

9. I/ we also declare that in case of change constitution of our firm or for any other change, merger, dissolution, insolvency etc. shall be immediately brought to the notice of client. In such case the continuing Partner(s), Administrator, permitted assigns shall be responsible to meet the liabilities under this tender/contract.

10.The tender document has been downloaded from the official website for bidding purpose is a true copy of the original.

11.Our firm or any other firm with similar type of operation with same or some/one of the partners/proprietors being same as of the tendering firm has not been black listed in the past 3 years by any Government/ private institution. If there is any such case of black-listing /unsatisfactory service, please attach the details of the same.

12.I/we also certify that that there is no vigilance/ CBI case pending against the Bidder firm/ Agency/ or any other firm with similar type of operation with same or some/one of the proprietors being same as of the tendering firm. If there is any case please attach the details of the same.

13.I/we also certify that that there is no pending case for payment/ civil liability pending against us in any of the courts. If there is any case please attach the details of the same.

I/We hereby undertake that the above-mentioned information is correct to the best of my knowledge and belief and nothing has been concealed deliberately / inadvertently. In case any of the above information is found to be false, the Institute reserves the right to cancel the tender at any stage even after the award of the tender, without assigning any reason thereof.

Date: Signature of the Party

Address: Affix Rubber Stamp/Common Seal