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).

Government of Tamil Nadu

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

Government of Tamil Nadu

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

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

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

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT

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

Tamil Nadu Energy Development Agency, Chennai-6

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

Procurement of Licences of Business Objects BI Platform

INSTRUCTIONS TO BIDDERS

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

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

INSTRUCTIONS TO BIDDERS

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

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

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

INSTRUCTIONS TO BIDDERS

INDIAN INSTITUTE OF MANAGEMENT NAGPUR

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

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

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

NIT No: Civil/IMSc/11/2015

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

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

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

No.14/PGRRCDE/OU/2018 Date: TENDER NOTICE

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

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

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

NOTICE INVITING TENDER (NIT) LIMITED TENDER NOTICE(Two Cover System) DT

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

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

TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI NOTICE INVITING TENDERS

OSMANIA UNIVERSITY HYDERABAD , INDIA

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

Tender. for Annual Rate Contract for Supply of the Chemicals. Indian Institute of Technology Jodhpur

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

KARNATAKA FISHERIES DEVELOPMENT CORPORATION LTD.,

NATIONAL INSTITUTE OF FASHION TECHNOLOGY, BENGALURU.

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

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

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

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

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

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) OFFICE OF THE PRINCIPAL GENERAL MANAGER TELECOM ERNAKULAM SSA

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

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

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

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

Tender No. AAI/CC/205/88/ / Date:

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

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (KINFRA) (A statutory body of Govt of Kerala)

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

(F.No. IG/RC-CHN/F&A/Security/1.25/16)

Sub: Notice inviting open tender for sale of Blooms 150x150mm, Blooms 200x200 mm - reg

INDIAN INSTITUTE OF SCIENCE BENGALURU

Notice Inviting Tender for Printing of Accounts Manual of APDCL

Central University of Orissa

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

PTC INDIA LIMITED NEW DELHI

Telephone : Fax :

TENDER NOTICE Ref.No : VSP/MKTG/BP/13-14/03 DT Sub: Notice inviting open tender for sale of Coke Dust (Bunker) - reg

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

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

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.

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

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

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

UNIVERSITY OF ALLAHABAD

Department of Metallurgical and Materials Engineering

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

TENDER NOTICE Notice Inviting the Tender for the Sale of Scrap Items:-

INSTRUCTIONS TO BIDDERS

GOVT. INDUSTRIAL TRAINING INSTITUTE, SECTOR-28-C, CHANDIGARH TENDER DOCUMENT

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

एन.एल.स इ डय ल मट ड NLC India Limited Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise

Software Technology Parks of India Noida

SOFTWARE TECHNOLOGY PARKS OF INDIA

South Bengal State Transport Corporation (A Govt. of West Bengal Undertaking) Dr. B. RoyAvenue, Durgapur

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

CRFQ No E - TENDER No. : 16507

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

TENDER FOR SALE OF OLD/CONDEMNED VEHICLE OF CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

TENDER DOCUMENT SECURITY CONTRACT

NOTICE OF INVITATION TO TENDER. 5. Regional Office, Coimbatore.

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI

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

Tamil Nadu Energy Development Agency

Created with Print2PDF. To remove this line, buy a license at:

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

Transcription:

Tender for Supply, Installation & Integration of Remote Monitoring Units (RMU) with Centralised SPV power plants to be installed in Tamil Nadu for energising street lights and Third Party Inspection of these plants Government of Tamil Nadu Open Tender for Supply, Installation & Integration of Remote Monitoring Units (RMU) with Centralised SPV power plants to be installed in Tamil Nadu for energising street lights and Third Party Inspection of these plants including 5 year performance monitoring through RMU Tender Reference: TEDA/1488C/RMU & TPI -SLS/SE/TEDA/ 2011-12 Advertised on 18.01.2012 Tender Details Tamil Nadu Energy Development Agency V Floor, EVK Sampath Maaligai 68 College Road Chennai-600006 Phone: +91-44-28224830/28236592 Fax: +91-44-28222971 Email: tedatender@gmail.com Website: www.teda.gov.in TEDA, Chennai-600006 Page 1/72 Bidder s Signature & Stamp

Tender for Supply, Installation & Integration of Remote Monitoring Units (RMU) with Centralised SPV power plants to be installed in Tamil Nadu for energising street lights and Third Party Inspection of these plants TABLE OF CONTENTS 1. Introduction 10 2. Tender Data Sheet 12 3. Tender Eligibility Criteria 13 4. Instructions to the Bidder 16 4.1 General Instructions 16 4.2 Language of the Bids 17 4.3 Bid Currency.18 4.4 Letter of authorisation 18 4.5 Clarifications and Amendments 18 4.6 Contacting Tender Inviting Authority 19 4.7 Force Majeure 19. 4.8 Arbitration 20 5. Tender Cost and EMD 20 5.1 Cost of Bidding 20 5.2 Tender Document Fee 20 5.3 Earnest Money Deposit (EMD) 21 6. Bid Preparation and Submission 22 6.1 Techno Commercial Bid (Envelope-A) 22 6.1.1 Bid Preparation 22 6.1.2 Details to be furnished in the Techno Commercial 23 Bid 6.1.3 Signing the Bid 24 TEDA, Chennai-600006 Page 2/72 Bidder s Signature & Stamp

Tender for Supply, Installation & Integration of Remote Monitoring Units (RMU) with Centralised SPV power plants to be installed in Tamil Nadu for energising street lights and Third Party Inspection of these plants 6.1.4 Sealing the Bid 24 6.2 Price Bid (Envelope-B) 24 6.2.1 Details to be furnished 24 6.2.2 Signing the Bid 25 6.2.3 Sealing the Bid 25 6.3 Outer Cover 26 6.4 Mode of submission of Bids 26 6.5 Modification and withdrawal of Bid 26 7 Bid opening 27 7.1 Techno Commercial Bid Opening 27 7.2 Tender Validity 27 7.3 Initial Scrutiny 27 7.4 Clarifications by TEDA 28 7.5 Sample system/components submission to TEDA 28 7.6 Price Bid Opening 29 8 Tender Evaluation and Selection 30 8.1 Suppression of facts and misleading information 30 8.2 Techno Commercial Bid Evaluation 30 8.3 Price Bid Evaluation 31 8.4 Award of Contract 32 8.5 TEDA reserves the right to 32 9. Execution of work 33 9.1 Acceptance of the Tender 33 TEDA, Chennai-600006 Page 3/72 Bidder s Signature & Stamp

Tender for Supply, Installation & Integration of Remote Monitoring Units (RMU) with Centralised SPV power plants to be installed in Tamil Nadu for energising street lights and Third Party Inspection of these plants 9.2 Letter of Acceptance (LOA) 33 9.3 Payment of Security Deposit (SD) 33 9.4 Execution of Agreement 34 9.5 Release of Firm Work Order 34 9.6 Refund of EMD 34 9.7 Installation & Inspection Completion Schedule 35 9.8 Release of SD 35 9.9 Termination of Contract 35 9.9.1 Termination of default 35 9.9.2 Termination for insolvency 36 9.9.3 Termination for convenience 36 10. Pre- Dispatch Inspection 37 11. Supply, Installation & Integration of RMU 38 11.1 Scope of work 38 11.2 Man power for Inspection 40 11.3 Insurance 40 11.4 Handing over 40 11.5 Billing 41 11.6 Service Centre 41 12. Warranty 41 13. Liquidated Damages 42 14. Payment Terms 43 15. Technical Specifications of RMU 44 TEDA, Chennai-600006 Page 4/72 Bidder s Signature & Stamp

Tender for Supply, Installation & Integration of Remote Monitoring Units (RMU) with Centralised SPV power plants to be installed in Tamil Nadu for energising street lights and Third Party Inspection of these plants 16 Quantity of SPV plants to be inspected & RMU to be 47 Installed per region 17. District of Tamil Nadu (Region wise) 48 Techno Commercial Bid (Envelope A) 49 A 1.1 Profile of the Bidder 50 A 1.2 EMD amount 51 A 1.3 Furnish details for meeting the Eligibility Criteria 51 A 1.4 Man Power deployment plan in each District 53 A 1.5 Existing sales centres in Tamil Nadu 53 A 1.6 Technical Bid for RMU 54 Appendix-1 Bidder s undertaking covering letter 56 Appendix-2 Bidder s undertaking for minimum quantity offered 59 Appendix-3 Bank Guarantee Format 60 Appendix-4 Model Form of Contract 62 Price Bid (Envelope B) 72 TEDA, Chennai-600006 Page 5/72 Bidder s Signature & Stamp

ACRONYMS # Parameter Details 1. AC Alternating Current 2. BoS Balance of System 3. CMS Central Monitoring System 4. DC Direct Current 5. EEPROM Electrically Erasable Programmable Read Only Memory 6. GPRS General Packet Radio Service 7. GSM Global System for Mobile Communication 8. LED Light Emitting Diode 9. MCB Miniature Circuit Breaker 10. NV-RAM Non Volatile Random Access Memory 11. PCU Power Conditioning Unit 12. RFID Radio Frequency Indentification 13. RMU Remote Monitoring Unit 14. SMS Short Message Service 15. SPV Solar Photo Voltaic 16. TANGEDCO Tamil Nadu Generation and Distribution Corporation LTD., 17. TEDA Tamil Nadu Energy Development Agency TEDA, Chennai-600006 Page 6/72 Bidder s Signature & Stamp

Short Titles used in the Tender Document 1. Bidder Bidder means the party or consortium of parties who makes a formal offer in pursuance of the Tender floated 2. Successful Bidder Successful Bidder means the Bidder or consortium of bidders who becomes successful through the Tender process. 3. Day A day means a calendar day 4. Service Centre Service Centre means the centre or place, wherein the Bidder, inter-alia undertakes and performs the service activities relating to Remote Monitoring Unit indicated in the Tender and shall include a Direct service centre or Authorised service centre. 5. Authorised Service Centre Authorised Service Centre means a Service Centre run by the Bidder through another party by entering into a valid commercial agreement. 8. Cost Cost means the total cost to be incurred towards the supply, installation & Integration of RMU with centralised SPV power plants and Third Party Inspection of these plants including performance monitoring through RMU for 5 years 9. Purchaser Purchaser means the Government of Tamil Nadu for whom the procurement is made through this Tender. 10. TEDA Procurement agency on behalf of Government of Tamil Nadu 11. Integration Integration means the Remote Monitoring Units would have to be connected to the centralised SPV power plants and remote monitoring of performance of SPV systems has to be tested. 12. End user End user means the presidents of panchayats in which the solar street lighting systems are installed 13. District Geographical division within the State. Each district has roughly 500-1000 villages. At present there are 32 Districts in Tamil Nadu. Applicability of Tamil Nadu Transparency in Tenders Act 1998 This Tender process will be governed by The Tamil Nadu Transparency in Tenders Act 1998 and The Tamil Nadu Transparency in Tenders Rules, 2000 (http://www.tn.gov.in/gorders/fin446-e.htm) as amended from time to time. TEDA, Chennai-600006 Page 7/72 Bidder s Signature & Stamp

Checklist for Enclosures (Bidder should fill up YES or NO without fail) # Bid Enclosures YES or NO 1. Whether the Tender is submitted in Two covers Technical 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 Bidder s undertaking covering letter in the Letter Head shall be signed by the authority, stamped and submitted. 3.2 Signed and stamped Letter of Authorisation or Power of Attorney for signing the Tender document shall be submitted. 3.3 Bidder s undertaking in the Letter Head for minimum quantity offered shall be signed and stamped and submitted. 3.4 All pages of the blank Tender document in full shall be signed by the authority, stamped and submitted 3.5 Earnest Money Deposit (EMD) amount as specified in the Tender shall be submitted 3.6 Filled up Technical Bid shall be signed by the authority, stamped and submitted 3.7 All supporting documents for proving the Eligibility Criteria shall be signed by the authority and stamped in all pages 3.8 Supporting documents to meet the Eligibility Criteria a) All the supporting documents to meet the Eligibility Criteria as laid down in the Tender under Eligibility Criteria shall be signed by the authority and stamped b) Bidder s Certificate of Incorporation or in case of Consortium, Certificate of Incorporation of all the Consortium partners c) A letter of intent to execute a consortium agreement in the event of a successful bid shall be signed by all the partners and submitted with the Bid together with the copy of the proposed Agreement. All partners of the consortium shall be liable jointly and severely for the execution of the contract in accordance to the contract terms and a statement to this effect shall be included in the letter of intent. d) Relevant Excise duty returns or Sales Tax Returns for the components manufactured shall be submitted e) Annual Report including Balance Sheet and Profit & Loss accounts for the past one year should be submitted. In case of Consortium, Annual Report including Balance Sheet and Profit & Loss accounts of all the Consortium partners for the past one year should be submitted. f) For RMU manufacturing capacity, copy of the Manufacturing License, Capacity supported by any legally valid documents should be submitted. g) For RMU sales, copy of the invoices for the sales made or proof of statutory documents like Excise duty returns or Sales Tax Returns or any TEDA, Chennai-600006 Page 8/72 Bidder s Signature & Stamp

# Bid Enclosures YES or NO other legally valid document should be submitted. h) Clientele list for the RMU installed i) ISO 9001:2008 certificates for manufacturing process shall be enclosed. j) Bidder s undertaking letter to meet the Blacklisting criteria shall be submitted 4. Whether Price Bid (Envelope-B) contains the following a) Filled Price Bid with signature and stamp in all pages shall be submitted b) Whether corrections or overwriting if any is attested? IMPORTANT NOTE: Bidders must ensure that they submit 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 at the initial stage itself. The data sheet for the critical components should be submitted by the Bidder for the scrutiny. TEDA, Chennai-600006 Page 9/72 Bidder s Signature & Stamp

1. Introduction The Government of Tamil Nadu has decided to energise 20,000 street lights through SPV power, during the year 2011-2012. The Government of Tamil Nadu vide G.O.Ms. No.91 RD&PR (SGS 3) Dept dt.17.11.2011 has entrusted the task of energising 20,000 street lights through Solar power to TEDA. Accordingly, TEDA has called for International Competitive Bidding for Supply, Installation, Commissioning, Testing and 5 year Comprehensive Maintenance of SPV Street lighting systems, for the year 2011-2012. Energisation of Street lights through solar power includes following two categories: I. Installation of 1900 Nos centralised SPV power plants of capacity 500 Wp, each energising a cluster of existing 10 Nos street lights, after replacing the lights by 20W LED lamps, through already available distribution network of TANGEDCO, with provision for grid backup. II. Installation of 1000 Nos standalone 20W LED based solar street lighting systems. TEDA has decided to monitor the performance of centralised SPV power plants to be installed under Category-I for 5 years by integrating Remote Monitoring Units (RMU) and to ensure specification conformity of these PV plants, through competent Third party agencies. Hence TEDA invites open tender for Installation of RMU in centralised SPV power plants to be installed under category I and 100% inspection of these plants,, as detailed in item no.11. TEDA, Chennai-600006 Page 10/72 Bidder s Signature & Stamp

The scope of work has been split up in to two regions (North & South) of Tamil Nadu. The targeted quantity has been presumed to be equally divided among North & South regions each covering 15/16 districts. Bidder shall quote for one or both region(s). The details of the districts coming under each region are indicated against item no.17. The Successful bidder(s) would be required to set up an Office cum service centres at the regional head quarters of the allotted region. The Successful Bidder(s) should work closely with the Government of Tamil Nadu departments involved in implementing this scheme and with the contractor(s) executing the work and ensure successful completion of assignment within the stipulated time. TEDA, Chennai-600006 Page 11/72 Bidder s Signature & Stamp

1. Tender inviting Authority, Designation and Address 2. Tender Data Sheet The Chairman & Managing Director Tamil Nadu Energy Development Agency V Floor, EVK Sampath Maaligai, 68 College Road, Chennai-600006 Phone: +91-44-28224830/28236592 Fax: +91-44-28222971 Email: tedatender@gmail.com Website: www.teda.gov.in 2. a) Name of the Work Tender for Supply, Installation & Integration of Remote Monitoring Units (RMU) with Centralised SPV power plants to be installed in Tamil Nadu for energising street lights and Third Party Inspection of these plants. b) Tender Reference TEDA/1488C/RMU & TPI -SLS/SE/2011-12 c) Place of execution Throughout the state of Tamil Nadu split up in to 2 regions 3. a) Tender documents available place and due date for obtaining tender On all working days between 11.00 A.M. and 3.00 P.M. IST from 18.01.2012 to 20.2.2012 from the Address mentioned in (1) above. Alternatively, Tender documents can be downloaded free of cost from www.teda.gov.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 region Rs. 1,00,000 (Rupees One Lakh only) in per region by way of Demand Draft or Banker s Cheque drawn in favour of Tamil Nadu Energy Development Agency and payable at Chennai only. 5. Pre-Bid meeting date and place On 31.01.2012 @ 02.00 P.M At the address mentioned in column (1) above 7. Due Date, Time and Place of submission of Tender 8. Date, Time and Place of Tender opening 9. Due date for submission of sample RMU to TEDA 10. Date, Time and Place of opening of Price Bids Upto 21.02.2012 at 2.00 P.M. at the address mentioned in column (1) above On 21.02.2012 at 2.00 P.M. at the address mentioned in column (1) above Will be intimated only to the bidders who are qualified in Techno Commercial bid and they have to install a sample RMU within 72 hours of notification. Will be intimated only to the bidders qualified in Techno commercial bid and whose sample system passed the test conducted by TEDA TEDA, Chennai-600006 Page 12/72 Bidder s Signature & Stamp

3. Tender Eligibility Criteria The Bidder(s) should meet the following Eligibility Criteria to participate in the Tender and should enclose documentary proof for fulfilling the Eligibility in the Techno commercial Bid. # Minimum Eligibility Criteria Proof to be submitted for fulfilling the Eligibility Criteria 1. a) Bidder should be a Registered company and existing for the past three audited years. b) Consortium of Bidders should not exceed three partners. Accredited Engineering college(s) existing for past 10 years and having accredited EEE / ECE courses may also be the partner(s) of the consortium. But at least one of the partners should be a Registered Company existing for the past three audited years. 2. a) Bidder should be manufacturer of Remote Monitoring Units for at least last one audited year. b) In case of Consortium, the prime bidder should be manufacturer of Remote Monitoring Units for at least last one audited year. 3. a) Bidder should have a min average Annual Turnover of INR 1 Cr (or equivalent foreign currency) in the last three audited years to qualify for a single region. b) In case of Consortium, the prime bidder should have a min average Annual Turnover of INR 1 Cr (or equivalent foreign currency) and other registered companies in the Consortium should individually have an average Annual Turnover of at least INR 50 lakhs, in the last three audited years, to qualify for a single region. Certificate of Incorporation should be submitted. 3 years audited balance sheet shall be submitted. a) In case of Consortium, all the Consortium partners individually should submit the Certificate of Incorporation / Accreditation certificates b) Copy of consortium agreement shall be submitted or A letter of intent to execute a consortium agreement in the event of a successful bid shall be signed by all the partners and submitted with the Bid together with the copy of the proposed Agreement. c) All partners of the consortium shall be liable jointly and severally for the execution of the contract in accordance to the contract terms and a statement to this effect shall be included in the letter of intent. Relevant Excise duty returns or Sales Tax Returns should be submitted. In case of consortium, relevant Excise duty returns or Sales Tax returns of prime bidder should be submitted Annual Report including Balance Sheet and Profit & Loss accounts for the last three audited years should be submitted. In case of Consortium, Annual Report including Balance Sheet and Profit & Loss accounts of the Consortium partners for the last three audited years should be submitted. TEDA, Chennai-600006 Page 13/72 Bidder s Signature & Stamp

# Minimum Eligibility Criteria Proof to be submitted for fulfilling the Eligibility Criteria 4. Bidder should quote for a min quantity of 1000 Nos RMU in a single region. Necessary undertaking should be furnished 5. Bidder / Prime bidder, in case of Consortium should have RMU manufacturing capacity of min 2000 Nos per annum to qualify for a single region. 6. Bidder / Prime bidder/ Consortium partners together should have installed a minimum of 500 RMU for solar or other electrical applications, in the past three audited years, to qualify for a single region. 7. Bidder / One of the Consortium partners should have experience in inspection of SPV systems or electrical systems 8. a) Bidder should have possessed the ISO 9001:2008 certification for the manufacturing process. b) In case of Consortium, the manufacturer(s) in the Consortium should possess ISO 9001:2008 certification for the manufacturing process 9. a) Bidder should not have been blacklisted by any of the State/Central Government or organisations of the State/Central Government Manufacturing License or any valid proof for manufacturing capacity should be submitted. Clientele list shall be produced.. Necessary documentary evidence should be submitted. Valid ISO 9001:2008 certificate for manufacturing process should be submitted. Necessary Undertaking letter should be furnished. b) In case of Consortium, none of the Consortium partners have been blacklisted by any of the State/ Central Government or organisations of the State/Central Government In case of consortium, undertaking letter should be submitted by all the consortium partners Note: The min eligibility criteria stipulated against Sl. No 3 to 6 are to qualify for a single region and shall be doubled to qualify for both the regions. Special Conditions for the Consortium Bidders 1) In case of consortium of bidders, it would be sufficient if the prime bidder alone makes the remittance of the cost of bid document. 2) Among the consortium partners, Manufacturer of RMU shall be nominated as Prime Bidder and this authorisation shall be evidenced by submitting of Power of Attorney signed by the legally authorised signatories of all the partners. 3) In case of a successful Bid, the Agreement shall be signed by the Prime Bidder so as to be legally binding on all the partners. TEDA, Chennai-600006 Page 14/72 Bidder s Signature & Stamp

4) The Prime Bidder shall be authorised by the Consortium partners to act on their behalf to incur liabilities and receive instructions for and on behalf of him and all partners of the consortium and entire execution of the contract including payment shall be done exclusively to the Prime Bidder. 5) All partners of the consortium shall be liable jointly and severally for the execution of the contract in accordance to the contract terms and a statement to this effect shall be included in the authorisation mentioned above as well as in the Bid and in the agreement (in case of successful bid). The consortium agreement should indicate precisely the role of the members of the consortium in respect of the contract. 6) Copy of the consortium agreement entered into by the partners shall be submitted with the Bid. Consortium agreement should be registered in Chennai, Tamil Nadu. 7) Alternatively a letter of intent to execute a consortium agreement in the event of a successful bid shall be signed by all the partners and submitted with the bid together with the copy of the proposed agreement. In that case the consortium agreement should be registered before execution of agreement with TEDA so as to be legally valid and binding on all partners. 8) Only one Bid will be allowed from a Consortium. The partners of a Consortium are not allowed to bid individually or to be the partner of another Consortium. TEDA, Chennai-600006 Page 15/72 Bidder s Signature & Stamp

4.1 General Instructions 4. Instructions to the Bidder a) It will be imperative for each Bidder(s) to familiarise himself/ themselves 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 him/herself 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. 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 & Integration of RMUs with centralised SPV power plants, Inspection of these plants and 5 year performance monitoring at their own cost, including man power and measuring instruments required for inspection of systems f) The state has been divided into 2 regions and the bidder can quote for one or both region(s). The details of the districts coming under each region are indicated against item no. 17. TEDA, Chennai-600006 Page 16/72 Bidder s Signature & Stamp

For Example, i. Bidder fulfilling eligibility criteria for One region may participate in both the regions by remitting EMD for One region. If the bidder is successful in both the regions, TEDA will allot only One region at TEDA s discretion. After allotment of the region, if the bidder does not want to execute work in that region and backs out from the tender, the EMD will be forfeited. ii. A bidder with capacity for 2 regions wants to execute the order in only North region. He shall submit EMD applicable for 1 region and submit bid for only North region. iii. A bidder with capacity for 2 regions wants to execute the order in both the regions. He shall submit EMD applicable for 2 regions and submit bids for both the regions. g) The Bidder should be fully and completely responsible to TEDA and State Government for all the deliveries and deliverables. The bidder shall be responsible for the proper functioning of the RMUs and for monitoring the performance of SPV plants for 5 years. The bidder shall also responsible for ensuring specification conformity of these PV plants. 4.2 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 may be in any another language provided they are accompanied by an accurate translation in English duly notarised, in which case, for all purposes of the Bid, the translation shall govern. Bids received without such translation copy will be rejected. TEDA, Chennai-600006 Page 17/72 Bidder s Signature & Stamp

4.3 Bid Currency Price should be quoted in Indian Rupees (INR) only and Payment shall be made in Indian Rupees only. With respect to any foreign company, the law of the land including the Rules and Regulations of Reserve Bank of India (RBI) shall be followed and necessary compliances in this regard will be the sole responsibility of the Foreign Company. Price quoted in other than INR will be rejected. Foreign companies should quote in equivalent Indian rupees. 4.4 Letter of Authorisation A letter of Authorisation from the Board of Directors or Managing Director of Bidder organisation authorising the Tender submitting authority or a Power of Attorney should be submitted in the Techno commercial Bid. The Bids received without the Letter of Authorisation or Power of Attorney will be summarily rejected. 4.5 Clarifications and Amendments a) A prospective Bidder requiring any clarification in the Tender may notify TEDA by Registered post or by personal delivery under acknowledgement No clarifications would be offered by TEDA within 48 hrs prior to the time for 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 to be decided by TEDA. The Bidders are requested to participate in the Pre-bid meeting and get the clarifications. c) Before closing of the Tender, clarifications and amendments if any will be notified in the government website mentioned in the Tender Data sheet. The Bidders should periodically check for the amendments or corrigendum or information in the website till the closing date of this Tender. TEDA will make individual communication by email to only those TEDA, Chennai-600006 Page 18/72 Bidder s Signature & Stamp

bidders who have purchased the tender document from the office of TEDA. TEDA will not make any individual communication to others 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 individual communication/ website as the case may be. 4.6 Contacting Tender Inviting Authority a) Bidders shall not make attempts to establish unsolicited and unauthorised contact with the Tender Inviting Authority or Tender Scrutiny Committee 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/Scrutiny/Accepting Authority shall be sufficient reason to disqualify the Bidder. b) Notwithstanding anything mentioned above, the Tender Inviting/Scrutiny/Accepting Authority may seek bona-fide clarifications from Bidders relating to the tenders submitted by them during the evaluation of tenders. 4.7 Force Majeure Neither TEDA nor the Successful Bidder 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. TEDA, Chennai-600006 Page 19/72 Bidder s Signature & Stamp

Accidents or disruptions including, but not limited to fire, explosions, 4.8 Arbitration breakdown of essential machinery or equipment, power and water shortages. In case of any dispute, the matter will be referred to a sole Arbitrator to be appointed by the Chairman & Managing Director of TEDA 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. Tender Cost and EMD 5.1 Cost of Bidding The Bidders should 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. 5.2 Tender Document Fee a) The Tender documents may also 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. b) The Tender document cost may be paid by way of Demand Draft / Banker s Cheque in favour of Tamil Nadu Energy Development Agency, payable at Chennai. c) Alternatively, the Tender document can be downloaded free of cost from the website mentioned in the Tender data sheet. The Tender document fee is waived for those documents downloaded. TEDA, Chennai-600006 Page 20/72 Bidder s Signature & Stamp

5.3 Earnest Money Deposit (EMD) a) An EMD amount as specified in the Tender should be paid in Indian Rupees along with the Techno commercial Bid by way of Demand Draft or Banker s cheque only in favour of Tamil Nadu Energy Development Agency payable at Chennai. b) The EMD in the prescribed form shall be kept in a separate cover and sealed appropriately. The EMD cover shall be superscribed with EMD for ONE / TWO region(s)- Tender for Supply, Installation & Integration of Remote Monitoring Units (RMU) with Centralised SPV power plants to be installed in Tamil Nadu for energising street lights and Third Party Inspection of these plants including 5 year performance monitoring through RMU in NORTH / SOUTH region Tender Ref.: due on. No of regions for which EMD is submitted & Region(s) for which the bid(s) is/are submitted shall be highlighted. The FROM address and TO address shall be written without fail, otherwise the EMD is liable for rejection. c) The EMD amount of the unsuccessful Bidders will be refunded within a reasonable time. The EMD amount held by TEDA till it is refunded to the unsuccessful Bidders will not earn any interest thereof. d) The EMD amount of successful bidders will be retained till the successful implementation of the scheme. 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, in the prescribed form, will be SUMMARILY REJECTED. TEDA, Chennai-600006 Page 21/72 Bidder s Signature & Stamp

6. Bid Preparation and Submission Bidders should 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 Bidders risk and may result in rejection of Bids. Bidders should strictly submit the Bid as specified in the Tender, failing which the bids will be held as non-responsive and will be rejected. Separate Bids should be submitted in two parts namely viz. (1) Techno commercial Bid and (2) Price Bid. The Techno commercial Bid and Price Bid shall be submitted in two separate covers. The Price Bid for each region shall be kept in a single price bid cover. The Bids shall be addressed to The Chairman & Managing Director, TEDA, V Floor, EVK Sampath Maaligai, No.68,College Road, Chennai 600 006, Tamil Nadu, India. 6.1 Techno commercial Bid (Envelope-A) 6.1.1 Bid Preparation a) The Techno commercial Bid enables TEDA to evaluate whether the Bidder is techno commercially competent and capable of executing the 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 should strictly not contain any Price indications or otherwise the Bids will be summarily rejected. TEDA, Chennai-600006 Page 22/72 Bidder s Signature & Stamp

6.1.2 Details to be furnished in the Techno Commercial Bid a) The EMD amount should be submitted in the prescribed form. b) Authorisation letter from the Board of Directors/ Chairman & Managing Director or Power of Attorney to sign the Tender documents should be submitted. In case of Consortium, the Prime Bidder shall be authorised by submitting of Power of Attorney signed by the legally authorised signatories of all the partners. The Tenders received without Authorisation letter or Power of Attorney will not be considered for further processing. c) The blank Tender document in full should be printed, signed by the authorised person and stamped in all pages and should be submitted as a token of accepting the conditions. d) The Techno Commercial Bid should be duly filled, signed by the authorised person and stamped in all the pages and should be submitted. e) The supporting documents to prove Bidder s Eligibility should be duly attested and should be submitted. f) The published Annual Report should be signed by the authorised person and stamped in all pages and should be submitted. g) The bidder should indicate the manufacturing plant addresses. h) The bidders shall undertake to Supply, Install & Integrate a minimum of 1000 RMUs with centralised SPV Power plants in a single region and to inspect the plants. Any quote for less than that mentioned above will not be considered and the Bid will be rejected. i) All the required documents insisted in the Tender should be enclosed in the Techno Commercial Bid. No document would 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 23/72 Bidder s Signature & Stamp

6.1.3 Signing the Bid a) The Bids shall be typed and shall be signed by the Authorised Official(s) of Bidder. All pages of the bid shall be signed and stamped by the authorised person. b) Any alterations, deletions or overwriting will be treated as valid only if 6.1.4 Sealing the Bid they are attested by the full signature by the authorised person. The Techno Commercial bid shall be placed in a separate cover (Envelope-A) and sealed appropriately. The Techno Commercial bid cover shall be superscribed with Techno Commercial Bid (Envelope A)-Tender for Supply, Installation & Integration of Remote Monitoring Units (RMU) with Centralised SPV power plants to be installed in Tamil Nadu for energising street lights and Third Party Inspection of these plants including 5 year performance monitoring through RMU in NORTH / SOUTH region Tender Ref.: due on. The Region(s) for which the bid(s) is /are submitted shall be highlighted. The FROM address and TO address shall be written without fail otherwise the Techno Commercial bid is liable for rejection. 6.2 Price Bid (Envelope-B) 6.2.1 Details to be furnished a) All the Price items as asked in the Tender should 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 other than INR. b) The cost quoted by the Bidder shall include the cost breakup. TEDA, Chennai-600006 Page 24/72 Bidder s Signature & Stamp

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 should keep the Price firm during the period of Contract including the period of extension of time if any. The Bidders should particularly take note of this factor before submitting the Bids. 6.2.2 Signing the Bids a) The Bids shall be typed and shall be signed by the Bidder or a person or persons duly authorised to bind the Bidder to the Contract. All pages of the bid document including the supporting documents shall be signed and stamped by the authorised person. b) Any alterations, deletions or overwriting shall be treated valid only if they are attested by full signature by the authorised person. 6.2.3 Sealing the Bid The Price Bid(s) for one or both the regions shall be placed in a separate cover (Envelope-B) and sealed appropriately. The Price Bid cover shall be superscribed with Price Bid (Envelope B)-Tender for Supply, Installation & Integration of Remote Monitoring Units (RMU) with Centralised SPV power plants being installed in Tamil Nadu for energising street lights and Third Party Inspection of these plants in NORTH / SOUTH region Tender Ref.: due on. The Region(s) for which the bid(s) is/are submitted shall be highlighted. The FROM address and TO address shall be written without fail otherwise the Price Bid is liable for rejection. TEDA, Chennai-600006 Page 25/72 Bidder s Signature & Stamp

6.3 Outer Cover The EMD cover, 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 superscribed with Tender for Supply, Installation & Integration of Remote Monitoring Units (RMU) with Centralised SPV power plants being installed in Tamil Nadu for energising street lights and Third Party Inspection of these plants in NORTH / SOUTH region Tender Ref.: due on. The Region(s) for which the bid(s) is/are submitted shall be highlighted. The FROM address and TO address shall be written without fail otherwise the Bid is liable for rejection. 6.4 Mode of Submission of Bids a) The Bids should 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 should ensure that the Bids reach TEDA on or before the due 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) will be summarily rejected. 6.5 Modification and withdrawal of Bids The Bids once submitted cannot be modified or amended or withdrawn. TEDA, Chennai-600006 Page 26/72 Bidder s Signature & Stamp

7. Bid Opening 7.1 Techno Commercial Bid Opening The Tender outer cover and Techno commercial Bid cover, only on satisfying EMD conditions, 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 chooses to attend Tender opening shall bring an authorisation letter from the Bidder. A maximum of two representatives for each Bidder would be allowed to attend the Tender opening. 7.2 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 should extend price validity and Bid security validity. 7.3 Initial Scrutiny Initial Bid scrutiny will be held and Tenders as given below will be treated as non-responsive. Tender not submitted in two parts as specified in the Tender and signing and stamping in all pages of the Bid Tender received without the Letter of Authorisation as specified in the Tender Tender received without EMD amount Tender found with suppression of facts/details Tender with incomplete information, subjective, conditional offers and partial offers TEDA, Chennai-600006 Page 27/72 Bidder s Signature & Stamp

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 All responsive Bids will be considered for further evaluation. The decision of TEDA will be final in this regard. 7.4 Clarifications by TEDA When deemed necessary, TEDA may seek bona-fide clarifications on any aspect from the Bidder. However, that would 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 failed to comply with the requirements of TEDA as stated above, such Bids may at the discretion of TEDA, shall be rejected as technically non-responsive. 7.5 Sample System / Component Submission to TEDA i) Bidders qualified in the Techno Commercial bid shall install a sample RMU at a place in Chennai as indicated by TEDA and demonstrate the same, within the notified time as per data sheet. If the sample is not submitted within the stipulated time, the Bid will be rejected. ii) The sample submitted to TEDA would be kept for continuous evaluation. TEDA, Chennai-600006 Page 28/72 Bidder s Signature & Stamp

iii) iv) The sample RMU fulfilling the requirements of TEDA will not be returned to the successful bidders. The sample product of the unsuccessful Bidders will be returned on as-is-where-is condition within a reasonable time. Price bids of the bidders whose sample system meets the requirements of TEDA, alone will be opened. v) The Successful Bidders have to submit the sample system with Delivery Challan to TEDA and to take an acknowledgement. 7.6 Price Bid Opening Bidders who are qualified in Techno commercial Bid (Envelope-A) and whose sample system meets the requirements of TEDA only will be called for Price Bid opening. The Price Bids will be opened in the presence of the Bidders at TEDA. The Bidders or their authorised representatives (maximum two) will be allowed to take part in the Price Bid opening. TEDA, Chennai-600006 Page 29/72 Bidder s Signature & Stamp

8. Tender Evaluation and Selection 8.1 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 would 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 should 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 8.2 Techno Commercial Bid Evaluation a) The Bidders who have duly complied with the Eligibility Criteria and passed in sample product testing by Testing Agency will be eligible for further processing. b) The Tenders, which do not conform to the Technical Specifications or Tender conditions or Bids without Test certificate on the product / system offered or Tenders from Bidders without adequate capabilities for supply & installation, will be rejected. The Eligible Bidders alone will be considered for further evaluation. TEDA, Chennai-600006 Page 30/72 Bidder s Signature & Stamp

8.3 Price Bid Evaluation 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 the presence of the Bidders at TEDA. The Bidders or their authorised representatives (maximum two) will be allowed to take part in the Price Bid opening. 2) The Price Bid evaluation will be conducted as stipulated in the Tamil Nadu Transparency in Tenders Act 1998 and Tamil Nadu 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 (ii) (iii) (iv) (v) Figures, the lower of the two will be considered. In evaluation of the price of an imported item, the price will be determined inclusive of the customs duty; In evaluation of the price of articles which are subject to excise duty, the price will be determined inclusive of such excise duty; In a tender where all the tenderers are from within the State of Tamil Nadu, or where all the tenderers are from outside the State of Tamil Nadu, the sales tax/tnvat shall be included for the evaluation of the price; and In a tender where the tenderers are both from the State of Tamil Nadu as well as from outside the State of Tamil Nadu, TNVAT shall be excluded for the evaluation of the price. 3) The lowest cost per category as per the above evaluation will be adjudged as L 1. 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. TEDA, Chennai-600006 Page 31/72 Bidder s Signature & Stamp

4) TEDA may negotiate with the Lowest Cost offered Bidder (L1) for further reduction of the price. TEDA reserves the right to ask other Bidders to match L 1 price. 8.4 Award of Contract 1) TEDA reserves the right to apportion the total quantity among the L 1 Bidder and other Bidders who have agreed to match L 1 rate. 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. 8.5 TEDA reserves the right to; 1) Negotiate with the Bidder whose offer is the lowest evaluated price for further reduction of prices. 2) Insist on quality/specification of materials to be supplied. 3) Modify, reduce or increase the quantity requirements to an extent of 25% of the Tendered quantity as per the provisions of Tamil Nadu Transparency in Tenders Act 1998 and Tamil Nadu Transparency in Tenders Rules, 2000. 4) Change the list of areas of installation / inspection locations from time to time based upon the requirement. 5) Ask other qualified Bidders to match L 1 price 6) If performance of the Bidder is not as per the completion Schedule, then TEDA reserves its right to reallocate the quantity to other Bidder. 7) TEDA reserves its right to inspect the bidders factory / office premises and those of major component manufacturers from whom bidder proposes to purchase, before or after placement of orders and based on the inspection, TEDA reserves a right to modify the quantity ordered. 8) TEDA reserves its right to withhold any amount for the deficiencies in the service aspect of SPV systems installed at the identified locations. TEDA, Chennai-600006 Page 32/72 Bidder s Signature & Stamp

9. Execution of Work 9.1 Acceptance of the Tender The final acceptance of the Tender is entirely vested with TEDA 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 TEDA, the Bidder shall have no right to withdraw their Tender or claim higher price. 9.2 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). TEDA has the right to issue LOA to more than one bidder. 9.3 Payment of Security Deposit (SD) a) The Successful Bidders will be required to remit the Security Deposit equivalent to 5% (Five percent) of the value of the Work Order inclusive of EMD amount. The SD should be paid by way of Demand Draft drawn in favour of Tamil Nadu Energy Development Agency payable at Chennai or in the form of unconditional and irrevocable Bank Guarantee, valid till the completion of 5 year performance monitoring period. The SD should be paid within 10 days from the date of issue of Letter of Acceptance by TEDA. b) The Security Deposit will be refunded to the Successful Bidder only after successful installation and integration of RMU with Centralised SPV power plants, Inspection of plants and after completion of 5 year performance monitoring period. The Security Deposit held by TEDA till it is refunded to the Successful Bidder will not earn any interest thereof. TEDA, Chennai-600006 Page 33/72 Bidder s Signature & Stamp

c) The Security Deposit/EMD will be forfeited if the Successful Bidder(s) withdraw(s) the Bid during the period of Bid validity specified in the Tender or if the Bidder fails to sign the contract or could not perform / complete the tasks as agreed in the contract. 9.4 Execution of Agreement a) The Successful Bidder shall execute a Contract in the INR 100 nonjudicial stamp paper bought in Tamil Nadu only in the name of the Bidder, within 10 days from the date of Letter of Acceptance issued by TEDA. 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 TEDA. TEDA 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. 9.5 Release of Firm Work Order After execution of the Contract and payment of Security Deposit, Firm Work Order for Supply, Installation & Integration of Remote Monitoring Units (RMU) with Centralised SPV power plants to be installed in Tamil Nadu for energising street lights and Third Party Inspection of these plants including 5 year performance monitoring through RMU will be issued to the Successful Bidder by TEDA. 9.6 Refund of EMD The EMD amount paid by the Successful Bidder(s) will be adjusted towards Security Deposit payable by them. If the successful Bidder submits Security Deposit for the stipulated value in full by way of Bank Guarantee, the EMD will be refunded. TEDA, Chennai-600006 Page 34/72 Bidder s Signature & Stamp

The EMD amount of the unsuccessful Bidder will be refunded after finalisation and signing of agreement with the Successful Bidder. 9.7 Installation & Inspection Completion Schedule Integration of RMU and inspection of PV plants shall be fully completed within 30 days from the date of issue of W.O (or) furnishing of list of locations of installed systems whichever is later. Successful bidder shall work in tandem with street lights installers who shall be completing the installation of street lights as below: Spell Period Quantity to be Installed 1. 40 days from the date of issue of W.O Not less than 20% of the ordered / furnishing of list of locations quantity whichever is later 2. 70 days from the date of issue of W.O/ furnishing of list of locations whichever is later 3. 100days from the date of issue of W.O/ furnishing of list of locations whichever is later Not less than 60% of the ordered quantity including the quantity in Sl.No. 1 100% of the ordered quantity 9.8 Release of SD The Security Deposit will be refunded to the Successful Bidder on completion of entire work involving Supply, Installation & Integration of RMUs with centralised SPV Power plants, inspection of these plants and after 5 year performance monitoring period, subject to satisfaction of TEDA. Such completion would 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 TEDA from time to time. 9.9 Termination of Contract 9.9.1 Termination for default a) TEDA 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 install the RMU & inspect the systems within TEDA, Chennai-600006 Page 35/72 Bidder s Signature & Stamp

the time period(s) specified in the Contract, or fails to fulfil the requirements as per the Completion Schedule or within any extension thereof granted by TEDA; or (ii) if the Successful Bidder fails to perform any of the obligation(s) under the contract; or (iii) if the Successful Bidder, in the judgment of TEDA, has engaged in fraudulent and corrupt practices in competing for or in executing the Contract. b) In the event TEDA terminates the Contract in whole or in part, TEDA 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 TEDA for any additional costs due to this. However, the Successful Bidder shall continue the performance of the contract to the extent not terminated. 9.9.2 Termination for Insolvency TEDA 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 TEDA. 9.9.3 Termination for Convenience TEDA 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 TEDA 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 36/72 Bidder s Signature & Stamp

10. Pre- Dispatch Inspection a) Successful Bidder should conduct 100% pre-dispatch inspection on RMU as per the tender specification, at the manufacturing plants. The infrastructure for Quality Assurance as called for in the specifications must be available at the manufacturing plants. In-house testing facility should be present. b) TEDA will nominate third party agencies who will conduct independent inspection and specification conformity of the RMU on random sample basis, at the manufacturer s plant. c) TEDA would bear the cost of third party inspection at only one manufacturing plant. If a component is produced in more than one location, then the cost of positioning the third party inspection by TEDA in the second and subsequent plants would be borne by the Successful Bidder at their cost. d) For every shipment, samples will be drawn and tested by third party inspection agencies appointed by TEDA. Only after the third party testing agency clears the lot, it will be permitted to be supplied for installation. In case the samples tested do not qualify, the entire lot will be rejected. e) Components to be supplied must give same performance results or better results with respect to technical evaluation results. f) TEDA may nominate its own officers to be in the manufacturing plant to supervise the quality of manufacturing process. This would be in addition to the third party inspection. TEDA, Chennai-600006 Page 37/72 Bidder s Signature & Stamp

11. Supply, Installation & Integration of RMU 11.1 Scope of Work a) Supply, Installation & Integration of RMUs with centralised SPV Power plants. b) Inspection of centralised PV power plants and certification for their conformity to the technical specification. c) Measurement of critical parameters of various components used in the system and certification for their compliance to guaranteed performance output. d) Submission of inspection report in the prescribed format within the specified period. e) Monitoring critical parameters of various components of the systems through RMU for 5 years. Daily fault report shall be genetated for the systems whose critical parameters go beyond the specified limit. f) Tamper alert message shall be sent to TEDA and to the service personnel immediately on tampering of the system. g) Successful bidder will have to operate a control room with adequate hardware/ software/ manpower in the office of TEDA. TEDA will provide space for the same free of charge. Note: The list of locations and respective quantities of RMU to be installed/plants to be inspected will be provided to the successful Bidder by TEDA. General: a) The RMU shall be installed & commissioned as per the technical specification. Any deviation will not be accepted under any circumstance. b) Insuring the goods in transit is the responsibility of the bidders. c) The list of locations and respective quantities to be installed will be provided to the successful Bidder by TEDA. TEDA, Chennai-600006 Page 38/72 Bidder s Signature & Stamp

d) The successful Bidder shall send status report on installation of RMU and inspection of PV plants, in the format to be prescribed in such intervals as may be required by TEDA from time to time till the execution of the entire order. e) The successful bidder shall undertake to supply spares free of cost for the maintenance of the offered items during the warranty period. The successful bidder should keep all the spares available for sale at least for a period of 5 years after the completion of the warranty period. f) A leaflet containing the details of the service centres responsible to attend the installation, warranty services at each geographical area, name and designation of the contact persons and centre in-charge, higher level in-charge who is responsible to oversee the service centres, person to whom complaints can be made in case the service provided by any centre is not satisfactory, phone, fax, mobile numbers & email address must be provided to TEDA. g) If the operation or use of the system proves to be unsatisfactory during the warranty period, the Successful Bidder shall replace the faulty ones or carry out necessary repairs as per the warranty terms and conditions agreed upon with TEDA. h) In case the Successful Bidder fails to carry out the warranty regulations, TEDA would 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. i) Depending upon the ground situations and instructions from the District officials, TEDA reserves the right to divert the quantity from the allotted Successful Bidder to other Bidders. TEDA, Chennai-600006 Page 39/72 Bidder s Signature & Stamp

11.2 Man Power for Inspection a) Sufficient competent, qualified & trained field engineers need to be deployed to complete the inspection within the time schedule. b) The field engineers shall be Electrical/ Electronics engineering graduates / Diploma holders. c) Engineering graduates with qualification in management / experience in Project Management shall be posted as Project managers in each district head quarters to lead the inspection team to complete the inspection effectively. d) The details of manpower to be deployed shall be furnished as per item no A1.5 11.3 Insurance Transportation of components to the installation site and insuring the goods in transit is the responsibility of the Bidder. The goods installed under the contract should 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. The successful bidder should ensure adequate insurance for the systems against robbery, theft, burglary and acts of God such as natural calamities, flood etc., during the 5 year performance monitoring period. 11.4 Handing Over a) The Panchayat President will make suitable arrangements for taking over of the Solar Street lighting systems along with SPV plant, RMU & other equipments required for energisation, after successful installation of RMU and completion of third party inspection by RMU installer. b) The panchayat president / RD Dept will issue the acceptance certificate in the prescribed format and based on the above, payments will be released. TEDA, Chennai-600006 Page 40/72 Bidder s Signature & Stamp

11.5 Billing The Successful Bidder shall raise consolidated invoice in the name of TEDA for the RMUs installed & systems inspected in all village panchayats in one panchayat union. Bills will be entertained Panchayat Union wise or consolidated bills of Rs. 5 lakh and above only. 11.6 Service Centres a) The Successful Bidder shall set up local office cum service centre facility in the regional head quarters of the allotted region within 30 days from the date of issue of Work Order by TEDA, else the SD shall be forfeited & Work Order cancelled. These service centres should operate throughout the warranty period of 60 months plus a grace period of three months. 12. Warranty 1. The RMU shall carry a warranty of minimum 5 years. 2. The RMU must be warranted against any manufacturing/ design/ installation/performance defects for a minimum period of 5 years. 3. The warranty will be against breakages, malfunctions and breakdowns due to manufacturing defects or defects that may arise due to improper operation of electrical / electronic components of the system but do not include physical damages by the end users. 4. The above warranty shall take effect from the date on which the system is taken over by the panchayats. 5. The successful tenderer 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 TEDA would deduct the amount from the amount retained by TEDA as per Payment terms and will be blacklisted. TEDA, Chennai-600006 Page 41/72 Bidder s Signature & Stamp

13. Liquidated Damages 1) This is a time bound project. Any delay will make the project fruitless. Hence if the Successful Bidder fails to commission / energise the system as per the monthly schedule specified, the following liquidated damages (LD) will be applied. 2) In the event of non-fulfilment of Installation & Inspection completion schedule, Liquidated Damages at the rate of 0.5% per completed week on the value of the unfinished 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 / inspection is not completed, TEDA will make alternate arrangements and the cost incurred by TEDA for doing the same will be recovered from the Successful Bidder. 3) The successful bidder s performance will be reviewed on the first day of every month. The shortfall in Installation & Inspection Completion schedule would be reduced from the overall orders given to the successful bidder. An equivalent quantity may be allocated to the performing Successful Bidder then and there as additional work order. 4) If it is found that the Successful Bidder misuses the TEDA Logo engraving for any purpose other than for this work, TEDA and /or the State Government would have the right to proceed against the Successful Bidder. The successful bidder is liable to pay agreed sum of Rs.10.00 Lakhs (Rupees Ten Lakhs only) as Liquidated Damages every time such violation is noticed. The Liquidated Damages would be in addition to the other liability under the Emblems Act or any other legal provisions. TEDA would also have the right to blacklist such Successful Bidder from taking part in any TEDA tender for a minimum period of 3 years thereafter. TEDA, Chennai-600006 Page 42/72 Bidder s Signature & Stamp

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) 25% of the total project cost will be released after successful completion of integration of RMU, establishment of control room in TEDA with adequate hardware/software/manpower & handing over of the systems after completion of inspection. 4) Balance 75% payment will be released @ 15% per year for 5 years on successful completion of performance monitoring every year. 5) The payment will be subject to fulfilment of Warranty/ Performance monitoring obligations. 6) If the Duties and/or Taxes have been reduced retrospectively, the successful bidder is liable to return the same. 7) The Successful Bidder 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. 8) Bills will be entertained panchayat union wise or consolidated bills of Rs.5 lakh and above TEDA, Chennai-600006 Page 43/72 Bidder s Signature & Stamp

15. Technical Specifications of RMU 1. Remote Monitoring Unit (RMU) should collect following data:- I. SOLAR PANEL Voltage Current Kilo Watt Kilo Watt Hour ii. AC MAINS Voltage Current iii. BATTERY Battery voltage, Charging current & Quantum of charging (Ah) from PV & AC mains, Discharging Current & Battery charge status iv. INVERTER Inverter output Voltage & Load Current 2. Minimum Requirements of RMU RMU must have Digital inputs on tamper of PV panel & Balance of System (Battery, PCU, RMU etc.,). When there is Removal of the Solar panel / Removal of Balance of System (Battery, PCU, RMU etc.,), an Alert should be sent to the CMS. From the CMS, the alert should be immediately sent via SMS to the local officials. In case, if critical parameters of the PV system such as Battery voltage, Load current, quantum of AC mains charging, Light ON/OFF/Dimming time etc., cross threshold values, alerts should be sent. The threshold values should be remotely programmed from the CMS. Data Collected should be transferred to the server every scheduled time through Internet connection through GPRS. TEDA, Chennai-600006 Page 44/72 Bidder s Signature & Stamp

Scheduled time for transfer of data, Alert and other settings of RMU should be remotely programmable. Any alert on the system as specified in the specification shall be transferred to the server within two minutes and notified to the service department & TEDA by SMS/EMAIL. RMU communication shall be enabled with GPRS. Only if GPRS is not available, GSM shall be used. The system should be independent of any particular Telecom Service Provider. Different Telecom Service Providers may be selected based on Network Availability at any particular location. LED Indication shall be provided for communication of signal level and GPRS Data Each Location shall be monitored remotely through Internet. All Data from RMU shall be transferred to one remote central server. All the data from RMU shall reach the server within two minutes from the time of transfer. The RMU should be able to monitor the following parameters at various time intervals: o Voltage, Current, Power (KW) & Energy (Kwh) of the SPV plant o AC Mains Voltage & Current o Battery Voltage, Charging current from PV / AC mains & Discharging current. o Quantum of charging from PV & AC mains o Battery Charge Status o Inverter Output voltage & Load current o Tamper alert on removal of Solar Panel (or) Balance of System (Battery, PCU, RMU etc.,), TEDA, Chennai-600006 Page 45/72 Bidder s Signature & Stamp

o Light ON/OFF/DIMMING status & Light ON/OFF/DIMMING time All the above features should be monitored and logged by the RMU and it should have a 10-year backup of all such data. 3. Minimum Requirements of RMU components: i. Micro Controller Microcontroller with up to 40MHz internal clock mode 64K Flash Program Memory 1KB internal EEPROM 4KB RAM 100000 erase/write cycle Flash ii. Real Time Clock Shall count seconds, minutes, hours, date of the month, month, day of the week, and year with leap-year compensation valid up to 2100 Battery-backed, non-volatile (NV) RAM for data storage Serial interface Control signal generation facility for dimming & other operation. Automatic power-fail detect and switch circuitry Low power consumption in battery backup mode with oscillator running Operating temperature range:-40 C to +55 C iii. Modem General Specifications: GPRS multi band operation GPRS multi-slot class 10/8 GPRS mobile station class B Compliant to GSM phase 2/2+ Low power consumption in sleep mode Operating temperature: -40 C to +55 C TEDA, Chennai-600006 Page 46/72 Bidder s Signature & Stamp

4. Hardware and Software Requirements at Office of TEDA i. Necessary Hardware and Software support shall be provided at office of TEDA ii. SERVER APPLICATION SOFTWARE Web Application software generates analytical reports, CHARTS and Graph on the performance of the PV systems (Solar Panel, Battery, Inverter etc.,) Web application accesses data from the remote central server Server processes the data and determines Alert information and instantly sends it as SMS to officials concerned. 16. Quantity of SPV plants to be inspected & RMU to be installed per Region (Arrived based on the presumption that total systems to be installed in the state will be divided equally among the regions) Sl. No. Item Description Units Approximate Quantity to be Inspected & RMU to be installed 1. 500 Wp SPV Power Plants each energising 10 nos LED lamps Numbers 1000 TEDA, Chennai-600006 Page 47/72 Bidder s Signature & Stamp

17. THE DISTRICTS OF TAMIL NADU (REGION WISE) NORTH SOUTH 1) ARIYALUR 1) COIMBATORE 2) CUDDALORE 2) DINDIGUL 3) DHARMAPURI 3) ERODE 4) KANCHEEPURAM 4) KANNIYAKUMARI 5) KRISHNAGIRI 5) KARUR 6) NAGAPATTINUM 6) MADURAI 7) PERAMBALUR 7) NAMAKKAL 8) PUDUKKOTTAI 8) NILGIRIS 9) THANJAVUR 9) RAMANATHAPURAM 10) THIRUCHIRAPALLI 10) SALEM 11) THIRUVALLUR 11) SIVAGANGAI 12) TIRUVANNAMALAI 12) THENI 13) THIRUVARUR 13) THIRUPPUR 14) VELLORE 14) THOOTHUKUDI 15) VILLUPURAM 15) TIRUNELVELI 16) VIRUDHUNAGAR TEDA, Chennai-600006 Page 48/72 Bidder s Signature & Stamp

Government of Tamil Nadu Open Tender for Supply, Installation & Integration of Remote Monitoring Units (RMU) with Centralised SPV power plants to be installed in Tamil Nadu for energising street lights and Third Party Inspection of these plants including 5 year performance monitoring through RMU Tender reference: TEDA/1488C/RMU & TPI SLS/SE/2011-12 Advertised on 18.01.2012 Techno commercial Bid (Envelope-A) Tamil Nadu Energy Development Agency V Floor, EVK Sampath Maaligai 68 College Road Chennai-600006 Phone: +91-44-28224830/28236592 Fax: +91-44-28222971 Email: tedatender@gmail.com Website: www.teda.gov.in TEDA, Chennai-600006 Page 49/72 Bidder s Signature & Stamp