ш к ˘ˇˆ .˝. ˛ ˘˚ ˜ !, ˆ # 391750 ˛ . 0265--..-403 ˛ˇ01...
TRANSCRIPT
������ � ��� ���ш к�� �������
� .�. ������� � !�, �� #�� 391750
� . 0265--..-403 ��01:0265-2241685
4-��5�� ��1
ટ��ડ. ન ંGGRC/E-Tender/Solar Water Pump/01/2017-18
આરસી �ારા અમલી�ૃત સોલર ફોટોવો�ટ�ક (SPV) વોટર પપં યોજના
#તગ%ત &જુરાત રા(ય ના ખે+તૂો-ુ ં આઇડ��ટફક�શન અને તેઓના ખેતરમા ં
#દા2જત 500 નબંર સોલર ફોટોવો�ટ�ક (SPV) વોટર પપંની 6થાપના કરવા
માટ� રસ ધરાવતા સ9લાયરો પાસેથી ઓનલાઇન ટ��ડર આમ:ંીત કર� છે.
રસ ધરાવતા સ9લાયસ% એમએનઆરઇ �ારા =હ�ર કર�લ ઓ?ફ @ીડ અને
AડસBCલાઈઝડ સોલર એF9લક�શન Gો@ામ મા ં ચેનલ પાટ%નર ની #િતમ યાદJ
અથવા/અને નાબાડ% �ારા GોLસાAહત સોલર પMપ Gો@ામ ની #િતમ યાદJ મા ં
નNધાયેલા હોવા જોઈએ.
ટ��ડર મા: ને મા: ઓનલાઇન www.nprocure.com મારફત ભરJ શકાશે Yની
ખાસ નNદ લેવી. ઇ-ટ��ડર ડૉ\મેુ�ટ www.nprocure.com અથવા www.ggrc.co.in
અથવા www.statetenders.com સાઇટ પરથી તા.1૮.૦૯.૨૦૧૭ ના સવાર� ૧૦.૦૦
વાjયા પછJ ડાઉનલોડ કરJ અને ઓનલાઇન અને Aફ2lકલ દ6તાવેજો
આરસી ખાતે ૦૫.૧૦.૨૦૧૭ ના સાYં ૫.૦૦ વાjયા nધુી જમા કરJ શકાશે.
િG-બીડ મીAટoગ તા.૨૫.૦૯.૨૦૧૭ ના રોજ સવાર� ૧૨.૦૦ વાગે આરસી ના
કો�ફર�સ હોલ રાખવામા ંઆવે છે.
સpંqુત વહJવટJ સચંાલક, આરસી
GUJARAT GREEN REVOLUTION COMPANY LIMITED (GGRC)
P.O.FERTILIZERNAGAR , VADODARA 391750
Ph:0265-3003403, Fax: 0265-2241685
E-TENDER NOTICE
Tender No. GGRC/E-Tender/Solar Water Pump/01/2017-18
GGRC invites ONLINE TENDER from interested parties for identification of
beneficiary farmer and installation of 500 nos. of solar photovoltaic (SPV)
water pump system at his field in the State of Gujarat under Solar
Photovoltaic (SPV) Water Pump Programme implemented by GGRC. The
interested suppliers should be empanelled in the latest list of “Channel
partners for Off Grid and Decentralized Solar Applications Programme
and/or Empanelled to Promote Solar Water Pumping Programme through
NABARD” declared by MNRE.
The tender must be filed online through https://nprocure.com only.
Interested bidders can download the tender document on or after 10:00
hours on 18/09/17 from https://nprocure.com or www.ggrc.co.in or
www.statetenders.com. Last date for submission of online bid as well as
physical bid at GGRC will be 05/10/17 up to 17:00 hours. Pre-Bid meeting
will be conducted on 25/09/17 at 12:00 hours in the conference hall
GGRC, Vadodara.
Joint Managing Director GGRC
1
TENDER NOTICE NO. GGRC/E-Tender/Solar Water Pump/01/2017-18
Tender document for Identification of beneficiary farmer, Surveying,
Designing, Supplying, Installation and Commissioning of tentatively 500
numbers of Solar Photovoltaic (SPV) Water Pump System on farmer’s
field under Solar Photovoltaic (SPV) Water pumping System Component
of “Sub-Mission on Agricultural Mechanization (SMAM) Programme”,
Government of Gujarat in the Gujarat State
Gujarat Green Revolution Company Limited,
Opp. GSFC University, GSFC Fertilizernagar,
Vadodara-391750 (Gujarat)
Phone: 0265-3003403, 1800-233-2652,
Fax: 0265-2241685,
Website: www.ggrc.co.in
2
TENDER NOTICE NO. GGRC/E-Tender/Solar Water Pump/01/2017-18
Tender Documents consisting of:
S.No Description
1 Tender Notice
2 Part-A: Definitions
3 Part-B: Important Instruction to Bidders
4 Part-C: Schedule-A
5 Part-D: Check List
6 Part-E: Ethics Pact
7 Part-F: General, Commercial Terms and Conditions
8 Part G: Scope of Work and Technical Specification
3
1.0 TENDER NOTICE: NO. GGRC/E-Tender/Solar Water Pump/01/2017-18
1.1 GUJARAT GREEN REVOLUTION COMPANY LIMITED, GGRC is established on
2005 by changing the name of “Gujarat Agri processing Co. Ltd.” which was
promoted by GSFC, GNFC and GAIC and is mandated with promote Micro
Irrigation System (MIS) in farmer fields of Gujarat State. GGRC is working as an
Implementing Agency on behalf of Government of Gujarat (GOG) and Government
of India (GOI) to bring second Green Revolution in consonance with the Agriculture
Policy and Vision of Government of Gujarat so as to save water, fertilizer and energy,
besides multiple benefits to improve agricultural productivity and farmer’s
prosperity at large. To add the value to the success of Micro Irrigation Scheme,
Government of Gujarat has entrusted GGRC to implement Protected Cultivation
(PCS) Scheme from 2014-15 .To add another feather to the success of GGRC,
Government of Gujarat (Deptt. of Agriculture) has entrusted to implement Solar
water pump component under Sub Mission on Agricultural Mechanisation (SMAM)
in the state of Gujarat with GR No. Budget-10-2016-1243-K-5-dated 03-04-2017.
The SMAM Programme will be integrated with Micro irrigation Scheme
implemented by GGRC in the state. Under the Scheme, AC/DC type
submersible/surface pump of 3 HP and 5 HP capacity of SPV Water Pump system
will be provided to beneficiary farmer. The beneficiary farmers will be entitled to
avail subsidy from Government of Gujarat towards Project cost of erection and
commissioning of SPV water Pump System for irrigation at his field as mentioned
under.
Category of Farmer
Subsidy for AC Pump
(Submersible/ Surface
Pumps)
Subsidy for DC Pump
(Submersible/ Surface
Pumps)
Small and
Marginal/Women/Schedule
Caste/Schedule Tribe
Rs 47,520 per HP Rs 59,400 per HP
Other Farmer Rs 43,200 per HP Rs 54,000 per HP
To avail the benefit of installation of SPV water Pump for irrigation under the
scheme, beneficiary farmer normally should have Drip Irrigation System under the
MIS scheme implemented by GGRC in the state of Gujarat.
Solar Photovoltaic Pump System Suppliers (SPV Water Pump Supplier) shall
Survey, Design, Supply, Install and Commission the Solar Photovoltaic Water (SPV)
Pump System for irrigation on farmers field.
4
1.2 Objectives:
i. To Create Awareness and Demonstrate Effective Use Of Solar Water Pump
With Drip Irrigation System For Farmer.
ii. To provide clean, green and assured source of energy to farmer for irrigation
where grid connection is not economical and affordable to farmer.
iii. To replace Diesel/Grid electric operated water pump set by SPV water pump
to reduce carbon footprint in environment
iv. To promote as a means of Climate-Smart Agriculture (FAO-2010) to increase
productivity in an environmentally and socially sustainable way and
strengthen farmers’ resilience to climate change.
v. To improve water use efficiency & crop productivity per unit of water,
increase farmers' income and consequent improvement of their life standard.
vi. To improve energy use efficiency in agriculture sector.
1.3 INVITATION OF ONLINE TENDERS
Joint Managing Director invites “On line Tenders “(e-tendering) for “Identification
of farmer, Surveying, Designing, Supplying, Installation and Commissioning of
tentatively 500 numbers of Solar Photovoltaic (SPV) Water Pump System on
farmer’s field under Solar Photovoltaic (SPV) Water pumping System Component
of “Sub-Mission on Agricultural Mechanisation (SMAM) Programme”,
Government of Gujarat in the Gujarat State” from Bidders who are a Registered
Company with manufacturing facility in India for SPV Cells / Modules OR
Motor-pump Sets OR Solar Pumps Inverter (Tested & Certified by MNRE
accredited lab) and Company must be either a MNRE channel partner for OFF -
GRID PV systems and/or MNRE empanelled partner for Solar Pumping
programme under NABARD scheme (MNRE channel partners for any other
programme are not eligible).
OR
A PV System Integrator who must be either a MNRE channel partner for OFF -
GRID PV systems and/or MNRE empanelled partner for Solar Pumping
programme under NABARD scheme (MNRE channel partners for any other
programme are not eligible).are eligible.
In case if registration in MNRE channel partner for OFF - GRID PV systems is
expired on 31.03.2017 and MNRE has issued common notifications on its web site
regarding non acceptance of renewal request, same shall be submitted & considered .
The bidder shall have to submit the authenticated documentary evidence duly
notarized for relevant of the same along with copy of original certificate duly
notarized.
Tender Papers & Specifications may be down loaded from Web site https://
nprocure.com (For view, down load and on line submission) and web sites
www.ggrc.co.in or www.statetenders.com (For view & down load only). Offer / Bid
is required to be submitted by online mode only (i.e. under preliminary, technical
and price bid stage of online) except documents (as mentioned in the clause no.: 3A
and 3B of “Note: Important of Schedule-A”) to be submitted physically in sealed
Main cover containing separate covers for “EMD & Tender fee Documents cover”
5
and “Technical Bid documents cover” separately by Registered Post A.D. or Speed
Post addressed to
Joint Managing Director, Gujarat Green Revolution Company Limited, Opp. GSFC
University, GSFC Fertilzernagar, Vadodara, 391750, Gujarat With a covering letter
signed by authorized person of company with seal.
“NO COURIER SERVICE OR HAND DELIVERY” will be allowed.
Sr. no. Description
1 Tender No.: TENDER NOTICE NO. GGRC/E-Tender/Solar Water Pump/01/2017-
18
2
Identification of Beneficiary farmer, Surveying, Designing, Supplying, Installation
and Commissioning of tentatively 500 numbers of Solar Photovoltaic (SPV) Water
Pump System on farmer’s field under Solar Photovoltaic (SPV) Water pumping
System Component of “Sub-Mission on Agricultural Mechanization (SMAM)
Programme”, Government of Gujarat in the Gujarat State.
3 Tender Fee in Rs. (non refundable) Rs. 10,000=00
(Ten Thousand only)
4 Total Estimated Cost of Tender in Rs. Rs 1815.25 Lakhs
5 Earnest Money Deposit amount in Rs. As per Schedule A” of part
C of Tender Notice
6 Date of Tender Advertisement 18-09-2017
7
Date of Opening of Tender for download at
www.nprocure.com or www.statetenders.com,
www.ggrc.co.in
18-09-2017 Time 10.00 hrs
8 Date, Time & Venue for Pre Bid meeting.
25.09.2017 Time: 12.00 hrs.
Venue: Conference Hall,
GGRC, Vadodara
9
Last date for online submission of Preliminary,
technical and commercial bid and Price bid along
with physical submission of “Tender Documents”
(by Registered post A.D. or SPEED POST only
05.10.2017 up to
17.00 hours
AS PER THE NOTICE OF THE INVITATION OF TENDER (NEWS PAPER
ADVERTISEMENT), THE TENDER IS INVITED BY E-TENDERING (ON – LINE)
SYSTEM, FOR WHICH FOLLOWING CONDITIONS ARE MANDATORY.
[A] All the relevant documents as per cl no 3A and 3B of Schedule-A of tender are
required to be submitted physically in sealed Main cover containing separate
covers for “EMD& Tender fee Documents cover” as per 3A and “Technical Bid
documents cover” AS PER 3B separately (This cover shall be super scribe “Tender
no.: GGRC/E-Tender/Solar Water Pump/01/2017-18 & due date of opening) only, on
OR before due date and time. All such documents should be strictly submitted by
RPAD/Speed post only, otherwise the offer will not be considered and no any further
communication in the matter will be entertained.
[B] The documents other than mentioned in Part-C and documents mentioned in
Annexure-V of general and commercial terms and conditions of tender (i.e. Part-“F”)
6
are required to be uploaded in technical stage of online tender and submitted
physically in “Technical Bid documents cover”. In case of not uploading of required
document in online bid or uploading of wrong document or not submitting
physically in “Technical Bid documents cover”, bid may not be considered for
technical evaluation. However, the bidder may upload additional documents,
broachers, technical / other information etc, if desires to give with the bid.
[C] Bidders are requested to submit price – bid (Schedule – B) in on-line (e-tendering
form) only and not to submit the price bid in physical form. This is mandatory. If
price bid is submitted in physical form, same will not be opened and only on-line
submitted price bid will be considered for evaluation.
[D] GGRC at its sole discretion may ask additional clarification or information or
documents from the bidders who are found to be eligible in main pre-qualification
criteria.
Any technical questions, information and clarifications that may be required
pertaining to this enquiry should be referred to the Joint Managing Director, Gujarat
Green Revolution Company Limited, Opp. GSFC University, GSFC Fertilzernagar,
Vadodara, 391750, Gujarat
GGRC reserves the right to reject any OR all tenders without assigning any reasons
thereof.
For and on behalf of
Gujarat Green revolution Company Limited
Joint Managing Director
7
Part-A – DEFINITIONS
1. The "Solar Pump Supplier" /SPV water Pump Supplier/ Successful Bidder shall mean
the Bidders, whose tender has been accepted by the GGRC for award of the contract
and shall include his authorized representatives.
2. The "Officer" shall mean the authorized officer of the respective GGRC to supervise
the work for the purpose of the contract.
3. The "Specification" shall mean the tender forming a part of the contract along with
Performa, schedules, appendixes and all annexure.
4. The "Order" shall mean the official letter issued by the GGRC, informing the bidder
that his tender has been accepted.
5. The "Contract" shall mean the agreement to be entered into by the GGRC with the
contractor and shall include the General and commercial terms & condition and also
technical conditions, schedules, appendixes, drawings and any other conditions
specifically agreed between the parties forming a part of the contract.
6. The "EMD" shall mean Earnest Money Deposit.
7. The "Warrantee Period" shall mean the period during which the Contractor shall
remain liable for replacement / repair and maintenance of any defective parts / work
performed by the Contractor under the contract.
8. The "Work" shall mean activities to Identification of farmer, Surveying, Designing,
Supplying, Installation and Commissioning of tentatively 500 numbers of Solar
Photovoltaic (SPV) Water Pump System on farmer’s field under Solar Photovoltaic
(SPV) Water pumping System Component of “Sub-Mission on Agricultural
Mechanisation (SMAM) Programme within the State of Gujarat.
9. “Notice of Award of Contract / Letter of Award /Letter of Acceptance” shall mean the
official notice issued by the GGRC, notifying the Solar Pump Supplier that his bid has
been accepted.
10. “Week” shall means the continuous period of seven days.
11. “System” means Solar photovoltaic water pumping system consists of PV array,
Motor pump set, electronics, interconnected cables, earthing, On-Off switch and all
other ancillary required for satisfactory operation of installation.
12. “GGRC” means Gujarat Green Revolution Company Limited,Vadodara.
13. Tripartite Agreement (TPA) means an agreement to be executed amongst the
contractors, GGRC & the beneficiary (Farmer).
14. Beneficiary means the farmer in whose land the solar water pump system is to be
Surveyed Designed, Supplied, Installated and Commissioned.
15. “MNRE” Shall Means Ministry of New And Renewable Energy,Government of
India,New Delhi
8
Part-B: INSTRUCTIONS TO THE BIDDER
[I] Earnest Money Deposit (EMD) is to be paid as under:
Bidder has to pay E.M.D. as mentioned in tender notice. The EMD is payable by favour of
Gujarat Green Revolution Company Limited, Vadodara Drawn on any Scheduled
Commercial Bank / Nationalized Bank by Demand Draft or Banker's Cheque or Bank
Guarantee only.
In case of Bank Guarantee it should be in favour of GGRC,Vadodara from any Scheduled /
Nationalized Banks in a standard format prescribed by GGRC (Format given in Annexure-
XX). The validity of Bank Guarantee shall be 06 months from the schedule date of opening
of tender or to be extended as required by GGRC. The Bank Guarantee shall be any of the
nationalized banks and private banks authorized by RBI. Cheques are not acceptable.
CORPORATE GUARANTEES NOT ALLOWED.
The exemption in the payment of E.M.D. shall be given to the micro and Small Scale
Industrial (manufacturing) Units registered under Small Scale Industries of Gujarat State
and holding sub Sequent registration (SSI/MSME Part-II/Udyog Adhar Memorandum)
with CSPO/ NSIC/ DGS&D, Registration Certificates for the item under Tender subject to
submission of attested copies of their SSI (SSI/MSME Part-II/ Udyog Adhar
Memorandum) CSPO/NSIC/DGS&D Registration Certificates in EMD & Tender fee
Documents cover. This benefit of exemption will not be admissible If they take part in the
tender indirectly either through their dealers, agents, distributors or other intermediates.
No exemption shall be given to the bidders having only one registration number from
Government of Gujarat.
All the “SSI” (SSI/MSME Part-II/ Udyog Adhar Memorandum) and
“CSPO/NSIC/DGS&D” registration certificates Documents furnished along with the
tender submitted by the bidders having registered under small scale industries of Govt. of
Gujarat should have clear validity as per the tender and should invariably be renewed as
per the norms of “SSI” (SSI/MSME Part-II/ Udyog Adhar Memorandum) and
“CSPO/NSIC/DGS&D” registration certificates otherwise they shall have to pay E.M.D.
and no exemption will be granted.
Tenders submitted without Earnest Money Deposit by the firms, who are not eligible for
any exemption, will be rejected without entering in to further correspondence in this
regard and no reference will also be made.
The “SSI” (SSI/MSME Part-II/ Udyog Adhar Memorandum) & NSIC/CSPO/DGS&D
certificate should indicate the manufacture of item/s offered under this tender. Provisional
Registration Certificates are NOT allowed.
Government or Semi-Government Organizations, which are run departmentally & are not
limited Companies, will be eligible for exemption from payment of E.M.D. No Interest
will be allowed against payment of E.M.D.
9
All the relevant documents of tender are required to be submitted physically in sealed
Main cover containing separate covers for “EMD& Tender fee Documents cover” as per
clause 3A and “Technical Bid documents cover” as per clause 3B will be sent only by
Registered Post A.D. or by Speed Post addressed to the Joint Managing Director, Gujarat
Green Revolution Company Limited, Opp. GSFC University, GSFC Fertilzernagar,
Vadodara, 391750, Gujarat
“NO COURIER SERVICE OR HAND DELIVERY” will be allowed. All the tender
documents should reach to this office on or before date and time mentioned in tender
notice. No tender shall be accepted / opened in any case received after due date and time
of receipt of tender irrespective of delay due to postal services or any other reasons and
that GGRC shall not assume any responsibility for late receipt of the tender.
Demand Draft for payment of tender fee & EMD must be placed in the Cover super
scribing “EMD & Tender fee Cover Documents” along with requisite documents as
mentioned in the Schedule –A of tender. First the “E.M.D &Tender fee Cover
Documents” (Physical documents) will be opened and simultaneously the preliminary
stage of online mode will also be opened and if the documents towards payment of
Tender Fee, E.M.D and E.M.D. cover documents are found OK then only Technical Bid in
online as well as physical mode will be opened which may please be noted otherwise
online bid / e-tender will not be opened / say rejected out rightly and no correspondence
in this regard will be entertained.
[II] TECHNICAL AND COMMERCIAL BID:
The technical bid is required to be submitted in online as well as physical mode. The technical
and commercial bid shall comprise all the technical details of solar Photovoltaic Water
pumping system offered in accordance with MNRE/GGRC/SMAM specification / drawing
as mentioned in Part G of tender document. However, the required documents of
technical bid which are mentioned in Schedule-A –CL 3B of tender shall be submitted in
“Technical bid Documents Cover” in physical form.
Please note that the required documents should be invariably uploaded in online /
submitted in physically as mentioned in tender. Any tender without required documents
is liable to be ignored and the tender may be rejected without entering in to any further
correspondence in this regard and no further reference will be made.
Bidders shall submit Price Bid On-Line only and not in physical form.
10
[III] INSTRUCTION FOR e- Tendering (Online Tendering to Bidders):
i Downloading of tender Documents
a Bidders willing to participate in tender will have to get themselves registered on
website www.nprocure.com
ii Digital Signature
a Bidders should have valid digital certificate as per Information Technology Act
2000 using which they can sign their electronic bids. Bidders can also procure the
same from (n) code solutions, a division of GNFC Ltd., who are licensed
certifying authority by Govt. of India.
b For details regarding digital certificate and related training the below
mentioned address should be contacted M/s (n) Code Solution, A division of
GNFC, 301, GNFC Info Tower, Bodakdev, Ahmedabad 380054.Tel: +91
26857316/17/18; Fax: +91 79 26857321 E-mail: [email protected]
c Bidders who already possess valid Digital certificate need not procure a
new digital certificate.
iii On line Submission of Technical and Price Bid
a Bidders can prepare and edit their offers number of times before tender
submission date and time. After tender submission date and time, bidder
cannot edit their offer submitted in any case. No written or online
request in this regard shall be granted.
b Bidder shall submit their offer, i.e. Technical Bid as well as price bid in
Electronic format on above mentioned website and date shown in tender
details before digitally signing the same.
c Offers submitted without digitally signed will not be accepted.
d Offers only in physical form will not be open in any case.
iv General Instructions
a The Tender fees for on line tender document will not be refunded under
any circumstances.
b EMD in the form as specified in tender document will be accepted.
c Tenders without Tender Fees, Earnest Money Deposit (EMD) and which do
not fulfill all or any of the conditions or submitted incomplete in any
respect will be rejected.
d Conditional tender shall not be accepted.
e GGRC reserves the right to reject any or all the tenders or split the work
between more than one bidder without assigning any reasons thereof.
11
Part-C: SCHEDULE-- ‘A’
Tender NO: GGRC/E-Tender/Solar Water Pump/01/2017-18
Identification of beneficiary farmer, Surveying, Designing, Supplying, Installation and
Commissioning of tentatively 500 numbers of Solar Photovoltaic (SPV) Water Pump System
on farmer’s field under Solar Photovoltaic (SPV) Water pumping System Component of
“Sub-Mission on Agricultural Mechanization (SMAM) Programme”, Government of Gujarat
in the Gujarat State”.
Sr.No Description *Tender Tentative
Qty. Nos.
**Item Wise EMD for
MSME Unit in Rs. In
Lakhs
Item Wise EMD for
Non- MSME Unit in
Rs. In Lakhs
1 3 HP AC Submersible/
Surface 25
1.00
2.00
2
3 HP DC Submersible/
Surface 25
3 5 HP AC Submersible 225 2.00
4.00
4 5 HP DC Submersible 225
Total 500
Note:-
*The Quantity of each Solar pumps is tentative and may increase or decrease as per
demand generated during the implementation of programme.
** Micro ,small and medium enterprises unit of Gujarat or outside Gujarat of India should
submit Notarized copy of either certificate/acknowledgement of entrepreneur
memorandum of DIC Part-II/MSME Part –II/Udyog Adhar memorandum /valid
NSIC/CSPO/DGS & D certificate indicating micro, small & medium category of the Firm/
Udyog Adhar memorandum in physical form in “ EMD Cover document.” For the benefit
of Minimum tender quantity /payment of EMD at lower value.
It is to clarify that in case of any discrepancy between physical annexure/ documents and
on-line Annexures /Documents then on-line data will be considered as a final data for
tender evaluation and competition.
12
NOTE: IMPORTANT
1.0 Offers are invited from Bidders who is a Registered Company with
manufacturing facility in India for SPV Cells / Modules OR Motor-pump
Sets OR Solar Pumps Inverter (Tested & Certified by MNRE accredited lab)
and Company must be either a MNRE channel partner for OFF - GRID PV
systems and/or MNRE empanelled partner for Solar Pumping programme
under NABARD scheme (MNRE channel partners for any other programme
are not eligible).
OR
A PV System Integrator who must be either a MNRE channel partner for
OFF - GRID PV systems and/or MNRE empanelled partner for Solar
Pumping programme under NABARD scheme (MNRE channel partners for
any other programme are not eligible).are eligible.
In case if registration in MNRE channel partner for OFF - GRID PV systems is
expired on 31.03.2017 and If the MNRE has issued common notifications on its
web site regarding non acceptance of renewal request, same shall be submitted
& considered . The bidder shall have to submit the authenticated documentary
evidence duly notarized for relevant of the same along with copy of original
certificate duly notarized.
(Please refer clause no.: 3 (Tender Evaluation Criteria) of Part–F: General and
Commercial Terms and Condition) 2.0 The quantity of solar water pump mentioned above is tentative. No Dispute for
non-allocation or allocation of very less quantity shall be entertained and GGRC
decision in this regards, shall be binding to the Bidders. The GGRC reserve the
right to reduce / enhance the tender quantity as per their requirement at the
time of finalization of the tender.
3.0 Physical Submission of Tender Document in sealed Main cover:-
The following documents’ Covers as stated hereunder are required to be placed
separately and submitted in physical form under sealed cover as “MAIN
COVER”. (This cover shall be super scribe “Tender No: GGRC/E-Tender/Solar
Water Pump/01/2017-18 & due date of opening)
This MAIN COVER shall contain two separate covers as under.
Cover -1 containing “EMD & Tender fee Documents cover” as per Documents
mentioned in Clause no 3 A
Cover-2 Containing “Technical Bid documents cover” as per documents
mentioned in Clause no -3 B
13
(3A) EMD COVER DOCUMENTS SHALL CONTAIN THE
FOLLOWING DOCUMENTS:
The following documents as stated hereunder are required to be submitted in
physical form under Seal cover of “EMD cover Documents”. (This cover shall
be super scribe “Tender no.: GGRC/E-Tender/Solar Water Pump/01/2017-18 &
due date of opening)
(a) Tender fee amount by way of demand draft. This is mandatory
(b) Earnest Money Deposit (E.M.D) amount by way of demand draft and / or
valid Bank Guarantee in original OR documents like authenticated
notarized certificate copies of (a) registration with small scale industries of
Govt. of Gujarat (i.e. SSI (SSI/MSME Part-II/ Udyog Adhar Memorandum)
certificate issued by Govt. of Gujarat) and (b) registration with
CSPO/NSIC/DGS&D, for availing exemption in payment of E.M.D. Please
refer Part-B of tender. This is mandatory.
Note: The bid will be rejected out rightly; if above mandatory documents
are not submitted in physical form.
(3B) TECHNICAL BID COVER SHALL CONTAINS THE FOLLOWING
DOCUMENTS:
The following documents which are required for Technical Evaluation (Please
refer clause no.: 61 of general and commercial terms and conditions of tender
for details) to be submitted in physical form in sealed cover of “Technical bid
Cover”.
(a) Notarized copy of MNRE channel partner for OFF - GRID PV systems
and/or MNRE empanelled partner for Solar Pumping programme under
NABARD scheme (MNRE channel partners for any other programme are not
eligible).are eligible.
In case if registration in MNRE channel partner for OFF - GRID PVsystems is
expired on 31.03.2017 and MNRE has issued common notifications on its web
site regarding non acceptance of renewal request, same shall be submitted &
considered . The bidder shall have to submit the authenticated documentary
evidence duly notarized for relevant of the same along with copy of original
certificate duly notarized in Technical bid cover.
(b) Supplies and satisfactory commissioning of at least 30 numbers of the Solar
Photovoltaic Water Pumping Systems to any State Nodal Agencies /
Government Departments / Private sectors by the party during the last three
years from the date of submission of TENDER.
14
The details shall be submitted in physical form in Technical bid cover
(Annexure-IV). GGRC may at its discretion reduce the number of solar water
pump limit.
The details of similar work done in last three years including supplies made /
status of supply of pending orders etc. to any Govt. dept./ DISCOM/ SEB of
India/ Pvt. Firms, for the tendered items, duly self-attested are to be given in
Annexure – IV of technical stage of online tender. However, the copies of the
orders and certificates from the user agencies to be to be submitted in physical in
Technical bid cover.
c) Financial strength of the organization; the party must have turnover of
minimum Rs. 3 crore in business (should be proved by documentary
evidence)of SPV water pump system (i.e. in installation and commissioning)
during any one year of the three year period from 2014-15 to 2016-17, GGRC
may at its discretion reduce the minimum turn over limit.
The certified copy of balance sheet for last three years duly audited /
certified by Chartered Accountant along with CA certificate for turn over &
Net worth to be submitted in physical in Technical bid cover. d) Documents as mentioned in Annexure -V are required to be submitted in
physical in Technical bid cover.
e) The bidder should have at least 10 Nos. of technically qualified and well-
experienced manpower for Installation and after sales service of the systems.
The details of Technical staff available with the company for execution of work
are to be given in Annexure-VI of technical stage of online tender. The copies of
resumes and appropriate certificates should be submitted in Technical bid
cover.
f) Notarized copy of agreement / MOU between manufacturer of SPV
Module/Solar Pump/Controller and the bidder (in case of bidder is not
manufacturer of all/any of the SPV module/Solar Pump/Controller) is/are
required to be submitted in the “Technical bid cover.” (Annexure-VII)
g) It is mandatory for bidder to have valid test Certificate for the offered Model of
Solar Water Pumping System from a MNRE authorized testing centre. (Test
Certificate should have been issued on or after 1 January 2014.) The copy of test
certificate shall be submitted by the bidders in physical form in “Technical bid
cover.” (Annexure-VIII)
h) The bidder should have declared, if any relative is working with or
employee of GGRC in (Annexure-IX)
(i) The Copy of ISO certificate for Quality Management System, if implemented
should be submitted in “Technical bid cover.”
(j) The bidder shall submit the design and drawing of their system offered, in
“Technical bid cover.”(ANNEXURE-IX)
15
(k) The check list (Part-D) shall be submitted in physical form in “Technical bid
cover.”
4.0 The successful bidder/s has to (i) Pay the security deposit amount and (ii)
execute the work order placed by GGRC; within 15 days from the date of receipt
of Letter of acceptance
5.0 Security Deposit:
The successful Bidders will be required to pay security deposit amount as per
clause no.: 14 of General and commercial terms and conditions of tender. 6.0 In case GGRC finds that there is an attempt of cartel in the prices, GGRC
reserves the right to consider or reject any or all the parties offer without
assigning any reason thereof.
7.0 Bidders are requested to submit undertaking in regard to quoted price as per
Annexure-XVIII in online and physical mode in Technical bid stage and this is
mandatory. 8.0 The bidders are requested to submit their bids by on line through our service
provider M/s (n) Code Solutions before one day of the due date to avoid
complication / dispute at later stage
9.0 Bidders are informed that their employee authorized in writing will only be
allowed as their “Authorized Representative” for all purpose to deal with
GGRC in respect of this Tender. Non-employee cannot deal/shall not be allowed
to deal with the Company. 10. It is proposed to have ethics pact (Part E of tender document), to have best
business practices in an atmosphere of trust to provide goods & services for the
ultimate benefit of the society and Nation. GGRC management desires to have
an ethic pact attached herewith to be confirmed by bidder. However this
document does not have any legal binding. 11.0 The tender is invited on behalf of Department of Agriculture and Cooperation,
Government of Gujarat. However, Letter of Acceptance / letter of Intent/work
order shall be issued by GGRC.
Bidders will have to abide all the terms and conditions against Letter of Intent
(LOI) / Letter of Acceptance (LOA) / work order placed by GGRC.
12.0 REFUND OF EMD:
Earnest Money Deposit (EMD) of all unsuccessful bidders shall be released on
finalization of tender / placement of detailed order (A/T) by GGRC. EMD of
successful bidders shall be released only on submission of security Deposit
(S.D.) to GGRC against the Letter of Acceptance (LOA) placed on them.
16
Part-D: CHECK LIST
(TO BE SUBMITTED IN PHYSICAL FORM IN SEAL COVER OF “EMD COVER
DOCUMENTS” AS WELL AS “TECHNICAL BID COVER DOCUMENTS”)
To ensure that your offer submitted to GGRC is complete in all respects, please
go through the following checklist & tick mark for the enclosures submitted
physically in seal cover of “Technical Bid Cover” / uploaded in technical stage of
online with your offer:
Sr.
No Description
Submitt
ed/Uplo
aded
(Yes/No
)
1 Tender Fee by DD / Money Receipt is kept in “EMD Cover Documents”
2
Earnest Money Deposit by DD/Bank Guarantee OR authenticated
notary certified copy of registration with Small Scale Industries of
Gujarat State (SSI/MSME Part-II/ Udyog Adhar Memorandum) &
CSPO / NSIC / DGS&D registration certificate are kept in “EMD
&Tender fee Cover Documents”
3
In case interested SPV Water Pump Suppliers is a company- copy of
Certificate of incorporation or In case of Firm- copy of the Registration
Deed. These documents should be self attested by competent authority
and carry the name designation of authorized signatory along with seal
of the company.
4
List of present Partners/Directors/owners/executive council members/
trustees/ Board members as applicable with permanent as well as
present address, phone numbers and fax number.
5
Notarized valid Test Certificate for the offered Model of Solar Water
Pumping System from a MNRE authorized testing centre. (Test
Certificate should have been issued on or after 1 January 2014.)
6
Notarized valid Registration certificate issued by MNRE, New Delhi
for MNRE channel partner for OFF - GRID PV systems and/or MNRE
empanelled partner for Solar Pumps under NABARD scheme (MNRE
channel partners for any other programme are not eligible).
7
The certified copy of balance sheet for last three years duly audited /
certified by Chartered Accountant along with CA certificate for turn
over & Net worth to be submitted in physical in Technical bid cover.
8
Documents of supply and satisfactory commissioning of at least 30
numbers of the Solar Photovoltaic Water Pumping Systems to any State
Nodal Agencies / Government Departments / Private sectors by the
party during the last three years from the date of submission of
TENDER.
9 The copies of the orders and certificates of similar work done in last
three years (as per Annexure-3) are kept in “Technical bid Cover”
17
and information uploaded in technical stage of on line tender
10 The documents related to Annexure-V are uploaded in technical stage
of online tender & kept in “Technical bid Cover”.
11
List of Orders executed of last three (3) years including supplies made
/ status of supply of pending orders etc. any Govt. dept./ DISCOM/
SEB of India/ Pvt. firms, for the tendered items, duly self-attested are
kept in “Technical bid Cover”.
12
Notarized copy of agreement / MOU between manufacturer of SPV
Module/Solar Pump/Controller and the bidder (in case of bidder is not
manufacturer of all/any of the SPV module/Solar Pump/Controller) is/are
required to be submitted in the “Technical bid cover
13
Notarized Copy of valid test Certificate for the offered Model of Solar
Water Pumping System from a MNRE authorized testing centre. (Test
Certificate should have been issued on or after 1st January 2014.) The
copy of test certificate shall be submitted by the bidders in physical
form in “Technical bid cover.”
14 The Copy of ISO certificate Quality management system if
implemented is kept in “Technical bid Cover”
15
The following documents’ covers as stated hereunder are placed
separately and submitted in physical form under sealed cover as
“MAIN COVER”. (This cover is super scribed “Tender No: GGRC/E-
Tender/Solar Water Pump/01/2017-18 & due date of opening)
This “MAIN COVER” is contained with following
separate covers as under
Cover -1 containing “EMD & Tender fee Documents cover” as per
Documents mentioned in Cl no 3A
Cover-2 Containing “Technical Bid documents cover” as per
documents mentioned in Cl no -3B
Sealed MAIN COVER containing above two covers are sent in physical
form by RPAD/ Speed post only
16 The copies of registration with GST/, Permanent Account Number,
(PAN), EPF registration no. are kept in “Technical bid Cover”.
17 All online Annexure and price bid are filled up properly in e-tendering
18
The required details and documents (as per Annexure-V) and other
documents, broachers, technical details are kept in “Technical bid
Cover”.
19 All Annexure from Annexure-I to Annexure-XX and Annexure-A of
part G filled/accepted and submitted physical/online as specified
20 The duly signed and accepted copy of Part F: GENERAL TERMS AND
CONDITIONS documents in physical form in technical bid cover
21
The duly signed and accepted copy of Part G: SCOPE OF WORK
AND TECHNICAL SPECIFICATION documents in physical form in
technical bid cover
18
PART-E ETHICS PACTS AND OUR ENDEAVOUR
1
Tender No: GGRC/E-Tender/Solar Water Pump/01/2017-18
PART-F: GENERAL AND COMMERCIAL TERMS AND CONDITIONS
(All the bidder are requested to go through general and commercial condition before the
filing the any tender documents and to be submitted with technical bid documents)
1.0 In this deed of agreement / Offer, unless the context otherwise requires, GGRC shall
mean the Joint Managing Director or his representative of Gujarat Green Revolution
Company Limited with REGISTERED & CORPORATE OFFICE, Fertilizernagar
Township,PO Fertilizernagar,Vadodara-391750 and shall include his successors and
assignees.
The Bidder shall mean the Bidder / Associate whose offer is received by GGRC as per
eligibility criteria and shall include such Bidders / Associate heirs, legal representatives,
successors and assignees.
The Bidder shall be deemed to have carefully examined all the papers, drawings, etc.
attached in the tender an submit the undertaking as per annexure-I . If bidder has any
doubt as to the meaning of any portion of any condition / specification, etc. he shall
before submitting the bid seek clarification from GGRC so that such doubts are
removed.
No deviation in specification shall be allowed and GGRC’s decision shall be final
(Annexure-II). The technical scrutiny committee of GGRC shall evaluate the techno-
commercial view of the tender. GGRC reserves the right to open or not to open the price
bid of the bidders on the basis of their past performance of their supplied materials. 1.1 Tender should be in two bids.
a) Preliminary and Techno – Commercial Bid (Online as well as Physical mode)
documents as listed in Schedule-A of this tender, to be submitted in physical form
as mentioned in clause no 3- 3A, 3B of the schedule-A
and
b) Price Bid (Online) 1.2 Incomplete bids and amendments and additions to bids after opening of the bids
will be ignored out rightly. 1.3 The price bid of those bidders who are techno-commercially qualified shall only be
opened. 2.0 MINIMUM TENDER QUANTITY TO BE OFFERED:-
The Bidder, who submits their bid for a minimum quantity, as specified below of the
tender quantity of the respective item, for which the Firm participated, shall only be
considered for price evaluation for particular item. GGRC will not consider the
technical bid of any party who quotes for lesser quantity then mentioned in below
table.
2
Sr. No
Description
Tender Tentative
Quantity in number
Minimum Quantity to be offered by
For MSME Bidder
For other Bidder
1 3 HP AC Submersible/ Surface
25 2
5
2 3 HP DC Submersible/ Surface
25 2
5
3 5 HP AC Submersible 225 15 30 4 5 HP DC Submersible 225 15 30
Total 500
Bidders have to indicate their offered quantity in attached Annexure-III. 3.0 TENDER EVALUATION CRITERIA:
Technical Bids of only those bidders who are found qualified, based on
considerations specified under will be opened. 3.1 PRELIMINARY BID:
Earnest Money Deposit or notarized copy of SSI (SSI/MSME-II) certificate of
Gujarat State and registration certification with CSPO/NSIC/DGS &D and tender
fee in the prescribe form to be submitted with tender. (Please refer Part –B and
Part-C / Schedule-A of tender)
3.2 TECHNICAL:
The bids of only those bidders who have submitted the following required
documents in physical form under sealed cover of “Technical Bid cover” and
submitted required details / documents in on-line in respective Annexures will be
considered for technical evaluation.
a) Registered Company with manufacturing facility in India for Cells / Modules OR
Motor-pump Sets OR Solar Pumps Inverter (Tested & Certified by MNRE
accredited lab) and Company must be either a MNRE channel partner for OFF -
GRID PV systems and/or MNRE empanelled partner for Solar Pumping
programme under NABARD scheme (MNRE channel partners for any other
programme are not eligible).
OR
A PV System Integrator who must be either a MNRE channel partner for OFF -
GRID PV systems and/or MNRE empanelled partner for Solar Pumping
programme under NABARD scheme (MNRE channel partners for any other
programme are not eligible).are eligible.
3
In case if registration in MNRE channel partner for OFF - GRID PVsystems is expired
on 31.03.2017 and MNRE has issued common notifications on its web site regarding non
acceptance of renewal request, same shall be submitted & considered . The bidder shall
have to submit the authenticated documentary evidence duly notarized for relevant of
the same along with copy of original certificate duly notarized in Technical bid cover.
b) Supplies and satisfactory commissioning of at least 30 numbers of the Solar
Photovoltaic Water Pumping Systems to any State Nodal Agencies / Government
Departments / Private sectors by the party during the last three years from the date
of submission of TENDER.
The details shall be submitted in physical form in Technical bid cover (Annexure-
IV). GGRC may at its discretion reduce the number of solar water pump limit.
The details of similar work done in last three years including supplies made / status of
supply of pending orders etc. to any Govt. dept./ DISCOM/ SEB of India/ Pvt. Firms, for
the tendered items, duly self-attested are to be given in Annexure – IV of technical stage
of online tender. However, the copies of the orders and certificates from the user
agencies to be to be submitted in physical in Technical bid cover.
c) Financial strength of the organization; the party must have turnover of minimum Rs. 3 crore
in business (should be proved by documentary evidence)of Solar water pump system (i.e. in
installation and commissioning) during any one year of the three year period from 2014-15 to
2016-17, GGRC may at its discretion reduce the minimum turn over limit.
The certified copy of balance sheet for last three years duly audited / certified by
Chartered Accountant along with CA certificate for turn over & Net worth to be
submitted in physical in Technical bid cover.
d) Documents as mentioned in Annexure -V are required to be submitted in physical in
Technical bid cover.
e) The bidder should have at least 10 Nos. of technically qualified and well-experienced
manpower for Installation and after sales service of the systems. The details of Technical
staff available with the company for execution of work are to be given in Annexure-VI of
technical stage of online tender. The copies of resumes and appropriate certificates should
be submitted in Technical bid cover.
f) Notarized copy of agreement / MOU between manufacturer of Module/Solar
Pump/Controller and the bidder (in case of bidder is not manufacturer of all/any of the
module/Solar Pump/Controller) is/are required to be submitted in the “Technical bid
cover.” (Annexure-VII)
(h) It is mandatory for bidder to have valid test Certificate for the offered Model of Solar
Water Pumping System from a MNRE authorized testing centre. (Test Certificate should
have been issued on or after 1 January 2014.) The copy of test certificate shall be submitted
by the bidders in physical form in “Technical bid cover.” (Annexure-VIII)
4
(i) The bidder should have declared, if any relative is working with or employee of GGRC in
(Annexure-IX)
Criteria no. (a)* is essential for selection as registered Solar water pump system supplier under the programme. Solar water pump system supplier while submitting their tender should ensure that they are meeting the criteria
Bid offers not satisfying any of the above mentioned criteria will be liable for
rejection.
GGRC reserves the right to accept or reject any or all the tenders. Decision taken by
GGRC shall be final and binding on all.
4.0 ASSESSMENTS OF MANUFACTURING CAPACITY OF BIDDER
4.1 GGRC at its own sole discretion may appoint a third party inspection agency to assess
manufacturing capability and quality assurance system of company’s/ PV system
integrator’s manufacturing site. GGRC or its competent authorized officer may visit
manufacturing site and registered office for verification of credentials of company/ PV
system integrator.
4.2 In addition to above, GGRC if required may pick up samples from the manufacturing
facility, Solar water pump material supplied & Installed at beneficiaries’ site at random
for quality check only. The samples picked up will be tested for acceptance test as
decided by GGRC at MNRE/Government approved laboratory as per relevant ISS/BIS/
GGRC specifications.
4.3 If the water pumping system fails in any of the acceptance tests carried out, then full
supply of materials will be considered as rejected and Solar water pump supplier has to
replace the entire material with satisfaction of GGRC. The GGRC may impose suitable
amount of penalty at its own discretion on Solar water pump suppliers and all these will
be binding on the supplier. In case if the materials does not confirm to specifications or
fails at Government approved laboratory or other laboratory decided by GGRC for
testing and then all Testing fees, expenses of the third party inspection agency and other
expenses incurred by GGRC will be borne by Solar water pump supplier.
5.0 IMPLEMENTATION OF SMAM PROGRAMME
This SMAM programme will be implemented on the line of Micro irrigation Scheme
implementation module adopted by GGRC in Gujarat state. It is advised to all tender
applicants to study separately the implementation module of GGRC before submission of
this online tender .
The process flow chart for implementation of SMAM solar water pumping programme is
attached as Annexure- X.
5
6.0 PRICE BID EVALUATION:
Bidder can quote for either all the items (1, 2, 3, 4, 5, 6) or any one item mentioned in
the price Schedule-B. However, evaluation will be carried out item wise (Please refer
clause no.: 2 of this general and commercial terms and condition) and order will be
placed item wise. GGRC reserves the right to place the order as per its requirements.
Prices quoted should be ‘FIRM’ and on F.O.R. Destination basis. The Component of
GST should be shown separately. Bidder shall indicate bid prices in Indian Rupees
only
7.0 PRICE EVALUATION:
No price preference shall be given on any account. All tenders will be evaluated on firm
price end cost basis of supply, installation and commissioning but without loading
GST: the parties however will have to give the detailed break-up of the end cost as per
price bid. If more than one party is to be considered for placement of order, they will
have to match their end cost with Lowest1 (L-1) end cost, who is technically acceptable.
GGRC may go to the price of Lowest 2 (L-2) depending upon the exigency. If GGRC
feels that there is lack of serious competition or any other reasons, GGRC may negotiate
with the L-1 party. GGRC’S decision shall be final and binding on all the parties.
However if L-1 rates are not as per prevailing market rate and perceived on higher
side, GGRC reserves it right to re-invite the rate through online reverse auction
system from bidders.
8.0 QUANTITY DISTRIBUTION:
Minimum 50% quantity shall be reserved for bidders who is techno-commerciality
qualified and who bid the L-1 end cost with GST. However, the final allocation of
Quantity to L-1 Bidder will depend upon their production capacity, quantity offered
item wise, financial capacity, on hand orders, supply, quality performance and past
performance with GGRC.
For quantity distribution for tendered items, production capacity, quantity offered item
wise, financial capacity, on hand orders, supply and quality performance shall be
considered. GGRC’S may exercise its own discretion for quantity allocation and
decision shall be final and binding on all the parties. GGRC can distribute quantity more than one party subject to matching with price of L-1
Bidder.
9.0 REGISTRATION AS SOLAR WATER PUMP SUPPLIER:
GGRC will notify successful bidder about acceptance of bid. Detailed work order with
letter of acceptance for their registration as solar water pump supplier under the solar
water pump scheme implemented by GGRC will also be placed by GGRC.
6
Within 15 (fifteen) days of receipt of the detailed work order and letter of acceptance,
the successful bidder shall acknowledge with confirmation of acceptance of terms &
conditions.
10.0 REGISTRATION FEE:
i. Non refundable fee of Rs. 1,00,000 (Rupees One lakhs only ) shall be required to be
paid for registration as one of the registered Solar Water Pump System Suppliers
with GGRC subject to acceptance and assessment of tender and your selection as
registered solar water pump supplier.
ii. The amount of Rs. 1,00,000/- (Rupees One lakhs only ) shall be paid to GGRC either
by NEFT/RTGS transfer/Demand Draft/multi city cheque in favour of Gujarat Green
Revolution Company Ltd. Payable at Vadodara (Baroda) after selection as registered
Solar water pump System Suppliers of GGRC.
iii. The Solar water pump suppliers who have already registered with GGRC in year
2016-17 will be exempted from payment of registration fees if they meet the criteria of
tender evaluation. Such Solar water pump suppliers have to pay renewal registration
as mentioned in point number 11.0.
11.0 RENEWAL REGISTRATION FEES:
Once Solar Water Pump System Suppliers are registered in GGRC, for every next
financial year, renewal fees of Rs 25,000/- (Rupees Twenty Five Thousand only) or as
decided from time to time would be charged by GGRC and is binding on all Solar water
pump suppliers. The Non-payment of such fees would lead to cancellation of solar
Water Pump System Suppliers registration..
12.0 JOINT COMMISSIONING OF SOLAR WATER PUMP SYSTEM
The Solar water pumping system is required to be installed at the farmer’s field
anywhere within state of Gujarat. After successful installation, commissioning and
testing of complete system is to be handed over to the beneficiary farmer.
The installed solar water pump system will be inspected jointly by a third party
inspection agency (TPIA) appointed by GGRC, The TPIA wiil verify the installed
solar water pump material and conduct a successful trial run of the solar water pump
system with satisfaction of farmer. At the time of inspection the TPIA will issue a Joint
Commissioning Report (JCR) (Annexure XI) jointly signed by representative of TPIA ,
registered solar pump supplier and beneficiary farmer.
The original copy of Join commissioning report will be submitted by successful
bidders along with final payment documents for release of payment at GGRC.
Serial Number (identification mark) must be permanently marked on all major
components of the systems. Metallic number plates with serial numbers duly riveted
7
or fixed with strong adhesive for non-metallic body, shall be fixed on each
components of solar water pump.
13.0 WORK SCHEDULE
The total period for Surveying, Designing, Procurement, Supply, Installation, Testing
and Commissioning of Solar water pump system is as per the scope of work defined
by GGRC time to time.
14.0 PAYMENT TERMS:
The terms of payment under the Scheme:
i. Advance Payment:
25% advance payment of total Solar water pump system cost or farmer share
whichever is less will be released to Solar water pump System Suppliers after receipt
of Tri Party Agreement (to be executed between farmer-Supplier and GGRC) along with
Farmer’s Share in case of non-loanee farmers.
In case of loanee farmers, GGRC will advice bank to release 25% advance payment of
total Solar water pump System cost or farmer share whichever is less after receipt of
Tri Party Agreement.
ii. Balance/Final Payment: In case of non-loanee farmers, remaining 70% payment of total
Solar water pump System cost will be given after the submission of completion of the
Joint Commissioning report along with prescribed photographs in prescribed format by
GGRC appointed third party agencies or any authorized officer from GGRC and
remaining 5 % will be kept as security deposit for five years.
In case of loanee farmers, an advice will be sent to bank to credit remaining 70%
payment of total Solar water pump System cost farmer’s loan account and for onward
release in favor of Solar water pump supplier after the submission of completion of the
installation work and satisfactory trial run report in prescribed format by GGRC
appointed third party agencies or any authorized officer from GGRC and remaining 5 %
will be kept as security deposit for five years.
However, it is to be noted that the release of final payment will depend upon the
receipt of financial grant from Government of Gujarat from time to time.
15.0 TAXATION:-
(A) GOOD ANS SERVICE TAX (GST) The prices should be quoted exclusive of Goods and Service Tax i.e. GST The rate of
GST should clearly be indicated. In case the prices quoted are inclusive of GST the tax
element Included in the price should be indicated.
8
(B) STATUTORY DEDUCTION:-
Statutory deduction will be made as per applicable law and rate in force time to time.
16.0 SECURITY DEPOSIT
The details work order along with letter of acceptance shall be issued through Fax / e-
mail / post to the successful Bidders indicating the quantity with capacity allocated to
them and the security deposit amount to be deposited by them with GGRC.
Successful Bidders will be required to deposit the requisite security deposit along
with Letter of Acceptance, failing which the Letter of Acceptance will be treated as
cancelled.
i. The Security Deposit will be 5% of the total water Pumping System cost. The security
deposit will be retained at the time of balance payment to be made after the joint
commissioning of solar water pump installation. The security deposit will be held for
period of 5 years. But the Solar water pump System supplier may claim his security
deposit after completion of 3 years from the date of handover of Solar water pump
System to farmer by providing the bank guarantee of same amount for remaining 2 years
and GGRC will refund the amount after deduction of penalty and other dues, if any. The
security deposit will be interest free.
ii. The Solar water pump supplier should furnish the security deposit of Rs Ten lakhs of
either in form of bank guarantee or deposit in favour of GGRC for five years. The
deposit will be refunded once the security deposit deducted as per the above (i) will
exceed ten lakhs subject to the satisfaction of GGRC. 17.0 EFFECT AND VALIDITY OF TENDER OFFER:
The offers will have to be kept valid for a period of 120 days from the date of opening
of technical bids. In case finalization of the tender is likely to be delayed, the bidders
will be asked to extend the same without change in the prices or any terms and
conditions of the offer. If any change is made, original or during the extended validity
period, the offers will be liable for outright rejection without entering into further
correspondence in this regard and no reference will also be made.
The submission of any bid connected with this tender shall constitute an agreement
that the bidder shall have no cause of action or claim, against GGRC for rejection of
their bid. GGRC shall always be at liberty to reject or accept any bid or bids at its sole
discretion and any such action will not be called into question and the bidder shall
have no claim in that regard against the GGRC.
18.0 INSURANCE OF THE SOLAR WATER PUMP SYSTEM AND LIFE OF
BENEFICIARY FARMERS:
9
GGRC appointed Insurance Agency will provide Insurance Coverage to the Solar water
pump system as well as the life of the beneficiary farmers for the period of one year.
The insurance coverage will start from the 1st date of subsequent month of date of Joint
Commissioning and Trail Run and the handing over the Solar water pump system to
the beneficiary farmers.
The Insurance premium will form a part of total Solar water pump system cost which
would be borne separately by farmer and deposited in GGRC. The annual charges of
insurance premium as on date is 0.28% + applicable Tax (may change from time to
time) on the value of each Solar water pump system.
The farmer has choice to renew his insurance policy at his own discretion from insurance agency after the expiry of 1st year of insurance. Note: The bidders are requested NOT to consider the cost of premium of insurance in their bids. As the cost of insurance premium will be borne by beneficiary farmer.
19.0 SPECIFIC TERMS AND CONDITIONS WITH RESPECT TO WARRANTY /
MAINTENANCE/TRAINING TO BENEFICIARY FARMER./
i. Warranty:
The Warranty period for the components / equipment supplied is as per
GGRC/SMAM/MNRE guidelines issued from time to time and for this tender which
shall be Five years from the date of installation and handover to the farmer. Any
equipment / component is found to have manufacture defect or poor workmanship
within the warranty period, the Solar water pump system supplier shall replace the
same with free of cost within five days of intimation from the beneficiary farmer. The
Solar water pump has to provide a Warrantee card (As per Annexure XII) to farmer and
will submit its copy to GGRC.
In the event of any instrument / component getting broken or damaged during
installation and trial run at the site before handing over the Solar water pump system to
the farmer / applicant, Solar water pump system supplier shall replace the same free of
cost.
ii. Maintenance and Repairing Services:
Solar water pump system Supplier shall provide maintenance and repairing services
free of cost for a period of 5 year from the date of handling over the Solar water pump
system. The Solar water pump system suppliers will also submit the regular
maintenance and servicing report (Annexure XIII) after every six month from the date
of Joint Commissioning till completion of warrantee period of 5 year
Except manufacturing defect, in case of any repair / replacement of fitting / spare parts
during the period of 5 year from the date of handing over to the farmer, the Solar water
pump system supplier will supply the same and recover the cost from the
farmer/applicant as per the rates decided from GGRC. However, Solar water pump
system Supplier must provide repairing services free of cost and ensure availability of
10
fittings and spare parts of the total system within five days of getting the request from
the farmers. This is to ensure optimal crop performance and system sustainability.
iii. Training to the farmer / applicant
It is obligatory on the part of Solar water pump system Supplier to provide operational
and maintenance training along with operational manual to run Solar water pump
system smoothly and trouble free.
iv. The record of each and every complaint shall have to be maintained by the agency and
shall have to be submitted to GGRC every month. v. Notices, Statements and other communications sent by GGRC through registered post
or e-mail or fax to the Bidder at his specified address shall be deemed to have been
delivered to the Bidder.
vi. All equipments / materials shall be suitably packed for transport / carriage at site and
outdoor storage during transit. The Bidder shall be responsible for any damage to the
equipments during transit and he shall replace such damaged equipments
immediately to adhere to the project completion timelines.
vii. Bidder has to undertake to establish one no. of Service centre with technicians). for
repair and maintenance of Solar PV Systems supplied and installed.
viii. Bidder shall ensure that necessary spares are always available with the service centers
to provide necessary after sales service to the beneficiary during the guarantee period.
For any problem in system, Supplier will immediately replace the defective parts of
the system and make the system operative within 3 (Three) days of complaint.
ix. The Bidder shall not display the photograph of the work and shall not take advantage
through publicity of the work without written permission GGRC.
20.0 PENALTY:-
In case the Solar water pump Supplier fails to complete the work as per the time limit
given in the work order issued after registration, the GGRC will levy a maximum
penalty @ 1% (one per cent) of the total Solar water pump System cost for each week of
delay for a maximum of 30 days after which, the GGRC may ask any other registered
Solar water pump Supplier to complete the work at the risk and cost of the original
Solar water pump Supplier and the same will be recovered from them.
Thereafter, the amount for which Solar water pump supplier has defaulted will be
recovered from security deposit or any due payment to be made to the defaulter Solar
water pump Supplier. The defaulter Solar water pump Supplier will cease to have any
right to carry out the work under the solar water pumping system programme
implemented by GGRC.
11
21.0 TERMINATION OF THE REGISTRATION
The GGRC will have the right to cancel the registration if the Solar water pump
Supplier commits breach of any or all conditions of the registration Breach of
condition of registration includes, but not limited to, the following:
i. It is found that the schedule of implementation of the work is not being adhered to.
ii. The Solar water pump Supplier stops work and such stoppage has not been authorized
by GGRC.
iii. The failure of Solar water pump Supplier to attend the complaint in correcting the
defects/irregularity for smooth operation of Solar water pump within a reasonable
period as given in the notice by the GGRC.
If the registration is terminated by the GGRC unilaterally, GGRC will settle all claims
through a mutually agreeable settlement.
22.0 SUSPENSION
The GGRC may, by a written notice may keep Solar water pump Supplier under
suspension of their registration if the Solar water pump Supplier fails to perform any
of its obligations under the given scope of work (including the carrying out of the
services) provided that such notice of suspension:
i. Shall specify the nature of the failure and ii. Shall request the Solar water pump Supplier to make good such failure
within a specified period from the date of receipt of such notice of
suspension by the Solar water pump Supplier
23.0 GUIDELINES FOR BIDDERS:
The program implementation guidelines of the GGRC as declared from time to time,
for Solar water pumping program shall be applicable and followed at all times.
The technical specification for which tender is invited are furnished in Part-G of
tender
Prices quoted should be F.O.R. basis at farmer site any where in the state of Gujarat
state exclusive of Taxes and levies as per price bid schedule.
The quantity indicated above is only indicative and not final. Payment will be done
only for the actual quantity executed.
24.0 OTHER OBLIGATIONS of BIDDER
The registered Solar water pump system Supplier shall provide all assistance to the
GGRC representative/s and to the authorized officers as they may reasonably require
to perform their duties and services in implementation of this programme viz.,
12
i. The Solar water pump system Supplier shall provide progress reports on a weekly basis
to GGRC or as and when demanded.
ii. The Solar water pump system Supplier will allow GGRC or their authorized
representative to enter the premises to monitor the progress of work.
iii. The Solar water pump system Supplier shall be responsible for all statutory obligations/
liabilities like Salary, ESI, PF, etc. as per Labour Laws for the manpower employed by
them for the project.
iv. The Solar water pump system Supplier shall be responsible for any damage done
during the demolition and indemnify the GGRC against any claims on account thereof
including third party and workmen’s compensation claims. If damages are done to the
said property or any adjoining property, GGRC shall be entitled to have the same put
right at the risk and expense of the interested Solar water pump Supplier or treat the
default as a ground for termination of the registration.
v. The Solar water pump system Supplier shall acquire no interest in the land comprised
in the said property except to enter therein for the purpose indicated in assigned work,
and in particular shall not be entitled to reside or allow anyone to reside or remain on
the property except a Chowkidar to protect the supplied material.
vi. The Solar water pump system Supplier will observe all local laws applicable while
executing the scope of work.
vii. The Solar water pump system Supplier will hand over the premises to the Farmer on
completion of their work.
viii. The Bidder shall have to comply with all rules, regulations, laws and bylaws enforced
by local bodies and State/Central Government,
ix. Any other item not specifically mentioned in the specifications but which are required
for Supply, Installation & Commissioning of Solar Water Pumping system are deemed
to be included in the scope of the specification as per relevant and latest IS, IEC, MNRE
guidelines, standards of Rural Electrification Corporation (REC) and specified by GGRC
unless specifically excluded.
x. Specification of all the items covered under this tender is given separately. However, if
any item is left out, standard specification of relevant and latest IS, IEC, MNRE, Rural
Electrification Corporation (REC) and specified by GGRC will be applicable for the
same.
25.0 SUBLET OF SCOPE OF WORK
The bidder shall not assign or sublet his scope of work or any part thereof, any breach
of this condition shall entitle the GGRC to terminate his registration as per Clause no.
and also render the Solar water pump supplier liable for payment to the GGRC in
respect of any loss or damage arising or ensuing from such termination.
26.0 ARBITRATION
All questions, disputes or differences whatsoever, which may, at any time, arises
between the parties i.e. the selected Solar water pump Supplier, Farmers of group and
13
GGRC, upon or in relation to or in connection with the contract shall be referred to the
Joint Managing Director, GGRC for that purpose and the decision of the Joint Managing
Director, GGRC shall be final and binding upon both the parties
27.0 LANGUAGE OF THE TENDER: All information in the bid shall be in English. Information in any other language shall
be accompanied by its translation in English. Failure to comply with this may
disqualify a bid. In the event of any discrepancy in meaning, the English language
copy of all documents shall govern. Notarized copy of certificate / documents
provided in Hindi / Gujarati will be accepted.
28.0 AMENDMENT OF TENDER
At any time prior to the deadline for submission of Tender, GGRC, Vadodara for any
reason, whether at its own initiative or in response to the clarifications requested by
prospective Interested bidders, may modify the Tender document by amendment.
T h e s a m e a m e n d m e n t will be notified in leading newspaper and on GGRC website
(www.ggrc.co.in) and changed modification will be binding on them. In order to allow
prospective Agencies a reasonable time to take the amendment into account in preparing
their Tender document, GGRC, Vadodara, at its discretion, may extend the deadline for
the submission of Tender.
29.0 REJECTION OF TENDER: The Bidder is expected to examine all instructions, terms, conditions, schedules and
other details called for in this specification and keep himself fully informed about all
which may, in any way, affect the work, or cost thereof. Failure to furnish the required
information or submission of tender not as per the specification will be at the Bidder’s
risk and may result in rejection.
The offer may be rejected in case the bidding schedules / annexure are not filled / partially filled and if particulars are not given in format prescribed in the tender
documents.
Further, the offer may summarily be rejected if it contains conditions with regard to: a) Different rates for the same items i.e. Rates should be quoted in the single slab
only. b) Deviation / Addition / Alternations / Omissions in bidding documents.
c) Deviation and contradictions to the terms and conditions specified in this tender. d) Offer with any change suggested in price pattern will be out rightly rejected. e) Revision of prices or any commercial terms affecting the price after opening of
technical bids shall not be considered and will be ignored. 30.0 GGRC'S OBLIGATION
Grant in a timely manner all such approvals, permissions and authorizations which
the Solar water pump Supplier may require or is obliged to seek from GGRC in
connection with the performance of the their obligations.
14
31.0 GGRC’s RIGHTS:
The GGRC reserves the right to terminate the contract or part thereof at any time
giving 01 (One) months’ notice of Termination or the reasons thereof. Contractor/s will
not be entitled for any compensation / damages / losses, whatsoever, on account of
such termination of the Contract.
The GGRC will be entitled to deduct directly, from the bills to be paid to the
contractor, any sum or sums payable by him and which sum/sums due to the
contractor or the GGRC is required to pay as a principal employer on account of
contractor’s default in respect of all liabilities referred to.
The Bidders shall specifically note that any overwriting or corrections or manuscript in
the bid shall be ignored and will not be considered authentic unless same are signed
and Bidder's Stamp / Seal is affixed.
GGRC reserves the right to split the contract into two or more bidders. In such cases,
the term for completion period will be negotiated and reduced proportionate to the
offered quantity / value.
In case of any doubt or interpretation of the terms and condition, the decision of the
Joint Managing Director,GGRC will be final and binding upon the Bidders and no
dispute in this regard will be entertained.
GGRC reserves the right to accept any bid or reject any or all Tenders or cancel /
withdraw or re invitation to bid without assigning any reason. Such decision of the
GGRC shall not be subject to question by any Bidders and the GGRC shall bear no
liability whatsoever for such decision. 32.0 JURISDICTION OF COURTS:
The laws applicable to the contract shall be the laws in force in India. The courts of
Vadodara City limits shall have exclusive jurisdiction in all matters arising under this
contract.
33.0 SAFETY AND SECURITY (Responsibility of Bidder):
The registered solar pump supplier shall have total responsibility for all equipment and
materials in his custody/stores, loose, semi-assembled and/or erected by him at site. The
registered solar pump supplier shall make suitable security arrangements including
employment of security personnel to ensure the protection of all materials, equipments
and works from theft, fire, pilferage and any other damages and loss up to
commissioning of the system. 34.0 PROTECTION OF PROPERTY AND CONTRACTOR'S LIABILITY:
The registered solar pump supplier shall be solely responsible for any damage resulting
from his operations up to commissioning and handing over of the system to beneficiary
farmer. He shall also be responsible for protection of all persons including members of
public and employees of the GGRC and the employees of other contractors and sub-
15
contractors and all public and private property including structures, building, other
plants and equipment and utility either above or below the ground up to commissioning
and handing over of the system.
The registered solar pump supplier will ensure provision of necessary safety equipment
such as barriers, signboards, warning lights and alarms, etc. to provide adequate
protections to persons and property. The successful bidder shall be responsible to give
reasonable notice to concerned agencies if any and the Employer of public or private
property and utilities when such property and utilities are likely to get damaged or
injured during the performance of his works and shall make all necessary arrangements
with such employers, related to removal and / or replacement or protection of such
property and utilities. 35.0 WORK & SAFETY REGULATIONS:
The registered solar pump supplier shall ensure proper safety of all the workmen,
materials, plants and equipments belonging to him or to the GGRC or to others, working
at the site. The registered solar pump supplier shall also be responsible for provision of
all safety notices and safety equipment required both by the relevant legislations and
GGRC, as they may deem necessary.
All equipments used in construction and erection by registered solar pump supplier shall
meet Indian/International standards and where such standards do not exist, the
contractor shall ensure these to be absolutely safe. All equipments shall be strictly
operated and maintained by the contractor in accordance with manufacturer's operation
manual and safety instructions and as per guidelines / rules of the GGRC in this regard.
The registered solar pump supplier shall provide suitable safety equipment of prescribed
standard to all employees and workmen according to the need.
The registered solar pump supplier shall follow and comply with the employer's safety
rules relevant provisions of applicable laws pertaining to the safety of workmen,
employees, plant and equipment as may be applicable from time to time without any
demur, protest or contest or reservations. In case of any discrepancy between statutory
requirement and employer's safety rules referred above, the latter shall be binding on
the registered solar pump supplier unless the statutory provisions are more stringent.
It will be the registered solar pump supplier sole responsibility to take the materials up
to the installation site.
36.0 INDEMNITY:
The registered solar pump supplier agrees to defend, indemnify and hold harmless
GGRC, its officers, directors, agents, employees and affiliates (and their respective
officers, directors, agents and employees) from and against any and all claims, liabilities,
actions, demands, judgments, losses, costs, expenses, suits, actions and damages arising
by reason of bodily injury, death or damage to property sustained by third parties that
are caused by an act of negligence or the willful misconduct of the bidder, or by an
officer, director, sub-contractor, agent or employee of the bidder.
16
37.0 FORCE MAJOURE
If, at any time during the continuance of this contract, the performance in whole or any
part by either party of any obligation under this contract shall be prevented or
delayed by reason of any war, hostility, act of the public enemy, civil commotion,
sabotage, fires, floods, explosion, epidemics. Quarantine restrictions, strikes, lock-outs or
acts of god (hereunder referred to as event)” then provided notice of the happening of
any such event is given by either party to the other within seven days from the date of
occurrence thereof neither party shall be reason of such event be entitled to terminate
this contract nor shall either party shall have any claim for damages against the other
in respect of such non-performance or delay in performance, and deliveries under
the contract shall be resumed as soon as practicable after such event has come to end or
ceased of exist, and the decision of the Joint Managing Director, GGRC as to whether the
deliveries have been so resumed or not shall be final and conclusive.
I/we have read the general terms and conditions as above and agreed unconditionally.
Note:
a) This Part F: GENERAL TERMS AND CONDITIONS documents need to be submitted in
physical form in technical bid cover.
b) Please sign and seal of company on each page of this document.
Signature of Bidder:
Name :
Designation:
Date: Place: Company’s Round Seal:
17
ANNEXURE-I
(To be submitted in online and physical mode)
Undertaking for submission of Tender To Joint Managing Director Gujarat Green Revolution Company Limited PO Fertilizernagar, Vadodara-391750
Sub.: Identification of beneficiary Supply, Installation & commissioning of Solar Water
Pumping System at beneficiary farmer field under SMAM programme implemented
by GGRC in Gujarat.
Ref: TENDER NO.: GGRC/E-Tender/Solar Water Pump/01/2017-18
In connection with the above subject, I / We confirm the following:
1 I / We the undersigned have read and examined the Tender Document No.
GGRC/E-Tender/Solar Water Pump/01/2017-18, for Identification of beneficiary
Supply, Installation & commissioning of Solar Water Pumping System at beneficiary
farmer field under SMAM programme implemented by GGRC in Gujarat.
2 I / We declare that our offer is strictly in line with Tender Specification and there is
no deviation. Further, I/We also agree that additional conditions / deviations, if any,
found in our bid, the offer shall be out rightly rejected without assigning any reason
thereof.
3 I / We hereby submit our bid and undertake to keep our bid valid for a period of 120
days from the date of opening of technical bid. I / We hereby further undertake that
during the said period, I / We shall not vary/alter or revoke my/ our bid.
4 I / We, an authorized signatory of our company (tender applicant) here by certify
that our company is not stopped deal/blacklisted by GGRC, GUVNL and or their
any subsidiary company or by any other Govt. PSU / Govt. Company /
Govt.Department in anywhere in India.
I/We also agree to abide by and fulfill all the terms, conditions and provisions of the above
mentioned bid documents.
Signature of Bidder:
Name :
Designation
Date: Place: Company’s Round Seal
18
ANNEXURE - II
(To be submitted in online and physical mode)
DEVIATION SHEET
Any deviations offered from the terms and conditions of the offer should be clearly specified
below in this sheet. If there are no deviations offered, it should be clearly mentioned on this
page.
Any deviations offered from the terms and conditions of the Bidder should be clearly
specified below in this sheet. If there are no deviations offered, it should be clearly mentioned
on this page.
Deviation offered to Chapter No./ Clause No. of the tender document
Deviation offered
Above furnished is true and correct to best of my knowledge.
Signature of Bidder:
Name :
Designation:
Date: Place: Company’s Round Seal
19
ANNEXURE – III
(To be submitted in online and physical mode)
UN – PRICED SCHEDULE (COPY WITHOUT PRICES)
S.No Details of the Items
/Equipments Offered
Quantity Offered Firm’s Per Annum Production Capacity for the offered
item / items.
Above furnished is true and correct to best of my knowledge.
Signature of Bidder:
Name :
Designation:
Date: Place: Company’s Round Seal
20
ANNEXURE – IV
(To be submitted in online as well as in Physical mode of ‘Technical bid cover) Company’s/ PV System Integrators Experience In Surveying, Designing, Supplying,
Installation and Commissioning of Solar water pump System In Farmers’ Field In Gujarat
or In any State of India
1. List of total Solar water pump System commissioned
S.
No
Name of Agency/Company
with Full address, phone Fax
and Contact person with
email id
Work
Description/Qt
y Supplied
Ref and Date
of the work
order
Work order
Value
Details of
Order and its
configuration
Note : Please Submit the copies of Major work order along with Work completion certificates.
2. List of farmers (minimum 30 in numbers) where Solar water pump System are
commissioned by you which can illustrate best of your ability as Solar water pump System
Supplier
Sr.
No.
Name of the
farmer
Mobile
No. Village Taluka District State
Type of
Pump and
capacity
Installation
year
1
2
3
..
30
Above furnished is true and correct to best of my knowledge.
Signature of Bidder:
Name :
Designation:
Date: Place: Company’s Round Seal
Note: The copies of MAJOR Work orders along with Work completion certificates should be
submitted in “Technical bid cover”
21
ANNEXURE – V
(To give acceptance and submitted in online and physical mode)
Bidders are required to submit the below details /documents in “technical bid cover” in
physical mode submission.
Bidders are required to upload the below details /documents in technical stage of
online bid. The documents are required for technical bid evaluation. (1) List of testing equipments (must have been calibrated up dated) at the works of
manufacturer for tender items/s.
(2) List of machinery installed for manufacturing tender item/s at the works of
manufacturer (3) Annual production capacity (with shift in operation) of each item manufactured
(4) GST registration no. and date and issuing authority
(5) Valid factory license (for manufacturer) (6) EPF Registration No. and date of issue in the name of bidder.
(7) The copy of Income tax PAN No. in the name of bidder
(8) Audited Accounts, financial turnover certificate and Net worth certificate of last three
years of the firm / bidder as per annexure XIX. (9) Performance reports, if any (10) Copy of partnership deed / Memorandum of Pvt. or Public limited company’s issued
by RoC in respect of bidder (11) The list of order/s and the copy of order/s of tender item/s of DISCOM of GUVNL
and other DISCOM / SEB of the country, which is / are executed in last three years (to
be submitted in physical form in “EMD Cover Document” also) (12) The list of order/s and the copy of order/s of tender item/s of other DISCOM / SEB of
the country, which is / are under execution
Above furnished is true and correct to best of my knowledge.
Signature of Bidder:
Name :
Designation:
Date: Place: Company’s Round Seal
22
ANNEXURE – VI
(To be submitted in online and physical mode)
Details of Technical staff available with the company for execution of work
Additional Total
No. Name Qualification Certification, Experience, Remarks
if any no. of years
Above furnished is true and correct to best of my knowledge.
Signature of Bidder:
Name :
Designation:
Date: Place: Company’s Round Seal
23
ANNEXURE-VII
(To be submitted in online and physical mode)
Details of the Agreement/ MOU between bidder and manufacturers in bidders is not manufacturer of solar water pump components
Details of the Agreement/ MOU between bidder and the Modules/Controller/Solar water
pump manufacturer (in case of bidders is not manufacturer of any or all of the
Modules/Controller/Solar water Pump). If the bidder is a manufacturer of the module, the
name & address of their works/factory where the modules are manufactured is required to be
mentioned in this annexure.
S.No Particulars BIDDER details
1 Bidder Name
2 Bidder address
3
Manufacturers’ Name for
i.Modules
ii.Controller
iii. Solar water Pump
(may strike off whichever is not applicable)
4
Manufacturing Location –(specify Within Gujarat
/Outside Gujarat)
i.Modules
ii.Controller
iii. water Pump
(may strike off whichever is not applicable)
5
Date of Agreement /MOU executed
i.Modules
ii.Controller
iii. water Pump
(may strike off whichever is not applicable)
6
Expiry date of the agreement/ MOU
i.Modules
ii.Controller
iii. Solar water Pump
(may strike off whichever is not applicable)
Note:-
Notarized copy of agreement or MOU between Bidder and manufacturer of Module
/Controller /Solar water pump is required to be submitted. Above furnished is true and correct to best of my knowledge.
Signature of Bidder:
Name :
Designation:
Date: Place: Company’s Round Seal
24
ANNEXURE -VIII
(To be submitted in online and physical mode)
DETAILS OF SOLAR PUMP MODELS AND CONFIGURATION
1.0 The details of Solar pump model offered under the Bidder and its configuration is as
under
( Pls attach the copy of Valid test certificate for each offered solar pump offerd)
Note: Head v/s discharge details of every model of pump should be provided with this
document. Water output figures are on a clear sunny day with three times tracking of
panel, under the “Average Daily Solar Radiation “condition of 7.15 KWH / sq. m/ day
on the surface of PV array (i.e. coplanar with the PV modules).
The Solar water pump supplier will have to supply and install the Solar water pump
material of same make/model/specification as mentioned in the valid test report for the
offered Model of Solar Water Pumping System from a MNRE authorized testing centre.
Above furnished is true and correct to best of my knowledge.
Signature of Bidder:
Name :
Designation:
Date: Place: Company’s Round Seal
S.No Name of Solar Water Pump Component Offer Model
1 Test Certificate No.
2 Name of Laboratory from where Test
Certificate is issued
3 MNRE approved Model Type and
Specification Year
4 Array Used
Wp, Make and Model
5 Proposed No. of Modules with Wp
(minimum 200 Wp)
6 Type of Module Cell Used, Module Make
and Model
7 Water Pump HP, Make,
and Model No.
8 Pump Controller Make
and Model No.
9 Total Dynamic Head (M)
10 Water Output (Ltrs. /day)
25
ANNEXURE – IX
(To be submitted in online and physical mode)
DECLARATION ANY RELATIVES EMPLOYED OR WORKING IN GGRC
(Strike off whichever is not applicable)
This is to declare that Mr. / Ms. __________________________________, employee of Gujarat
Green Revolution Company Limited _____________________ (place), is related to
our___________________________ _______________________ (designation & name).
Note: Bidder Applicant has to reproduce above declaration in the text box area with filling
of all blanks.
OR
This is to declare that none of the Proprietors / Partners / Directors is having any relatives
employed or working with Gujarat Green Revolution Company Limited at any of its offices
or its parent companies i.e. Gujarat State Fertilizer Company Limited, Gujarat Narmada Valley
Fertilizer Company Limited and Gujarat Agro Industries Corporation.
Above furnished is true and correct to best of my knowledge.
Signature of Bidder:
Name :
Designation:
Date: Place: Company’s Round Seal
26
Annexure-X
((The bidder should sign and accept this format and submit in online and physical mode)
GGRC Process Flow chart for implementation of Solar Water Pump Program
Farmer handover the Solar Pump application along with required documents to Solar Pump
Supplier. ↓
Online entry of Solar Pump application and physical submission of the same to GGRC. ↓
Document Verification by GGRC. ↓
Verification of cost estimation and calculation of Government subsidy. ↓
Work instruction to sign Tri-party agreement and submission of farmer share in GGRC. ↓
Verification of Tri-party agreement and Farmer share instrument by GGRC and its approval. ↓
Release of Advance Payment by GGRC to Solar Pump supplier. ↓
Material Supply and Installation of Solar water pump at beneficiary farmer site and informing
GGRC for Joint Commissioning ↓
Joint – commissioning Report (JCR) of Solar Pump System by Third Party Inspection Agency ↓
Insurance coverage of Solar Pump System. ↓
Submission of Final Payment Documents along with JCR Report. ↓
Verification of Final Payment Documents by GGRC. ↓
Release of Final Payment by GGRC to Solar Pump supplier.
Above GGRC flows chart is accepted to me unconditionally.
Signature of Bidder:
Name :
Designation:
Date: Place: Company’s Round Seal
27
Annexure_XI
(The bidder should sign and accept this format and submit in online and physical mode)
FORMAT FOR SUBMISSION OF JOINT COMMSSIONING REPORT
(Along with part A, part B and part C)
It is certified that a solar PV water pumping system of _______ watt peak (Wp) capacity with
_______HP
AC/DC submersible/Surface pump have been supplied, installed and comissioned by (Name of
Solar
water Pump Supplier) On the field of ( name of Farmer )
________________________________________________________________ All the terms and
condition stipulated under the programme by MNRE, New Delhi and GGRC are complied with.
Make of Module:
Wattage (Peak) per module: ______watts
No. of Modules and their serial Nos: _____nos
Sr No Module Sr. No. Sr No. Module Sr. No Sr . No Module Sr. No
1 9 17
2 10 18
3 11 19
4 12 20
5 13 21
6 14 22
7 15
8 16
Make of inverter/Solar Pump Contoller & Capacity:_______________
Motor Pump Set Type:_________________ Make: __________
Capacity of Pump:_____________
Serial No. of Pump:
______________
Serial no.
of motor:________________
Discharge (Ltrs per day) on clear sunny day of _________________
Total Head (Suction + delivery head) in meter:_____________
The above system has been installed and commissioned on ________________________. The system
is
working satisfactorily.
1 Signature of
farmer/user 2
Signature of Solar
water pump Supplier 3
Signature of the Third Party
Insepction Agency/GGRC
Officer with stamp.
Place:
Name of Farmer/user:
Full Address:
28
Joint Commissioning Report for Solar Water Pumping System
PART A (by Solar water pump Supplier)
Sr
No. Component Obseravtion
1 Sanction No & Date
2 Catergory :
Nodal Agency / Channel Partner
Name and Complete address:
2.1 In case of Nodal Agency,
Name and Complete address of :
Installer
3 Site / Location
Longitude / Latitude
Type (Bore Well / Open Well.)
4 Solar PV Array
Capacity:
4.1 Make of Modules
Whether imported or indigenous?
4.2 IEC certificate
Agency
Date of issue
Validity
(Enclose a copy of IEC certificate
4.3 Whether RFID tag is pasted or not?
If so, tag is inside or outside. If not, the
reason?
Type of RFID
5 Support structures/
5.1 Indigenous or imported
5.2 Tracking system:
Manual / Automatic
5.3 Seasonal Tilt Angle adjustment
provided or not?
6 Type of motor pump set
I. Surface mounted DC Motor pump-set
(with brushes or brushless)
II. Submersible DC motor pump set
III. Submersible AC motor pump set
IV. Floating DC motor pump set
V. Any other type of motor pump set
6.1Motor pump set capacity (h.p)
and make
29
Whether indegenous or imported?
6.2Max. Total dynamic head
(Specify suction head in case of surface
pumps)
6.3
Water output figures are on a clear
sunny
day with three times tracking of panel
when solar radiation on panel surface is:
7.15 KWN/sq.m/day
6.4Certification of Pumping system
Agency
Date of issue
Validity
(Enclose a copy of certificate)
7Electronics / controls
7.1MPPT provided or not?
If yes provide details
7.2In case of A.C. Motor pump set,
Details of Inverter/ VFD
8
Monitoring Mechanism for the
installed
System
8.1Technical Person Trained to maintain the
System
Name of the person with Mobile No.
9 Date of comissioning
(Enclosure test certificate of Pumping
System
as per MNRE requirement)
10 Copy of invoice and details of loan if
taken from any bank
Declaration
It is to certify that all the components/subsystems and material including
junction
boxes, cables, distribution boards, switches, circuit barkers used in the system
are as
per MNRE/GGRC requirement
Authorised Signatory
(Solar Water Pump Supplier)
With seal
Date:
Place:
30
PART - B
(By the customer beneficiary farmer)
Sr. No. Component Observation
1 Name of the person with photo
graph
(enclose USER ID proof- Pan Photograph
card/Adhaar card/Voter ID)
2 Location
Capacity (kWp & HP)
Location
3 Whether training was provided by
installer for operation and
maintenance
4 Whether the following documents
were provided or not
I-V curves of all modules
Inverter module
Warranty card for system
5 Date of handing over of the
system
6 Cost Breakup Total project cost:
farmer Share:
MNRE share:
It is to certify that all information given above is true and correct to best of my
knowledge
(Farmer Signature)
Date & place
31
PART-C
Inspection Report
(by inspecting approval)
Sr No. Component Observation
1 Site / location with complete address
2 Capacity of system installed(kWp)
3
Whether the system is installed in shadow free are or not? If
not mentioned the details
Any inter module shading exixts or not
Whether the modules contains information about company
name, serial no and year manufacturing inside
4
Electronic / controls
Whether the information given in part A is same or found any
deviation
5 Structures Fixed tilt / Tracking - Manual / Automatic
6 Cable make and size
7 User feed back
8 Any specific problem
1. Signature of farmer with stamp and date 2. Solar water pump Supplier signature with
stamp and date
3. Signature of inspecting officer and date
List of Enclosures.
I. Copy of invoice billed to user
II. List of serial no. of modules installed in the system
III. Test certificate of the components
IV. Statement of expenditure
V. Original photographs of
1. Photographs of Solar water pump System
2. Serial No/Model Name plates each PV Module Array.
3. Serial No/Model Name plate of Controller/Invertors.
4. Serial No/Model Name Plate of Motor and Pumpset.
5. Serial No/Model Name plate of Cables used.
6. Photograph of
a) Stand Alone System, b) with farmer, c) With farmer, d) representative of Solar
pump supplier and third party inspection agency, e)Farmer borewell/water
source with MIS if adopted.
32
The above conditions are unconditionally accepted to me and BID is submitted according to
the above conditions.
Signature of Bidder:
Name :
Designation
Date: Place: Company’s Round Seal:
33
Annexure-XII
(The bidder should sign and accept this format and submit in online and physical mode)
FORMAT OF WARRANTEE CARD OF INSTALLED SOLAR PUMPING SYSTEM
1.0 FORMAT FOR WARRANTEE CARD TO BE SUPPLIED WITH EACH SOLAR
PUMPING SYSTEM
1 Name & Address of the supplier of the System:
2 Name & Address of Purchasing Agency :
3 Date of supply of the system :
4 Details of PV Module (s) supplied in the System
i.Make (Bidder Applicant):
ii.Model Serial No(s)
iii.Wattage of the PV Module (s) under STC
iv.Guarantee valid up to
5 Details of Electronics & other BOS items
i.System Make (Name of the Bidder applicant)
ii.Model
iii.Serial No(s)
iv.Guarantee valid up to
6 Details of AC/DC submersible pumps
i.Make
ii.Model
iii.Guarantee valid up to
7 Designation & Address of the person to be
Contacted for claiming Guarantee obligations
(During the guarantee period GGRC / beneficiary users reserves the right to cross check
the performance of the systems with the minimum performance levels specified in the
MNRE / Bidder specifications
Above furnished is true and correct to best of my knowledge.
Signature of Bidder:
Name :
Designation:
Date: Place: Company’s Round Seal:
34
Annexure-XIII
(The bidder should sign and accept this format and submit in online and physical mode)
REGULAR MAINTENANCE & SERVICING REPORT
(To be submitted every six month from the date of Joint Commissioning till completion of
warrantee period of 5 year)
1. DETAILS OF SOLAR PHOTOVOLTAIC WATER PUMPING SYSTEM INSTALLED
i Supplied by :
ii Date of installation :
iii Servicing period : From to
2. FARMER PROFILE
Name and address of Farmer:
3 Solar water Pump DETAILS
i Module Capacity, make and serial numbers :
ii AC/DC Pump make and serial numbers :
4. CHECK OF THE PRODUCT
i Correct inclination and orientation of panel :
ii Cleaning of dust from panel :
iii Interconnection of modules, charge controller etc.
iv Fuse of charge controller:
5. DIFFICULTIES IN OPERATION/ PROBLEM FACED BY USER:
6. DIAGNOSIS DETAILS/ REPAIR ACTION:
7. DATE ON WHICH SYSTEM WAS LAST ATTENDED:
8. REMARKS (if any):
User Name & Signature Technician’s Name & Signature
Date: (with rubber stamp) Above furnished is true and correct to best of my knowledge.
Signature of Bidder:
Name :
Designation:
Date: Place: Company’s Round Seal:
35
ANNEXURE-XIV
(To be filled and submitted in online and physical mode)
Manufacturing Capacity of bidders/bidder’s suppliers offered for Solar Panel/ Pump
I. PV Array Manufacturing Facility
Sr.
No.
Address of
the Mfg.
Location
Type of
PV Array
Name of
Equipment Date of
Purchase
Date of
Calibration
Utility Capacity
(unit/year)
II. Electronic Inverter/Controller Components
Sr.
No.
Address of the
Mfg. Location
Name of
Equipment Date of
Purchase
Date of
Calibration
Utility Capacity
(unit/year)
III. Motor Pump
Sr.
No.
Address
of the
Mfg.
Location
Type of Pump
(AC/DC)
Surface or
Submersible
Name of
Equipment Date of
Purchase
Date of
Calibration
Utility Capacity
(unit/year)
Attach copy of applicable IEC standard conformity test report from approved testing centre of
MNRE, New Delhi for water pumping system components manufactured by your company /
firm.
Signature of Bidder:
Name :
Designation
Date: Place: Company’s Round Seal:
36
ANNEXURE-XV
(To be filled by bidder and submitted in online and physical mode)
List of Plant and Machinery (To be completely filled by the Bidder)
Details of Plant, Machinery and Manufacturing Facilities
I. PV Array Manufacturing Facility
Sr.
No.
Address of
the Mfg.
Location
Type of
PV
Array
Name of
Equipment Date of
Purchase
Date of
Calibration
Utility Capacity
(unit/year)
II. Electronic Inverter/Controller Components
Sr.
No.
Address of the
Mfg. Location
Name of
Equipment
Date of
Purchase
Date of
Calibration
Utility Capacity
(unit/year)
III. Motor Pump
Sr.
No.
Address of
the Mfg.
Location
Type of
Pump
(AC/DC)
Surface or
Submersible
Name of
Equipment Date of
Purchase
Date of
Calibration
Utility Capacity
(unit/year)
Attach copy of applicable IEC standard conformity test report from approved testing centre of
MNRE, New Delhi for water pumping system components manufactured by your company /
firm.
Above furnished is true and correct to best of my knowledge.
Signature of Bidder:
Name :
Designation:
Date: Place: Company’s Round Seal:
37
ANNEXURE-XVI
(To be filled by bidder and submitted in online and physical mode)
UNDERTAKING IN REGARD TO STOP DEAL / BLACK LIST THEREOF
Sub: Undertaking in regard to Stop Deal / Black List thereof.
Ref: GGRC Tender No. GGRC/E-Tender/Solar Water Pump/01/2017-18
I / We ______________________________________________________authorized signatory of
M/S __________________________________________ (Solar water pump supplier) hereby
declare that M/S ___________________________________________ (Solar water pump supplier)
is not stop deal/blacklisted by GGRC/ GUVNL or its subsidiary companies or by any
Central/State Government PSU / Govt. Company or by any Central/State Government
Department in India.
Note: Bidders has to reproduce above declaration in the text box area with filling of all blanks
Above furnished is true and correct to best of my knowledge.
Signature of Bidder:
Name :
Designation
Place: Company’s Round Seal:
38
ANNEXURE-XVII
(To be filled by bidder and submitted in online and physical mode)
CHECKLIST OF VARIOUS TERMS AGREED
S.No Particular Please Specify Yes/No
1 PRICES: [i.e. FIRM]
2 Good and Service TAX (GST): [IN %]
3 PENALTY TERMS OF TENDER AGREED:
4
SECURITY DEPOSIT TERMS OF TENDER AGREED:
(Wherever applicable):
5 VALIDITY OF THE OFFER OF TENDER AGREED
6 PAYMENT TERMS OF TENDER AGREED:
7 Scope of work, technical specification and
General & Commercial Terms and condition of Tender.
Above furnished is true and correct to best of my knowledge. Signature of Bidder:
Name :
Designation
Date: Place: Company’s Round Seal:
39
ANNEXURE-XVIII
(To be filled by bidder and submitted in online and physical mode)
(UNDERTAKING IN REGARD TO QUOTED PRICE)
Sub: Undertaking in regard to quoted prices.
Ref: Tender No. GGRC/E-Tender/Solar Water Pump/01/2017-18
“This is to certify that we have not supplied the tender items viz. …………………. to other SEBs / Power Utilities/Government Organisations with this tender specification of
GGRC at lower Unit Ex-Works price than the Ex-Works prices quoted in this tender by us
for the same item during last Six (6) Months.”
Above furnished is true and correct to best of my knowledge.
Signature of Bidder:
Name :
Designation
Date: Place: Company’s Round Seal:
40
ANNEXURE-XIX
(To be filled by bidder and submitted in online and physical mode)
DETAILS OF THE FIRM AND GENERAL INFORMATION ABOUT THE BIDDER
The Solar water pump System Supplier/PV System Integrator should furnish the following
details:
Supplier / Bidder Category
Manufacturer/Authorized
dealer/distributor/Trader/Agent
Bidder / Supplier Name
Manufacturers’ Name
a. Name of the Organization
b. Registered Name as per Company Act
c. Registered Brand Name of Solar water
pump System
Type of the Organization (Govt./ Public/
Private/ Partnership/Proprietorship/ Trust/
Society)
Address with phone
no and fax
Registered Office
Corporate office
Factory Address
Name of the Applicant Person and
Designation
GST/ NO and Date
MSEs / SSI Certificate /EM No. and Date
(in case of mfg.)
NSIC/DGS&D/CSPO Certificate No.
(Should be revalidated since last 3 yrs.)
NSIC/ DGS&D/CSPO Certificate Date.
Whether under NSIC/ DGS&D/CSPO
Rs.
scheme. If Yes then Monetary limit.
ISO Certification Details
Name of ISO Certification Agency
Validity Period of ISO Certification From Date___________ to Date___________
Manufacturing facilities
(a list of machinery be attached as per
Annexure-XV)
Name and address of the
Indian/Foreign collaborator(s) if any.
Details of Technical Staff available.
(Please furnish information as per
Enclosed Annexure
XVI)
Provide details Duly certified by C.A. firm
41
(Statutory auditor) as under.
Along with supporting documents.
GST No.
PAN:
CIN No:
Any other registration details ( if any)
No. per Audited
statement
15
1 Total Turnover
2 Out of (1) Solar
pump system
Turnover
3 Net profit
During the
year
4 Net worth as
on last day of
FY
Has any Govt. Dept. / Undertaking
ever debarred the company / firm
from executing any work?
Office of
Factory /
Works of mfg.
Details Registered Office Details
Registered Factory
Office
Contact Person name
Designation
Address
City PinCode
State
Country
Phone No. office
Residence
Fax No
STD code
Mobile No.
Website Address
Email Address
Specimen Signature
DETAILS OF PARTNERS/DIRECTORS OF FIRM/COMPANY
Sr.No
Name of Partners/Directors
DIN No. as applicable e-mail ID
Address of Office/Residence and
Contact No
1
2 Above furnished is true and correct to best of my knowledge.
Signature of Bidder:
Name :
Designation
Date: Place: Company’s Round Seal:
42
ANNEXURE-XX
(To be filled by bidder and submitted in online and physical mode)
E. M. D. BANK GUARANTEE FORMAT FOR TENDER NO.: GGRC/E-Tender/Solar Water Pump/01/2017-18
APPENDIX – I
(BANK GUARANTEE ON NON-JUDICIAL STAMP PAPER OF Rs. 100/-) WHEREAS M/s. ____________________________________ (name & address of the Firm)
having their registered office at _____________________________________ (address of the
firms Registered Office) (hereinafter called the ‘Bidder’) wish to participate in the tender No. ____________________________________
for _______________________________________ of (Supply / Erection / Supply & Erection
Work) (Name of the material / equipment / Work) for _________________________ Gujarat Green Revolution Company Limited and WHEREAS a Bank Guarantee for
(hereinafter called the “Beneficiary”) Rs._____________ (amount of EMD) valid till
_________ (mention here date of validity of this Guarantee which will be 6 (SIX) months
from the schedule date of opening of the tender. be submitted by the Bidder along with
the Tender.
We, ____________________________ (name of the Bank and address of the Branch giving the Bank Guarantee) having our Registered Office at
___________________________________ (address of Bank’s Registered Office) hereby give
this Bank Guarantee No. ________________ dated _________ and hereby agree
unequivocally and unconditionally to pay immediately on demand in writing from the
Gujarat Green Revolution Company Limited or any Officer authorized by it in this behalf
any amount not exceeding Rs. ______________ (amount of E.M.D.),
(Rupees
____________________ _________________ (in words) to the said Gujarat Green Revolution
Company Limited on behalf of the Bidder.
We ___________________________ (name of the Bank) also agree that withdrawal of the
Tender or part thereof by the Bidder within its validity or Non-submission of Security
Deposit by the Bidder within one month from the date tender or a part thereof has been
accepted by the Gujarat Green Revolution Company Limited would constitute a default on
the part of the Bidder and that this Bank Guarantee is liable to be invoked and encashed
within its validity by the Beneficiary in case of any occurrence of a default on the part of the
Bidder and that the encashed amount is liable to be forfeited by the Beneficiary.
This agreement shall be valid and binding on this Bank up to and inclusive of
____________________ (mention here the date of validity of Guarantee) and shall not be
terminable by notice or by Guarantor change in the constitution of the Bank or the firm of
Bidder Or by any reason whatsoever and our liability hereunder shall not be impaired or
discharged by any extension of time or variations or alternations made, given, conceded
43
with or without our knowledge or consent by or between the Bidder and the Gujarat Green
Revolution Company Limited
“Notwithstanding anything contrary contained in any law for the time being in force or
banking practice, this Guarantee shall not be assignable, transferable by the beneficiary (i.e.
GGRC). Notice or invocation by any person such as assignee, transferee or agent of
beneficiary shall not be entertained by the Bank. Any invocation of the Guarantee can be
made only by the beneficiary directly.” NOTWITHSTANDING anything contained hereinbefore, our liability under this guarantee
is restricted to Rs. __________ (Amt. of E.M.D.) (Rupees
____________________________________) (in words). Our Guarantee shall remain in force
till _________ (Date of validity of the Guarantee). Unless demands or claims under this Bank
Guarantee are made to us in writing on or before _______
(Date of validity of the Guarantee), all rights of Beneficiary under this Bank Guarantee
shall be forfeited and we shall be released and discharged from all liabilities there under:
Place:
Date:
Please Mention here Complete Postal Signature of the Bank’s
Address of the Bank with Branch Authorized Signatory with
Code, Telephone and Fax Nos. Official Round Seal.
NAME OF DESIGNATED BANKS:
Note: All Nationalized Banks And Private Sector Banks authorized by RBI
44
PRICE BID SCHEDULE – B
(TO BE FILLED BY BIDDER AND SUBMITTED IN ONLINE MODE ONLY)
Price bid for Identification of Beneficiary farmer, Supply, Installation, Testing &
Commissioning of Solar Photovoltaic SOLAR Water Pumping systems of 3 HP/ 5
HP/.
Sr.No Description of solar water
pump with details of
specification
(refer technical specification as
mentioned in part G)
Offered
quantity
Per Unit
cost of
solar
water
pump
without
GST
Goods and
service tax
(GST) per
unit
Per unit cost of
solar water pump
including GST
Rate % Rs
1 3 HP AC Submersible
2 3 HP AC Surface
3 3 HP DC Submersible
4 3 HP DC Surface
5 5 HP AC Submersible
6 5 HP DC Submersible
Above furnished is true and correct to best of my knowledge.
Signature of Bidder:
Name :
Designation:
Date: Place: Company’s Round Seal:
1
PART-G: SCOPE OF WORK AND TECHNICAL SPECIFICATION
(All the bidder are requested to go through scope and technical specification before the
filing the any tender documents and to be submitted physically with technical bid
document )
1. GENERAL PROJECT INFORMATION: The information given hereunder and provided elsewhere in this document is given in
good faith by the GGRC but the bidder must satisfy himself regarding quantity and
quality wise supply of Solar module / panel, Solar Photovoltaic (SPV) Pump and G.I.
support structure and all aspects regarding commissioning of solar water pumping
system and its maintenance services for 5 years (It includes 5 years warrantee period)
and no claim shall be entertained on the plea that the information supplied by the
GGRC is erroneous or insufficient.
2. SCOPE OF WORK COMPRISES AS UNDER:
(a) The Successful bidder will be registered as Solar Water Pump Supplier in GGRC . The
solar water pump supplier identifies the Beneficiary farmer under the SMAM
programme. The solar water pump supplier has to set up his own marketing network to
promote solar water pump system among the farmers in the state. The bidder has to
generate demand from farmers and submit his solar water pump application in GGRC
for sanction of government contribution and further process as per the GGRC
procedure.(Annexure-X)
The programme is implemented in market oriented mode by GGRC. This may please
be noted that GGRC does not provide any kind of list of potential farmers who are
interested to install solar water pump
(b) Surveying, Designing and Supplying of Solar Photovoltaic (SPV) water pumping System
(c) Installation and Commissioning of solar water pumping system and its maintenance
and after sales services for 5 years. The successful bidder is also required to establish
the customer care Center and toll free number and upload the data on GGRC
website.
3. SUPPLY OF SOLAR PHOTOVOLTAIC (SPV) WATER PUMPING TECHNICAL
SPECIFICATION DETAILS
Minimum Technical Requirements for Design, Construction, Test procedure and
Safety for Solar PV modules and Performance Standards for Solar PV pumping
System up to 5 HP Technical Specifications of SPV Water Pumping System. I. Solar photovoltaic (SPV) water pumping system consisting of:
i) PV Array
Capacity in the range of 200 Wp to 10 KWp.
2
PV array capacity for -3 HP Pump is 2700 Wp (Minimum) -5 HP Pump is 4800 Wp (Minimum) PV Array Should be mounted on a suitable structure with a provision of tracking the sun as mentioned in the specification.
ii) Motor Pump set (Surface or Submersible):
D.C. Motor Pump Set (With Brushes or Brush less D.C.)
OR
A.C. Induction Motor Pump set with a suitable inverter.
iii) Electronics: a. Maximum Power Point Tracker (MPPT) b. Inverter for A.C. Motors (Appropriate Electronic Controller in Case of
B.L.D.C)
c. Electronic Protections
iv) Interconnect Cables of suitable size, “On-Off” switch and LCD display showing
following parameters: 1) Frequency of VFD (in case of AC) , 2) Voltage, 3)
Current, 4) Outputt Watt and 5) Cumulative KWH. II. Performance Specifications and Requirements (Duty Cycle).
Solar PV Water Pumps with PV array minimum capacity in the range of 900 Wp to 5 KWp to be installed on a suitable bore well/open well/water reservoir/water stream etc at location specified by farmer in the state of Gujarat.
Under the “Average Daily Solar Radiation” condition of 7.15 KWh/sq.m. on the surface of
PV array (i.e. coplanar with the PV Modules), the minimum water output from a Solar PV
Water Pumping System at different “Total Dynamic Heads” should be as specified below: A. For D.C. Motor Pump Set with Brushes or Brush Less D.C. (B.L.D.C. ) :
i) 100 liters of water per watt peak of PV array, from a Total Dynamic Head of 10
metres (Suction head, if applicable, minimum of 7 metres) and with the shut off
head being at least 12 metres.
ii) 50 liters of water per watt peak of PV array, from a Total Dynamic Head of 20 metres
(Suction head, if applicable, up to a maximum of 7 metres) and with the shut off
head being at least 25 metres.
iii) 35 liters of water per watt peak of PV array, from a Total Dynamic Head of 30 metres
and the shut off head being at least 45 metres.
iv) 21 liters of water per watt peak of PV array, from a Total Dynamic Head of 50
metres and the shut off head being at least 70 metres.
v) 14 liters of water per watt peak of PV array, from a Total Dynamic Head of 70 metres
and the shut off head being at least 100 metres.
vi)9.5 liters of water per watt peak of PV array, from a Total Dynamic Head of 100
metres and the shut off head being at least 150 metres. The actual duration of pumping of water on a particular day and the quantity of water pumped could vary depending on the solar intensity, location, season, etc.
3
Indicative performance specifications for the Shallow and Deep well SPV Water Pumping Systems are given as under.
a) Indicative Technical Specifications as per MNRE/SMAM guideline for Shallow
Well (Surface) D.C. Solar Pumping Systems
With D.C. Motor Pump Set with Brushes or
Brush Less D.C.(B.L.D.C.) Description
Model-III
PV array 2700 Wp
Motor capacity 3 hp
Shut Off Dynamic Head 25 metres
Water output * 135,000 litres per day from a total
head of 20 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 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.
b) Indicative Technical Specifications as per MNRE/SMAM guideline for
Deep well (submersible) D.C. Solar Pumping Systems
With D.C.
Motor Pump
Set with
Brushes or
Brush Less
D.C.(B.L.D.C.)
Description
Model-III Model-IV Model-V Model-VI Model-VII Model-VIII
PV array 3000 Wp 3000 Wp 3000 Wp 4800 Wp 4800 Wp 4800 Wp
Motor
capacity
3 hp
submersib
le with
controller
3 hp
submersible
with
controller
3 hp
submersible
with
controller
5 hp
Submersible
with
controller
5 hp
Submersible
with
controller
5 hp
Submersible
with
controller
Shut Off
Dynamic
Head
45 metres 75 metres 100 metres 70 metres 100 metres 150 metres
4
Water
output*
105,000
litres per
day from
a total
head of 30
mtres
63,000 litres
per day from
a total head of
50 mtres
42,000 litres
per day from
a total head of
70 metres
100,800 litres
per day from
a total head of
50 metres
67,200 litres
per day from
a total head of
70 metres
45,600 litres
per day from
a total head
of 100 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. For higher or lower head / PV capacity, or in between various models; water output
could be decided as per the clause II. (i.e. performance specifications and
requirements) specified earlier.
2. If surface pumps are used in lieu of submersible pumps, the water output must
match that of the submersible pumps as specified in this table.
3. Module mounting structure shall be MS hot dipped galvanised, with a facility of
manual tracking at least three times a day.
B. For A.C. Induction Motor Pump Set with a suitable Inverter :
i) 90 liters of water per watt peak of PV array, from a Total Dynamic Head of 10
metres (Suction head, if applicable, minimum of 7 metres) and with the shut off
head being at least 12 metres.
ii) 45 liters of water per watt peak of PV array, from a Total Dynamic Head of 20
metres (Suction head, if applicable, up to a maximum of 7 metres) and with the
shut off head being at least 25 metres.
iii) 32 liters of water per watt peak of PV array, from a Total Dynamic Head of 30
metres and the shut off head being at least 45 metres.
iv) 19 liters of water per watt peak of PV array, from a Total Dynamic Head of 50
metres and the shut off head being at least 70 metres.
v) 13 liters of water per watt peak of PV array, from a Total Dynamic Head of 70
metres and the shut off head being at least 100 metres.
vi) 8.5 liters of water per watt peak of PV array, from a Total Dynamic Head of 100
metres and the shut off head being at least 150 metres.
The actual duration of pumping of water on a particular day and the quantity of
water pumped could vary depending on the solar intensity, location, season, etc.
Indicative performance specifications for the Shallow and Deep well SPV Water
Pumping Systems are given as under.
a) Indicative Technical Specifications as per MNRE/SMAM guideline for
Shallow Well (Surface) A.C Solar Pumping Systems,
5
With A.C. Induction Motor Pump
Set and a suitable Inverter:
Description
Model-III Model-IV
PV array 2700 Wp 2700 Wp
Motor capacity 3 hp 3 hp
Shut Off Dynamic Head 15 metres 25 metres
Water output * 243,000 litres per
day from a total
head of 10 metres
121,500 litres per day
from a total head of
20 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 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.
b) Indicative Technical Specifications as per MNRE/SMAM guideline for Deep well
(submersible) Solar A.C Pumping Systems:
With A.C.
Induction
Motor Pump
Set and a
suitable
Inverter:
Description
Model-III Model-IV Model-V Model-VI Model-VII Model-VIII
PV array 3000 Wp 3000 Wp 3000 Wp 4800 Wp 4800 Wp 4800 Wp
Motor
capacity
3 hp
submersible
with
controller
3 hp
submersible
with
controller
3 hp
submersible
with
controller
5 hp
Submersible
with
controller
5 hp
Submersible
with
controller
5 hp
Submersible
with
controller
Shut Off
Dynamic
Head
45 metres 75 metres 100 metres 70 metres 100 metres 150 metres
Water
output*
96,000 litres
per day from
a total head
of 30 metres
57,000 litres
per day from
a total head
of 50 metres
39,000 litres
per day from
a total head
of 70 metres
91,200 litres
per day from
a total head
of 50 metres
62,400 litres
per day from
a total head
of 70 metres
40,800 litres
per day from
a total head
of 100 metres
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).
Notes:
1. For higher or lower head / PV capacity, or in between various models; water output
could be decided as per the clause II. (i.e. performance specifications and
requirements) specified earlier.
2. If surface pumps are used in lieu of submersible pumps, the water output must
match that of the submersible pumps as specified in this table.
3. Module mounting structure shall be MS hot dipped galvanised, with a facility of
manual tracking at least three times a day.
III. PV ARRAY
The SPV water pumping system should be operated with a PV array capacity in the
range of 200 Watts peak to 10000 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.
i) Modules supplied with the SPV water pumping systems should have certificate
as per IEC 61215 specifications or equivalent National or International/
Standards.
ii) Modules must qualify to IEC 61730 Part I and II for safety qualification testing.
iii) The efficiency of the PV modules should be minimum 14% and fill factor should
be more than 70%.
iv) The terminal box on the module should have a provision for “Opening” for
replacing the cable, if required.
v) There should be a laminated 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
vi) Each PV module must have RF identification tag (RFID), which must contain the
following information.
a. Name of the Manufacturer of PV module
b. Model or Type Number
c.Serial Number
d.Month and Year of Manufacture
e.I-V Curve for the Module
f. Peak Wattage of the Module at 16.4 volts.
g.Im,Vm and FF for the module
h.Unique Serial No. and Model No. of the Module
7
IV. MOTOR PUMP SET
i) The SPV water pumping systems may use any of the following types of motor pump
sets:
a. Surface mounted motor pump-set.
b. Submersible motor pump set.
c. Floating Motor Pump Set
d. Any other type of Motor pump set after approval from test centre of the
Ministry of New and Renewable Energy, New Delhi
ii) The “Motor Pump Set” should have a capacity of 3 HP and 5 HP and should have
the following features:
a. The mono block DC/ AC centrifugal motor pump set with the impeller mounted
directly on the motor shaft and with appropriate mechanical seals which ensures
zero leakage.
b. The motor of the capacity should be AC, PMDC or BLDC type. The suction and
delivery head will depend on the site specific condition of the field.
c. Submersible pumps could also be used according to the dynamic head of the site at
which the pump is to be used.
d. The suction/Delivery Pipe (HDPE), electric cables, floating assembly, civil work and
other fittings required to install the system.
e. Following details should be marked indelibly on the motor pumpset
a) Name of the Manufacturer or Distinct Logo
b) Capacity of Motor Pump
c) Model Number
d) Serial Number
e) Year of Manufacture
iii) All parts of the pump and the motor of the submersible pumps should be made of
stainless steel.
a. The manufacturers of pumps should self certify that, the pump and all external parts
of motor used in submersible pump which are in contact with water, are of stainless
steel. 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.
iv) Provision for remote monitoring of the installed pumps 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 water
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.
SPV Water Pumping Systems shall have online Remote Monitoring Mechanism
(RMM) and the SPV water pump supplier would make provision for monitoring the
performance of SPV Water pump till the warranty period.
8
The channels for remote communication and other communication
devices/equipment associated with RMM shall be provided by the SPV water Pump
Supplier
The RMM should have following features:-
a. Web portal to view on line data such as voltage, current, power, energy generated
and pump on / off duration.
b. Provision for Generation of various reports in the printable format
c. Data shall be extracted locally and uploaded to the server in the event of loss of
communication.
d. Provision for Data export in standard format
e. Historical data made available in server for report generation
f. The sample log-book deployed for output data and performance of the SPV water
pump:-
From DD/MM/YY to DD/MM/YY
S.no Parameter Name Unit Result Date (DD/MM/YY)
1 Maximum Voltage (Vmax) Volt
2 Maximum Current (I Max) Amp
3 Power Generated by PV
Array(Pmax)
Watt
4 Total Water Putput Ltr
5 Pump on/Off On/Off/Error
Note: - It is expected that the software shall be able to show the results of above
listed parameters at a glance / individual as desired for a day / particular period.
V. MOUNTING STRUCTURES and TRACKING SYSTEM.
The PV modules should be mounted on metallic structures of adequate strength and
appropriate design, which can withstand load of modules and high wind velocities
up to 150 km per hour. The support structure used in the pumping system should be
hot dip galvanized iron with minimum 80 micron thickness.
The structure design (along with the civil work) declared by the manufacturer
should technically be full proof / sufficiently strong against the prevailing wind load.
The manufacturing firm will be fully responsible for any damages caused by high
wind velocity within guarantee period. The parameters of prevailing wind speed,
soil conditions, load, and upward lift should be taken care of while preparing the
design and the same is required to be mentioned on design.
The SPV water pump supplier shall ensure that mounting structure is efficient,
strong enough to sustain load and is capable against high wind velocity. The
standalone type cylindrical base panel mounting structure is would be used. The
Antitheft bolts must be provided for fixing of solar panel with structure.
To enhance the performance of SPV water pumping system, manual tracking system
must be provided so that the panel can be manually adjusted three times a day (east-
south-west) to face the sun optimally. This adjustment could be done in the early
morning, noon and afternoon time to increase total solar radiation on the solar panel
surface substantially. This provision helps the motor pump-sets to start early in the
morning and function efficiently till late in the afternoon, thereby increasing the total
9
output of the pumping system. Also, the arrangement for seasonal tilt angle
adjustment should be provided to adjust the optimal tilt throughout the year.
VI. ELECTRONICS AND PROTECTIONS
i) Maximum Power Point Tracker (MPPT) should be included to optimally use the
Solar panel and maximize the water discharge.
ii) 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 IP 54 protection or
must be housed in a cabinet having at least IP 54 protection.
iii) Controller for BLDC motor driven pumps, if required be used. The controller must
have IP 54 protection or must be housed in a cabinet having at least IP 54 protection.
iv) Adequate protections should be incorporated against dry operation of motor pump
set, lightning, hails and storms.
v) Full protection against open circuit, accidental short circuit and reverse polarity
should be provided.
VII. EARTHING AND LIGHTNING PROTECTION:
Earthing: The array structure of the PV shall be grounded properly using adequate
number of earthing kits. All metal casing or shielding of the pumping system shall be
thoroughly grounded to ensure safety of the solar pumping systems.
Lighting Arrester: The SPV water pumping system should be provided with lightning
and overvoltage protection. The principle aim in this protection is to reduce the over
voltage to a tolerable value before it reaches the PV or other sub systems components.
The source of over voltage can be lightning or another atmospheric disturbance.
Necessary foundation for holding the Lightning Arrestors (LA) is to be arranged
keeping in view the wind speed of the site and flexibility in maintenance in future.
Suitable number of lightning arrestors will be provided in the array field.
Lighting & Over Voltage Technical Specifications
Parameters Specification
Diameter of pipe 1 ½ '' diameter
GI Spike 5 feet long
Earth Pit Maintenance free earthing
Color Red/Blue/Black
Protection Power Surges/ Lightning Strikes
VIII. ON/OFF SWITCH
A good reliable switch suitable for DC use is to be provided. Sufficient length of
cable should be provided for inter-connection of the PV array, Controller / Inverter
and the motor pump set. Preferably the Inver/Controller should have a arrangement
to switchover from solar to Grid connection and vice versa for easy operation.
IX. LCD Display showing following parameters
a) Frequency of VFD,
b) Voltage,
c) Current,
d) Output Watt and
10
e) Cumulative in KWH.
X. Any other item not specifically mentioned in the specifications but which are required
for Supply, Installation & Commissioning of Solar Water Pumping system are deemed
to be included in the scope of the specification as per relevant and latest IS, IEC,
MNRE guidelines, standards of Rural Electrification Corporation (REC) and specified
by GGRCL unless specifically excluded.
Specification of all the items covered under this EoI is mentioned above. However, if
any item is left out, standard specification of relevant and latest IS,IEC, MNRE, Rural
Electrification Corporation (REC) and specified by GGRC will be applicable for the
same.
XI. WARRANTY
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
submersible/ surface pumps shall be warranted for 5 years. Required Spares for
trouble free operation during the Warrantee period should be provided along with the
system.
XII. OPERATION AND MAINTENANCE MANUAL
An Operation and Maintenance Manual, in English and/or Vernacular language,
should be provided with the solar PV pumping system. The Manual should have
information about solar energy, photovoltaic, modules, AC motor pump set,
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
beneficiary.
XIII. NOTES
i) Wherever the “Water table” or the level of water in the reservoir or the water source
(e.g. Diggie) from which the water is to be pumped, is within 10 meters depth,
‘Surface Motor Pump sets” should be preferred.
ii) 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 water discharge norms specified in section II above.
iii) There should not be any compulsion to use only one or the other type of
Motor-pump set. The beneficiary may select an appropriate Model (i. e. Capacity of
PV Array and Type of Motor Pump Set) as per site requirement.
XIV. NAME PLATE:
Name Plate in Gujarati Language of size 2ft by 2 ft on iron plate is required to be
prepared as per following details and required to be fixed on the system for every
11
installation.
(M) DURATION OF IDENTIFICATION OF BENEFICIARY FARMER, SURVEYING,
DESIGNING, SUPPLYING, INSTALLATION AND COMMISSIONING:
The Identification of beneficiary farmer, Surveying, Designing, Supplying, Installation
and Commissioning of tentatively 500 numbers of Solar Photovoltaic (SPV) Water Pump
System on farmer’s field under Solar Photovoltaic (SPV) Water pumping System
Component of “Sub-Mission on Agricultural Mechanisation (SMAM) Programme”,
Government of Gujarat in the Gujarat State is upto 31.03.2018 or closure of programme
as announced by GGRC whichever is earlier. The implementation of programme will
depend upon the availability of subsidy fund provided by Government of Gujarat.
(N) QUANTUM OF WORK:
Tentatively 500 nos. of SPV Pump Sets in financial year 2017-18 (i.e. tentative Quantity is
25 Nos. for 3 HP AC Surface/Submersible, 25 Numbers of 3 HP DC Surface/Submersible,
225 numbers of 5 HP AC Submersible and 225 numbers of 5HP DC Surface/Submersible.
This Quantity and capacity of pump is only indicative figures which will change at the
time of actual implementation of program.
(O) LOCATION:
At the selected Beneficiary farmers' field in entire state of Gujarat.
(P) TECHNICAL BACK UP TO BENIFICIARIES:
The Solar water pump supplier is has to provide the operational and maintenance
manual of the system in Gujarati with farmer’s friendly language. A onsite training to
the beneficiaries farmer regarding all the aspects operation and maintance of the system
is required to be conducted by the supplying firm.
(R) SPECIFIC TERMS AND CONDITIONS WITH RESPECT TO WARRANTY /
MAINTENANCE/TRAINING TO BENEFICIARY FARMER:
i. Warranty:
The Warranty period for the components / equipment supplied is as per
GGRC/SMAM/MNRE guidelines issued from time to time and for this EoI which
GGRC Prayojit “Surya Urja Sanchalit Tapak Sinchayi Paddhati ”
1 Name of beneficiary (farmer)
2 Name of Village Taluka /District
3 Solar PV capacity in Wp and DC/AC submersible Pump capacity in HP
4 Pump head
5 Name of Supplier of the system
6 Address and Contact no of Supplier ’s Service centre for informing
faults in the system
7 Programme Implemented by Gujarat Green Revolution Co. Ltd, Vadodara
12
shall be Five years from the date of installation and handover to the farmer. Any
equipment / component is found to have manufacture defect or poor workmanship
within the warranty period, the SPV Water Pump system supplier shall replace the
same with free of cost within five days of intimation from the beneficiary farmer. The
SPV water pump has to provide a Warrantee card (As per Annexure XIII) to farmer
and will submit its copy to GGRC.
In the event of any instrument / component getting broken or damaged during
installation and trial run at the site before handing over the SPV Water Pump system
to the farmer / applicant, SPV Water Pump system supplier shall replace the same
free of cost.
ii. Maintenance and Repairing Services:
SPV Water Pump system Supplier shall provide maintenance and repairing services
free of cost for a period of 5 year from the date of handling over the SPV Water
Pump system. The SPV water pump system suppliers will also submit the regular
maintenance and servicing report (Annexure XIV) after every six month from the
date of Joint Commissioning till completion of warrantee period of 5 year
Except manufacturing defect, in case of any repair / replacement of fitting / spare
parts during the period of 5 year from the date of handing over to the farmer, the
SPV Water Pump system supplier will supply the same and recover the cost from the
farmer/applicant as per the rates decided from GGRC. However, SPV Water Pump
system Supplier must provide repairing services free of cost and ensure availability
of fittings and spare parts of the total system within five days of getting the request
from the farmers. This is to ensure optimal crop performance and system
sustainability.
iii. Training to the farmer / applicant
It is obligatory on the part of SPV Water Pump system Supplier to provide
operational and maintenance training along with operational manual to run SPV
Water Pump system smoothly and trouble free.
iv. The supplier company is expected to appreciate and understand the maintenance
clauses with seriousness with the objective that the unit runs hassle-free and the
farmer is not made to run from pillar to post for rectification in case of
development fault (s) in the unit.
v. Complaints about fault(s) received by desk, telephone, fax, email or whatever
communication method shall be attended within forty eight hours b y site visit
etc.
vi. The supplier is expected to stock adequate spare parts so that unit becomes
operational within 3 (Three) days of complaint. Defects should be resolved within
three days from date of intimation by farmer. The contractor shall have to pay
penalty at the rate of Rs.500/- per system (for 3 HP, 5HP) per day for not attending
defects within three days.
vii. In case the company fails to maintain a unit, the bank guarantee shall be invoked
and the decision of the GGRC shall be final. Failure to maintain five or more units
13
in a year may also cause black listing of the company for future supplies and the
decision of the respective GGRC shall be final.
viii. The bidder is supposed to declare details of Solar Pump Models and
Configuration as per the Technical Annexure-VIII.
(S) INSURANCE OF THE SPV WATER PUMP SYSTEM AND LIFE OF
BENEFICIARY FARMERS:
GGRC appointed Insurance Agency will provide Insurance Coverage to the SPV
Water Pump system as well as the life of the beneficiary farmers for the period of one
year. The insurance coverage will start from the 1st date of subsequent month of date
of Joint Commissioning and Trail Run and the handing over the SPV Water Pump
system to the beneficiary farmers.
The Insurance premium will form a part of total SPV Water pump system cost which
would be borne separately by farmer and deposited in GGRC. The annual charges of
insurance premium as on date is 0.28% + applicable Tax (may change from time to
time) on the value of each SPV water Pump system.
The farmer has choice to renew his insurance policy at his own discretion from
insurance agency after the expiry of 1st year of insurance coverage.
I/we have read the scope of work and technical specification as above and agreed
unconditionally.
Note:
a) This Part G: SCOPE OF WORK AND TECHNICAL SPECIFICATION documents
need to be submitted in physical form in technical bid cover.
b) Please sign and seal of company on each page of this document.
Signature of Bidder:
Name :
Designation:
Date: Place: Company’s Round Seal:
14
15
ANNEXURE-A
(The bidder should sign and accept this format and submit in online and physical mode)
APPLICABLE STANDARDS FOR SOLAR WATER PUMP COMPONENTS
Minimum Technical Requirements / Standards for off-grid / Stand-Alone solar
photovoltaic (PV) power plants / systems to be deployed under the National Solar
Mission (as per MNRE ordered dated 16.06.10)
Item/component Applicable IEC / equivalent BIS Standard Confirm as per
STD. Standard Description Standard Number
PV Modules:
Crystalline Silicon
Terrestrial PV
Modules
Must conform to the latest
edition of IEC / equivalent
BIS Standards for module
Design qualification and
type approval.
IEC 61215 / IS14286
IEC 61730 Part 1 &2 Yes / No
Inverters* Efficiency Measurements
Environmental Testing
IEC 61683
IEC 60068
2 (6,21,27,30,75, 78)
Yes / No
Charge controller
/MPPT Units*
Design Qualification
Environmental Testing IEC 62093 Yes / No
Storage Batteries
General Requirements &
Methods
of Test Tubular Lead Acid
test.
IEC 61427
IS 1651/ IS 13369 Yes / No
Cables
General Test and Measuring
Methods PVC insulated
cables for working Voltages
up to and including 1100 V-
Do, UV resistant for outdoor
installation
IEC 60189
IS 694/ IS 1554
IS / IEC 69947
Yes / No
Switches/ Circuit
Breakers/Connecto
rs
General
Requirements
Connectors-safety
IS / IEC 60947 part
I,II,III
EN 50521
Yes / No
Junction
Boxes/Enclosure General Requirements
IP 65 (for
outdoor) / IP 21 (for
indoor) IEC 62208
Yes / No
SPV System Design PV Stand-alone System
design verification IEC 62124 Yes / No
Installation
Practices
Electrical installation of
buildings
Requirements for SPV
power
supply systems.
16
** Also refer Addendum No. 32/49/2010-11-PVSE dated 19.08.2010
Latest specifications / amendment in the standards if any accepted by MNRE will be
allowed.