Government of Tamil Nadu

Similar documents
Government of Tamil Nadu

Government of Tamil Nadu

Government of Tamil Nadu

Government of Tamil Nadu

Government of Tamil Nadu

TACTV TENDER CUM AUCTION FOR SALE OF USED OFFICE CAR. (Mitsubishi Cedia Sports Sedan Registration No:TN-09-W-3333).

Procurement of Licences of Business Objects BI Platform

Government of Tamil Nadu

Tamil Nadu Energy Development Agency

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

Tamil Virtual Academy 4 th Floor, Elnet Software City, Taramani, Chennai , Tamil Nadu.

ICSI HOUSE, C-36, Sector-62, Noida

TENDER DOCUMENT FOR CONDUCT OF EVENT AT ISLAND GROUNDS, CHENNAI-09 FOR 35 DAYS FROM TO

Tamil Nadu Energy Development Agency, Chennai-6

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

ICSI HOUSE, C-36, Sector-62, Noida

Part A TECHNICAL BID (To be returned duly signed on all pages)

Tamil Nadu Energy Development Agency

Tender No. 15 / Date: TENDER NOTIFICATION. Security Deposit (in Rupees) 1. Pulse Oximeter / /-

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT

TENDER DOCUMENT FOR APPOINTING CREDIT RATING AGENCIES FOR PRIVATE PLACEMENT OF BONDS

Government of Tamil Nadu

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

Software Technology Parks of India Noida

THE HANDICRAFTS AND HANDLOOMS EXPORTS CORPORATION OF INDIA LIMITED., CHENNAI

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE

TENDER DOCUMENT FOR SUPPLY INSTALLATION AND COMMISSIONING OF WIND- SOLAR HYBRID SYSTEMS IN THE STATE OF ODISHA

SECTION - IB NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

TENDER DOCUMENT TENDER FOR THE SUPPLY AND INSTALLTION OF GLOW SIGNAGE BOARDS FOR TACTV S CONTROL ROOMS/DISTRICT OFFICES ALL OVER TAMIL NADU.

MUNICIPAL CORPORATION, CHANDIGARH. No. MCC/CAO/2018/ Dated: -

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

NATIONAL INSTITUTE OF FASHION TECHNOLOGY, BENGALURU.

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

INDIAN INSTITUTE OF MANAGEMENT NAGPUR

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

ALL INDIA INSTITUTE OF SPEECH AND HEARING, Naimisham Campus, Manasagangothri, Mysore Global Tender Document. Purchase of Technical Equipment

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

TENDER FOR DISPOSAL OF COMPUTER SCRAPS. INVITATION OF PUBLIC TENDER AND INSTRUCTIONS TO TENDERERS DUE ON

THE STATE TRADING CORPORATION OF INDIA LTD (A GOVT. OF INDIA ENTERPRISE)

Other terms & conditions of Tender for Supply of Software Licenses dated August 31, 2016 remains the same.

University of Madras -Purchase procedure - Guidelines

LIFE INSURANCE CORPORATION OF INDIA ENGINEERING DEPARTMENT

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Regional Centre Jorhat House No. 337, A.T Road, Tarajan, Jorhat

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) DETAILED (Domestic Competitive Bidding)

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE.

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

Ref. No. INST/12(253)/2017/PUR Date: 06/12/2017 NOTICE INVITING TENDER

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :...

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-149/CS-3044, Dt : AMC for Bunkering Stream Equipment in CHP

for SUPPLY OF HP TONER CARTRIDGE

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

No. MT/1-Cargo-Transportation/PS/ /8941 Andaman and Nicobar Administration Directorate of Transport. ** Port Blair, dated the,

Notice Inviting Tender for Printing of Accounts Manual of APDCL

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE)

Software Technology Parks of India Tender document for disposal of Scrap at STPI Patna TENDER DOCUMENT

Tender Specification No.: 05 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

Ref. No. P&S/F.2/OR/198/ Date:

File No.ITDPDR-HOR0HORT(CFE)/24/2017-SA(CF)-ITDAPDR TRIBAL WELFARE DEPARTMENT :: I.T.D.A. PADERU VISAKHAPATNAM DISTRICT :: ANDHRA PRADESH

NOTICE INVITING TENDER ( N.I.T) Ice Flaking Machine

NOTICE INVITING TENDER. Ten No. TEN/004/UPS/AO

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Sub.: Group Personnel Accidental Insurance (GPAI) Policy for PDIL s employees

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

GOVERNMENT OF INDIA OFFICE OF THE COMMISSIONER OF CUSTOMS, CENTRAL EXCISE & SERVICE TAX 6/7, A.T.D. STREET, RACE COURSE ROAD, COIMBATORE

KARNATAKA FISHERIES DEVELOPMENT CORPORATION LTD.,

Tender No 18 / GM / CARD / ENVT / LTE / Dt

Persons to clean the institute including washrooms

OSMANIA UNIVERSITY HYDERABAD , INDIA

Phone No

Phone Office: /89 Maulana Azad Campus, Chelmsford Road New Delhi

Central University of Orissa

कश म र क न द र य व श वव द य लय CENTRAL UNIVERSITY OF KASHMIR (म न स स धन व क स म त र लय) (MINISTRY OF HUMAN RESOURCE DEVELOPMENT) भ रत सरक र

Selection of Consultant on Quality and Cost Based Selection [QCBS] ISSUED BY:

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

TENDER DOCUMENT. Ref: CMPDI/RI-VII/DG/Liveries/5.25/2018/ 2596 Dated: 15/01/2018

OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1

NOTICE INVITING TENDER (NIT) OPEN TENDER NOTICE (Two Cover System)

at 13:30 hrs

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

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

NOTICE INVITING TENDER (E-Procurement mode) भ रत य व ज ञ न श क ष ए अन स ध न स स थ न प ण

Quotations for Rate Contract for Supply of CD DUPLICATION for One Year. Ref: ICSI/PC-2016/RFQ-2672 July 22, 2016

Transcription:

Government of Tender for Supply, Installation, Commissioning and 15 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur Tamil Nadu Tender Reference: TEDA/3810/SIDCO/Tender/TEDA/ Advertised on 08.05.2018 Tender Details Energy Development Agency V Floor, EVK Sampath Maaligai 68 College Road Chennai-600006(INDIA) Phone: +91-44-28224830/28236592 Fax: +91-44-28222971 Email: tender@teda.in Website: www.teda.in `TEDA, Chennai-600006 Page 1/104 Bidder s Signature & Stamp

CONTENT OF THE BID DOCUMENT SECTION A TENDER ELIGIBILITY & INSTRUCTIONS SECTION B BID SUBMISSION & EVALUATION SECTION-C AWARD & EXECUTION SECTION-D TECHNICAL SPECIFICATIONS SECTION-E FORMATS & ANNEXURES `TEDA, Chennai-600006 Page 2/104 Bidder s Signature & Stamp

`TEDA, Chennai-600006 Page 3/104 Bidder s Signature & Stamp

Sl. No Description Page No. SECTION-A TENDER ELIGIBILITY & INSTRUCTIONS 1. Introduction 15 2. Tender Data Sheet 16 3. Tender Cost and EMD 17 3.1 Cost of Bidding 17 3.2 Tender Document Fee 17 3.3 Earnest Money Deposit (EMD) 17 4. Tender Eligibility Criteria 19 5. Instructions to the Bidder 20 5.1 General Instructions 20 5.2 Language of the Bids 21 5.3 Bid Currency 21 5.4 Clarifications and Amendments 22 5.5 Contacting Tender Inviting Authority 22 5.6 Force Majeure 23 5.7 Arbitration 23 5.8 Bar of Jurisdiction 23 5.9 Blacklisting 23 SECTION B BID SUBMISSION AND EVALUATION 6. BIDS PREPARATION 27 6.1 Letter of Authorization 27 6.2 Test Certificates/Reports 27 7. BID SUBMISSION 27 7.1 Techno Commercial Bid (Envelope-A) 27 7.1.1 Details to be furnished in the Techno Commercial Bid 28 7.1.2 Signing the Techno Commercial Bid 29 7.1.3 Sealing the Techno Commercial Bid 29 7.2 Price Bid (Envelope-B) 29 7.2.1 Details to be furnished 29 7.2.2 Signing the Price Bid 30 7.2.3 Sealing the Price Bid 30 7.3 Outer Cover 30 7.4 Mode of submission of Bids 30 `TEDA, Chennai-600006 Page 4/104 Bidder s Signature & Stamp

7.5 Modification and withdrawal of Bid 31 8. BID OPENING 31 8.1 Techno Commercial Bid Opening 31 8.2 Tender Validity 31 8.3 Initial Scrutiny 31 8.4 Clarifications by TEDA 32 8.5 Price Bid Opening 32 9. BID EVALUATION 33 9.1 Suppression of facts and misleading information 33 9.2 Techno Commercial Bid Evaluation 33 9.3 Price Bid Evaluation 33 9.4 Award of Contract 35 9.5 TEDA reserves the right to 35 SECTION-C AWARD & EXECUTION 10. AWARD OF WORK 39 10.1 Acceptance of the Tender 39 10.2 Letter of Acceptance (LoA) 39 10.3 Payment of Security Deposit (SD) 39 10.4 Execution of Agreement 40 10.5 Release of Firm Work Order 40 10.6 Installation & Completion Schedule 40 10.7 Release of SD 41 10.8 Termination of Contract 41 10.8.1 Termination for default 41 10.8.2 Termination for insolvency 42 10.8.3 Termination for convenience 42 11. Execution of Work 43 11.1 Scope of work 43 11.2 Insurance 44 11.3 Handing over 44 11.4 Comprehensive Maintenance for 5 years 45 11.5 Product take back and recycling 46 11.6 Warranty 46 11.7 Inspection 47 12. Liquidated Damages 48 13. Workmen s Compensation Insurance 48 14. a. Payment Terms b. Penalty 50 `TEDA, Chennai-600006 Page 5/104 Bidder s Signature & Stamp

SECTION D TECHNICAL SPECIFICATIONS 16. Technical Specifications for Grid Tied SPV Power Plant 53 SECTION- E FORMATS & ANNEXURES F-1 Techno commercial Bid Format ( Envelope A) 70 F-2 Bidder s undertaking covering letter 75 F-3 Bidder s undertaking for minimum quantity offered 77 F-4 Bank Guarantee Format 78 F-5 Model Form of Contract 81 F-6 Draft Undertaking in Lieu of EMD 93 F-7 Letter certifying the number of pages in bid documents 96 F-8 Price Bid (Envelope-B) 99 A-1 EMD Exemption 102 A - 2 Typical Wiring Diagrams for Grid-Tied Solar System 103 ACRONYMS Sl.No. Parameter Details 1. AC Alternating Current 2. BIS Bureau of Indian Standards 3. BoS Balance of System 4. CMC Comprehensive Maintenance Charges 5. DC Direct Current 6. IEC International Electro Technical Commission 7. MPPT Maximum Power Point Tracking 8. NABL National Accreditation Board for testing and calibration Laboratories 9. PCU Power Conditioning Unit 10. PWM Pulse Width Modulation 11. RFID Radio Frequency Identification 12. STC Standard Testing Conditions 13. THD Total Harmonic Distortion `TEDA, Chennai-600006 Page 6/104 Bidder s Signature & Stamp

SHORT TITLES USED IN THE TENDER DOCUMENT 1. Bidder Bidder means the party who makes a formal offer in pursuance of the Tender floated 2. Successful Bidder Successful Bidder means the bidder who becomes successful through the Tender process. 3. Day A day means a calendar day 4. Testing Agency Testing Agency notified by TEDA for the purpose of sample testing. 5. Cost Cost means the total cost to be incurred towards the supply, installation, commissioning and 5 years comprehensive Maintenance of ground mounted SPV Systems. 6. Purchaser Purchaser means the Government of for whom the procurement is made through this Tender. 7. TEDA Energy Development Agency - the Procurement agency on behalf of Government of 8. Commissioning Commissioning means the ground mounted plant would have to be energized through SPV system and the functioning has to be tested. 9. End user End user means the beneficiary to whom the ground mounted solar system is provided. Applicability of Transparency in Tenders Act 1998 This Tender process will be governed by The Transparency in Tenders Act 1998 and The Transparency in Tenders Rules, 2000 (http://www.tn.gov.in/gorders/fin446-e.htm) as amended from time to time. `TEDA, Chennai-600006 Page 7/104 Bidder s Signature & Stamp

CHECKLIST FOR ENCLOSURE (Bidder shall fill up YES or NO without fail) Sl.No. Bid Enclosure YES or NO 1. Whether the Tender is submitted in Two covers (Techno Commercial Bid and Price Bid)? 2. Whether Two covers are put into an outer cover? 3. Whether Technical Bid (Envelope- A) contains the following 3.1 Earnest Money Deposit (EMD) amount as specified in the Tender or undertaking in lieu of EMD as per Format F6 with NSIC/SSI. 3.2 Bidder s undertaking covering letter as per Format F2 in the Letter Head signed by the authority & stamped. 3.3 Signed and stamped Letter of Authorization (or) Power of Attorney for signing the Tender document. 3.4 All pages of the blank Tender document in full signed by the authority & stamped. 3.5 Filled up Technical Bid signed by the authority & stamped 3.6 Supporting documents to meet the Eligibility Criteria All documents shall be in English only. Documents in any other language shall be accompanied by an accurate translation in English, duly notarized and signed by the authority and stamped in all pages a) Bidder s Certificate of Incorporation / Registration - Enclosed c) Bidder s undertaking for supplying entire quantity called for in the Tender as per Format F3 - Enclosed d) Relevant proof for manufacturer or PV System Integrator e) Balance Sheet and Profit & Loss accounts for any one of the audited years from 2014-15. g) Copy of Work Orders along with proof for satisfactory performance of that work - Enclosed h) Bidder s undertaking letter for not currently blacklisted - Enclosed. 3.7 Following Test Certificates / Reports as per clause 15 of Section D i) SPV Modules Page No. `TEDA, Chennai-600006 Page 8/104 Bidder s Signature & Stamp

Sl.No. Bid Enclosure YES or NO Page No. IEC 61215 / IS 14286 IEC 61730 Part 1 & 2 IEC 61701 STC Performance Report from accredited laboratories ii) Solar Grid Tie Inverter IEC 61683 & IEC60068-2(1,2,14,30) Anti-Islanding protection as per VDE 0126-1-1 or IEC 60255.5 or IEC 60255.27 Safety Compliance- IEC 62109-1& 2 iii) BALANCE OF SYSTEMS (Certificates or Letter of Undertaking) Enclosed a) Cables- IEC60227/IS 694, IEC 60502/IS 1554 Pt I& II) b) Switches / Circuit Breakers/ Connectors IS/IEC 60947 part I,II,III & EN 50521 4. F.1 Techno Commercial Bid Format (Envelope-A) 5. Whether Price Bid (Envelope-B) contains the following a) Filled Price Bid with signature and stamp in all pages. b) Whether corrections or overwriting if any is attested? 6. Whether Bid documents are page numbered & bounded `TEDA, Chennai-600006 Page 9/104 Bidder s Signature & Stamp

IMPORTANT NOTE: Bidders must ensure that they have submitted all the required documents indicated in the Tender document without fail. Bids received without supporting documents for the various requirements mentioned in the tender document or test certificate are liable to be rejected. The data sheet for the critical components shall be submitted by the Bidder for the scrutiny. Bid documents shall be page numbered & bound. Any loose/ unbound documents or documents which are not page numbered shall not be accepted. `TEDA, Chennai-600006 Page 10/104 Bidder s Signature & Stamp

`TEDA, Chennai-600006 Page 11/104 Bidder s Signature & Stamp

`TEDA, Chennai-600006 Page 12/104 Bidder s Signature & Stamp

SECTION A TENDER ELIGIBILITY AND INSTRUCTIONS `TEDA, Chennai-600006 Page 13/104 Bidder s Signature & Stamp

`TEDA, Chennai-600006 Page 14/104 Bidder s Signature & Stamp

1. INTRODUCTION TEDA on behalf of the SIDCO calls for Competitive Bidding for tender for Supply, Installation, Commissioning and 15 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur by following the procedures stipulated in the Tamil Nadu Transparency in Tenders Act 1998 and Tenders Rules 2000. The generated solar power from the power plant will be consumed in the premises and the excess power if any, can be fed into the grid as per the grid connectivity specified in TNERC guidelines dated 13.11.2013 on Net metering. The Successful Bidder(s) shall work closely with the TEDA and TANSIDCO, involved in implementing the above work and ensure success of the programme. Installations shall be completed within 90 days from the date of receipt of work order. The project pertains to a clean/ RE project (Solar Energy) intended to reduce carbon emissions. 2. TENDER DATA SHEET 1 Tender inviting Authority, Designation and Address The General Manager Energy Development Agency V Floor, EVK Sampath Maaligai, 68 College Road, Chennai-600006 (INDIA) Phone: +91-44-28224830/28236592 Fax: +91-44-28222971 Email: tender@teda.in Website: www.teda.in 2 a) Name of the Work Tender for Supply, Installation, Commissioning and 15 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt) b) Tender Reference Tender reference: TEDA/ 3810 /SIDCO/Tender/TEDA/2018-19 `TEDA, Chennai-600006 Page 15/104 Bidder s Signature & Stamp

c) Place of execution SIDCO Industrial Estate, Kakkalur, Thiruvallur(Dt) 3 a) Tender documents available place and date for obtaining tender On all working days between 11.00 A.M. and 5.00 P.M. up to 09.05.2018 at TEDA office. Alternatively, Tender documents can be downloaded at free of cost from www.teda.in and www.tenders.tn.gov.in b) Cost of Tender Document Rs.1000/-(Rupees One Thousand only) per Tender Document for direct purchase from TEDA. The Tender document fee is waived for the downloaded Tender Document. 4 Earnest Money Deposit (EMD) per Package 5 Pre-Bid meeting date time and place 6 Due Date, Time and Place of submission of Tender 7 Date, Time and Place of Tender opening 8 Date, Time and Place of opening of Price Bids Rs.70,000/- EMD has to be paid in Indian Rupees by way of Demand Draft or Banker s Cheque only, from any of the Nationalized/ Scheduled /Foreign banks, drawn in favour of Energy Development Agency and payable at Chennai only. EMD submitted in any other forms will be SUMMARILY REJECTED On 22.05.2018 @ 11.00 A.M. at TEDA office. On 30.05.2018 up to 02:00 P.M. at TEDA office. On 30.06.2018, 02:00 P.M. at TEDA office. Will be intimated only to the bidders qualified in Techno commercial bid. *If any one of the above dates happens to be a holiday, next working day will be the due date. 3. TENDER COST AND EMD 3.1 Cost of Bidding The Bidders shall bear all costs associated with the preparation and submission of Bids. TEDA will in no way be responsible or liable for these charges/costs incurred regardless of the conduct or outcome of the bidding process. 3.2 Tender Document Fee a) The Tender documents may be purchased from the office of TEDA on payment of fees in Indian Rupees as mentioned in the Tender Data sheet. The Tender document is not transferable to any other Bidder. `TEDA, Chennai-600006 Page 16/104 Bidder s Signature & Stamp

b) The Tender document cost may be paid by way of cash (or) Demand Draft /Banker's Cheque in favour of Energy Development Agency, payable at Chennai for direct purchase from TEDA. c) Alternatively, the Tender document can be downloaded at free of cost from the website mentioned in the Tender data sheet. The Tender document fee is waived for those documents downloaded. 3.3 Earnest Money Deposit (EMD) a) An EMD amount as specified in the Tender Data sheet shall be paid in Indian Rupees in the form of Demand Draft/ Banker s Cheque only, from any of the Nationalized/ Scheduled /Foreign banks, drawn in favour of Energy Development Agency payable at Chennai. EMD submitted in any other forms will be SUMMARILY REJECTED. b) The EMD shall be kept in the Techno Commercial Bid Cover. c) The EMD amount of the bidders not qualified in the Techno commercial bid will be refunded immediately, after rejection of their techno-commercial bid. The EMD amount of the bidders qualified in the techno commercial bid but not successful, will be refunded after finalization and signing of agreement with the successful bidder. The EMD amount held by TEDA, till it is refunded to the Bidders will not earn any interest thereof. d) The EMD amount paid by the Successful Bidder will be adjusted towards Security Deposit payable by them. If the successful Bidder submits Security Deposit for the stipulated value in full in the form of DD/ Banker s Cheque/ by way of Bank Guarantee, the EMD will be refunded. e) The EMD amount will be forfeited by TEDA, if the Bidder withdraws the bid during the period of its validity specified in the tender or if the successful bidder fails to sign the contract or the successful bidder fails to remit Security Deposit within the respective due dates. f) The bids received without the specified EMD amount will be SUMMARILY REJECTED. g) For the categories of industries exempted from payment of Earnest Money Deposit, see Annexure-1. `TEDA, Chennai-600006 Page 17/104 Bidder s Signature & Stamp

h) Industries/ exempted from payment of EMD shall enclose duly attested Photostat copy of their Registration Certificate showing the materials viz.spv Panels, PV System Electronics(Inverter only) they are permitted to manufacture/to do services as a system integrator of solar plants and the period of validity of the certificate as proof of eligibility for exemption from payment of EMD. i) Those Bidders who are exempted from payment of EMD shall furnish in lieu of EMD an under taking in a non-judicial stamp paper of value not less than Rs. 80.00 (Rupees Eighty only) in the prescribed format, as per Format-6, to the effect to pay penalty an amount equivalent to EMD in the event of non-fulfillment or non-observance of any of the conditions stipulated in the contract consequent to such breach of contract. j) Undertaking and proof of exemption of EMD shall be kept in the Techno commercial bid cover as specified in clause A-1. TENDERS RECEIVED WITHOUT PROOF FOR EXEMPTION OF EMD AND UNDERTAKING WILL NOT BE READOUT AND WILL BE REJECTED SUMMARILY. `TEDA, Chennai-600006 Page 18/104 Bidder s Signature & Stamp

4. TENDER ELIGIBILITY CRITERIA The Bidder shall meet the following Eligibility Criteria to participate in the Tender and shall enclose documentary proof for fulfilling the Eligibility in the Techno commercial Bid. S. No 1. (a) Minimum Eligibility Criteria The Bidder shall be a registered Company/ Firm in India for at least three audited years. 2. The Bidder shall use only SPV modules manufactured in India 3. Bidder shall have a minimum turnover of Rs.50 Lakhs in all the audited years from 2014-15. If the majority of the share is held by the Parent Company, then turnover of the Parent company is allowed. 4. Bidder shall have installation experience of grid tied Solar PV systems for a cumulative capacity of 30kWp spread across India in the last three years with at least one Grid tied Solar PV system with single inverter having a capacity of not less than 20kWp (SPV systems installed 3 months prior to the date of submission of bid will only be considered) & these systems shall be working satisfactorily. 5. Various components of the SPV system shall conform to the MNRE standards as per Section- D Proof to be submitted for fulfilling the Eligibility Criteria Certificate of Incorporation or Registration shall be submitted. Necessary undertaking by the bidder in their Letter Head to this effect shall be submitted. a) Balance Sheet b) Profit & Loss accounts of all the audited years from 2014-15 shall be submitted towards meeting annual turnover criteria. Copy of Work Orders and performance certificates for satisfactory functioning of those SPV systems obtained from the end user if system was paid for by the end user or by the Government agency. Necessary undertaking by the bidder in their Letter Head to this effect shall be submitted `TEDA, Chennai-600006 Page 19/104 Bidder s Signature & Stamp

S. No Minimum Eligibility Criteria 6. Bidder shall not be currently blacklisted by any of the State or Central Government organizations or undertakings of the State or Central Government or Union Territories of India as on date of submission of tender Proof to be submitted for fulfilling the Eligibility Criteria Necessary Undertaking letter shall be furnished. Note : i. Bidders who have not furnished the required documents called for in fulfilling the eligibility criteria, their bids will be summarily rejected and no clarifications will be called for, whatsoever reasons may be. ii. No consortium will be allowed. iii. The successful bidder should submit test certificate/report within 15 days from date of issue of LoA otherwise the issued LoA becomes null and void. 5. INSTRUCTIONS TO THE BIDDER 5.1 General Instructions a) It will be imperative for each Bidder to familiarize himself with the prevailing legal situations for the execution of contract. TEDA shall not entertain any request for clarification from the Bidder regarding such legal aspects of submission of the Bids. b) It will be the responsibility of the Bidder that all factors have been investigated and considered while submitting the Bids and no claim whatsoever including those of financial adjustments to the contract awarded under this tender will be entertained by TEDA. Neither any time schedule nor financial adjustments arising thereof shall be permitted on account of failure by the Bidder to appraise themselves. c) The Bidder shall be deemed to have satisfied himself fully before Bidding as to the correctness and sufficiency of its Bids for the contract and price quoted in the Bid to cover all obligations under this Tender. `TEDA, Chennai-600006 Page 20/104 Bidder s Signature & Stamp

d) It must be clearly understood that the Terms and Conditions and specifications are intended to be strictly enforced. No escalation of cost in the Tender by the Bidder will be permitted throughout the period of Agreement or throughout the period of completion of contract whichever is later on account of any reasons whatsoever. e) The Bidder shall make all arrangements as part of the contract for Supply, Installation, Commissioning and 15 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt) f) The Bidder shall be fully and completely responsible to TEDA and TANSIDCO for all the deliveries and deliverables. The bidder shall be responsible for the proper functioning of the finally erected systems. g) All Statutory obligations/liabilities like Salary, ESI, P.F., as per Labor Laws for the persons employed for this contract will be the responsibility of the bidder. TEDA will not make any direct payment thereof and will not be responsible for any lapses by the bidder. h) The bidder has to have adequate field service setup within 200kms area to provide good service after installation including necessary repair and maintenance. Service Centre address with contact number & contact person to be given by the installer along with the invoice otherwise the invoice is invalid. 5.2 Language of the Bids The bid prepared by the Bidder as well as all correspondence and documents relating to the bid shall be in English only. The supporting documents and printed literature furnished by the Bidder in any other language shall necessarily be accompanied by an accurate translation in English duly notarized, in which case, for all purposes of the Bid, the translation shall govern. Bids received without such translation copy will be rejected. 5.3 Bid Currency Price shall be quoted in Indian Rupees (INR) only and Payment shall be made in Indian Rupees only. `TEDA, Chennai-600006 Page 21/104 Bidder s Signature & Stamp

5.4 Clarifications and Amendments a) A prospective Bidder requiring any clarification in the Tender may address TEDA by Registered post or by personal delivery under acknowledgement. No clarifications will be offered by TEDA within 48 hrs prior to the date and time of opening of the Tender. b) A pre-bid meeting will be held, for addressing the clarifications, on the date and time mentioned in the Tender Data sheet or any other date decided by TEDA. The Bidders are requested to participate in the Prebid meeting for clarifications. c) Before the closing date of the Tender, clarifications and amendments if any will be notified in the government website mentioned in the Tender Data sheet. The Bidders shall periodically check for the amendments or corrigendum or information in the website till the closing date of this Tender. TEDA will not make any individual communication and will in no way be responsible for any ignorance pleaded by Bidders. d) TEDA is not responsible for any misinterpretation of the provisions of this tender document on account of the Bidders failure to update the Bid documents based on changes announced through website / Individual Communication. 5.5 Contacting Tender Inviting Authority a) Bidders shall not make attempts to establish unsolicited and un authorized contact with the Tender Inviting Authority or Tender Accepting Authority after the opening of the Tender and prior to the notification of the Award and any attempt by any Bidder to bring, to bear extraneous pressures on the Tender Inviting/ Evaluation/ Scrutiny/ Accepting Authority may lead to disqualification of the Bidder. b) Notwithstanding anything mentioned above, the Tender Inviting / Evaluation/ Scrutiny/ Accepting Authority may seek bona-fide `TEDA, Chennai-600006 Page 22/104 Bidder s Signature & Stamp

clarifications from Bidders relating to the tenders submitted by them during the evaluation of tenders. 5.6 Force Majeure Neither TEDA nor the Successful Bidder(s) shall be liable to the other for any delay or failure in the performance of their respective obligations due to causes or contingencies beyond their reasonable control such as: Natural phenomena including but not limited to earthquakes, floods and epidemics. Acts of any Government authority, domestic or foreign including but not limited to war declared or undeclared, priorities and quarantine restrictions. Accidents or disruptions including, but not limited to fire, explosions, breakdown of essential machinery or equipment, power and water shortages. 5.7 Arbitration In case of any dispute, the matter will be referred to a sole Arbitrator to be appointed by the Chairman & Managing Director of TEDA/TANSIDCO under the Arbitration and Conciliation Act 1996. The arbitration shall be held in Chennai, India and the language shall be English only. Subject to the above, the Courts at Chennai alone only shall have jurisdiction in the matter. 5.8. Bar of Jurisdiction: Save as otherwise provided in Transparency in Tender Act 1998, no order passed or proceeding taken by any officer or authority under this act shall be called in question in any Court and no injunction shall be granted by any court in respect of any action taken or to be taken by such officer or authority in pursuance of any power conferred by or under the above Act. 5.9. Blacklisting 1. Under no circumstances shall a Bidder alter his price during the validity period and backsout after Tenders are opened. Any Bidder who does so, resulting in recalling of tenders by TEDA /TANSIDCO or additional expenditure to TEDA/TANSIDCO shall not only lose his EMD but will `TEDA, Chennai-600006 Page 23/104 Bidder s Signature & Stamp

also be blacklisted by TEDA which reserves the right under the law to recover damages resulting there from, in addition to forfeiture of EMD. 2. Under no circumstances shall the bidder backs out after the award of work. The contractor who does so, resulting in recalling of tenders by the TamilNadu Energy Development Agency/TANSIDCO or additional expenditure to TamilNadu Energy Development Agency/TANSIDCO,shall not lose his EMD/SD alone but will be blacklisted by TamilNadu Energy Development Agency/TANSIDCO which reserves the right under the law to recover damages resulting there from. 3. The Bidder will be banned from all business dealings with TEDA if the particulars produced by him/her such as Auditor Certificate, Annual Account, GST and Test Certificate are found to be false. 4. The Successful bidder shall be liable to make good the loss by replacing the defective product during the warranty period for the entire system free of cost, failing which SIDCO will deduct the amount retained by them as per payment terms and will blacklist the bidder. `TEDA, Chennai-600006 Page 24/104 Bidder s Signature & Stamp

Section-B Bid Submission and Evaluation `TEDA, Chennai-600006 Page 25/104 Bidder s Signature & Stamp

`TEDA, Chennai-600006 Page 26/104 Bidder s Signature & Stamp

6. BID PREPARATION Bidders shall examine all Instructions, Terms and Conditions and Technical specifications as given in the Tender documents. Failure to furnish information required by the Bid or submission of Bids not substantially responsive or viable in every respect will be at the Bidder s risk and may result in rejection of Bids. Bidders shall strictly submit the Bid as specified in the Tender, failing which the bids will be held as non-responsive and will be rejected. 6.1 Letter of Authorisation A letter of Authorization from the Board of Directors or Managing Director or CEO of Bidder organization authorizing the Tender submitting authority or a Power of Attorney shall be submitted in the Techno commercial Bid. The Bids received without the Letter of Authorization or Power of Attorney will be summarily rejected. 6.2 Test Certificates/Reports 1. Any additional make of components to be used shall be allowed only with the written permission of TEDA. Any such change of components shall be allowed provided those components have been certified by any NABL/IECQ accredited laboratories for compliance to the stipulated technical specifications as per Section - D of this tender. 7. BID SUBMISSION The Bids shall be submitted as per the instructions given below in the sub sections. The Bids shall be addressed to The General Manager, TEDA, V Floor, EVK Sampath Maaligai, No.68, College Road, Chennai 600 006,, India. Only bound bids with all pages serially numbered alone with be accepted. 7.1 Techno commercial Bid (Envelope-A) a) The Techno commercial Bid enables TEDA to evaluate whether the Bidder is techno commercially competent and capable of executing the `TEDA, Chennai-600006 Page 27/104 Bidder s Signature & Stamp

order. Only those Bids which qualify in the Techno commercial stage will be eligible for the Price bid opening. The Price Bids of Bidders who failed in the Techno commercial stage will not be opened. b) The Techno commercial Bid format as given in the Tender shall be filled, signed and stamped in all pages. TEDA will not be responsible for the errors committed in the Bids by the Bidders. c) The Techno commercial Bid shall strictly not contain any Price indications or otherwise the Bid will be summarily rejected. 7.1.1 Details to be furnished in the Techno Commercial Bid a) The EMD amount shall be submitted in the prescribed form. b) Authorization letter from the Board of Directors/ Managing Director or CEO or Power of Attorney to sign the Tender documents shall be submitted. c) The blank Tender document in full shall be printed, signed by the authorized person and stamped in all pages and shall be submitted as a token of acceptance of the conditions. d) The Techno Commercial Bid shall be duly filled, signed by the authorized person and stamped in all the pages and shall be submitted. e) The supporting documents to prove Bidder s eligibility shall be duly attested by the authorized person and shall be submitted. f) Test certificates / reports shall be submitted for components of Grid Tied Solar Power plant from notified testing agencies, as per Section D g) The Balance Sheet and Profit & loss account shall be signed by the authorized person and stamped in all pages and shall be submitted. h) The full addresses & phone numbers of the vendors shall be provided where the main components namely SPV Module, Inverter will be manufactured. i) All the required documents insisted in the Tender shall be enclosed in the Techno Commercial Bid. No document will be allowed to be supplemented / exchanged after opening of the bids. j) The documentary evidence shall establish Bidder's qualifications to the satisfaction of TEDA. `TEDA, Chennai-600006 Page 28/104 Bidder s Signature & Stamp

7.1.2 Signing the Techno Commercial Bid a) The Bid shall be typed and shall be signed by the Authorized Official(s) of Bidder. All pages of the bid shall be signed and stamped by the authorized person. b) Any alterations, deletions or overwriting will be treated as valid only if they are attested by the full signature of the authorized person. 7.1.3 Sealing the Techno Commercial Bid The Techno Commercial bid shall be placed in a separate cover (Envelope-A) and sealed appropriately. The Techno Commercial bid cover shall be super scribed with Techno Commercial Bid (Envelope A) Tender for Supply, Installation, Commissioning and 15 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt).Tender Ref.: due on. The FROM address and TO address shall be written without fail otherwise the Techno Commercial bid is liable for rejection. 7.2 Price Bid (Envelope-B) 7.2.1 Details to be furnished a) All the Price items as asked in the Tender shall be filled in the Price Bid format as given in the Tender. The prices quoted shall be in INDIAN RUPEES (INR) only. The Tender is liable for rejection if Price Bid contains conditional offers or partial offers and if quoted in any currency other than INR. b) The cost quoted by the Bidder shall include the breakup cost of the components to be used in grid tied ground mounted solar power plant viz., PV panel, Inverter etc., c) The cost quoted by the Bidder shall be kept firm for a period specified in the Tender from the date of opening of the Tender. The Bidder shall keep the Price firm during the period of Contract including the period of extension of time, if any. The Bidders shall particularly take note of this factor before submitting the Bids. `TEDA, Chennai-600006 Page 29/104 Bidder s Signature & Stamp

7.2.2 Signing the Price Bid a) The Bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. b) All pages of the bid document shall be signed and stamped by the authorized person c) Any alterations, deletions or overwriting shall be treated valid, only if they are attested by full signature of the authorized person. 7.2.3 Sealing the Price Bid The Price Bid shall be placed in a separate cover (Envelope-B) and sealed appropriately. The price bid cover shall be super scribed with Price Bid (Envelope B) Tender for Supply, Installation, Commissioning and 15 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt).Tender Ref.: due on. The FROM address and TO address shall be written without fail otherwise the Techno Commercial bid is liable for rejection. 7.3 Outer Cover The Techno Commercial Bid cover (Envelope-A) and Price Bid cover (Envelope-B) shall then be put in a single outer cover and sealed. The outer cover shall be super scribed with Tender for supply Installation commissioning and 15 years CMC of Grid Tied Ground Mounted Solar PV power plants of cumulative capacity of 95kW in the premises of SIDCO industrial Estate, Kakkalur, Thiruvallur(Dt) Tender Ref.: due on. The FROM address and TO address shall be written without fail otherwise the Bid is liable for rejection. 7.4 Mode of Submission of Bids a) The Bids shall be dropped in the Tender box kept at TEDA, 5 th Floor, EVK Sampath Maaligai,No.68 College Road, Chennai - 600 006, Tamil Nadu, India, on or before the due date and time. The Bids will not be received personally. b) Alternatively, if the Bidder prefers to submit the Bid by post, the Bidders shall ensure that the Bids reach TEDA on or before the due `TEDA, Chennai-600006 Page 30/104 Bidder s Signature & Stamp

date and time. TEDA will not be liable or responsible for any postal delay or any other delay whatsoever. c) The Bids received after Due Date and Time or Unsealed or in incomplete shape or submitted by Facsimiles (FAX), E-mail etc., will be summarily rejected. 7.5 Modification and withdrawal of Bids The Bids once submitted cannot be modified or amended or withdrawn. 8. BID OPENING 8.1 Techno Commercial Bid Opening The Tender Outer Cover and Techno commercial Bid cover will be opened at TEDA on the date and time as specified in the Tender Data sheet or any other date published in the website specified. The Tender will be opened in the presence of the Bidders who choose to be present. The representative(s) of the Bidder who choose(s) to attend Tender opening shall bring an authorization letter from the Bidder. A maximum of two representatives for each Bidder will be allowed to attend the Tender opening. On opening the Techno Commercial bid cover, if EMD in the prescribed form is not found, the bid will be summarily rejected. 8.2 Tender Validity a) Bids submitted shall remain valid for a period of 180 days from the date of Tender opening. If the bid validity is lesser than 180 days, the Bid will be rejected as non-responsive. b) In exceptional circumstances, TEDA may solicit the Bidders to extend the validity. The Bidder shall extend price validity and Bid security validity. 8.3 Initial Scrutiny Initial Bid scrutiny will be held and Tenders as given below will be treated as non-responsive. Tender received without EMD amount `TEDA, Chennai-600006 Page 31/104 Bidder s Signature & Stamp

Tender not submitted in two parts as specified in the Tender. Tender not signed and stamped in all pages of the Bid Tender where all documents are not page numbered and not bound Tender received without the Letter of Authorization as specified in the Tender Tender found with suppression of facts/details Tender with incomplete information, subjective, conditional offers and partial offers Tender submitted without supporting documents to prove Eligibility criteria and Evaluation Tender not complying with any of the clauses stipulated in the Tender Tender with lesser validity period Tender submitted without test certificates/reports of the components of the SPV power plants from the Testing Agency. All responsive Bids will be considered for further evaluation. The decision of TEDA will be final in this regard. 8.4 Clarifications by TEDA When deemed necessary, TEDA may seek bona-fide clarifications and call for supporting historical documents if required on any aspect from the Bidder. However, that will not entitle the Bidder to change or cause any change in the substance of the Bid or price quoted. During the course of Techno commercial Bid evaluation, TEDA may seek additional information or historical documents for verification to facilitate decision making. In case the Bidder fails to comply with the requirements of TEDA as stated above, such Bids may at the discretion of TEDA, shall be rejected as technically nonresponsive. 8.5 Price Bid Opening Bidders who are qualified in Techno commercial Bid (Envelope-A) only will be called for Price Bid opening. The Price Bids will be opened in the `TEDA, Chennai-600006 Page 32/104 Bidder s Signature & Stamp

presence of the Bidders at TEDA. The Bidders or their authorized representatives (maximum two) will be allowed to take part in the Price Bid opening. 9. BID EVALUATION 9.1 Suppression of facts and misleading information a) During the Bid evaluation, if any suppression or misrepresentation of information is brought to the notice of TEDA, TEDA shall have the right to reject the Bid and if after selection, TEDA will terminate the contract as the case may be, will be without any compensation to the Bidder and the EMD/Security Deposit as the case may be, shall be forfeited. b) Bidders shall note that any figures in the proof documents submitted by the Bidders for proving their eligibility is found suppressed or erased, TEDA shall have the right to seek the correct facts and figures or reject such Bids. c) It is up to the Bidders to submit the full copies of the proof documents to meet out the criteria. Otherwise, TEDA at its discretion may or may not consider such documents. d) The Tender calls for, full copies of documents to prove the Bidder s experience, capacity and other requirements to undertake the project. 9.2 Techno Commercial Bid Evaluation a) The Bidders who have duly complied with the Eligibility Criteria will be eligible for further processing. b) The Tenders, which do not conform to the Technical Specifications or Tender conditions or Bids without adequate capabilities for supply & installation, will be rejected. The Eligible Bidders alone will be considered for further evaluation. 9.3 Price Bid Evaluation 9.3.1 Bidders who are qualified in Techno commercial Bid (Envelope-A) only will be called for price Bid opening. The Price Bids will be opened in `TEDA, Chennai-600006 Page 33/104 Bidder s Signature & Stamp

the presence of the qualified Bidders at TEDA. The Bidders or their authorized representatives (maximum two) will be allowed to take part in the Price Bid opening. 9.3.2 The Price Bid evaluation will be conducted as stipulated in the Tamil Nadu Transparency in Tenders Act 1998 and Transparency in Tenders Rules 2000. The Price evaluation will include all Duties and Taxes as given below. (i) In cases of discrepancy between the cost quoted in Words and in Figures, the lower of the two will be considered. (ii) In case of discrepancy between the actual total of price break up and the total mentioned in the bid, the lower of the two will be considered. (iii) In a tender where all the bidders are from within the State of, or where all the bidders are from outside the State of, the GST shall be included for the evaluation of the price and 9.3.3 The lowest price offered bidder will be called as L1 Bidder and the L1 Bidder alone will be called for further negotiations. There is no obligation on the part of TEDA to communicate with rejected Bidders. TEDA will not be responsible for any erroneous calculation of tax rates or any subsequent changes in rates or structure of applicable taxes. All differences arising out as above shall be fully borne by the Successful Bidder. 9.3.4 Negotiations: Negotiations will be conducted with L1 Bidder (s) for improvement in the Scope of Work, Specification, further reduction in rate and advancement of delivery schedule. 9.3.5 Under no circumstances shall a Bidder increase his price or refuse to accept the entire quantity that is allotted to him during the validity `TEDA, Chennai-600006 Page 34/104 Bidder s Signature & Stamp

period after tenders are opened. Any Bidder who does so resulting in recalling of tenders by TEDA or additional expenditure to TEDA/TANSIDCO shall not only lose his EMD but also run the risk of being Black listed by TEDA. TEDA also reserves the right under the law to recover damages resulting there from, in addition to forfeiture of EMD. 9.3.6 Banning of business deal: The bidder will be banned from business with TEDA if any of the particulars produced by the bidder such as Auditor Certificate, Annual account, Tax Clearance Certificate, Test certificate, etc. are found to be incorrect, or if there is breach of any of the conditions in the contract which leads to delay or leads to incurring any additional cost by TEDA to complete the awarded contract. 9.4 Award of Contract 1. SIDCO will award the contract to L1 bidder(s) 2. No dispute can be raised by any Bidder whose Bid has been rejected and no claims will be entertained or paid on this account. 9.5 TEDA/TANSIDCO reserves the right to; 1) Negotiate with the Bidder for further reduction of prices. 2) Insist on quality/complying with specification of materials to be supplied. 3) Inspect the bidder s factory/ office premises and those of major component manufacturers from whom bidder proposes to purchase, before placement of orders and based on the inspection, TEDA reserves the right to modify the quantity ordered. 5) Reallocate the quantity to other successful Bidder, if performance of the Bidder is not as per the completion Schedule 6) Withhold any amount for the deficiencies in the service aspect of SPV systems installed at the identified locations. `TEDA, Chennai-600006 Page 35/104 Bidder s Signature & Stamp

7) Notwithstanding anything contained in any of the contract documents, SIDCO shall have the right to relax or waive any of the conditions of the contract wherever deemed necessary in the interest of the project. `TEDA, Chennai-600006 Page 36/104 Bidder s Signature & Stamp

Section- C Award & Execution `TEDA, Chennai-600006 Page 37/104 Bidder s Signature & Stamp

`TEDA, Chennai-600006 Page 38/104 Bidder s Signature & Stamp

10. AWARD OF WORK 10.1 Acceptance of the Tender The final acceptance of the Tender is entirely vested with Tender accepting authority who reserves the right to accept or reject any or all of the Tenders in full or in part. The Tender accepting authority may also reject any tender for reasons such as changes in the new technologies, court orders, accidents or calamities and other unforeseen circumstances. After acceptance of the Tender by Tender accepting authority, the Bidder shall have no right to withdraw their Tender or claim higher price. In the event of doing so, the bidder will be blacklisted and further deemed fit action will be taken against the bidder. 10.2 Letter of Acceptance (LOA) After acceptance of the Tender by TEDA, a Letter of Acceptance (LOA) will be issued only to the Successful Bidder(s) by SIDCO. SIDCO has the right to issue LOA to more than one bidder. 10.3 Payment of Security Deposit (SD) 1) The Successful Bidder(s) will be required to remit the Security Deposit equivalent to 5% (Five percent) of the value of the Contract excluding Comprehensive Maintenance Charges. The SD shall be paid by way of Demand Draft/Banker s Cheque drawn in favour of SIDCO payable at Chennai or in the form of unconditional and irrevocable Bank Guarantee, valid till the completion of 5 years. The SD shall be paid within 10 days from the date of issue of Letter of Acceptance by SIDCO. a) The Security Deposit will be refunded to the Successful Bidder after successful supply, installation & commissioning of the Solar Power Plants and after completion of one year performance Guarantee Generation period with the committed generation of Grid Tied Solar Power plants. The Security `TEDA, Chennai-600006 Page 39/104 Bidder s Signature & Stamp

Deposit till it is refunded by the SIDCO to the Successful Bidder will not earn any interest thereof. b) The EMD or Security Deposit will be forfeited if the Successful Bidder withdraws the Bid during the period of Bid validity specified in the Tender or if the Bidder fails to sign the contract as the case may be (or) if the contract is not fulfilled as per the agreement. 10.4 Execution of Agreement a) The Successful Bidder shall execute a Contract agreement in the INR 100 non-judicial stamp paper bought in only in the name of the Bidder, within 10 days from the date of Letter of Acceptance issued by SIDCO. b) The Successful Bidder shall not assign or make over the contract, the benefit or burden thereof to any other person or persons or body corporate for the execution of the contract or any part thereof without the prior written consent of SIDCO which reserves its right to cancel the work order either in part or full, if this condition is violated. c) In case of the successful bidder fails to execute necessary agreements as prescribed, within the stipulated period, then his EMD shall be forfeited and his tender held as non responsive. 10.5 Release of Firm Work Order After execution of the Contract Agreement and payment of Security Deposit, the firm work order will be issued directly to the successful Bidder by the SIDCO. 10.6 Installation & Completion Schedule a) The entire work involving Supply, Installation & Commissioning of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt) shall be completed within 90 days from the date of issue of work order. `TEDA, Chennai-600006 Page 40/104 Bidder s Signature & Stamp

b)the Grid tied ground mounted solar power plants without battery shall be supplied, installed and commissioned in the following locations in Kakkalur Industrial Estate with capacity as detailed below. The location specified in the tender document is tentative. The actual location of the installation of the power plant will be intimated by SIDCO at the time of issuing LoA. Sl.No Location of solar plants 1. Plant No.1 12 2. Plant No.2 40(20+20) 3. Plant No.3 20 4. Plant No.4 3 5. Plant No.5 20 Total 95 Capacity finalized(kwp) 10.7 Release of SD The Security Deposit will be refunded to the Successful Bidder on completion of one year performance Guarantee Generation period with the committed generation of Grid Tied Solar Power plants of 95kWp at Kakalur, SIDCO Industrial Estate and subject to satisfaction of SIDCO. Such completion will be arrived at when the entire work as stated above is completed by the Bidder as per the contract agreement and as per Work Order(s) issued by the SIDCO. 10.8 Termination of Contract 10.8.1 Termination for default a) TEDA/TANSIDCO may without prejudice to any other remedy for breach of contract, by written notice of default with a notice period of 7 days, sent to the Successful Bidder, terminate the contract in whole or part, (i) if the Successful Bidder fails to supply, install and commission the Grid Tied ground mounted SPV Power plants within `TEDA, Chennai-600006 Page 41/104 Bidder s Signature & Stamp

the time period(s) specified in the Contract, or fails to fulfil the requirements as per the Installation and Completion Schedule or within any extension thereof granted by the SIDCO; or (ii) if the Successful Bidder fails to perform any of the obligation(s) under the contract; or (iii)the Bidder shall observe highest standard of ethics during execution of the project. The Tender Accepting Authority will terminate the contract, if it is determined in the judgment of SIDCO, the Bidder awarded with the contract, has engaged in fraudulent and corrupt practices in competing for or in executing the Contract. b) In the event SIDCO terminates the Contract in whole or in part, SIDCO may opt upon terms and in such manner as it deems appropriate, the services of the other bidders and the Successful Bidder shall be liable to SIDCO for any additional costs due to this. However, the Successful Bidder shall continue to perform the contract to the extent not terminated. 10.8.2 Termination for Insolvency SIDCO may at any time terminate the Contract by giving written notice with a notice period of 7 days to the Successful Bidder, if the Successful Bidder becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Successful Bidder, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to the SIDCO. 10.8.3 Termination for Convenience SIDCO may, by written notice, with a notice period of seven days sent to the Successful Bidder, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for SIDCO s convenience, the extent to which performance of work under the Contract is terminated, and the date upon which such termination becomes effective. On termination, the Successful Bidder is not entitled to any compensation whatsoever. `TEDA, Chennai-600006 Page 42/104 Bidder s Signature & Stamp

11. EXECUTION OF WORK 11.1 Scope of Work a) Scope of work covers Supply, Installation, Commissioning and 15 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt) as per the technical specifications. Any deviation from the specifications will not be accepted under any circumstance. b) Wiring up to Distribution board from the SPV power plant will be in the scope of the successful bidder(s). A maximum length of 60m for DC and AC cables together for a single run shall be in the scope of the bidder and in this the maximum length of DC cable is limited to 50m for every Solar power plant to be installed and supply of excess cable if required will be paid at actual. c) Performance testing of the complete system. d) Providing earthing as per the technical specification. e) Comprehensive Maintenance of the system for 15 years. The comprehensive Maintenance shall include preventive Maintenance service visits quarterly for first year & half yearly subsequently till the completion period of comprehensive Maintenance. The Maintenance shall include replacement of all parts or components found defective due to manufacturing defect or because of wear and tear at free of cost. If the Grid Tied SPV Power Plants are not functional, the same shall be repaired or restored or replaced within 7 days. f) Insuring the goods in transit is the responsibility of the bidder. g) The entire work shall be completed as per the Installation & Completion schedule specified in clause 10.6 `TEDA, Chennai-600006 Page 43/104 Bidder s Signature & Stamp

h) The successful bidder shall undertake to supply the spares free of cost for the Maintenance of the offered items during the warranty period as per the clause 11.6. The successful bidder shall keep all the spares available for sale at least for a period of 15 years after the expiry of warranty/cmc. i) If the operation or use of the system proves to be unsatisfactory during the warranty period specified, the Successful Bidder shall replace the faulty ones or carry out necessary repairs as per the warranty terms and conditions. j) In case the Successful Bidder fails to carry out the warranty regulations, SIDCO will engage any other agency and carry out the service/replacement and deduct the amounts from the warranty amount retained by TEDA as per the Payment terms or from their pending bills (or) any money due (or) payable to them (or) recover from the successful bidder. k) If the solar grid inverter operates at medium voltage (250-650V) or high voltage (more than 650V), a safety Certificate under Rule 47A of the Indian Electricity Rules 1956, shall be obtained from the Electrical Inspectorate, (if applicable). For the procedure please visit: http://www.tnei.tn.gov.in/otherins.php 11.2 Insurance Transportation of components to the installation site and insuring the goods in transit is the responsibility of the Bidder. The components of the systems to be installed under the contract shall be covered for comprehensive Insurance by the Successful Bidder against loss (or) damage incidental to transportation, storage at site and delivery to site during the erection period. 11.3 Handing Over a) The successful bidder shall hand over the Power plants in complete shape to the SIDCO on the same day of Installation & Commissioning, through prescribed handing over and taking over format. `TEDA, Chennai-600006 Page 44/104 Bidder s Signature & Stamp

b) Hands on Training on Maintenance of Grid Tied Ground Mounted Solar Power Plants shall be arranged for the officials/ Staff of Department by the successful bidder. 11.4 Comprehensive Maintenance for 15 years at 15% of the total system cost (@ 1 % per year) a) Comprehensive Maintenance charge for 15 years is fixed at 15% of the total system cost @ 1% per year. CMC shall begin from the very next month after the installation & commissioning and meticulous records of the same shall be maintained. b) The Successful Bidder shall provide 15 years Comprehensive Maintenance of the Grid Tied Ground Mounted Sola Power Plants which shall include corrective Maintenance, repair (or) replacement, free of cost on site. c) The service personnel of the Successful Bidder will make routine Maintenance visits quarterly for the first year & half yearly subsequently till the completion period of Comprehensive Maintenance. The Maintenance shall include thorough testing & replacement of any damaged parts. Apart from this, any complaint registered/service calls received or faults notified, the service personnel shall reach the site within 2 days and attend to the defects or faults and rectify the same (or) replace the faulty systems if needed within 7 days. d) The deputed personnel shall be in a position to check and test all the components regularly, so that preventive actions, if any, can be taken well in advance to save any component from damage. e) Normal and preventive Maintenance such as cleaning of module surface, tightening of all electrical connections, of the Grid Tied Solar Power Plants are also the duties of the deputed personnel during Maintenance visits. `TEDA, Chennai-600006 Page 45/104 Bidder s Signature & Stamp

f) During the Comprehensive Maintenance period of the SPV systems, if there is any loss or damage to any component due to miss management/miss handling or due to any other reasons pertaining to the deputed personnel, what-so-ever, the Bidder shall be responsible for immediate replacement/rectification. The damaged component may be repaired or replaced by a new component. g) The Maintenance shall include replacement of all parts. If the Grid Tied Ground Mounted Solar plants are not functional, the same shall be repaired / restored / replaced within seven days. h) SIDCO reserves the right to claim damages and Costs for nonfulfillment of warranty, apart from forfeiting un-paid amount if any, in the event of unsatisfactory Maintenance. i) Successful bidder shall furnish the routine Maintenance reports within 15 days from the end of each Maintenance period as mentioned above. If not furnished within due date it will be presumed that no Maintenance work carried out by Successful Bidder, BG s will be encashed. 11.5 Product Take Back & Recycling Proper decommissioning and recycling of SPV panels & electronics etc., are necessary to ensure that harmful materials are not released into the environment. Hence, an undertaking from the successful bidder for product take back after expiry of their life shall be submitted. 11.6 Warranty 1. (a) The SPV panel shall carry a warranty of minimum 25 years. (b) The SPV panel must be warranted for their output peak watt capacity which shall not be less than 90% at the end of 12 years and 80% at the end of 25 years (c) The grid tie solar inverter shall carry a warranty of minimum 15 years. `TEDA, Chennai-600006 Page 46/104 Bidder s Signature & Stamp

2. The Grid Tied Ground Mounted Solar power plants installed and commissioned shall be under a warranty against any manufacturing defect for a period of 15 years from the date of Commissioning. 3. The mechanical structures, electrical works including /inverters/ maximum power point tracker units/ distribution boards/digital meters/ switchgear etc. and overall workmanship of the Grid Tied Ground Mounted Solar power plants must be warranted against any manufacturing/ design/ installation defects for a minimum period of 15 years. 4. The warranty will be against breakages, malfunctions, non fulfillment of guaranteed performance and breakdowns due to manufacturing defects or defects that may arise due to improper operation of electrical / electronic components of the plants but do not include physical damages by the end users. 5. The above warranty shall take effect from the date on which the plant is taken over by SIDCO after commissioning. 6. The successful Bidder shall be liable to make good the loss by replacing the defective product during the warranty period for the entire plant free of cost, failing which SIDCO will deduct the amount from the amount retained by SIDCO as per Payment terms and also the bidder will be blacklisted. 7. The warranty will cover all the materials and goods involved in the supply, installation and commissioning of ground mounted Grid Tied Solar plants by the successful Bidder under this contract irrespective of the fact whether these have been manufactured by the Successful Bidder or not. The decision in this regard by TEDA/TANSIDCO final and binding on the successful bidder 11.7 Inspection a) 100% of the Grid Tied Ground Mounted Solar power plants installed will be inspected by the Third Party within 15 days of receipt of Installation & Commissioning Report. SIDCO will make payment only for the is `TEDA, Chennai-600006 Page 47/104 Bidder s Signature & Stamp

systems installed in compliance to the technical specification of Third Party. b) Cost for inspection shall be borne by the successful bidder @ Rs.8000/- c) Cost of re-inspection shall be borne by the successful bidder@rs.10,000/- 12. Liquidated Damages If the Successful Bidder fails to commission the plants as per the Installation & Completion schedule specified, Liquidated Damages at the rate of 1% per completed week on the value of the unfinished / non commissioned quantity of the work order will be levied subject to a maximum of 10%. The Liquidated Damages amount will be automatically deducted from the Bills submitted by the Successful Bidder. Even if the installation is not completed, Energy Development Agency/TANSIDCO will make alternate arrangements and the cost incurred by SIDCO for doing the same will be recovered from the Successful Bidder. 13. Workmen s Compensation Insurance 1) This insurance shall protect the Contractor against all claims applicable under the Workmen's Compensation Act, 1948(Government of India). This policy shall also cover the Contractor against claims for injury, disability, disease or death of its or its Sub-Contractor s employees, which for any reason are not covered under the Workmen s Compensation Act, 1948. The liabilities shall not be less than Workmen's Compensation. 2) Compensation: The contractor shall arrange to exercise effective supervision over the works so as to ensure safety to the men and materials. In the case of accidents to the workmen arising out of and in the course of employment, the contractor shall pay necessary compensation to them according to the workman's compensation act, besides arranging immediate medical aid. He shall indemnify the SIDCO against any liability whatsoever in this regard and execute a `TEDA, Chennai-600006 Page 48/104 Bidder s Signature & Stamp

bond accordingly. In case, the contractor fails to pay the compensation within the reasonable time, SIDCO may settle the claim and arrange to recover the same from the contractor. 14. Payment Terms 1. All payments will be made in INR only. 2. No advance will be paid or no letter of credit will be issued. 3. (a) 80% payment will be made on satisfactory commissioning with net metering & completion certificate by TEDA/Third party. (Or) 70% payment will be made on satisfactory installation provided that the delay on pending installation of net meter by TANGEDCO is beyond 30 days and 10% payment will be made after satisfactory commissioning with installation of net meter. b)5% payment will be made after completion of one year with performance guaranteed generation for PG Test period if the Contractor fails to achieve prescribed generation applicable penalty will be levied. 4. In Balance 15% payment will be made after the completion of CMC each year @ 1% 5. The Comprehensive Maintenance Contract payment will be subject to fulfillment of Warranty or Comprehensive Maintenance obligations. 6. If the Duties and/or Taxes have been reduced retrospectively, the contractor is liable to return the same. 7. The contractor will have full and exclusive liability for payment of all Duties, Taxes and other statutory payments payable under any or all of the Statutes/Laws/Acts etc now or hereafter imposed. `TEDA, Chennai-600006 Page 49/104 Bidder s Signature & Stamp

15. Penalty The contractor fails to achieve the following year wise generation in the respective capacity, short fall generation cost to be borne by the contractor to SIDCO(at the actual unit cost paid by SIDCO). Year Yearly Generation for 3 KW (Minimum)KWhr Yearly Generation for 12 KW (Minimum)KWhr Yearly Generation for 20 KW (Minimum) KWhr 1 4500 18000 30000 2 4463 17852 29753 3 4426 17703 29505 4 4389 17555 29258 5 4352 17406 29010 6 4314 17258 28763 7 4277 17109 28515 8 4240 16961 28268 9 4203 16812 28020 10 4166 16663 27773 11 4129 16515 27525 12 4092 16367 27278 13 4055 16218 27030 14 4017 16070 26783 15 3980 15921 26535 16 3943 15773 26288 `TEDA, Chennai-600006 Page 50/104 Bidder s Signature & Stamp

Section-D Technical Specification `TEDA, Chennai-600006 Page 51/104 Bidder s Signature & Stamp

`TEDA, Chennai-600006 Page 52/104 Bidder s Signature & Stamp

16. Technical Specifications of Grid SPV Power Plant 16.1 Introduction : In grid-connected solar photo-voltaic (PV) systems, solar energy is fed into to the loads that are connected to the public electricity grid through a service connection with surplus energy being fed into the grid and short fall being drawn from the grid. Production of surplus energy may happen when solar energy produced exceeds the energy demand. This surplus should be is fed into the grid. During the night, or when during the day energy demand in the building exceeds solar energy production, energy is drawn from the grid. Grid-tied solar PV systems have no battery storage and will not work during grid failure. For buildings with grid-tied solar PV systems, the service connection meter needs to be of the bidirectional type, whereby import KWh and export KWh are separately recorded. A grid-connected solar PV system consists of the solar panels, solar panels ground mounting structure, one or more solar grid inverters, circuit breakers, protection devices, meters, interconnection cables and switches. Components and parts used in solar PV systems should conform to the BIS or IEC or other international specifications, wherever such specifications are available and applicable. 16.2 Quality and Workmanship Solar PV modules are designed to last at least 25 years or more. It is therefore essential that all system components and parts, including the ground mounted Module mounting structures, cables, junction boxes, distribution boxes and other parts also have a life cycle of at least 25 years. Therefore all works shall be undertaken with the highest levels of quality and workmanship. During inspection, Energy Development Agency and its representatives will pay special attention to neatness of work execution and conformity with quality and safety norms. No waste from packaging to be left on the site after the completion of work by the prospective Installer. Non compliant works will have to be redone at the cost of the Installer. `TEDA, Chennai-600006 Page 53/104 Bidder s Signature & Stamp

16.3 System Configurations The grid-connected solar photo-voltaic (PV) systems will be installed in 5 locations at Kakkalur Industrial Estate: Sl.No Location of solar Capacity finalized(kwp) plants 1. Plant No.1 12 2. Plant No.2 40(20+20) 3. Plant No.3 20 4. Plant No.4 3 5. Plant No.5 20 Total 95 Name of the Beneficiary System capacity Total Power output of panel(s) under STC Type of PV module Minimum rated power of each module Solar Grid Inverter minimum KVA SIDCO 3kWp, 12kWp, 20kWp shall not be less than the respective capacities mentioned above Indigenous Crystalline Module Not less than 250Wp Minimum KVA is as per the respective capacities mentioned above. `TEDA, Chennai-600006 Page 54/104 Bidder s Signature & Stamp

16.4 Specifications of Solar PV Modules Solar PV modules shall be of the crystalline silicon type, manufactured in India. Detailed specifications of the solar PV modules are given below: Type Origin Crystalline silicon Manufactured in India Efficiency >= 14% Fill factor >= 70% warranty Panel output (W p) capacity to be >=90% at the end of 12 years and >=80% of at the end of 25 years. Module frame Non-corrosive and electrolytically compatible with the mounting structure material Termination box Thermo-plastic, IP 65, UV resistant Blocking diodes Module minimum rated power Potential Induced Degradation (PID) Test RF Identification tag for each solar module RF Identification tag data Schottky type The nominal power of a single PV module shall not be less than 250Wp. Modules with PID testing certificate at following test conditions or better: Temperature 65 ± 5 C Negative Voltage of 1000 volts Relative humidity 70% Test period 96 hours Yes, must be able to withstand environmental conditions and last the lifetime of the solar module. a) Name of the manufacturer of PV Module b) Name of the Manufacturer of Solar cells c) Month and year of manufacture (separately for solar cells and module) d) Country of origin (separately for `TEDA, Chennai-600006 Page 55/104 Bidder s Signature & Stamp

solar cells and module) e) I-V curve for the module f) W m, I m, V m and FF for the module g) Unique Serial No and Model No of the module h) Date and year of obtaining IEC PV module qualification certificate i) Name of the test lab issuing IEC certificate j) Other relevant information on traceability of solar cells and module as per ISO 9000 standard Power output rating To be given for standard test conditions (STC). I-V curve of the sample module shall be submitted. Compliance with standards and codes IEC 61215 / IS 14286 IEC 61730 Part 1 and 2 Salt Mist Corrosion Testing As per IEC 61701 16.5 Solar PV Mounting Structure The PV modules shall be mounted on fixed metallic structures having adequate strength and as per IS 800 or802or 811or875 standards to withstand wind speed of 160KM per hr. The section can be of MS hot dip galvanized not less than 80 microns. Suitable anadoized aluminium sections can also be used. The design should be certified by charted engineer and should also be supported by STADD simulation report. 16.6 Detailed specifications for the mounting structure are given below: `TEDA, Chennai-600006 Page 56/104 Bidder s Signature & Stamp

Structure material Hot dip galvanised steel with a minimum galvanisation thickness of 80 microns and the structural patterns shall be made before galvanizing. A total weight of the steel structure should not be less than 25kgs(per kwp) Bolts, nuts, panel mounting clamps, fasteners (with spring washers) Stainless steel SS 304 with 10mm Mounting arrangement for ground installations Access for panel Maintenance Panel tilt angle cleaning and The PV modules will be mounted on fixed metallic structures of adequate strength and appropriate design, which can with stand load of modules and high wind velocities upto 160km per hour. The support structure shall be hot dip galvanised for holding the PV modules. The legs of the structure foundation at the depth of 4.5ft below the ground with 1ft X 1ft and 1feet above ground. Concrete foundation shall be M25 as per IS 456. The Clarence between ground and lower part of panel shall be a minimum of 1m. (Assuring enough ground clearance to prevent damage of the module through water, animals and other environmental factors). All solar panels must be accessible from the top for cleaning and from the bottom for access to the modulejunction box. North south orientation with a fixed tilt angle of 11 13 degrees (depending on location), south facing. The prospective Installer shall specify installation details of the solar PV modules and the support structures with lay-out drawings and array connection diagrams. The work shall be carried out as per the approved design. `TEDA, Chennai-600006 Page 57/104 Bidder s Signature & Stamp

The prospective Installer will house the solar inverters, charge controllers, monitoring device and other devices in a location provided by SIDCO. 16.7 Solar Array Fuse The cables from the array strings to the solar grid inverters shall be provided with DC fuse protection. Fuses shall have a voltage rating and current rating as required. The fuse shall have DIN rail mountable fuse holders and shall be housed in thermoplastic IP 65 enclosures with transparent covers. 16.8 Solar Grid Inverter The solar grid inverter converts the DC power of the solar PV modules to grid-compatible AC power. The detailed specifications of the solar grid inverter are given below. Total output power (AC) Input DC voltage range Maximum power point (MPPT) tracking Number of independent MPPT inputs To match solar PV plant capacity while achieving optimum system efficiency As required for the solar grid inverter DC input. Shall be incorporated 1 or more Operation AC voltage Three phase 415V (+ 12.5%, -20%) Operating Frequency range Nominal frequency Power factor of the inverter 47.5 52.5 Hz 50 Hz >0.98 at nominal power Total harmonic distortion Less than 3% Built-in Protection AC high / low voltage; AC high /low frequency `TEDA, Chennai-600006 Page 58/104 Bidder s Signature & Stamp

Anti-islanding protection As per VDE 0126-1-1 / IEC 60255.5 / IEC 60255.27. Testing as per IEC 62116 Operating temperature range ambient -10 o C - +60 o C Humidity 0 95% Rh Inverter efficiency >=95% Inverter weighted efficiency Protection degree Communication interface >=94% IP 65 for outdoor mounting, IP 54 for indoor mounting RS 485 / RJ45 Safety compliance IEC 62109-1, IEC 62109-2 Environmental Testing IEC 60068-2 (1,2,14,30) Efficiency Procedure Measurement IS/IEC 61683 Cooling Convection Display type LCD for data display. LCD / LED for status display Display parameters to include Output power (W), cumulative energy (Wh), DC voltage (V), DC current (A), AC voltage (V), AC frequency (Hz), AC current (A), cumulative hours of operation (h). 16.9 DC Combiner Box A DC Combiner Box shall be used to combine the DC cables of the solar module arrays with DC fuse protection for the outgoing DC cable(s) to `TEDA, Chennai-600006 Page 59/104 Bidder s Signature & Stamp

the DC Distribution Box. The DC combiner box shall be of the thermoplastic IP65 DIN-rail mounting type with transparent cover. 16.10 DC Distribution Box A DC distribution box shall be mounted close to the solar grid inverter. The DC distribution box shall be of the thermo-plastic IP65 DIN-rail mounting type and shall comprise the following components and cable terminations: Incoming positive and negative DC cables from the DC Combiner Box; DC circuit breaker, 2 pole (the cables from the DC Combiner Box will be connected to this circuit breaker on the incoming side); DC surge protection device (SPD), class 2 as per IEC 60364-5-53; Outgoing positive and negative DC cables to the solar grid inverter. 16.11 As an alternative to the DC circuit breaker a DC isolator may be used inside the DC Distribution Box or in a separate external thermoplastic IP 65 enclosure adjacent to the DC Distribution Box. If a DC isolator is used instead of a DC circuit breaker, a DC fuse shall be installed inside the DC Distribution Box to protect the DC cable that runs from the DC Distribution Box to the Solar Grid Inverter. 16.12 AC Distribution Box An AC distribution box shall be mounted close to the solar grid inverter. The AC distribution box shall be of the thermo plastic IP65 DIN rail mounting type and shall comprise the following components and cable terminations: Incoming 3-core / 5-core (single-phase/three-phase) cable from the solar grid inverter AC circuit breaker, 2-pole / 4-pole AC surge protection device (SPD), class 2 as per IEC 60364-5-53 Outgoing cable to the the grid interconnection point 16.13 Cables o All cables shall be supplied conforming to IEC 60227/ IS 694 & IEC 60502/ IS 1554. Voltage rating: 1,100V AC, 1,500V DC o For the DC cabling, Solar cables with multi stranded copper conductors XLPE or XLPO insulated and sheathed with the `TEDA, Chennai-600006 Page 60/104 Bidder s Signature & Stamp

voltage rating of 1800 V DC or higher UV stabilised single core flexible copper cables shall be used. Multi-core cables shall not be used. o For the AC cabling, PVC or XLPE insulated and PVC sheathed single or multi-core flexible copper cables shall be used. Outdoor AC cables shall have a UV-stabilised outer sheath. o Cables which are laid directly in the ground shall be of the armoured type and shall be protected with RCC (reinforced cement concrete) slabs. o Underground cables shall be installed at a depth of -70cm from the finished ground level. o The total voltage drop on the cable segments from the solar PV modules to the solar grid inverter shall not exceed 2.0%. o The total voltage drop on the cable segments from the solar grid inverter to the building distribution board shall not exceed 2.0% o Cables and wires used for the interconnection of solar PV modules shall be provided with solar PV connectors (MC4) and couplers. o The minimum DC cable size shall be 4.0 mm 2 copper. The minimum AC cable size shall be 4.0 mm 2 copper for 3kWp and 16.0mm 2 for other capacities/ required standard size. In three phase systems, the size of the neutral wire shall be equal to the phase wires.. DC positive: red (the outer PVC sheath can be black with a red line marking) DC negative: black AC single phase: Phase: red; neutral: black AC three phase: Phases: red, yellow, blue; neutral: black Earth wires: green o Cable conductors shall be terminated with tinned copper end-ferrules to prevent fraying and breaking of individual wire strands. The termination of the DC and AC cables at the Solar Grid Inverter shall be done as per instructions of the manufacturer, which in most cases will include the use of special connectors. o Cable lugs and end ferrules for all cable conductor and wire terminations shall be crimped with crimping pliers and end-ferrule pliers. `TEDA, Chennai-600006 Page 61/104 Bidder s Signature & Stamp

o All cables shall run through corrosion proof cable ducts or on cable trays such that the cables are protected from mechanical damage. o All cable shall be installed such that there is future access for Maintenance, repair and replacement. o All cable ties shall be UV resistant. 16.14 Earthing The PV module structure components shall be electrically interconnected and shall be grounded. Earthing shall be done in accordance with IS 3043-1986, provided that earthing conductors shall have a minimum size of 6.0 mm 2 copper, 10 mm 2 aluminium or 70 mm 2 hot dip galvanised steel. Unprotected aluminium or copper-clad aluminium conductors shall not be used for final underground connections to earth electrodes. A minimum of two separate dedicated and interconnected earth electrodes must be used for the earthing of the solar PV system support structure with a total earth resistance not exceeding 5 Ohm. The earth electrodes shall have a precast concrete enclosure with a removable lid for inspection and Maintenance. The entire earthing system shall comprise non-corrosive components. 16.15 Surge protection Surge protection shall be provided on both the DC and the AC side of the solar system. The DC surge protection devices (SPDs) shall be installed in the DC distribution box adjacent to the solar grid inverter. The AC SPDs shall be installed in the AC distribution box adjacent to the solar grid inverter. The SPDs earthing terminal shall be connected to earth through the above mentioned dedicated earthing system. The SPDs shall be of type 2 as per IEC 60364-5-53 16.16 Lightning Protection Lightning protection as per IS 2309 Protection of Buildings and Allied structures against Lightning code of practise (second revision)(1989) shall be provided. `TEDA, Chennai-600006 Page 62/104 Bidder s Signature & Stamp

16.17 Junction Boxes Junction boxes and solar panel terminal boxes shall be of the thermo plastic type with IP 65 protection for outdoor use and IP 54 protection for indoor use. Cable terminations shall be taken through thermo-plastic cable glands. Cable ferrules shall be fitted at the cable termination points for identification. 16.18 Tools, Tackles and Spares 16.19 Metering The Installer shall keep ready stock of tools, tackles and essential spares that will be needed for the day-to-day Maintenance of the solar PV system. This shall include but not be limited to, the following: Screw driver suitable for the junction boxes and combiner boxes; Screw driver and / or Allen key suitable for the connectors, power distribution blocks, circuit breaker terminals and surge arrestor terminals; Spanners / box spanners suitable for the removal of solar PV modules from the solar PV module support structure; Solar panel mounting clamps; Cleaning tools for the cleaning of the solar PV modules, spare fuses The existing metering service connection meter needs to be replaced with a bidirectional (import kwh and export kwh) service connection meter for the purpose of net metering. Installation of the net meter will be carried out by TANGEDCO. Successful Bidder has to submit application to TANGEDCO to enable the connectivity of Ground Mounted Solar plant with Grid and to avail net metering benefits. In case of LT connectivity LT service connections, the nodal authority for receipt of application /sanction is the Assistant Engineer/O&M concerned. 16.20 Documentation The Installer shall supply the following documentation: a) System description with working principles. `TEDA, Chennai-600006 Page 63/104 Bidder s Signature & Stamp

b) System single line diagram. c) Solar PV array lay-out. d) Routing diagram of cables and wires. e) Data sheets and user manuals of the solar PV panels and the solar grid inverter. f) A system operation and Maintenance manual. g) Name, address, mobile number and email address of the service centre to be contacted in case of failure or complaint. h) Warranty cards. i) Maintenance registers. 16.21 Test Certificates and Reports to be Furnished Test Certificates / Reports from IECQ / NABL accredited laboratory for relevant IEC / equivalent BIS standard for quoted components shall be furnished. Type Test Certificates shall be provided for the solar modules to provide evidence of compliance with standards as specified in 16.4 & 16.8. TEDA reserves the right to ask for additional test certificates or (random) tests to establish compliance with the specified standards. `TEDA, Chennai-600006 Page 64/104 Bidder s Signature & Stamp

`TEDA, Chennai-600006 Page 65/104 Bidder s Signature & Stamp

Section- E Format and Annexure `TEDA, Chennai-600006 Page 66/104 Bidder s Signature & Stamp

`TEDA, Chennai-600006 Page 67/104 Bidder s Signature & Stamp

Government of Tender for Supply, Installation, Commissioning and 15 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt) Techno commercial Bid (Envelope A) Tender Details Energy Development Agency(TEDA) V Floor, EVK Sampath Maaligai 68 College Road Chennai-600006(INDIA) Phone: +91-44-28224830/28236592 Fax: +91-44-28222971 Email: tender@teda.in Website: www.teda.in `TEDA, Chennai-600006 Page 68/104 Bidder s Signature & Stamp

`TEDA, Chennai-600006 Page 69/104 Bidder s Signature & Stamp

F.1 Techno Commercial Bid Format (Envelope-A) All pages of the Techno commercial Bid shall be organised section-wise, annexed with proof documents, serially numbered and stitched/or spiral bound intact and submitted)loose pages shall not be accepted. F1.1 Profile of the Bidder S. Particulars No 1. Name of the Company 2. Year of incorporation 3. Registered office Address Office Telephone Number Fax Number Contact Person Name Personal Telephone Number Mobile Number Email Address 5. Local office(s) in Tamil Nadu Address Office Telephone Number Fax Number 6. Tender signing authority Name Address Personal Telephone Number / Mobile No Email Address Please enclose Authorisation or Power of Attorney to sign and submit the Tender 7. Address for communications under the current Tender 8. Registration Details Bidder Permanent Account Number VAT Registration Number `TEDA, Chennai-600006 Page 70/104 Bidder s Signature & Stamp

CST Registration Number Service Tax Registration Number 9. Banker's Name, Address and Account Number F1.2 EMD Details # Particulars Please furnish details 1. Name of the Bank 2. Demand Draft (DD) / Banker s Cheque No 3. DD/ Banker s Cheque Date 4. DD/ Banker s Cheque Amount F1.3 Furnish details for meeting the Eligibility Criteria 1) Details about Incorporation / Registration # Description Bidder 1 Year of Incorporation /Registration please enclose the certificate of Incorporation/Registration 2) Details about Annual Turnover # Audited years (from 2014-15) Turnover Bidder 1 * Please enclose audited Balance sheets and Profit and Loss accounts for all the three specified in Tender Eligibility criteria audited years from 2014-15 towards meeting annual turnover criteria 3) Details about minimum quantity installed # W.O reference with Name, Address & contact details of the Client 1. 2. Quantity Installed ( Nos) Date of Commissioning `TEDA, Chennai-600006 Page 71/104 Bidder s Signature & Stamp

* Please enclose Work Orders along with proof for satisfactory completion of that work 4) Details about the Blacklisting, if any # Description Bidder 1. Has the Bidder been blacklisted by any of the State/Central Government organisations or under takings of the State/ Central Government or Union Territories of India. *. Bidder shall submit the undertaking letter. F1.4 TECHNICAL BID Note : Furnish the details separately for the system capacities of 3kWp,12kWp,20kWp Sl.No Description To be furnished by the Bidder A. SPV MODULE 1. Type of Module Mono/ Poly crystalline 2. Make 3. (a) Availability of RFID tag (b) Whether inside the module 4. Max power at STC Pmax (W) 5. Max power voltage Vmp(V) 6. Max power current Imp(A) 7. Open circuit voltage Voc (V) 8. Short circuit current Isc (A) 9. Load voltage V ld (V) 10. Conversion Efficiency 11. No of cells per module 12. No of bypass diodes in module 13. Solar module frame material 14. Module Dimension `TEDA, Chennai-600006 Page 72/104 Bidder s Signature & Stamp

15. Module Weight 16. No of Modules 17. Array Capacity 18. Series/ parallel combination 19. Other details, if any B. MODULE MOUNTING STRUCTURE 1. Structure material 2. Size of Structure material 3. Leg Material 4. Length, thickness & Dia of leg 5. Tilt Angle 6. Other details, if any d. SOLAR GRID TIE INVERTER 1. Type 2. Make 3. Nominal Capacity 4. Input Voltage 5. Output voltage 6. Voltage Regulation 7. Output frequency 8. Over load capacity 9. Efficiency @ 60% load 10. Voltage THD 11. Current THD 12. Crest Factor 13. Operating Temp 14. Protections i. Ground Fault Monitoring ii. Grid Monitoring iii. Over load iv. Short circuit v. Over & Under frequency vi. Over i/p & o/p voltage `TEDA, Chennai-600006 Page 73/104 Bidder s Signature & Stamp

vii. Over i/p & o/p current viii. Others ix. PV Charging ON x. Fault indicators D. DC/AC Distribution 1. DC Side Quantity &Capacity of MCB/Isolator 2. AC Side Quantity & Capacity of MCB 3. Details of Measuring instruments 4. Auto Change Over provision to Grid in case of DG back up E. DC CABLES 1. Make 2. Size & Type 3. Standard 4. Other details, if any F. AC WIRING Make Size & Type Standard Other details, if any G. EARTHING 1. Details of points to be earthed 2. Earth resistance 3. Ground mounted system approved design Signature of the Authorised person: Name of the Authorised person: Designation: Name and Address of Bidder Stamp of bidder `TEDA, Chennai-600006 Page 74/104 Bidder s Signature & Stamp

F-2 Bidder s undertaking covering letter Date: (Letter shall be submitted on Bidder(s) Letter Head) To The General Manager Energy Development Agency V Floor, EVK Sampath Maaligai 68 College Road, Chennai-600006,, India. Dear Sir, Sub: Tender for Supply, Installation, Commissioning and 15 years Ref: Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt) - Reg Tender reference: TEDA/3810/SIDCO/Tender/TEDA/2018-19 **** 1. We have examined the Tender for Supply, Installation, Commissioning and 15 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt) as specified in the Tender. We undertake to meet the requirements and services as required and as set out in the Tender document. 2. We attach our Techno commercial Bid and Price Bid in separate sealed covers as required by the Tender both of which together constitute our proposal, in full conformity with the said Tender. 3. We have read the provisions of Tender and confirm that these are acceptable to us. We further declare that additional conditions, `TEDA, Chennai-600006 Page 75/104 Bidder s Signature & Stamp

variations, deviations, if any, found in our response shall not be given effect to. 4. We undertake, if our Bid is accepted, to adhere to the requirements as specified in the Tender or such modified plan as may subsequently be agreed. 5. We agree to unconditionally accept all the terms and conditions set out in the Tender document and also agree to abide by this Bid response for a period as mentioned in the Tender from the date fixed for bid opening and it shall remain binding upon us with full force and virtue, until within this period a formal contract is prepared and executed. This Bid response, together with your written acceptance thereof in your notification of award, shall constitute a binding contract between us and SIDCO. 6. We affirm that the information contained in the Techno commercial Bid or any part thereof, including its schedules, and other documents, etc., delivered or to be delivered to TEDA/TANSIDCO is true, accurate, and complete. This proposal includes all information necessary to ensure that the statements therein do not in whole or in part mislead TEDA as to any material fact. 7. We agree that TEDA is not bound to accept the lowest or any Bid you may receive. We also agree that you reserve the right in absolute sense to reject all or any of the products/service specified in the bid response without assigning any reason whatsoever. 8. It is hereby confirmed that I/We are entitled to act on behalf of our company/ organization and empowered to sign this document as well as such other documents, which may be required in this connection. 9. We agree to use only indigenous PV modules in this project. 10. We also declare that our Company/Organization is not blacklisted by any of the State or Central Government organizations or undertaking of the State or Central Government or union territories of India. `TEDA, Chennai-600006 Page 76/104 Bidder s Signature & Stamp

11. We undertake to use the BoS components (Cables, Switches, Circuit Breakers, Connectors and etc.) as per the standard Clause 16 of section D. 12. We agree to accept the entire quantity allotted to us. stipulated in Signature of the authorised person: Name of the authorised person: Designation: Name and Address of Bidder Stamp of bidder CERTIFICATE TO AUTHORISED SIGNATORIES as I, certify that I am (Name) (Designation),and that (Name) who signed the above Bid has been duly authorized to sign the same on behalf of our Company / Organisation. Date: Signature: Seal: F-3 Bidder s undertaking for minimum quantity offered Date: (Letter shall be submitted on Bidder(s) Letter Head) To The General Manager Energy Development Agency V Floor, EVK Sampath Maaligai 68 College Road Chennai-600006 Dear Sir, Sub Tender for Supply, Installation, Commissioning and 15 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative `TEDA, Chennai-600006 Page 77/104 Bidder s Signature & Stamp

Ref: capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt) - Reg Tender reference: TEDA/3810/SIDCO/Tender/TEDA/2018-19 I/We undertake to Design, Supply, Install, Commission and to provide 15 year Comprehensive Maintenance for the specified quantities of Grid Tied Solar Power plants quoted by us and for any additional allotment given to us. I/We am/are aware that if I/We do not accept to, Supply, Installation, Commission and to provide the 15 year Comprehensive Maintenance for the Grid Tied Solar Power plants as mentioned above, my/our Bid is liable for rejection. Signature of the authorised person: Name of the authorised person: Designation: Name and Address of Bidder Stamp of bidder. F-4 Bank Guarantee Format (To be executed in Rs.100/- Stamp Paper) To The Executive Engineer Small Industries Development Corporation Ltd,(TANSIDCO) SIDCO Corporate Office Building, Thiru Vi-Ka Industrial Estate Guindi, Chennai-31 Bank Guarantee No: Amount of Guarantee: Guarantee covers from: Last date for lodgement of claim: `TEDA, Chennai-600006 Page 78/104 Bidder s Signature & Stamp

This Deed of Guarantee executed by.. (Bankers Name & Address) having our Head Office at.. (address) (here in after referred to as the Bank ) in favour of Small Industries Development Corporation Ltd,(TANSIDCO)(hereinafter referred to as beneficiary) for an amount not exceeding Rs. /- (Rupees Only) as per the request of M/s. having its office address at (hereinafter referred to as contractor) against Letter of Acceptance reference dated / / of Small Industries Development Corporation Ltd,(TANSIDCO)This guarantee is issued subject to the condition that the liability of the Bank under this guarantee is limited to a maximum of Rs. /- (Rupees Only) and the guarantee shall remain in full force up to 60 months from the date of Bank Guarantee and cannot be invoked otherwise by a written demand or claim by the TamilNadu Energy Development Agency under the Guarantee served on the Bank upto --------- - AND WHEREAS it has been stipulated by you in the said ORDER that the Contractor shall furnish you with a Bank Guarantee by a Scheduled/ Nationalized Bank for the sum specified therein as security for compliance with the Contractor s performance obligations for a period in accordance with the contract. AND WHEREAS we have agreed to give the Contractor a Guarantee. THEREFORE, we (Bankers address)., hereby affirm that we are Guarantors and responsible to you on behalf of the Contractor up to a total of Rs. /- (Rupees Only) and we undertake to pay you, upon your first written demand declaring the Contractor/ Supplier to be at default under the contract and without any demur, cavil or argument, any sum or sums within the limit of Rs. /- (Rupees Only) as aforesaid, without your needing to prove or show grounds or reasons for your demand or the sum specified therein. We will pay the guaranteed amount notwithstanding any objection or dispute whatsoever raised by the Contractor. Notwithstanding, anything contained herein `TEDA, Chennai-600006 Page 79/104 Bidder s Signature & Stamp

Our liability under this guarantee shall not exceed Rs. /- (Rupees Only). This Bank Guarantee shall be valid up to 60 months from the date of Bank Guarantee and we are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only if you serve upon us a written claim or demand on or before---------------. In witness whereof the Bank, through its authorised Officer, has set its, hand and stamp on this. at. Witness: (Name in Block Letters) (Signature) `TEDA, Chennai-600006 Page 80/104 Bidder s Signature & Stamp

F-5 Model Form of Contract To be executed in a Rs.100- Non-judicial Stamp paper bought in Tamil Nadu by the Successful Bidder for Tender for Supply, Installation, Commissioning and 5 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt) Tamil Nadu(NO FIGURES IN NUMERALS OR WORDS SHALL BE FILLED UP IN THIS SAMPLE FORM AT THE TIME OF SUBMISSION OF TENDER) CONTRACT This Contract is entered into at --------- on the... day of 2018 between the Small Industries Development Corporation Ltd,(TANSIDCO)-- --------- having its Registered office --------------- -------------------, India, (Which term shall mean and include its successors and permitted assigns) on behalf of " TANSIDCO, herein after referred to as Implementing Agency and..., a Company registered under...and having its Registered office at... hereinafter referred to as the Contractor (Which term shall mean and include its successors and permitted assigns) Whereas TEDA on behalf of the Government of invited a tender vide Tender Ref. No. for Tender for Supply, Installation, Commissioning and 5 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt) and the Contractor was selected as per the following terms and conditions:- `TEDA, Chennai-600006 Page 81/104 Bidder s Signature & Stamp

This document on having been signed by both the parties shall constitute a binding contract between the parties and shall remain in force for a period of fifteen years. But in the event of any breach of the Contract at any time on the part of the Contractor, the contract shall be terminated by the SIDCO without compensation to the Contractor. The contract may also be put to an end at any time by the Implementing Agency upon giving seven days notice to the Contractor. The contractor agrees for the Tender for Supply, Installation, Commissioning and 15 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt) as per the Terms & Conditions given below. 1. Installation & Completion Schedule a) a) The entire work involving Supply, Installation, Commissioning and 15 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt) Tamil Nadu shall be completed within 90 days from the date of issue of work order. b)the Grid tied ground mounted solar power plants without battery shall be installed and commissioned in the following locations with capacity are detailed below. Sl.No Location of solar Capacity finalized(kwp) plants 1. Plant No.1 12 2. Plant No.2 40(20+20) 3. Plant No.3 20 4. Plant No.4 3 5. Plant No.5 20 `TEDA, Chennai-600006 Page 82/104 Bidder s Signature & Stamp

Total 95 2. Insurance Transportation of components to the installation site and insuring the goods in transit is the responsibility of the Contractor. The goods/components to be installed under the contract shall be covered for comprehensive Insurance by the Contractor against loss (or) damage incidental to transportation, storage at site and delivery to site during the erection period. 3.Price Schedule: Description Cost per System (Rs) Qty Total Amount (Rs) Supply, Installation and Commissioning & 15 year Comprehensive Maintenance of Grid Tied Solar Power plant of 3kWp capacity including GST & other applicable cost,tax,etc 1 No Supply, Installation and Commissioning & 15 year Comprehensive Maintenance of Grid Tied Solar Power plant of 12kWp capacity including GST & other applicable cost,tax,etc 1 No Supply, Installation and Commissioning & 15 year Comprehensive Maintenance of Grid Tied Solar Power plant of 20kWp capacity including GST & other applicable cost,tax,etc 4 No Total 4. Handing over a) The Contractor shall hand over the Power plants in complete shape to the SIDCO on the same day of Installation & Commissioning, through prescribed handing over and taking over format. `TEDA, Chennai-600006 Page 83/104 Bidder s Signature & Stamp

b) Hands on Training on Maintenance of Grid Tied Ground Mounted Solar Power Plant shall be arranged for the officials/ Staff of SIDCO by the Contractor. 5. Comprehensive Maintenance for 15 years at 15% of the total system cost (@ 1% per year) a) Comprehensive Maintenance charge for 15 years is fixed at 15% of the total system cost @ 1% per year. CMC shall begin from the very next month after the installation & commissioning and meticulous records of the same shall be maintained. b) The Successful Bidder shall provide 5 years comprehensive Maintenance of the Grid Tied Ground Mounted Solar Power Plants which shall include corrective Maintenance, repair (or) replacement, free of cost at site. c) The service personnel of the Successful Bidder will make routine Maintenance visits quarterly for first year & half yearly subsequently till the completion period of comprehensive Maintenance. The Maintenance shall include thorough testing & replacement of any damaged parts. Apart from this, any complaint registered/ service calls received or faults notified, the service personnel shall reach the site within 2 days and attend to the defects or faults and rectify the same (or) replace the faulty systems if needed within 7 days.` d) The deputed personnel shall be in a position to check and test all the components regularly, so that preventive actions, if any, can be taken well in advance to save any component from damage. e) Normal and preventive Maintenance such as cleaning of module surface, tightening of all electrical connections of the Grid Tied Ground Mounted solar Power Plants are also the duties of the deputed personnel during Maintenance visits. `TEDA, Chennai-600006 Page 84/104 Bidder s Signature & Stamp

f) During the comprehensive Maintenance period of the ground mounted SPV systems, if there is any loss or damage to any component due to miss management/miss handling or due to any other reasons pertaining to the deputed personnel, what-so-ever, the Bidder shall be responsible for immediate replacement/rectification. The damaged component may be repaired or replaced by a new component. g) The Maintenance shall include replacement of all parts. If the Grid Tied Ground Mounted solar Power plants are not functional, the same shall be repaired / restored / replaced within seven days. h) TEDA reserves the right to claim damages and Costs for nonfulfillment of warranty, apart from forfeiting un-paid amount if any, in the event of unsatisfactory Maintenance. i) Successful bidder shall furnish the routine Maintenance reports within 15 days from the end of each Maintenance period as mentioned above. If not furnished within due date it will be presumed that no Maintenance work carried out by Successful Bidder, BG s will be encashed. 6.Liquidated Damages 1) If the contractor fails to commission the plants as per the Installation & Completion schedule specified, Liquidated Damages at the rate of 1% per completed week on the value of the unfinished / non commissioned quantity of the work order will be levied subject to a maximum of 10%. The Liquidated Damages amount will be automatically deducted from the Bills submitted by the contractor. Even if the installation is not completed, Energy Development Agency will make alternate arrangements and the cost incurred by Energy Development Agency for doing the same will be recovered from the contractor. `TEDA, Chennai-600006 Page 85/104 Bidder s Signature & Stamp

7. Warranty 1. (a) The SPV panel shall carry a warranty of minimum 25 years. (b) The SPV panel must be warranted for their output peak watt capacity which shall not be less than 90% at the end of 12 years and 80% at the end of 25 years (c) The grid tie solar inverter shall carry a warranty of minimum 15 years. 2. The Grid Tied ground mounted solar power plants installed and commissioned shall be under a warranty against any manufacturing defect for a period of 15 years from the date of performance generaton completion. 3. The mechanical structures, electrical works including /inverters/ maximum power point tracker units/ distribution boards/digital meters/ switchgear etc. and overall workmanship of the Grid Tied ground mounted solar power plants must be warranted against any manufacturing/ design/ installation defects for a minimum period of 15 years. 4. The warranty will be against breakages, malfunctions, non fulfillment of guaranteed performance and breakdowns due to manufacturing defects or defects that may arise due to improper operation of electrical / electronic components of the plants but do not include physical damages by the end users. 5. The above warranty shall take effect from the date on which the plant is taken over by the Prison Department after commissioning. 6. The successful Bidder shall be liable to make good the loss by replacing the defective product during the warranty period for the entire plant free of cost, failing which TEDA will deduct the amount from the amount retained by TEDA as per Payment terms and also the bidder will be blacklisted. `TEDA, Chennai-600006 Page 86/104 Bidder s Signature & Stamp

7. The warranty will cover all the materials and goods involved in the installation and commissioning of Grid Tied Ground mounted Solar plants by the successful Bidder under this contract irrespective of the fact whether these have been manufactured by the Successful Bidder or not. The decision in this regard by TEDA is final and binding on the successful bidder. 8. The bidder should responsible for the following generation Year Yearly Generation for 3 KW (Minimum)KWhr Yearly Generation for 12 KW (Minimum)KWhr Yearly Generation for 20 KW (Minimum)KWhr 1 4500 18000 30000 2 4463 17852 29753 3 4426 17703 29505 4 4389 17555 29258 5 4352 17406 29010 6 4314 17258 28763 7 4277 17109 28515 8 4240 16961 28268 9 4203 16812 28020 10 4166 16663 27773 11 4129 16515 27525 12 4092 16367 27278 13 4055 16218 27030 14 4017 16070 26783 15 3980 15921 26535 16 3943 15773 26288 8. Payment Terms 1. All payments will be made in INR only. 2. No advance will be paid or no letter of credit will be issued. 3. (a) 80% payment will be made on satisfactory commissioning with net metering & completion certificate by TEDA. (Or) `TEDA, Chennai-600006 Page 87/104 Bidder s Signature & Stamp

70% payment will be made on satisfactory installation provided that the delay on pending installation of net meter by TANGEDCO is beyond 30 days and 10% payment will be made after satisfactory commissioning with installation of net meter. b)5% payment will be made after completion of one year with performance guaranteed generation. For PG Test period if the Contractor fails to achieve prescribed generation, the Contractor will be subject to LD clause of 10 % of the plant cost. 4. In Balance 15% payment will be made after the completion of CMC each year @ 1% 5. The Comprehensive Maintenance Contract payment will be subject to fulfillment of Warranty or Comprehensive Maintenance obligations. 6. If the Duties and/or Taxes have been reduced retrospectively, the contractor is liable to return the same. 7. The contractor will have full and exclusive liability for payment of all 9. Penalty Duties, Taxes and other statutory payments payable under any or all of the Statutes/Laws/Acts etc now or hereafter imposed. The contractor fails to achieve the year wise generation in the respective capacity, short fall generation cost to be borne by the contractor to SIDCO.(actual unit cost paid by SIDCO) 10. Product Take Back & Recycling Proper decommissioning and recycling of SPV panels & electronics etc., are necessary to ensure that harmful materials are not released in to the environment. Hence the Contractor shall submit an under taking for product take back after expiry of their life. 11. Force Majeure Neither Energy Development Agency nor the Contractor shall be liable to the other for any delay or failure in the performance of `TEDA, Chennai-600006 Page 88/104 Bidder s Signature & Stamp

their respective obligations due to causes or contingencies beyond their reasonable control such as: Natural phenomena including but not limited to earthquakes, floods and epidemics. Acts of any Government authority, domestic or foreign including but not limited to war declared or undeclared, priorities and quarantine restrictions. Accidents or disruptions including, but not limited to fire, explosions, breakdown of essential machinery or equipment, power and water shortages. 12. Workmen s Compensation Insurance 1) This insurance shall protect the Contractor against all claims applicable under the Workmen's Compensation Act, 1948(Government of India). This policy shall also cover the Contactor against claims for injury, disability disease or death of its or its Sub-Contractor s employees, which for any reason are not covered under the Workmen s Compensation Act, 1948. The liabilities shall not be less that Workmen's Compensation. 2) Compensation: The contractor shall arrange to exercise effective supervision over the works so as to ensure safety to the men and materials. In the case of accidents to the workmen arising out of and in the course of employment, the contractor shall pay necessary compensation to them according to the workman's compensation act, besides arranging immediate medical aid. He shall indemnify Tamil Nadu Energy Development Agency against any liability whatsoever in this regard and execute a bond accordingly. In case, the contractor fails to pay the compensation within the reasonable time, the Tamil Nadu Energy Development Agency may settle the claim and arrange to recover the same from the contractor. `TEDA, Chennai-600006 Page 89/104 Bidder s Signature & Stamp

13. The following documents shall be deemed to form and be read and constructed as part of this Contract. a. Technical Specifications b. Tender Terms and Conditions c. Amendments issued by TEDA for the Tender document d. Corrigendum/Clarifications issued by TEDA for the Tender document e. Detailed final offer of the contractor f. Work Order(s) issued by SIDCO from time to time g. Correspondence made by SIDCO to the contractor from time to time during the period of the contract. Wherever the offer conditions furnished by the Contractor are at variance with conditions of this contract or conditions stipulated in the work order, the latter shall prevail over the offer conditions furnished by the Contractor. 14. Waiver of any terms and conditions by SIDCO in writing shall not have the effect of waiving or abandoning other terms and conditions of the contract. 15. (a) Unless otherwise provided in the Contract, any notice, request, consent or other communication given or required to be given hereunder shall be given by mailing the same by registered mail, postage prepaid to SIDCO at its registered office (b) Any notice to the Contractor shall be deemed to be sufficiently served, if given or left in writing at their usual or last known place of abode or business. 16. Termination of Contract 16.1 Termination for Default a) SIDCO may without prejudice to any other remedy for breach of `TEDA, Chennai-600006 Page 90/104 Bidder s Signature & Stamp

contract, by written notice of default with a notice period of 7 days, sent to the Contractor, terminate the contract in whole or part, (i) if the Contractor fails to install and commission the Grid Tied Solar Roof Top SPV Power plants within the time period(s) specified in the Contract, or fails to fulfil the requirements as per the Installation and Completion Schedule or within any extension thereof granted by SIDCO or (ii) if the contractor fails to perform any of the obligation(s) under the contract; or (iii)the Contractor shall observe highest standard of ethics during execution of the project. SIDCO will terminate the contract, if it determines in the judgment of SIDCO the Contractor recommended for award, has engaged in fraudulent and corrupt practices in competing for or in executing the Contract. b) In the event SIDCO terminates the Contract in whole or in part, SIDCO may opt upon terms and in such manner as it deems appropriate, the services of the other bidders/contractor and he/she shall be liable to SIDCO for any additional costs due to this. However, the Contractor shall continue the performance of the contract to the extent not terminated. 16.2 Termination for Insolvency SIDCO may at any time terminate the Contract by giving written notice with a notice period of 7 days to the Contractor if the Contractor becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Contractor, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to SIDCO. 15.3 Termination for Convenience SIDCO may, by written notice, with a notice period of seven days sent to the Contractor, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for SIDCO s convenience, the extent to which performance of work under the Contract is terminated, and the date upon which such `TEDA, Chennai-600006 Page 91/104 Bidder s Signature & Stamp

termination becomes effective. On termination, the Contractor is not entitled to any compensation whatsoever. 1. In case of failure by the Contractor to commission the grid tied ground mounted solar systems within the period specified as per the schedule or in case of installations made by them, not being of the stipulated quality and specifications, SIDCO shall have the power to reject any such installations. 2. In case of any dispute, the matter will be referred to a sole Arbitrator to be appointed by SIDCO in accordance with the Arbitration and Conciliation Act 1996. The arbitration shall be held in Chennai, India and the language English only. 16.Blacklisting i) Under no circumstances shall the contractor backs out after the award of work. The contractor who does so, resulting in recalling of tenders by the TamilNadu Energy Development Agency/TANSIDCO or additional expenditure to TamilNadu Energy Development Agency/TANSIDCO,shall not lose his EMD/SD alone but will be blacklisted by TamilNadu Energy Development Agency/TANSIDCO which reserves the right under the law to recover damages resulting there from. ii) The Contractor will be banned from all business dealings with SIDCO if the particulars produced by him/her such as Auditor Certificate, Annual Account, GST are found to be false. iii) The Contractor shall be liable to make good the loss by replacing the defective product during the CMC for the entire system free of cost, failing which SIDCO will deduct the amount retained by SIDCO as per payment terms and will blacklist the Contractor. 17. Subject to the above, the Courts at Chennai alone only shall have `TEDA, Chennai-600006 Page 92/104 Bidder s Signature & Stamp

jurisdiction in the matter. In Witness whereof the parties hereto have signed on the day, month and year above written in the presence of For and on behalf of SIDCO Witnesses: 1. 2. For and on behalf of Successful Bidder Witnesses: 1. 2. F-6 DRAFT UNDERTAKING IN LIEU OF E.M.D. (To be furnished in non-judicial stamp paper of value not less than Rs.80/) THIS DEED OF UNDERTAKING EXECUTED AT ON THIS THE DAYOF TWO THOUSAND AND FOURTEEN BY M/S. a company registered under companies Act 1956, having its registered office at hereafter called Bidder (which expression shall where the context so admits mean and include their Agents, Representatives, Successors-inoffice and Assigns) TO AND IN FAVOUR OF TAMIL NADU ENERGY DEVELOPMENT AGENCY having its office at 5 th Floor,EVK Sampath Maaligai, 68, College Road, Chennai 600 006, herein called the TEDA (which expression shall where the context so admits mean and include its successors in office and Assigns). WHEREAS the Bidder is required to pay Earnest Money Deposit of Rs. for participation in the tender for supply and installation of in terms of specification No. AND WHEREAS the Bidder is exempted from payment of EMD as per, subject to the Bidder executing an undertaking to the value of Rs. (Rupees only) representing the amount equivalent to the amount of EMD specified to be paid to `TEDA, Chennai-600006 Page 93/104 Bidder s Signature & Stamp

TEDA in the event of non-fulfillment or breach of any of the conditions of the tender by the Bidder as mentioned hereunder. AND WHEREAS in consideration of the acceptance by TEDA of the above proposal, the Bidder has agreed to pay to TEDA the said amount of Rs. in the event of :- i. Withdrawing his tender before the expiry of the validity period ii. Withdrawing his tender after acceptance or fails to remit the Security Deposit. iii. Violating any of the conditions of the tender issued by the competent authority. NOW THE CONDITION OF THE above written undertaking is such that if the Bidder shall duly and faithfully observe and perform the conditions specified as above, then the above written undertaking shall be void, otherwise it shall remain in full force. The Bidder undertakes not to revoke this guarantee till the contract is completed under the terms of contract. The expression, Bidder and TEDA hereinafter before used shall include their respective successors and assign in office. IN WITNESS WHERE OF THIRU acting for and on behalf of the Bidder has signed this deed on the day, month and year herein before first mentioned. SIGNATURE NAME IN BLOCK LETTERS SEAL OF THE COMPANY In the presence of Witnesses Signature Name and Address `TEDA, Chennai-600006 Page 94/104 Bidder s Signature & Stamp

Signature Name and Address `TEDA, Chennai-600006 Page 95/104 Bidder s Signature & Stamp

F-7 Letter certifying the number of pages in bid documents (Letter should be submitted on Bidder s Letter Head) Date: To The General Manager Energy Development Agency V Floor, EVK Sampath Maaligai 68 College Road Chennai-600006 Sub Tender for Supply, Installation, Commissioning and 15 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt) - Reg Ref: Tender reference: TEDA/3810/SIDCO/Tender/TEDA/2018-19 I hereby certify that our bid documents have been submitted in bound volumes as follow. Techno Commercial bid Volume I : Page 1 to Page Volume II(if any) : Page 1 to Page Volume III(if any) : Page 1 to Page Price bid : Page 1 to Page Signature of the authorised person: Name of the authorised person: Designation: Name and Address of Bidder Stamp of bidder `TEDA, Chennai-600006 Page 96/104 Bidder s Signature & Stamp

Government of Tender for Supply, Installation, Commissioning and 15 years Comprehensive Maintenance of Grid Tied Ground Mounted Solar Power plant of cumulative capacity of 95kWp in the premises of SIDCO Industrial Estate Kakalur, Thiruvallur(Dt) PRICE Bid (Envelope B) Energy Development Agency(TEDA) V Floor, EVK Sampath Maaligai 68 College Road Chennai-600006(INDIA) Phone: +91-44-28224830/28236592 Fax: +91-44-28222971 Email: tender@teda.in Website: www.teda.in `TEDA, Chennai-600006 Page 97/104 Bidder s Signature & Stamp