NOTICE INVITING TENDER For Setting up a Rooftop Grid ... · C LIST OF RCF APPROVED BANKERS FOR BANK...
Transcript of NOTICE INVITING TENDER For Setting up a Rooftop Grid ... · C LIST OF RCF APPROVED BANKERS FOR BANK...
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 1 of 31
NOTICE INVITING TENDER
For
Setting up a Rooftop Grid Synchronized Solar
Power Generation with Battery Backup Facility
Atop
Soil Testing Laboratory, RCF LTD,
Goudahalli village, Sugatur Hobli, Kolar Taluk, Kolar District,
(Karnataka).
TENDER NO. : RCF/CRM/Mktg/NIT/ROOFTOP- Gaudahalli, Kolar Dt. 12.06.2017
TENDER CLOSING DATE & TIME: 26.06.2017 UPTO 16:00 HRS. IST
TENDER OPENING (Technical) DATE & TIME: 26.06.2017 AT 16:30 HRS. IST
(TENDER TO BE SUBMITTED IN TWO BID SYSTEM)
SEALED TENDER DULY SUPERSCRIBED WITH “TENDER NO. AND SUBMISSION DATE”.
TO BE ADDRESSED TO:
Sr. Manager (CRM Mktg.)
RASHTRIYA CHEMICALS & FERTILIZERS LTD.,
Priyadarshini, 8th Floor, Eastern Express Highway, Sion, Mumbai-400022
Contact No: 022-25523044/3022
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 2 of 31
TABLE OF CONTENTS
SR.
NO.
DESCRIPTION Page No.
1. INTRODUCTION 3
2. DEFINITIONS 4
3. GENERAL TERMS AND CONDITIONS 4 - 9
4. SPECIAL TERMS AND CONDITIONS 9 - 18
5. ANNEXURES
A TECHNICAL DATA SHEET. 19
B FORMAT FOR BANK GUARANTEE TOWARDS SECURITY DEPOSIT AND PERFORMANCE GUARANTEE
20 - 22
C LIST OF RCF APPROVED BANKERS FOR BANK GUARANTEES 23 - 25
D PROFORMA FOR PRICE BID 26
E FORMAT FOR SOLVENCY CERTIFICATE 27
F BID ABSTRACT SHEET 28
G ECS FORM 29
H INDEMNITY BOND 30 -31
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 3 of 31
1.0 INTRODUCTION
RCF invites offer for Design, supply, erection, testing, commissioning with
associated warranties and including 3 years Total Maintenance of Grid
synchronized Rooftop Solar PV power generation System having capacity of 5
KWp with associated battery backup.
1.1 Rashtriya Chemicals & Fertilizers Ltd, Mumbai, is operating a soil testing lab at
Goudahalli village, Sugatur Hobli, Kolar Taluk, Kolar District, (Karnataka)
& it is 10.0 km from Kolar city. Power supply is 230Volts, 50Hz, single phase
from BESCOM. The power supply is erratic and during many occasions power
supply is not available during day time from 10.00 AM to 6.00 PM. In order to
overcome the power problems, it is proposed to set up a 5KW (Peak) solar
power plant on the roof top.
1.2 Total Terrace area 1200 Sq. Ft. Effective area available for installation of solar
panels is around 600 Sq. Ft. Bidders are advised to visit the site and acquaint
themselves with the area/ location where the Solar Power Plant is to be installed.
1.3 Local Conditions:
It will be imperative on Bidder to have full information of all local conditions and
factors which may have any effect on the execution of the works. The Bidder
shall be deemed to have collected all the relevant information regarding the
proposed place of works/ SITES, its local environment, approach road and
connectivity etc. and be well acquainted with actual working and other
prevailing conditions.
If required, the Bidder should pre-visit the SITES during bidding stage at his own
cost. RCF shall not entertain any request of Bidder for clarifications related to
such local conditions and shall bear no responsibility in this regard.
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 4 of 31
2.0 DEFINITIONS
RCF shall mean Rashtriya Chemicals and Fertilizers Limited.
BIDDER shall mean the organization responding to RCF’s Notice Inviting Tender
herein contained and shall include its legal representatives, successors and
assignees.
COMMISSIONING: shall mean the day the PLANT starts generating AC power.
CONTRACT shall mean the agreement signed between RCF and the
CONTRACTOR incorporating the Terms & Conditions.
CONTRACTOR shall mean the BIDDER whose Bid has been accepted by RCF for
the award of the Agreement and shall include such successful BIDDER's legal
representatives, successors and permitted assigns.
FINAL ACCEPTANCE shall mean that date of installation, commissioning of the PLANT followed by Successful completion of the PR test as specified in clause no. 4.2.7 wherein the CONTRACTOR has demonstrated PERFORMANCE RATIO of PLANT to be equal to or more than 75%.
KWp shall mean Kilowatt Peak
IEC: International Electro-technical Commission
IS: Indian Standards
MNRE: Ministry of New and Renewable Energy
PV shall mean Photo Voltaic
PLANT/Solar PV plant shall mean Grid synchronized rooftop solar power
generation facility Completely Designed, Engineered, Supplied, Installed, Tested
& Commissioned having installed capacity of minimum 5 KWp consisting of
Solar PV modules, Power Conditioning Unit (Inverter with all accessories/
features), Battery with associated items such as mounting structures, Junction
Boxes, PVC Pipes, Cables/Wires including connectors/plugs/fuses, ACDB(A.C.
Distribution box), Suitable Lightning Arrestor/EarthLink etc.
3.0 GENERAL TERMS AND CONDITIONS
3.1 Submission of Bid
Every bid shall be made out in English. All amounts shall be indicated by
BIDDERS both in words as well as in figures. In case of difference between prices
quoted in figures, and words, corresponding amount quoted in words shall
prevail.
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 5 of 31
Bids are to be submitted in triplicate and should be type written. Bids are to be
submitted in triple sealed covers as follows:
a) First Envelop - Technical part of bid
The first sealed envelope should contain all copies of technical details of the bid.
The cover should be clearly marked “Technical part of bid”.
b) Second Envelop - Unpriced Commercial part of Bid.
The second sealed envelope should contain Copies of Unpriced commercial part
of bid. The cover should be clearly marked “Unpriced Commercial part of Bid”.
c) Third Envelop - Commercial Bid with Price.
The third sealed envelope should contain all copies of the Commercial part of the
bid with Price details. The cover should be clearly marked “Commercial part of
bid with Prices”.
All the three envelopes should be put into an outer envelope duly sealed. All
these envelopes should be properly super scribed with our “Bid No. and
Submission Date and the Name and Address of the CONTRACTOR for proper
identification.
3.2 Bid opening
Bids will be opened in two stages
Part I – Technical & Unpriced Commercial part of the bid.
Part II – Commercial part of the bid with prices.
Initially only the Technical and Unpriced Commercial part of bid (part-I) will be
opened for evaluation. The Commercial part of bid with Prices (part-II) shall be
opened for those bidders meeting the PQ Criteria and after seeking clarifications
as may be required so as to bring the bids at part technically.
3.3 Bid Information
Bids should include inter alia the following information:
a) Technical part of BID
Complete description of equipment/material supported by data sheets,
brochure, catalogue and/or other descriptive standard documents.
Lay out drawings of sketched with (approximate) dimensions of equipment and
indications of limits of supply.
Certificate that the technical BID is in total conformity with NIT and any
Deviation will not be considered.
Details of Similar work/projects handled successfully as per format at
Annexure- F. The BIDDER shall also provide the name of parties for whom
orders have been executed with address and dates of works executed starting
from latest, scope and value of such work, Key person contacts of these projects.
A copy “Work Order”/ “completion certificate”, etc. shall be submitted as
documentary evidence in support of the work experience.
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 6 of 31
Bidder shall submit Copy of Annual Reports/ PAN, TAN Certificates, and Copies
of Registration Certificates of Trade tax / Sales tax/ Service Tax/GST.
Certificate that company has not been debarred / blacklisted by any Govt.
Department, Agency, PSUs / Institution / Agencies / Autonomous Organizations.
b) Unpriced Commercial part of BID.
Certificate that quotation is valid for 120 days from the last date of submission of
offers.
Certificate that the quotations are firm and not subject to any change whatsoever
including all taxes, service tax, duties, levies etc. Any revision in tax, duties, levies
etc. after price BID opening till contractual time will be to RCF’s account. Any
changes in the same beyond the contractual period, including delays due to the
fault of the CONTRACTOR will be to BIDDER’s account.
Copies of commercial part of bids with all prices duly blanked out. However a
tick mark () shall be provided against each item of the price bid format to
indicate that there is a quote against this item in the Price bid.
c) Commercial bid with prices
A certificate showing that the prices will be firm and valid during the Contract
period and not subject to any escalation whatsoever.
The BIDDER shall quote fees as per format provided in Annexure E of NIT. The
BIDDER shall quote lump-sum fees, indicating all the applicable taxes and duties.
The price so quoted should be all-inclusive and no claim for extras will be
entertained.
3.4 Validity of Bids
All bids should be kept valid for acceptance for 120 days from the last date of
submission of BID. BIDs of lesser validity period may not be considered.
3.5 SECURITY DEPOSIT CUM PERFORMANCE BANK GUARANTEE
i. The successful Bidder shall submit to RCF within 15 days of Work Order,
Security Deposit cum Performance Bank Guarantee of 10% of the total contract
value in form of Demand Draft in favour of RCF Ltd, Mumbai or in form of Bank
Guarantee & shall be valid for a period of 42 months from date of work order
towards faithful performance of the contract.
ii. The Bank Guarantee shall be as per the proforma given in Annexure B. The list
of approved Banks is enclosed at Annexure C.
iii. In the event of breach of any of the terms and conditions of the contract RCF shall
have the right to draw from the security deposit cum performance bank
guarantee whole or part of the value of security deposit cum performance bank
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 7 of 31
guarantee. The amount so drawn shall not in any way affect any remedy to which
RCF may otherwise be entitled or any liability incurred by contractor under the
contract or any law for the time being in force relating thereto or bearing here
upon. This security-cum-performance deposit shall be refunded after CONTRACT
has been successfully completed and FINAL ACCEPTANCE certificate has been
issued by RCF.
In the event of any breach of any of the terms and conditions of the Contract or
the CONTRACTOR neglects, delays or fails to perform the CONTRACT, RCF shall
have the right to forfeit the Security Deposit cum Performance bank Guarantee.
3.6 Taxes and Duties
All taxes and duties should be shown separately in the bid where ever applicable.
RCF is registered under Central Sales Tax Act as well as Maharashtra Sales Tax
Act. Central or Maharashtra Sales Tax as applicable should be stated in the
quotation. Excise duty as applicable should also be clearly and separately shown
in the bid. CONTRACTOR shall submit all original documents for payment of
Excise Duty, Customs Duty, Octroi, etc.
3.7 GST
The bidder, shall provide the GST Migration / Registration number details if
already migrated / registered under GST on Solar Power Generation contract. If
not migrated / registered under GST, the bidder shall give an undertaking stating
that he will comply and complete the statutory obligation / requirement which is
mandatory to obtain / migrate under GST and will provide the desired details of
GST to RCF once it is Migrated / Registered under GST and obtain GST
registration before implementation of GST. The following is proposed to be
added in the Work Order.
“The bidder shall furnish the GST registration number before implementation of
GST and shall co-operate with RCF with respect to GST and DBT transactions
during execution of contract.”
3.8 Right of cancellation of CONTRACT.
RCF reserves the right to cancel this CONTRACT or any part thereof and shall be
entitled to rescind the CONTRACT wholly or in part forthwith by a written notice
to the CONTRACTOR if:
The CONTRACTOR does not adhere to any terms and conditions of the
CONTRACT including General Terms & Conditions & Special Terms & Conditions.
The CONTRACTOR fails to execute the job in time.
The quality of the supply/part supply received is poor or not in conformity with
the requirement.
The CONTRACTOR attempts for any corrupt practices.
The CONTRACTOR becomes bankrupt or goes into liquidation.
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 8 of 31
Upon receipt of said cancellation notice; the CONTRACTOR shall discontinue all
work on the CONTRACT and matters concerned with it. RCF in that event will be
entitled to get the job executed from any sources and recover the excess
payment over the CONTRACTOR’S agreed price, if any, from the CONTRACTOR.
RCF also reserves the right to cancel the CONTRACT due to Force Majeure
conditions and the CONTRACTOR will have no claim of compensation
whatsoever.
3.9 Termination of CONTRACT
RCF may by written notice sent to the CONTRACTOR, terminate the CONTRACT,
in whole or in part, at any time for their convenience. The Notice of termination
shall specify that termination if for RCF’s convenience, the extent to which
performance of work under the CONTRACT is terminated and date upon which
such termination becomes effective.
The work that is complete, at the time of receipt of notice of termination shall be
taken over by RCF at the CONTRACT terms and prices.
3.10 Jurisdiction of Court
The CONTRACT shall be deemed to have been entered into at Mumbai, INDIA and
all causes of action in relation to the CONTRACT will thus be deemed to have
been arisen only within the jurisdiction of the Mumbai Courts.
The Tenderer shall comply with the provision of contract labour. (Regulation and
Abolition) Act 1970, minimum wages Act. 1948, payment of the wages Act. 1963
Workmen’s Compensation Act. 1961, the contract labour (Regulation and
Abolition) Act, 1979 and all other related Acts and any modification thereof or
any law relating thereto and rules made there under from time to time.
3.11 Force Majeure.
Neither the CONTRACTOR nor the RCF shall be considered in default in the
performance of their contractual obligations under the order so long as such
performance is prevented or delayed for reasons, such as Acts of God, severe
earthquake, typhoon or cyclone (except monsoon) floods, lightning, landslide,
fire or explosion, plague or epidemic, strikes, lockouts lasting more than 14
consecutive calendar days sabotage, blockages, war, riots, invasion, act of foreign
enemies, hostilities, (whether war be declared or not), civil war, rebellion,
revolution, insurrection, or military usurped power or confiscation or trade
embargoes or destruction or requisition by order of any Government or any
public authority.
The mere shortage of labour, materials or utilities shall not constitute force
majeure unless caused by circumstances, which are themselves, force majeure.
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 9 of 31
3.12 Patent Rights.
The CONTRACTOR shall fully indemnify RCF, its customers and users, against
any action, claim or demand, costs or expenses, arising from or incurred by
reason of any infringement or alleged infringement of letters, patent, trademark
or name, copyright or other protected rights in respect of any materials supplied.
All royalties and the like payment, if any, shall be paid directly by the
CONTRACTOR. Notwithstanding any other provisions under this Tender, the
liabilities arising on account of above shall be unlimited and to the account of the
CONTRACTOR.
3.13 Disputes and Arbitration
In the event of any question, dispute or difference arising under the CONTRACT,
the same shall be referred to the sole arbitration of a person appointed to the
Arbitrator by CMD, RCF. There will be no objection that the arbitrator is in
service of RCF that he had to deal with the matters to which the CONTRACT
relates or that in the course of his duties as an employee of the RCF he had
expressed views on all or any of the matter in dispute or difference. The award
of arbitrator shall be final and binding on the parties to the CONTRACT. The
venue of arbitration shall be Mumbai.
4.0 SPECIAL TERMS AND CONDITIONS
4.1 PRE-QUALIFICATION CRITERIA
(i) The BIDDER should have completed at least one single installation of 5 KWp
of solar grid interactive facility with battery backup. The BIDDER shall submit
successful completion certificate from the Client as documentary evidence of
the same.
(ii) The Average annual financial turnover during the last three years ending 31st
March of 2017 should be at least Rs. 15.27 lakhs/- per annum, supported
by audited profit & loss account & balance sheet.
(iii) The BIDDER/ firm / company must not have been debarred / blacklisted
by any Govt. Department, Agency, PSUs / Institution / Agencies /
Autonomous Organisations. The bidder shall submit a self-certification by an
authorized person to this effect.
(iv) Latest (i.e. from 1/1/2017 onwards) Solvency certificate of Bank for
minimum value of Rs. 1.53 Lakhs (Proforma for Solvency Certificate
attached as Annexure E).
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 10 of 31
4.2 SCOPE OF WORK
Scope of Supply & Work includes design, engineering, manufacture, procurement
& supply of equipment, and materials, testing at manufacturers works,
inspection, packing and forwarding, supply, unloading at site, associated civil
works, services, permits, installation and incidentals, insurance at all stages,
erection, testing and commissioning of 5 KWp Grid Connected Solar PV Power
Plant with associated equipment’s and materials on turnkey basis atop Soil
Testing Lab, Goudahalli, Sugtur Hobbali, Kolar Taluka, Dist: Kolar, (Karnataka)
and Total Maintenance of the Solar PV plant for a period 2 years i.e. one year
after the date of FINAL ACCEPTANCE.
It shall be on the basis of single point CONTRACTOR’s responsibility, completely
covering all the specifications and requirements including statutory approvals
for completion of the system to achieve the final intent of the contract.
4.2.1 Solar Power Unit Design and its requirements
Following technical details, load details mentioned below should be taken into
account while designing the 5KWp solar power unit.
Work starts at 10.00 AM and continues up to 6.00 PM. Solar power generated
from early morning until evening will be charging the battery and it will be
feeding the load once the work starts at around 10.00 A.M. If BESCOM supply
gets restored during working hours it should run in parallel with BESCOM
supply. There should not be any export of power to BESCOM. During night time
solar goes in sleeping mode and if BESCOM supply is available it should be
charging the battery. On Sundays/holidays solar will be charging the battery and
there should not be any export of power to BESCOM.
Proper scheme to be designed and line diagram to be submitted for the above
requirement. Also details of the solar panels, inverter make, single/multiple,
battery details to be submitted.
4.2.2 Load Details
The proposed site is a testing lab and hence load is mainly instruments and the
details are mentioned below
1) PH meter
2) Conductivity meter
3) Digital flame Photometer
4) Visible Spectrophotometer
5) Distillation Unit
6) Automatic Absorption unit
7) Oven
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 11 of 31
8) Shaker
9) 1.5 Ton Air Conditioner
10) Tube Light ( 17 fittings)
11) Fan (5 Nos.)
12) Computer & Printer ( 1 No each)
Meters at Sr. nos. 1 to 4 consume very less power. Distillation unit (Sr no 5)
consume 3KW and it will run for 2 to 3 hours in a day. Absorption unit consume
around 600Watts and used for 2 to 3 hours. Oven with minimum 750Watts may
be used for half an hour. Lighting load, fan, PC, power consumption is less. AC
will be running as per requirement. (For 4 to 6 Hours /day)
Based on the load and its operating cycle it is proposed to install 5KW (peak)
solar power unit with the following specifications.
4.2.3 Technical Specifications
The solar power unit should consist of the following.
a) Solar Power Modules with module mounting structure, hard wares for fixing.
b) Battery of suitable capacity, voltage with necessary hard wares like inter
connectors, cables etc.
c) Smart inverter to charge the battery, feed the load, operation in parallel with
BESCOM supply.
d) Miscellaneous items for commissioning the solar power unit.
(i) Solar PV Module
PV modules shall be MNRE approved.
The modules shall be Polycrystalline Silicon PV Modules with fixed type
mounting system.
The PV modules must conform to the latest edition of any of the following IEC
/ equivalent BIS Equivalent IS Standards for PV module design qualification
and type approval: Crystalline Silicon Terrestrial PV Modules : IEC 61215 /
IS14286.
PV panels Wattage: Minimum 280Wp
The modules should be provided with junction box with degree of protection
of IP 65.
The frame material shall be anodized aluminum alloy. Front cover should be
tempered with low iron glass. No. of Bypass diodes to be mentioned by the
BIDDER.
Suitable no of modules to be selected to deliver 5KWp.
IDENTIFICATION AND TRACEABILITY
Each PV module must use a RF identification tag (RFID), which must contain
the following information:
a. Name of the manufacturer of PV Module
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 12 of 31
b. Name of the Manufacturer of Solar cells
c. Month and year of the manufacture (separately for solar cells and
module)
d. Country of origin (separately for solar cells and module)
e. I-V curve for the module
f. Peak Wattage, Im, Vm 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 series.
RFID can be inside or outside the module laminate.
Technical details like open circuit voltage, current, temp, capacity & no of
modules etc. shall be submitted along with the Bid.
(ii) Battery
Battery should be Exide/Amaron make, maintenance free suitable for solar
application with 5 years warrantee.
Battery capacity should be 200AHR, Battery Voltage - 96V, No. of cells – 8 Nos.
each of 12 volt. It should be suitable for 5KWp solar power unit.
Battery should be supplied along with all necessary hard wares for
commissioning the unit. Battery Isolation switch to be provided to facilitate
maintenance jobs.
(iii) Power conditioning unit (INVERTER)
Power generated from the solar is stored in the battery and then same is fed to
the load as and when required. The inverters should be smart and use the grid
power optionally to keep the load running when power from solar and battery
are not sufficient to cater to the total load. Smart logic of the inverter will ensure
that uninterrupted supply is available with minimum use of grid power.
Changeover of supply/operating parallel should be automatic and proper
scheme to be designed such that export of power to the grid will not take place.
Inverter should be suitable to run in parallel with grid supply.
The inverter offered should be suitable for 5KWp solar power unit with output
pure sine wave. Output voltage should be 230 Volts +/- 5%, 50Hz. Overload
capacity should be 150% for 30 secs. It should be provided with charge
controller (PWM). Protections like over heat protection, over current, earth fault,
short circuit protection, charging current protection, over/under voltage
protection should be available.
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 13 of 31
Inverter should have indications of output voltage, current, DC voltage, current,
charging current, generation in watts, temp etc.
PCU/inverter shall be capable of complete automatic operation including wake-
up, synchronization & shutdown.
The power conditioning units / inverters should comply with applicable IEC/
equivalent BIS standard for efficiency measurements and environmental tests as
per standard codes IEC 61683 and IEC 60068 2(6,21,27,30,75,78).
The charge controller/ (Maximum Power Point Tracker) MPPT units should
qualify IEC 62093 and IEC 60068 2 (6, 21, 27, 30, 75, 78). The junction boxes/
enclosures should be IP 65(for outdoor)/ IP 54 (indoor) and as per IEC 62208
specifications.
The PCU/ inverters should be tested from the MNRE approved test centres /
NABL/BIS accredited testing- calibration laboratories. Certificates to this effect
shall be submitted.
Make – SMA/Delta/Sukam/Emerson/Neowatt/Olympus/Schneider/Microtech
(iv) Array Structure:
Module mounting structure (Fixed Type) made of MS with galvanized coating or
epoxy painting to be supplied. It should be fixed with necessary civil jobs and
modules to be mounted in a proper direction for optimum generation.
The structures provided shall be of flat-plate design with combination of I, C and
L sections as per structure design requirement to withstand 200kph wind speed.
All hardware considered for fastening modules with structure should be of very
good quality of stainless steel (SS304).
The structures shall be designed to allow easy replacement of any module.
(v) Cables and Connections
All the necessary cables for inter connecting modules, connection with battery,
inverter to be supplied and connections to be done. All the cables should be of
copper. The cables used in the system should be ISI marked.
Make – Finolex/ KEI/ Polycab
(vi) Meter
The PLANT shall have a multifunction bi directional digital meter to study the
various electrical parameters, voltage, current, frequency power factor, energy
generated, instant energy generation, harmonic content, etc. The meter shall be
installed on MSEB supply side.
Make: Conserve / Satic/ Rushabh/ Elmeasure/ Meco.
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 14 of 31
(vii) Safety Features:
Earthing of all outdoor equipment and provision of associated earthing systems,
Electrodes and connections shall be done in accordance with the
recommendations in the latest IEEE. All metal casing/shielding of the plant shall
be thoroughly grounded to ensure safety of the power plant.
(viii) Protection Features
Over-voltage protection to be provided by using varistors at the output of the
inverter.
For lightning protection a set of varistors to be provided at the input of
inverter.
Suitable measures for protection against over current both at input & output,
Over/under grid frequency, over temperature, Short circuit, Surge voltage
induced at output due to external source etc. shall be provided.
4.2.4 The BIDDER shall carry out appropriate water proofing and grading of the
building rooftop (used for the PLANT) after installation of structures.
4.2.5 On completion of the work, the CONTRACTOR shall submit 2 sets of “As Executed
Report” to RCF which will include photographs, drawings and as executed
reports of various systems containing details of erection form the point of view
of future maintenance of the installed systems. This report must also contain all
Technical Details, Detailed Circuit Diagram of the Electronic/Electrical
components of all the system.
4.2.6 BIDDER shall impart at site training to our personnels during commissioning
regarding operation, maintenance & fault diagnosis of the system. BIDDER
should confirm of providing periodical servicing visit by their service engineers
during warranty period.
4.2.7 PERFORMANCE RATIO (PR) TEST
The CONTRACTOR shall demonstrate the Performance Ratio of the PLANT
immediately after COMMISSIONING. The solar plant will be accepted only after
successful demonstration of PR tests.
Any special equipment, instrumentation, tools and tackles required for the
successful demonstration of the PERFORMANCE RATIO shall be arranged by the
CONTRACTOR at his own cost. A calibrated Pyranometer for PR Test shall be
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 15 of 31
arranged by the CONTRACTOR at the SITE. Contractor shall submit the test
report for the calibration of Pyranometer. The measurements made during the
PR test shall be inclusive of all instrument tolerances.
Performance ratio of a Solar PV grid connected plant shall be calculated for the
total duration of the PR test period using the following formula:
=Energy Measured at invertor output in KWh
Solar Irradiance (kWhm2 ) X Active area of PV module (m2) X PV module efficiency
The time and period of the PR tests shall be mutually decided.
For performance ratio calculations effect due to variation of meteorological
parameters e.g. ambient temperature, wind Speed, humidity etc. shall not be
considered.
For FINAL ACCEPTANCE of the plant, the PR calculated as above shall be equal to
or more than 75%.
4.2.8 GUARANTEES AND WARRANTIES
All the equipments except battery supplied should have guarantee for minimum
one year from the date of successful commissioning. The battery to be supplied
shall have only 5 years warrantee. In case of failures, damages it should be
replaced during the guarantee period.
4.2.9 Warranty
i. PV modules shall be warranted for their output peak watt capacity, which should
not be less than 90% at the end of 10 years and 80% at the end of 25 years. PV
modules shall be warranted for any manufacturing defect of bad workmanship
for a period of 25 years. This warranty shall be backed up in the form of
manufacturer’s warranty.
ii. All the Warranties provided by manufacturer’s /suppliers/shall be passed on to
RCF.
iii. The Warranty Certificates to the above effects must be furnished by the
CONTRACTOR along with the delivery of these equipments at SITE. Any defect
noticed during warranty period should be rectified/replaced by the
CONTRACTOR free of cost upon due intimation by RCF or as deemed necessary.
4.3 Total Maintenance Contract (TMC):
The BIDDER shall be responsible for Maintenance of the PLANT/facility so as to
maintain the PLANT in good operating conditions. The maintenance shall include
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 16 of 31
monthly preventive maintenance service visits till the completion period of
maintenance contract.
During TMC following jobs to be carried out:
1) Cleaning of the panels to obtain maximum generation. At least once in a
month cleaning to be done.
2) Checking the battery connections, voltage etc. once in a month keeping the
battery healthy.
3) Attending failures, trippings ,mal operation, and restoring power generation
4) Proper repainting, re-coating of exposed surfaces to prevent rusting &
replacement of worn out parts shall be carried out along with the
maintenance of the PCU, SPV Array, etc.
5) Any problems like cable failures or any other problems to be attended.
6) Apart from this any complaint registered or service calls received or faults
notified, the CONTRACTOR’s service personnel should 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 shortest possible time.
4.4 PERIOD FOR THE COMPLETION OF THE CONTRACT.
A) Time is the essence of the CONTRACT. The CONTRACTOR shall complete all the
work as per the scope defined under clause 4.2, within 90 Days from the date
issue of Work Order.
B) Total Maintenance period of the PLANT shall be for 2 years and shall begin 1
year after the date of FINAL ACCEPTANCE of the PLANT.
4.5 PAYMENT TERMS.
A. The total payable fee (as mentioned at Annexure D Sr. No II ) towards
installation, commission, successful demonstration of PR test and associated
warranty shall be made as per following milestones:
70% upon INSTALLATION and COMMISSIONING of the Solar PV Power Plant.
30% upon FINAL ACCEPTANCE by RCF.
Applicable taxes will be deducted at the time of releasing the payment.
B. The charges towards maintenance (as mentioned at Annexure D Sr. No III)
towards 2 years maintenance period shall be made in equal installments on bi-
annual basis, i.e. at the end of every six months.
4.6 MUTUALLY AGREED DAMAGES (MAD) for Delay in FINAL ACCEPTANCE
The time stipulated in the clause no 4.4 A, for the execution and completion of
the works shall be deemed to be of utmost importance of the CONTRACT. In the
event the CONTRACTOR fails to execute, complete and deliver the Works due to
the reasons for which CONTRACTOR is liable under CONTRACT within the time
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 17 of 31
specified in the CONTRACT to achieve FINAL ACCEPTANCE then the
CONTRACTOR shall pay to the RCF as MAD at the rate of 0.5 % (half percent) of
the total contract price per week of delay or part thereof subject to a maximum
of 10% of the total CONTRACT PRICE.
In the event of extension of time being granted by the RCF in writing for
completion of the WORKS, this clause will be applicable after expiry of such
extended period. Mutually Agreed Damages represent, without prejudice to the
respect of the contractual obligation under the CONTRACT by CONTRACTOR, the
sole and exclusive remedy of RCF for such delay.
The Mutually Agreed Damages, for delay, shall be recovered from any amount
payable to the CONTRACTOR including the balance payments and / or Security
Deposit cum Performance Bank Guarantee. In case of deduction from the
Performance Bank Guarantee, the BIDDER shall immediately replenish the Bank
Guarantee to the value equivalent to 10% of the Total Contract Value.
4.7 Insurance
i. The goods supplied under the CONTRACT shall be fully insured against loss or damage incidental to manufacture or acquisition; transportation and the expenses shall be borne by the BIDDER.
ii. The CONTRACTOR shall arrange security & storage of their materials to avoid any theft or losses during execution of work. RCF will, in no case, shall be responsible for providing any security/storage for the materials & equipments lying at SITES during execution of work. Under the contract CONTRACTOR shall be responsible for any loss or damage until the systems/ supplies are taken over after successful completion of job.
iii. Before commencement of the WORK, the BIDDER will ensure that all its employees and representatives are covered by suitable insurance against any damage, loss, injury or death arising out of the execution of the work or in carrying out the CONTRACT.
iv. CONTRACTOR shall also take appropriate insurance cover, under its third party liability, for damages if any to the existing property/structure (at SITE) during the execution of CONTRACT.
In additions to Specifications given elsewhere in this NIT, BALANCE OF SYSTEM items
should meet following standards:
Applicable BIS /Equivalent IEC Standard Or MNRE Specifications
BOS Item / System Standard Description Standard Number
Charge
Controller/MPPT
Environmental Testing
IEC 60068-2 (1,2,14,30)
/ Equivalent BIS Std.
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 18 of 31
Units
Power Conditioners/
Inverters**including
MPPT and Protections
Efficiency Measurements
Environmental Testing
IEC 61683/IS 61683
IEC 6068-2
(1,2,14,30)/Equivalent BIS
standard
Cables General Test and Measuring
Method PVC insulated cables
for working voltage up to and
including 1100 V and UV
resistant for outdoor
installation
IEC 60227 / IS 694
IEC 60502 / IS 1554 (Pt. I & II)
Switches/Circuit
Breakers
/Connectors
General Requirements
Connectors –safety
A.C. /D.C.
IEC 60947 part I,II, III /
IS 60947 Part I,II,III
EN 50521
**In case if the Charge controller is in-built in the inverter, no separate IEC 62093 test is
required and must additionally conform to the relevant national/international Electrical
Safety Standards wherever applicable.
Dr. B. Banerjee
Sr. Manager (CRM Mktg)
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 19 of 31
Annexure – A
TECHNICAL DATA SHEET
(Point no.10 of PV Module & 5, 6 of Inverter to be filled by the Bidder)
NO Description Requirement
PV MODULE
1 OUTPUT POWER 280 and above
2 No of modules 18 Nos
3 Open circuit voltage 44.0V
4 Maximum Power voltage 280W
5 Short circuit current 8.247A
6 Max Power current 7.636A
7 Temp Coefficient -0.44%/0C at pmax
8 Total Area Required 1966 x 982 each
9 Make of the PV cell “Q” Cell
10 Make of the module ----------------------------(PV module
should be MNRE approved)
BATTERY
1 Make Exide/Amaron
2 Type of the Battery Maintenance Free suitable for
solar application
3 Battery Capacity 200Ahr
4 Battery Voltage 96V
5 No of Cells 8 Nos. each 12 volt
6 Guarantee/Warrantee 5 years
INVERTER
1 OUTPUT POWER 5KWp
2 No of inverters & capacity 1No & 5KW
3 Make SMA/Delta/Sukam/Emerson/
Neowatt/Olympus/Schneider/
Microtech
4 Output voltage 230 Volts,50 Hz, single phase
5 Output current
6 Over load capacity
7 Protections available Short Circuit, Over
Voltage/c/p/olp
8 Suitability to run in parallel
with grid sharing the load.
YES
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 20 of 31
Annexure - B
FORMAT FOR BANK GUARANTEE TOWARDS SECURITY DEPOSIT AND
PERFORMANCE GUARANTEE
(To be submitted on Rs. 500/- non judicial stamp paper)
Bank Guarantee No. __________ dated ________
M/s Rashtriya Chemicals & fertilizers Ltd, ………………….,
………………….. Dear Sirs,
In consideration of M/s Rashtriya Chemicals and Fertilizers Limited, [hereinafter referred to as
‘RCF’, which expression unless repugnant to the context and meaning thereof shall include its
successors and assigns], having agreed to exempt, M/s
__________________________________having its registered/principal office at
______________________________________________ [hereinafter referred to as ‘Supplier /
Contractor’ which expression unless repugnant to the context and meaning thereof shall include
its successors and assigns], from depositing with RCF a sum of Rs.___________ towards
security / performance guarantee in lieu of the said Supplier / Contractor having agreed to
furnish an irrevocable bank guarantee for the said sum of Rs. _________ as required under the
terms and conditions of Contract / Work Order / Purchase Order no. ______________________
dated __________ [hereinafter referred as the ‘Order’] placed by RCF on the said supplier /
contractor, we, ____________________________________________ [hereinafter referred to as
‘the Bank’ which expression shall include its successors and assigns] do hereby undertake to
pay RCF an amount not exceeding Rs. ______________ [Rupees _________________ ] on
demand made by RCF on us due to a breach committed by the said Supplier / Contractor of
the terms and conditions of the Order.
1. We ____________ the Bank hereby undertake to pay the amount under the guarantee
without any demur merely on a demand received in writing from RCF stating that the Supplier /
Contractor has committed breach of the term(s) and/or condition(s) contained in the Order
and/or failed to comply with the terms and conditions as stipulated in the Order or amendment(s)
thereto. The demand made on the Bank by RCF shall be conclusive as to the breach of the
term(s) and/or condition(s) of the Order and the amount due and payable by the Bank under this
guarantee, notwithstanding any dispute or disputes raised by the said Supplier / Contractor
regarding the validity of such breach and we agree to pay the amount so demanded by RCF
forthwith and without any demur. However, our liability under this guarantee shall be restricted to
an amount not exceeding Rs. ______________ [Rupees _________________ ].
2. We, ______________ the Bank further agree that this irrevocable guarantee herein contained
shall remain in full force and effect during the period that would be taken for the performance of
the said Order and that it shall continue to be enforceable till all the dues of RCF under or by
virtue of the said Order have been fully paid and its claim satisfied or discharged or till RCF
certifies that the terms and conditions of the Order have been fully and properly carried out by
the Supplier / Contractor and accordingly discharge the guarantee.
3. We ________________ the Bank, undertake to pay to RCF any money so demanded
notwithstanding any dispute or disputes raised by the said Supplier / Contractor in any suit or
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 21 of 31
proceedings pending before any court or tribunal relating thereto as our liability under this
present being absolute and unequivocal. The payment so made by us under this Guarantee shall
be valid discharge of our liability for payment there under and the said Supplier / Contractor
shall have no claim against us for making such payment.
4. We ________________ the Bank further agree that RCF shall have full liberty, without our
consent and without affecting in any manner our obligation hereunder to vary any of the terms
and conditions of the Order or to extend time of performance by the said Supplier / Contractor
from time to time or to postpone, for any time or from time to time, any of the powers exercisable
by the RCF against the said Supplier / Contractor and to forbear or enforce any of the terms
and conditions relating to the Order and shall not be relieved from our liability by reason of any
such variation or extension being granted to the said Supplier / Contractor or for any
forbearance, act or omission on the part of RCF or any indulgence by RCF to the Supplier /
Contractor or by any such matter or thing whatsoever which under the law relating to sureties
would but for this provisions have effect of so relieving us.
5. In order to give full effect to this guarantee, RCF will be entitled to act as if the BANK were the
principal debtor and the BANK hereby waives all rights of surety ship.
6. Our liability under this bank guarantee is restricted to Rs. _________ [Rupees
__________________] and shall remain in force up to _______________ and thereafter till the
expiry of the extended period, if any, (hereinafter Validity period). Unless a demand is made
under this guarantee on us in writing at any time from the date of issue of the guarantee till the
expiry of the Validity period, we shall be discharged from all liabilities under this guarantee
thereafter.
7. The claim, if any, under this guarantee, shall be lodged at (address of BANK & Branch)
_________________________________________.
8. This guarantee will not be discharged due to change in the constitution in the Bank or the said
Supplier / Contractor or the provision of the contract between Supplier / Contractor and RCF.
9. The BANK hereby agrees that the Courts in Mumbai shall have exclusive jurisdiction in any
matter of dispute between RCF and the Bank and the Bank hereby agrees to address all the
future correspondence in regard to this bank guarantee to Chief Finance Manager (Mktg.),
Rashtriya Chemicals and Fertilizers Limited, “Priyadarshini”, 8th Floor, Eastern Express
Highway, Sion, Mumbai- 400 022, INDIA.
10. We have the power to issue this Guarantee in your favour under the Charter of our Bank and
the undersigned has full power to execute this Guarantee under the Power of Attorney granted to
him by the Bank.
11. We, _____________ the Bank lastly undertake not to revoke this guarantee during
its currency except with the previous consent of the RCF in writing.
SIGNED AND DELIVERED ON THIS _______________ DAY OF ________
Yours faithfully,
For and on behalf of _____________________. (Bank)
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 22 of 31
Signature of Authorized Official of bank
Name of the Official:
Designation of the Official:
Name of Bank:
Branch:
Address of Branch:
Telephone / Mobile No:
Fax No:
Email Id:
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 23 of 31
Annexure C
LIST OF RCF APPROVED BANKERS FOR BANK GUARANTEES
A) STATE BANK OF INDIA AND IT’S ASSOCIATE BANKS:
1. State Bank of India,
2. State Bank of Bikaner & Jaipur,
3. State Bank of Hyderabad,
4. State Bank of Mysore,
5. State Bank of Patiala,
6. State Bank of Travancore.
B) NATIONALISED BANKS:
1. Allahabad Bank,
2. Andhra Bank,
3. Bank of Baroda,
4. Bank of India,
5. Bank of Maharashtra,
6. Canara Bank,
7. Central Bank of India,
8. Corporation Bank,
9. Dena Bank,
10. Indian Bank,
11. Indian Overseas Bank,
12. Oriental Bank of Commerce,
13. Punjab & Sind Bank,
14. Punjab National Bank,
15. Syndicate Bank,
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 24 of 31
16. UCO Bank,
17. Union Bank of India,
18. United Bank of India,
19. Vijaya Bank.
C) OTHER BANKS:
1. Catholic Syrian Bank Ltd
2. City Union Bank Ltd
3. Kotak Mahindra bank Ltd.,
4. South Indian Bank Ltd.,
5. Tamilnad Merchantile Bank Ltd.,
6. The Federal Bank Ltd.,
7. The Jammu & Kashmir bank Ltd,
8. The Karnataka Bank Ltd,
9. The Karur Vyasa Bank Ltd,
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 25 of 31
FOREIGN BANKS:
1. American Express Bank Ltd,
2. Bank of American National Trust & Saving Association,
3. Bank of Tokyo – Mitsubishi UFJ Ltd,
4. Barclays Bank PLC
5. BNP Paribas
6. Calyon Bank
7. Citibank N.A.,
8. Deutsche Bank,
9. Development Bank of Singapore (DBS)
10. Hong Kong & Shanghai Banking Corporation Ltd,
11. JP Morgan Chase Bank,
12. Royal Bank of Scotland
13. Standard Chartered Bank,
F) PRIVATE SECTOR BANKS:
1. Axis bank Ltd
2. HDFC Bank Ltd
3. ICICI Bank Ltd
4. IDBI Bank Ltd
5. ING Vyasya Bank Ltd
6. Yes Bank Ltd
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 26 of 31
Annexure D
PROFORMA FOR PRICE BID
“Grid synchronized 5 KWp (each) Roof Top Solar PV Power Plant as per enclosed scope of work and
Technical Specifications.
Sr.
No.
ITEM DESCRIPTION LUMPSUM
PRICE IN INR
(Figures)
LUMPSUM PRICE IN INR (Word)
1 Supply of Rooftop Solar PV Power Plant having capacity of 5
KWp at site as per Scope of Works and Technical specification.
2 Design, Engineering, Installation, Testing, Commissioning for the
above PLANT.
I TOTAL COST (1+2)
3 Service Tax/GST, @.... on 2
4 Other Taxes, if any @..... (Please specify) on ‘……’
5 LESS SUBSIDY @--------------% rate
II CAPITAL COST (1+2+3+4 - 5)
Annual charges towards Total maintenance of the PLANT
6 Comprehensive Maintenance charges for 1st Year Under Warranty
7 Comprehensive Maintenance charges for 2nd Year
8 Comprehensive Maintenance charges for 3rd Year
A Sub Total
9 Service tax/GST @..... on “A”
III Charges towards Total Maintenance Contract (7+8+9) 10 TOTAL PROJECT COST (II+III)
Note:
* As subsidy is given by Ministry of Renewable Energy (MNRE) for this type of work, the
benefit of the same shall have to be passed on by the bidder to RCF. The total payment to
be made to the CONTRACTOR shall be after consideration of subsidy. Availing the subsidy
shall be in the scope of Bidder.
* Bidders shall quote separate charges against Sr. no. 1 & 2.
* The scheme is eligible for certain tax benefits, Bidders are advised to consider such
benefits while submitting their bids.
* The bids shall be evaluated on the basis of total cost of Solar PV Power Plant including
associated warranties and 3 years Maintenance.
* Price Bid should be invited exclusive of all applicable taxes and applicable rates of
GST/Service Taxes/Excise/VAT etc… for each line item under existing scenario and post
GST scenario. It has to be mentioned clearly that, if price bids opened pre- GST scenario,
then evaluation will be done under considering applicable taxes in Pre GST scenario, and if
price bids opened Post GST scenario, then evaluation will be done considering GST and
other taxes as applicable in post GST scenario.
* Tax deducted at source (TDS) under GST, if applicable, will be deducted from contract value
at the applicable rates under GST. TDS certificate shall be issued to supplier if TDS is
deducted from contract Value.
Signature
COMPANY SEAL
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 27 of 31
Annexure E
(FORMAT FOR SOLVENCY CERTIFICATE)
(On Bank Letter Head)
REF NO:………………… DATE:……………,,,,,,,,,
To Whomsoever Concerned
This is to certify that to the best of our knowledge and information, M/s
___________________________ (Bidders name with complete address), a customer of
our bank, is respectable, and is capable of executing orders to the extent of
Rs_________ (Rupees________________________). M/s _________________ have been our
customer since ______ to date and has been granted the following limits, at present,
against various facilities granted by the Bank:
……………………… ……………..
……………………… ……………...
This certificate is issued without any guarantee, risk or responsibility on behalf of the
firm or any of its officials.
This certificate is issued at the specific request of the customer.
Yours faithfully,
(Bank Official’s Signature & stamp)
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 28 of 31
Annexure F
BID ABSTRACT SHEET
( KINDLY FILL THIS SHEET AND SENT IT WITH YOUR QUOTATION)
ENQ. NO. BIDDER'S NAME:
NO DESCRIPTION COMMENTS
(Tick on the
appropriate place)
1 BID VALID FOR 120 DAYS FROM THE DUE
DATE OF TENDER
YES - NO
2 MUTUALLY AGREED DAMAGES (MAD) AS PER
CLAUSE NO. 4.6
AGREED - DISAGREED
3 ALL TAXES INCLUSIVE - EXCEPT SERVICE
TAX/GST
INCLUSIVE
4 CONFIRMED THAT THE OFFER IS IN TOTAL
CONFORMITY WITH THE TERMS AND
CONDITIONS AS SPECIFIED IN THE NIT. IF NOT
AGREED, THEN A LIST OF ALL
DEVIATIONS ARE TO BE GIVEN WITH PROPER
JUSTIFICATION
YES - NO
5 COPY OF PAN Card.
YES - NO
6 SERVICE TAX/GST REGISTRATION No. Or
INDEMENTITY BOND / AFIDAVIT IN ABSENCE
OF SERVICE TAX/GST REGISTRATION.
YES - NO
7 (SALES TAX) VAT REGISTRATION No. /GST No.
VAT TIN No.
YES - NO
8 DULY FILLED FORMAT ‘A’ SUBMITTED YES - NO
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 29 of 31
Annexure G
FORMAT-A
REF: Date:
Sr. Manager (CRM),
Rashtriya Chemicals & Fertilizers Ltd,
Sub: Bank details for Electronic Payment.
Dear Sir,
With reference to your above enquiry, I/We are agreeable to receive the payments by direct
credit to our below mentioned bank account through RBI ECS or SBI Internet banking
facility.
Vendor Name
E-mail Id
RCF Vendor code No.
Phone No.
Fax No.
Particular of Bank Account:
Name of the Bank.
Branch code.
Address:
City Name
Telephone No. of Bank
Fax No. of Bank.
9 digit code No. of Bank & Branch
appearing on the MICR cheque issued
by your Bank.
Type of Account( for SB A/c=10
Current A/c-11 or CC=13
Account No (As appearing on cheque
book).
Income Tax PAN No.
The following are attached in authentication of above bank details.
1) A blank cancelled cheque /photocopy of a cheque.
2) A copy of Bank Pass Book first page containing name and address of A/c
holder.
I/We hereby declare that the particulars given above are correct and complete. If
the transaction is delayed or not effected at all for reasons of incomplete or
incorrect information, I/We would not hold the user institution responsible. I/We
agree to discharge the responsibility expected of me as a participant under the
scheme.
For and on behalf of
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 30 of 31
Signature. COMPANY SEAL.
Annexure H
On Rs.200/- Stamp Paper
INDEMNITY BOND
The DEED OF INDEMNITY IS made on -------------------- day of------------------ 2014
between M/s.-----------------------------(hereinafter referred to as party of first part) and
M/s. RCF a Public Sector Undertaking having its Registered office at ---------------------
--- ( hereinafter referred to as PSU of other part).
WHEREAS
1. The party of first part has participated in bid for ---------------------------------------
contract floated by PSU of other part.
2. The party of first part has claimed that aggregate value of services in
preceding financial year has not crossed the threshold limit of Rs. 10.00 lakhs
during the preceding financial year and therefore they are not liable to pay
Service Tax on the activity undertaken by them.
3. The party of first part hereby undertakes to indemnity party of second part
from any liability or any penal action or financial loss occurring on account of
the said declaration shall be made good by the party of first part.
4. The party on first part hereby undertakes and indemnity party on second part
for the cost of litigation if any on account of such declaration which is found to
be incorrect subsequently.
IN WITNESS WHEREOF the party of first part has put his hand
Dated the day and year first mentioned herein above.
Signed and delivered by the
Within named party of first part
1.
RCF/Mktg/CRM/NIT/ROOFTOP-Goudahalli-Kolar 2017
Page 31 of 31
In the presence of------------------------------------
1.
2.
Signed and delivered by the
Within named party of second part
1.
In the presence of
1.
2.