Post on 14-Nov-2021
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 1 of 59
INDIAN OIL CORPORATION LTD. (IIPM, GURGAON)
TENDER DOCUMENT
FOR
“Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
(TENDER NO: IIPMCC6065)
(TECHNO - COMMERCIAL PART)
Prepared and Issued By:
Contract Cell, IndianOil Institute of Petroleum Management,
83, Institutional Area, Sector – 18, Gurgaon-122001 (Haryana)
(This document is meant for the exclusive purpose of bidding against this specification and
shall not be transferred, reproduced, or otherwise used for purposes other than for which it
is specifically issued)
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 2 of 59
Techno-Commercial Part
TABLE OF CONTENTS
I N D E X
SL No. Description
Techno Commercial Part
1 Cover page
2 Table of contents
3 Notice Inviting Tender
4 Instructions to Bidders (ITB)
5 Sample to SOR / BOQ
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 3 of 59
NOTICE INVITING TENDER (NIT)
(e-Tendering) Indian Oil Corporation Ltd invites electronic bids through its website https://iocletenders.gov.in under two bid system, Techno-Commercial Part & BOQ for the subject work, from experienced Contractors fulfilling the qualifying requirements stated hereunder:
1. 0 BRIEF DETAILS OF THE TENDER:
1.1 Name of Work Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon.
1.2 Tender/ NIT NO.: IIPMCC6065
1.3 Tender Cost NIL. Bidders are required to download the tender document free of cost from IOCL e-tender website (https://iocletenders.gov.in)
1.4 Earnest Money Deposit (EMD)
Rs. 7,300/- (Rupees Seven Thousand Three Hundred only) through online payment mode only “through Net banking or NEFT” as per procedure mentioned in the Special
Instructions to Bidders for E-Tendering (SITB).
1.5 Time of completion Three (03) Months
1.6 Date of download of e-tender documents
From: 30.05.2017 at 15:00 Hrs to 14.06.2017 up to 15:00 Hrs IST
1.7
Website / Portal for download & submission
Tender document can be downloaded from IOCL’s website: https://iocletenders.gov.in
1.8 Contact person Sh. J K Majumdar,
Deputy General Manager Indian Oil Corporation Ltd., IIPM, 83, Institutional Area, Sector-18, Gurgaon-122 001, (Haryana). Contact details: Fax : 0124-2399361, Tel. : 0124 2346265 / 2349852 E-mail: ramesh_kumar@indianoil.in, majumdarjk@indianoil.in
1.9
On line bid Preparation & Submission through e-tendering portal.
From 30.05.2017 at 15:00 Hrs to 14.06.2017 up to 15:00 Hrs IST. Bids to be submitted on line through IOCL’s e-tendering site (https://iocletenders.gov.in)
1.10 Date & time for opening of tender on line.
Part-I i.e. Techno-commercial part shall be opened on-line on 15.06.2017 at 15:00 Hrs IST.
Part-II (Price Part) of the techno-commercial acceptable offers shall be opened at a later date.
Bids shall be submitted in the manner as described in Instruction to Bidders (ITB) of Bidding Document. Part-I shall contain original offer along with EMD. Physical Bids will not be
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 4 of 59
accepted. All such Physical bids shall be considered as invalid offers and shall be rejected summarily without any consideration. Tender Document can be downloaded from https://iocletenders.gov.in and on line bids are required to be submitted with Digital signatures on the system. Part-II shall contain only price as per Schedule of Rates without any condition. The percentage rate/item rate shall be filled up in figures and the total amount shall be automatically calculated and rounded off to the nearest rupee.
2. PRE-QUALIFICATION REQUIREMENTS 2.1 The bidder should fulfill the following pre-qualification requirements:
The bidder should have satisfactorily completed as main contractor or sub Contractor (Joint Venture shall not be considered) during any of the last five years ending on last day of the month immediately previous to the month in which last date of bid submission falls should be considered as per below:
Three (03) similar successfully completed works (Excluding service tax) not less than the amount equal to Rs. 2.19 lacs each.
OR Two (02) similar successfully completed works (Excluding service tax) not less than the amount equal to Rs. 2.92 lacs each
OR One (01) similar successfully completed work (Excluding service tax) not less than the amount equal to Rs. 3.65 lacs.
Similar works shall mean contractor having experience of “Supply and installation of
solar tree with min. capacity of 5 KW”
Work Order of reputed organization along with proof of order completion with value of order completed is required for proof of similar successfully completed works.
Note: The completion certificate, submitted by the bidder shall separately indicate the service tax amount included in the value of completed job OR a separate certificate from the respective client, mentioning the service tax amount if any, included in the value of completed job under consideration should be submitted by the bidder.
In case Service Tax amount/component is not specified in the submitted completion certificate, then the amount equivalent to rate of applicable service tax for the subject tender shall be deducted from the value of completed job mentioned in the completion certificate to arrive at the value of the completed job without service tax.
2.2 The Annual Turnover of the Bidder during any of the three preceding financial years
(2014-15, 2015-16 and 2016-17) shall be of minimum Rs. 4.38 Lacs. Bidder is required to submit the copy of audited balance sheet.
Note: Bidder should ensure that they have uploaded all supporting documents against above Pre-Qualification requirements. In case of non uploading of Pre –Qualification documents as mentioned above the bidder’s offer is liable to be rejected without further correspondence.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 5 of 59
3.0. TERMS & CONDITIONS
(a) All eligible and interested contractors are mandated to get enrolled on e-Tendering portal (https://iocletenders.gov.in).
(b) The subject tender is an e-tender & can be downloaded from IOCL website, https://iocletenders.gov.in. Tender Document will not be issued in person or sent by post. Mere obtaining tender document through IOCL website shall, however, not be construed that the bidder/agency is considered qualified.
(c) Bidders are advised to read the instructions for participating in the e- tendering from the website https://iocletenders.gov.in. The Help Documentation placed at Home Page or “Special Instructions to the Bidder for participating in e-Tender” uploaded separately as a part of this tender, provides necessary guidance to bidders for using the e-Tendering site.
(d) Bidder shall download the Bidding Document in his own name and submit the bid directly. The Bidding Document is non-transferable. Bids submitted by Bidder/s who have not downloaded the bidding document either directly or through their authorized agent will be rejected.
(e) The subject work is indivisible and shall be awarded to single successful bidder. Joint Venture and Consortium bidding is not allowed.
(f) “Earnest Money Deposit” (EMD) mentioned above shall be paid by way of “online payment mode only “through Net banking or NEFT” as per details/procedure mentioned in the Special Instructions to Bidders for E-Tendering (SITB).Tenders without Earnest Money are liable to be rejected. Industries covered under MSME Act, 2006 (or Erstwhile NSIC registered Parties), Central/ State PSU and JVs of IOCL are exempted from submission of Earnest Money Deposit.
(g) Bidders/Agencies shall ensure submission of complete information/documentations in the first instance itself. IOCL reserves the right to complete the evaluation based on the details furnished by the agencies without seeking any subsequent additional information. Bids not in compliance with Bidding Document or with incomplete information documents are liable for rejection.
(h) IOCL reserve the right to accept or reject any tender in part or full, without assigning any reason whatsoever and also to allow purchase preference to MSMEs as per policy of Government of India and to JV companies of IOCL as per guidelines as applicable.
(i) The offer of the Tenderer shall be valid for a period of 04 (Four) months from the last date of submission of Tender/ revised offer (if any).
(j) IOCL will not be responsible for non-submission of bid due to any website related
problems.
J K Majumdar, Deputy General Manager,
Indian Oil Corporation Ltd
IIPM, 83, Institutional area, Sector -18, Near IFFCO Chowk, Gurgaon.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 6 of 59
INSTRUCTIONS
TO
BIDDERS (ITB)
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 7 of 59
Index to ITB
Clause. No. Description
1.0 Introduction
2.0 Bidding Document
3.0 Bid Validity
4.0 Earnest Money Deposit
5.0 Bid Submission
6.0 Cost of Bidding
7.0 Arrangement of Bid
8.0 Bid Requirements
9.0 Bidder Responsibility for Quotation
10.0 Bid Clarification / Amendments by IOCL
11.0 Confidentiality of Documents
12.0 IOCL’s Rights
13.0 Applicable Language
14.0 Currencies of Bid and Payment
15.0 Prices, Taxes & Duties
16.0 Opening and Evaluation of Bids
17.0 Award of Work
18.0 Contract / Contract Document
19.0 Discussion & Negotiation
20.0 Modifications & Withdrawal of Bids
21.0 Site Location/ Site Visit
22.0 Owners Right to Accept/Reject any or all Bids
23.0 Contacting the Owner
24.0 Contract Period
25.0 Billing and Payments
26.0 Tenderer / Contractor, Tender Document / Bidding Document
and Tender / Bid
27.0 Benefits/Preference for Micro & Small Enterprises (MSEs)
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 8 of 59
Appendix To Instructions To Bidders
Appendix – I Details of tenderer
Appendix – II Compliance to Tender Requirement
Appendix – III Declaration of Black Listing/ Holiday Listing
Appendix -IV Exceptions and Deviations
Appendix -V Performa for Bidder’s Pre-Bid Queries / Clarifications
Appendix -VI Declaration for e-Banking
Appendix –VII Performa For Service Tax
Appendix -VIII Time Schedule
Appendix -IX Declaration Details Of Relationship with IOCL’s Director etc.
Appendix -X Undertaking for non-engagement of Child Labor
Appendix -XI Conditions For Bank Guarantee
Appendix -XII Undertaking By The Tenderer(S) (Regarding non-tampering of electronic data)
Appendix - XIII Undertaking By The Tenderer(S) (Regarding Acceptance of Tender Terms and Conditions)
Appendix - XIV Special Conditions of Contract (Part-I & II)
Appendix - XV Preamble To Schedule of Rates
Appendix - XVI BoQ (for item Description only, rate not to be quoted here)
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 9 of 59
Instructions to Bidders (ITB) 1.0 Introduction
1.1 Indian Oil Corporation Limited (IOCL), the largest commercial undertaking in India, is
engaged in the business of refining, transportation and marketing of petroleum products. Indian Oil Corporation Limited (IOCL), India's largest petroleum refining & marketing player is a Fortune 'Global 500' company. As a group, IOCL owns and operates ten refineries in India. It also owns and operates a wide network of crude & products pipelines. It has its own Research & Development Centre situated at Faridabad, Haryana, near New Delhi.
1.2 The subject tender is an e-tender and available on Indian Oil website https://www.iocletenders.gov.in / www.indianoiltenders.com. The bidding documents are and shall remain the exclusive property of IOCL without any right of the Bidder to use them for any purpose except bidding and for use by successful Bidder with reference to the work.
1.3 The bidder shall submit their offer through e-tendering site as mentioned above, following the steps in the e-tendering portal. Physical Bids sent through Fax / E-mail / Courier / Post will not be acceptable. Bidder(s) are advised to quote strictly as per terms and conditions of the tender documents for e-bidding and not to stipulate any deviations / exceptions.
1.4 In order to bid for Indian Oil e-tenders, all the agencies are required to obtain a
legally valid Digital Signature Certificate (DSC) for their user who is authorized to submit bids on-line from the licensed Certifying Authority (CA). Bidders already possessing the digital signature issued from authorized CAs can use the same in this tender. Further, the bidder should ensure that the email address given in the Registration Form is valid & active as all the communications will be made through this e-mail. All bidders must login and visit their DASHBOARD section on regular basis to get the timely updates related to the pending activities at their end to act timely even if they have missed any communication sent in the form of e-Mail / SMS by system as mentioned under heading “System Generated Communication(s)” in Special Instructions to the Bidder for participating in e-Tender.
1.5 On no account will any person to whom bidding documents are furnished, part with
possession thereof or copy or disclose the provisions thereof or any of them or disclose or take copies of tracings or of any drawing, plan or route forming part thereof, it being understood that the information therein is confidential, and that the bidding documents are therefore being furnished only to bidders in strictest confidence.
1.6 The details as called for in the bidding documents shall be filled and completed by the Bidders in all respect and shall be submitted with requisite information and Annexures.
1.7 If the space in any Performa of bidding document is insufficient, additional pages shall
be separately added. These shall be page numbered and shall also carry the bidding document number and shall be signed by the Bidder and entered in the Index for Bid.
1.8 Bidder shall clearly indicate their legal constitution and the person signing the bid shall
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 10 of 59
state his capacity as also the source of his ability to bind the Bidder. The Power of Attorney or Authorization or other document constituting adequate proof of the ability of the signatory to bind the Bidder, shall be annexed to the bid. IOCL may reject outright any bid unsupported by adequate proof of the signatory’s authority.
Document required showing the authority of the person uploading & submitting the bid with his Digital Signature Certificate shall be as given in the following table:
In case of Proprietary Concern
If the bid is submitted by the proprietor, no POA required. However, he will upload undertaking certifying that he is sole proprietor.
If the bid is submitted by person other than proprietor, POA authorising the person to submit bid on behalf of the concern
In case of Company Certified copy of Board Resolution authorising the person submitting the bid on behalf of the company
OR POA and the supporting Board Resolution authorising the
person submitting the bid on behalf of the company
In case of Partnership Firm/ LLP
POA along with Deed of Partnership / LLP Agreement
In case of Co-Operative Society
Copy of resolution passed as per Society Rules
1.9 Bidders/Agencies shall submit their eligibility and qualification documents, Technical
bid, Financial part etc in the standard formats prescribed in the Tender Documents, uploaded in e-procurement website. The bidder shall upload all the scanned copies of all the relevant certificates, documents etc in support of their eligibility criteria/technical bids in the e-procurement website. The bidder shall digitally sign on the statements, documents, certificates uploaded by him, owning responsibility for their correctness/authenticity. If any of the documents furnished by the bidder is found to be false/ fabricated, the bidder is liable for black listing, forfeiture of EMD & cancellation of work.
2.0 Bidding Document:
The bidding document that is downloaded shall be submitted on-line as per the procedure stipulated in the website along with the digital signature. The bidding document shall not be transferred to any other agency. The digital signature shall be considered as your confirmation that you have read and accepted all the conditions laid down in the Tender Documents.
3.0 Bid Validity:
Bid shall remain valid for acceptance for a period of 04 (Four) months from the last date of submission of the bid/ revised bid if any. The bidder shall not be entitled to modify, vary, revoke or cancel his bid during the said period. The validity of the bid shall be extended as and when required for the period as requested by IOC in writing and agreed by the bidder.
4.0 Earnest Money Deposit
4.1 The bid must be accompanied by Earnest Money of amount mentioned in the Notice Inviting Tender. No interest shall be payable by IOCL for this Earnest Money Deposit.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 11 of 59
4.2 Earnest Money Deposit (EMD) mentioned above shall be paid by way of online payment mode only “through Net banking or NEFT” as per details mentioned in the Special Instructions to Bidders for E-Tendering (SITB).
4.3 If the Bidder, after submitting his bid, revokes his offer or modifies the items and conditions thereof during the validity of his offer except where IOCL has given opportunity to do so, the Earnest Money shall be liable to be forfeited. Bids not accompanied by Earnest Money will not be considered.
4.4 Should an “Invitation to Bid” be withdrawn or cancelled by IOCL, which it shall have the right to do so at any time, the Earnest Money paid with the bid will be returned to the Bidder.
4.5 Should the successful Bidder fail or refuse to sign the agreement and submit the necessary Bank Guarantee(s) towards Security Deposit within the stipulated time, the Earnest Money shall be forfeited without prejudice to his being liable to any further loss or damage incurred in consequence.
4.6 The Earnest Money of the successful Bidder will be discharged when the Bidder has signed the Contract Agreement and furnished the necessary Bank Guarantee(s) towards Security Deposit. Earnest Money of the unsuccessful Bidders shall be returned after acceptance of Letter of Acceptance by the successful Bidder and signing of the Contract Agreement.
5.0 Bid Submission: 5.1 Bidders can submit on line offers after completing the download and must be
submitted by the time and date mentioned in the Notice Inviting Tender at the website address stated therein.
5.2 Each e-Tender will provide access to Commercial as well as Price part of tender.
Along with the Commercial part, Bidders can attach the required documents with their offers on line.
5.3 Agencies are advised to digitally sign the documents that are uploaded and encrypt
the file data before submitting to the e-tendering portal of IOCL by following the given procedure on-line mentioned in the e-portal site.
5.4 The successful bid submission can be ascertained once acknowledgement is given
by the system through bid submission number after completing all the process & steps. Users may also note that the incomplete bids will not be saved by the system and are not available for processing and evaluation.
5.5 The PRICE PART shall contain only “Schedule of Rates” duly filled in and any other
information / document which has been specifically asked to be furnished along with the price part. It is to be noted that the Price part shall contain only PRICES and no conditions whatsoever.
5.6 The bid shall be digitally signed by someone legally authorized to enter into commitment on behalf of the Bidder. Bidder shall upload among other documents, Power of Attorney in favour of the person who is authorized to enter into commitments on behalf of the Bidder.
5.7 IOCL will not be bound by any Power of Attorney granted by the Bidder or changes in the constitution of the firm made subsequent to submission of the bid or after the award of the contract. He may, however, recognize such Power of Attorney and
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 12 of 59
changes after obtaining proper legal advice, the cost of which will be borne by the Bidder.
5.8 The cancellation of any document such as Power of Attorney, Partnership Deed, etc.
should be communicated by the Bidder to IOCL in writing well in time, failing which IOCL shall have no responsibility or liability for any action taken by IOCL on the strength of the said documents.
5.9 Should the Bidder have a relative or relatives in IOCL or one or more of its
shareholders are employed in a superior capacity in IOCL, the relevant authority inviting bids shall be informed of the facts at the time of submission of the bid, failing which the bid may be disqualified or if such fact subsequently comes to light, IOCL reserves the right to take any other action as it deems fit in accordance with any applicable law, Rules, Regulations of the like in force.
6.0 Cost of Bidding:
The bidder shall bear all direct and indirect costs associated with the preparation or delivery/ submission of their Bid, participating in discussions etc. including costs and expenses related with visits to the OWNER’s offices, digital signatures etc. IOCL will in no case be responsible or liable for reimbursement of those cost and expenses regardless of the outcome of the bidding process.
7.0 Arrangement of Bid Bids should not contain any terms and conditions, which are not applicable to the bid. Insertions, postscripts, additions and alterations shall not be recognized unless digitally signed by a person, legally authorized to enter into agreement on behalf of the Bidder.
8.0 Bid Requirements
8.1 Proposal of the Bidder The Bidder shall arrange his bid as detailed in Clause-5.0 herein above. In the Techno- commercial & Un-priced Bid (Part-I) apart from the Tender submitted on-line, the following attachments shall be uploaded along with the Part-I of the offer:
8.2 PART-I – Techno-Commercial Part
a. Documents required under Other Important Document and Cover details.
b. Information about any Current Litigation/Arbitration, if any, in which bidder is involved.
c. Any other information required in the Bidding Documents or considered relevant by the Bidder.
8.3 PART-II - Priced Part
Priced Part shall contain Schedule of Rate and the percentage rate/Item rate duly filled in on line in Excel Sheet.
No stipulation, deviation, terms & conditions, presumption, basis etc. shall be stipulated in Price part of bid. Owner shall not take cognizance of any such statement and may at their discretion reject such Price Bids.
9.0 Bidder Responsibility for Quotation
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 13 of 59
Although all details presented in this bid documents have been complied with all reasonable care, it is the Bidder’s responsibility to ensure that the information provided is adequate and clearly understood. Bidder shall inspect the site and surrounding area and shall satisfy himself of the existing facilities and shall collect any other information, which he may require before submitting the bid. Bidder’s quotation is the responsibility of the Bidder and no relief or consideration can be given for errors and omissions.
10.0 Bid Clarification / Amendments by IOCL: IOCL may issue clarifications / amendments in the form of addendum / corrigendum during the bidding period and may also issue amendments subsequent to receiving the bids. For the addendum / corrigendum issued during the bidding period, Bidder shall confirm the inclusion of addendum / corrigendum in their bid. For clarifications issued by IOCL subsequent to receiving the bids, the bidder shall confirm receipt on line and for any impact on the quoted prices, the bidder shall follow the instructions issued along with addendum / corrigendum. Bidders shall examine the Bidding documents thoroughly and submit to IOCL any apparent conflict, discrepancy or error. IOCL shall issue appropriate clarification or amendment, if required. Any failure by bidder to comply with the aforesaid shall not excuse the bidder from performing the services in accordance with the agreement, if subsequently awarded the contract.
11.0 Confidentiality of Documents
The Bid documents are and shall remain the exclusive property of the OWNER without any right in the Bidder to use them for any purposes except for the purpose of bidding and for use by the successful Bidder with reference to the resultant contract. On no account will any person to whom the Bid documents are furnished, part with the possession thereof or copy or disclose the provision thereof or any of them or disclose or take copies of any drawings, plans or other documents comprised therein, it being understood that information given in the Bid documents is the proprietary and confidential information of the OWNER, and that the Bid documents are therefore being furnished only in the strictest confidence. The intending Bidder may, however, disclose the Bid documents and/or furnish copies in whole or part thereof to employees, Contractors and/or potential Indian Engineering subcontractors involved in the preparation of the Bid who have understood the proprietary and confidential nature of the documents and have undertaken to be bound by and maintain confidentiality. The Bid of any bidder who contravenes any of the foregoing provisions hereof is liable to be rejected.
12.0 IOCL’s Rights 12.1 IOCL reserves the right to accept a bid other than the lowest and to accept or reject
any bid in whole or part, or to reject all bids with or without assigning any reasons. Such decision by IOCL shall bear no liability whatsoever consequent upon such decisions.
12.2 The intending tenderer as a pre-requisite must produce documentary evidence(s) of
all documents required as per Clause 8.1 above and upload the same along with the techno-commercial part of their offer. In case of non-submission of above documents or submission of incomplete documents as per above documents or submission of incomplete documents as per above clause along with Part-I, IOCL reserves the right
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 14 of 59
not to evaluate such offers further and not to enter into correspondence in this regard after opening of offer.
12.3 The subject work is indivisible and shall be awarded in part or full to single successful
bidder. The bidder's bid shall be valid for part or whole work of tender. The bidder cannot revoke/ modify/ alter his bid due to modification and the EMD of such bidder revoking/ modifying/ altering his bid shall be forfeited.
13.0 Applicable Language: The bids and all correspondence incidental to and concerning to this bid shall be in
English language only. For documents submitted in any other language, an English Translation shall also be submitted, in which case, for interpretation of the offer, the English Translation shall govern.
14.0 Currencies of Bid and Payment Bidders shall quote their prices in Indian rupees only.
15.0 Prices, Taxes, Duties
The quoted prices shall be deemed to be inclusive of all Taxes, Duties, Octroi, Levies etc. excluding Service Tax & Cess on Service Tax, which shall be paid extra as applicable / opted.
16.0 Opening and Evaluation of Bids
16.1 Opening of Techno-Commercial Bid. 16.1.1 The Techno-commercial part of the Bid shall be opened on-line on the date & time
mentioned in the NIT. No Bidder shall be required to be present in IOCL’s office for any E-Tender opening process. Bidders can view the status & tender opening statement by logging on to the website.
16.1.2 Detailed Evaluation The bid without requisite Earnest Money and not in the prescribed Performa will not
be considered & bids of such bidders are liable for rejection. Techno-Commercial discussions, if considered necessary, will be held with such Bidders to determine the Techno-Commercial acceptability of the bids
. 16.1.3 Scope of Work
The complete scope of work and the basic scheme has been defined in the Bidding Document. The bidder who undertakes to take total responsibility for the complete scope of work as defined in the Bidding document shall only be considered.
16.1.4 Time Schedule of Completion The time schedule for completion is given in the Bidding Document. Bidder is requested to confirm to the completion period unconditionally.
16.2 Owner expects Tenderer’s compliance to requirement of Tender Document without any deviation. In any case, no exception or deviation shall be accepted to the following clauses of Tender Document:
Earnest Money Deposit
Tender Validity Period
Security Deposit
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 15 of 59
Suspension of Works
Price Reduction
Defect Liability Period
Termination
Time Schedule for completion
Scope of work
Force Majeure
Arbitration/Termination/Cancellation
Schedule of Rates / Contract Price
Pre-Qualification Criteria
Deviation on other clauses, if felt absolutely necessary shall be furnished as per Annexure –IV to ITB and discussed in the pre-bid meeting only. In case Tenderer stipulates deviations, and there are sufficient Tenders without any deviation, owners have the right to reject such Tender at its absolute discretion and without giving any opportunity for such Tenderer to make good such deficiency.
Deviations/clarifications mentioned anywhere in the tender except in the prescribed format at Annexure-IV/V to ITB, shall not be given any cognizance and may render their tender liable for rejection.
16.3 Bids based on the process/ basic schemes other than mentioned and/or not conforming to the technical specifications/ requirements of the bidding document will not be considered.
16.4 Opening and Evaluation of Price Bid
16.4.1 The Price Bids on only those bidders shall be considered for electronic opening and
evaluation, whose bid is determined to be technically and commercially acceptable to IOCL. The Evaluation Committee will assess the completeness of the Financial Proposals.
16.4.2 Bidder shall quote competitive prices. The bidder shall quote the percentage rate/item rate in the given column of BoQ.
16.4.3 Conditional discount, if offered, shall not be considered for evaluation. Prices may
be loaded for the retained terms & conditions, which are quantifiable and acceptable to IOCL.
16.4.4 Negotiations will not be conducted with the bidders as a matter of routine. However, OWNER reserves the right to conduct negotiation with the quoted price.
16.4.5 Although ordinarily the lowest responsive bid amongst the bids submitted by tenders
and considered qualified and competent by the OWNER shall be preferred, the OWNER reserves the right not to accept the lowest bid if, in its opinion, this would not be in the interests of works.
16.4.6 Loading for Taxes and Duties:
Bidders are requested to indicate the effective rate of service tax payable by Owner on this job on the quoted price in the format Appendix-VII and the same shall be used in evaluation of bids also.
Final evaluation for comparison will be on Overall Landed cost basis (If/as applicable).
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 16 of 59
17.0 Award of Work 17.1 The technically & commercially acceptable lowest (L1) Tenderer shall be issued
Letter of Acceptance (LOA) prior to expiry of Tender Validity. Bidder shall confirm acceptance by returning a signed copy of LOA.
Owner shall not be obliged to furnish any information/ clarification/ explanation to the unsuccessful bidder as regards non-acceptance of their tenders. Except for refund of EMD (if applicable) to unsuccessful Tenderers, Owner shall correspond only with the successful Tenderer(s).
18.0 Contract / Contract Document
18.1 The successful Bidder shall be required to execute a contract Agreement with IOCL as per Performa attached with this document on the non-judicial stamp paper of Rs.100/- (Rupees One hundred only) to be purchased from Gurgaon/Delhi/NCR. The cost of stamp paper shall be borne by successful Bidder. This clause is applicable only for the works of Rs. 10.0 Lac and above.
18.2 Contract Documents for agreement shall be prepared offline in Hard Copy after
award of work as intimated to the successful Bidder by a Fax / Letter of Intent. Until the final Contract Documents are prepared and executed, the Bidding document together with the annexed documents, modifications, deviations agreed upon by IOC and Bidders/Consultant’s acceptance thereof shall constitute a bidding contract between the successful Bidder/Consultant and IOCL.
18.3 The statement of Agreed Variations, if any, shall be prepared based on the finally retained and agreed deviations, all relevant correspondences, minutes of meetings, addendum / amendments issued by IOCL. Above-mentioned contract document shall supersede all correspondences and Minutes of Meetings (MOMs) etc. held between IOCL and the Bidder prior to issue of Fax / Letter of Intent. Any deviations of stipulations made and accepted by IOCL after award of the job shall be treated as amendments to the contract documents made as above.
18.4 The Bidder (Name of the Company) in whose name this tender document is
downloaded shall only be eligible for making contract agreement with IOCL.
19.0 Discussions and Negotiations Negotiations will not be conducted with the bidders as a matter of routine. However, Corporation reserves the right to conduct negotiations’.
20.0 Modifications and Withdrawal of Bids No bid may be withdrawn in the interval between the closing date for receipt of bids and expiration of the period of bid validity specified by the Bidder in the bid. Any Suo-moto modification or withdrawal of bid shall be liable for rejection, blacklisting & forfeiture for Earnest Money Deposit.
21.0 Site Location / Site Visit Bidder is advised to visit & examine the site (s) of work & its surrounding & obtain for himself on his own responsibility all information that may be necessary for preparing the bid & entering into the contract. The cost of visiting the site shall be at Bidders own expenses. For site visit, tenderers may contact Indian Oil Institute of Petroleum Management, Plot no.83, Institutional Area, Sector -18, Gurgaon.
The Tenderer or his authorized representative(s) will be granted permission by the Owner to enter upon his premises and lands for the purpose of such inspection, but
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 17 of 59
only upon the explicit condition that the Tenderer or his authorized representative(s) will release and indemnify the Owner from and against all liability in respect thereof and will be responsible for personnel injury (whether fatal or otherwise), loss of or damage to property and any other loss, damage, cost and expenses incurred as a result thereof.
22.0 Owner’s Right to Accept any Bid and Reject any or All Bids
IOCL reserves the right to accept or reject any Bid and to annul the Bidding process and reject all Bids at any time without thereby incurring any liability to the affected Bidder(s) or any obligation to inform the affected Bidder(s) of the grounds for the IOCL’s action.
23.0 Contacting the Owner
No bidder, their representatives or agents shall contact the OWNER on any matter relating to this Bid from the time of submission of Bids, unless requested so in writing. Any effort by a Bidder to influence the OWNER in the OWNER’s decisions in respect of Bid evaluation will result in the rejection of that Bidder’s Bid.
24.0 Contract Period:- The Contract Period is given in the Bidding Document. Bidder is requested to confirm to the Contract Period unconditionally.
25.0 Billing and Payments 25.1 The agency shall submit the bill/s in a format prescribed by IOCL. 25.2 IOCL shall release the payments of bills within 30 days from the receipt of bill
complete in all respect by Engineer-in-charge. 25.3 IOC shall effect payments to the vendors through cheques or E-payments at its
discretion, during operation of the said contract/PO/WO. For this purpose, the vendor/contractor/supplier shall provide his bank details in the format enclosed as Annexure-VI to ITB.
26.0 Tenderer / Contractor, Tender Document / Bidding Document and Tender / Bid The terms BIDDER / TENDERER or CONTRACTOR / CONSULTANT, TENDER DOCUMENT or BIDDING DOCUMENT and TENDER or BID appearing in this document is synonymous.
27.0 Benefits/Preference for Micro & Small Enterprises (MSEs):
I. As per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012 issued vide Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and Medium Enterprises of Govt. of India, MSEs must be registered with any of the following in order to avail the benefits/preference available vide Public Procurement Policy MSEs Order, 2012.
a. District Industries Centers (DIC)
b. Khadi and Village Industries Commission (KVIC)
c. Khadi and Village Industries Board
d. Coir Board
e. National Small Industries Corporation (NSIC)
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 18 of 59
f. Directorate of Handicraft and Handloom
g. Any other body specified by Ministry of MSME
II. MSEs participating in the tender must submit the certificate of registration with any one of the above agencies indicating the details of the particular tendered item along with their bid.
III. The registration certificate issued from any one of the above agencies must be valid as on close date of the tender. The successful bidder should ensure that the same is valid till the end of the contract period.
IV. The MSEs who have applied for registration or renewal of registration with any of the above agencies/bodies, but have not obtained the valid certificate as on close date of the tender, are not eligible for exemption/preference.
V. The MSEs registered with above mentioned agencies/bodies are exempted from payment of Earnest Money Deposit(EMD).
VI. Price Preference – Subject to meeting terms and conditions stated in the tender document including but not limiting to prequalification criteria, twenty percent of the total quantity of the tender is earmarked for MSEs registered with above mentioned agencies/bodies for the tendered item. Where the tendered quantity can be split, MSEs quoting a price within a price band of L1 + 15 percent shall be allowed to supply up to 20 percent of total tendered quantity provided they match L1 price. In case the tendered quantity cannot be split, MSE shall be allowed to supply total tendered quantity provided their quoted price is within a price band of L1 + 15 percent and they match the L1 price. In case of more than one such MSEs are in the price band of L1 + 15% and matches the L1 price, the supply may be shared proportionately. VII. Out of the twenty percent target of annual procurement from micro and small enterprises four percent shall be earmarked for procurement from micro and small enterprises owned by Scheduled Caste & Scheduled Tribe entrepreneurs. In the event of failure of such MSEs to participate in the tender process or meet the tender requirements and L1 price four percent sub-target so earmarked shall be met from other MSEs. VIII. To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by District Authority must be submitted by the bidder in addition to certificate of registration with any one of the agencies mentioned in paragraph (I) above . The bidder shall be responsible to furnish necessary documentary evidence for enabling IOCL to ascertain that the MSE is owned by SC/ST. MSE owned by SC/ST is defined as: a. In case of proprietary MSE, proprietor(s) shall be SC /ST
b. In case of partnership MSE, The SC/ST partners shall be holding at least 51% shares in the enterprise.
c. In case of Private Limited Companies, at least 51% share shall be held by SC/ST promoters.
**********************
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 19 of 59
Appendix-I to ITB
Details of tenderer
A) Name of the Tenderer :-
i) Postal Address: ____________________________________________
____________________________________________
____________________________________________
ii) Telephone No: ____________________________________________
iii) Fax Number: ____________________________________________
iv) Contact Person: ____________________________________________
v) E-Mail Address: ____________________________________________
B) Contact Person at Delhi/Gurgaon, if any:
i) Name: ____________________________________________
ii) Postal Address: ____________________________________________
____________________________________________
____________________________________________
iii) Telephone No: ____________________________________________
iv) Fax Number: ____________________________________________
v) Contact Person: ____________________________________________
vi) E-Mail Address: ____________________________________________
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 20 of 59
PF Details
Provident Fund Registration No.: _________NA___________________________________
District & State: _______________________________________
We hereby confirm that the above PF Account is under operation presently and shall be used for all PF related activities for the labour engaged by us in the present work (if awarded to us).
2. Service Tax Registration Details
Service Tax Registration No: ________________________________________ District & State: ________________________________________
3. Details of E.S.I Registration
ESI Registration No.: _____________NA____________________________ District & State: __________________________________________
We hereby confirm that the above ESI Account is under operation presently and shall be used for all ESI related activities for the labour engaged by us in the present work (if awarded to us).
4. PAN No.: ___________________________________________
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 21 of 59
Appendix-II to ITB
Compliance to Tender Requirement
We hereby agree to fully comply with, abide by and accept without variation, deviation or
reservation all technical, commercial and other conditions whatsoever of the Tender
Documents and Addendum to the Tender Documents for the subject work including,
Additional conditions of contract (if any), Special conditions of contract, General purchase
conditions (GPC) /General Conditions of Contract (GCC).
We hereby further confirm that any terms and conditions if mentioned in our offer (Un-priced
as well as Priced Part), shall not be recognized and shall be treated as null and void.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 22 of 59
Appendix-III to ITB
Declaration of Black Listing/ Holiday Listing In the case of a Proprietary Concern
I hereby declare that neither I in the name of my proprietary concern M/s ____________________________ which is submitting the accompanying bid/ tender nor any other concern in which I am proprietor nor in any partnership firm in which I am involved as a Managing Partner have been placed on blacklist or holiday list declared by Indian Oil Corporation Limited or its Administrative Ministry, accept as indicated below:
(Here given particulars of blacklisting or holiday listing, and in absence thereof state “NIL”)
In the case of a Partnership Firm
We hereby declare that neither we, M/s ____________________________ submitting the accompanying bid/ tender nor any partner involved in the management of the said firm either in his individual capacity or as proprietor of any firm or concern have or has been placed on blacklist or holiday list declared by Indian Oil Corporation Limited or its Administrative Ministry, accept as indicated below: (Here given particulars of blacklisting or holiday listing, and in absence thereof state “NIL”) In the case of Company We hereby declare that we, M/s ____________________________ have not been placed on any holiday list or blacklist declared by Indian Oil Corporation Limited or its Administrative Ministry, accept as indicated below: (Here given particulars of blacklisting or holiday listing, and in absence thereof state “NIL”) It is understood that if this declaration is found to be false in any particular, Indian Oil Corporations Ltd. or its Administrative Ministry, shall have the right to reject my/ our bid, and if the bid has resulted in a contract, the contract is liable to be terminated.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 23 of 59
Appendix-IV to ITB
Exceptions and Deviations
We hereby confirm that all the Technical and Commercial condition of the tender is acceptable to us except those mentioned below.
Sl.No
Ref of Tender Document
Subject
Deviations
Page No.
Clause / Para No.
Note: The exceptions/deviations taken by bidder to the stipulations of the bidding document shall be brought out in Techno-Commercial bid & not in Price Part as per the format.
Any exceptions/deviations brought out elsewhere in the bid shall not be construed as valid.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 24 of 59
Appendix V to ITB
Performa for Bidder’s Pre-Bid Queries / Clarifications
All Pre-bid queries / clarifications should be sent in the following format only.
Sl. No. Part No. of bidding document and page No.
Bidder’s queries Owner’s remarks
Note:
1. Bidder to note that Pre-Bid Queries must be furnished in this format prescribed above. Queries clarifications sought in any other form shall not be entertained.
2. Pre-bid queries, if any shall reach IOCL by at least 7 days before the tender submission date.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 25 of 59
Appendix –VI to ITB
Declaration for e-Banking
I confirm that I am an existing vendor of IOCL and my IOCL Vendor Code is ...................
OR
If the Order is awarded to us by IOCL, we hereby give our consent to accept the related payments of our claims/bills on IOCL through Cheque or Internet based online E-payments system at the sole discretion of IOCL. Our Bank account details for the said purpose are as under:
Sl. No
Particulars Details
1 Name and address of the Beneficiary.
2 Account Number of Beneficiary
3 Account Classification (CA / CC – 11 or 29 & SB 10 as per Cheque leaf
4 Name & Address of the Bank Branch (where payments are to be sent by IOC)
5 Branch Name/Code
6 The 09 Digit MICR code of the Branch (as appearing on the MICR cheque)
7 IFSC Code of the Branch for RTGS mode
8 IFSC Code of the Bank Branch for NEFT mode
9 Email ID of Beneficiary
10 Any other Particulars (to be advised by beneficiary for the E payments purposes)
11 Vendor Code (to be filled by IOC’s Deptt only)
12 Permanent Account Number (PAN)
13 Mobile Number (For SMS alerts)
14 CIN
A blank copy of a cancelled cheque / photocopy of a cancelled cheque relating to the above account Number for verifying the accuracy of the bank details is enclosed. A copy of PAN card duly attested by authorised signatory for verifying the accuracy of the PAN is enclosed.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 26 of 59
I/We hereby declare that the particulars given above are correct and complete
Signature of Account Holder With Company Stamp (if a company)
Date: Place: Encl: one cheque/photocopy of cheque duly cancelled & Copy of PAN Card ___________________________________________________________________ *** We hereby confirm that the above bank account details of beneficiary are correct in all respects and the account of Beneficiary (IOCL Vendor) is maintained at our bank branch.
(Name of the Bank & Branch)
Authorised Signatory *** Verification required only in case (a) Vendors not providing a cancelled cheque leaf or if vendors name is not printed /
appearing on the cancelled cheque leaf submitted to IOCL Office. (b) Change in existing bank details.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 27 of 59
Appendix – VII to ITB
Performa for Service Tax Taxable portion of the total value of contract for charging Service Tax. Please tick the serial number as applicable to the bidder
SL
NO
Taxable
portion
of the
total
value of
contract
Normal
rate of
service tax
( 14 &
+SBC0.5%
+KKC
0.5%)
Applicable services Service Tax
to be paid
by
contractor,
which is a
limited
company
Service
Tax to be
deposited
by IOCL
directly in
case of
Ltd.
Company
Service
Tax to be
paid by
contractor,
other than
company
Matching
Service Tax
to be
deposited by
IOCL
directly in
case service
provider is
other than
company
Tick
15.00% COMPANY IOCL OTHERS IOCL
WORK CONTRACT
1 40% 15.00%
For all type of new constructions,
additions or alteration jobs,
erection commissioning or
installation of plant, machinery or
equipment or structure where
service provider is not availing
CENVAT credit on inputs
6.000% NIL 3.000% 3.000%
2 70% 15.00%
Repair &Maintenance of
machinery, equipment or
appliances, software &
immovable property, where
service provider is not availing
CENVAT credit on inputs
10.500% NIL 5.250% 5.250%
3 Full 15.00%
For all others type of composite
contracts which is not covered
under any of the above categories
and where vendor is claiming
CENVAT Credit on Inputs
15.000% NIL 7.500% 7.500%
RENT A CAB
1 40% 15.00%
Renting of motor vehicle where
the contractor is not availing
CENVAT credit on inputs, input
services and capital goods and the
cost of fuel is added into the total
value of contract.
6.000% NIL NIL 6.000%
2 Full
15.00%
Renting of motor vehicle where
the contractor is availing
CENVAT credit on inputs, input
services and capital goods and the
cost of fuel is added into the total
value of contract.
15.00% NIL 7.50% 7.500%
GOODS TRANSPORT AND PASSANGER TRANSPORTATION
1 30%
15.00%
For GTA (Road Transport
Operator) service. CENVAT
credit is not availed by the service
provider on the input, capital
goods and input services
NIL 4.50% NIL 4.50%
2 40%
GTA services for transport of
house hold goods. CENVAT
credit is not availed by the service
provider on the input, capital
goods and input services
NIL 6.00% NIL 6.00%
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 28 of 59
3 30%
For Railway freight. CENVAT
credit is not availed by the service
provider on the input and capital
goods
4.50% NIL 4.50% NIL
4 40% 15.00%
Transport of goods in containers
by rail by any person other than
Indian Railways. CENVAT credit
is not availed on the input and
capital goods
6.00% NIL 6.00% NIL
5 30%
15.00%
For transport of goods through
vessel (voyage charter). NO
CENVAT credit on inputs and
capital goods
4.50% NIL 4.50% NIL
5 Full Transport of goods through vessel
(time charter) 15.00% NIL 15.00% NIL
6 Full
15.00%
Air freight is exempted if the
movement of goods from outside
India to any customs station in
India
15.00% NIL 15.00% NIL
7 30%
Transport of passenger by rail
with or without accompanied
belonging. CENVAT credit is not
availed on the input and capital
goods
4.50% NIL 4.50% NIL
8 40% 15.00%
Transport of passenger by air with
or without accompanied
belonging if the passanger is
travelled in economic class and
the airline has not availed
CENVAT credit on inputs and
capital goods
6.00% NIL 6.00% NIL
9 60% 15%
Transport of passenger by air with
or without accompanied
belonging if the passanger is
travelled in other than economic
class and the airline has not
availed CENVAT credit on inputs
and capital goods
9.00% NIL 9.00% NIL
10
0.71% of base fare in domestic booking & 1.41% of base fare in international booking
Airtravel agent service
commission
Full service tax to be paid by service
provider
NIL Full service tax to be paid by service provider
NIL
11
3.51% of the premium in the first year and 1.76% in the subsequent year
Under General insurance
Full service tax to be paid by service
provider
Full service tax to be paid by service provider
LEASE
1 Full 15.00% Equipment, appliances, car etc
given on operating lease 15.00% NIL 15.00% NIL
2 10% 15.00% Services in relation to financial
lease including hire purchase 1.500% NIL 1.500% NIL
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 29 of 59
CATERING SERVICES
1 60%
15.00%
Outdoor catering (including
canteen) if the contract is
composite in nature and service
provider is not availing CENVAT
credit on inputs
9.00% NIL 9.00% NIL
2 Full
Catering contract (including
canteen) where VAT is paid on
food items and contractor is
claiming separate service charge
or if the contract is composite in
nature and the contractor is
availing CENVAT credit on
inputs
15.00% NIL 15.00% NIL
3 70%
15.00%
Bundled up service where more
than one service is provided in a
single contract and the price
charged is a consolidated sum.
For arranging a business
convention in a hotel where apart
from supply of food and other
articles for the conference also
includes the rent of the premises.
10.50% NIL 10.50% NIL
4 40%
Supply of food in a restaurant
where no CENVAT credit is
claimed on inputs
6.00% NIL 6.00% NIL
5 Full 15.00%
Supply of food in a restaurant
where CENVAT credit is claimed
on inputs
15.00% NIL 15.00% NIL
RENTING PROPERTY
1 Full 15.00% Renting of office premises 15.00% NIL 15.00% NIL
2 60% 15.00% Renting of hotel, guest house etc.
meant for lodging purpose 9.00% NIL 9.00% NIL
OTHER SERVICES
1 Full 15.00%
Manpower Supply Service/
Private security service when
provided by individual/ HUF/
partnership firm to a body
corporate
15.00% NIL NIL 15.00%
2 Full 15.00%
Housekeeping/Cleaning services
(not applicable on consumables
supplied)
15.00% NIL 15.00% NIL
3 Full 15.00% Horticulture services (not
applicable on material supplied) 15.00% NIL 15.00% NIL
4 Full 15.00%
Non-comprehensive AMC service
(no replacement of defective
components under the work
order)-Not treated as works
contracts
15.00% NIL 15.00% NIL
5 Full 15.00% Payment to advocate or a firm of
advocate or arbitrator NIL 15.00% NIL 15.00%
6 Full 15.00% Sponsorship Service NIL 15.00% NIL 15.00%
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 30 of 59
7 15.00%
Service tax on purchase & sale
foreign currency including
money changing-
(a) Up to 100000
0.145% of
the gross
amount
exchanged
subject to
minimum of
Rs 35
NIL 0.145% of
the gross
amount
exchanged
subject to
minimum
of Rs 35
NIL
(b) Exceeding 100000 and up to
10,00,000
Rs. 140+
0.075% of
the gross
amount
exchanged
NIL Rs. 140+
0.075% of
the gross
amount
exchanged
NIL
(c) Exceeding 10,00,000
Rs 770 plus
0.019% of
the gross
amount of
currency
exchanged
NIL Rs 770
plus
0.019% of
the gross
amount of
currency
exchanged
NIL
8 Full 15.00% Import of any service from
outside India NIL 15.00% NIL 15.00%
9 Full 15.00% Any other service not specified
elsewhere 15.00% NIL 15.00% NIL
10 Full 15.00%
Any services provided by
Government or Local Authority
to IOCL
15.00%
Note :
(i) Bidders are requested to indicate the effective rate of service tax payable by Owner on this job on the quoted price in the above format and the same shall be used in evaluation of bids also.
(ii) Any increase in the taxes, duties, levies etc after the submission of bids shall be
borne by the bidder. However, any new taxes, duties, levies etc imposed by the central or State Government subsequent to the submission of the bid shall be reimbursed.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 31 of 59
Appendix –VIII to ITB
TIME SCHEDULE
Name of Work
Time of Completion
“Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Three (03) Months reckoned from date of LOA.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 32 of 59
Appendix –IX to ITB
DECLARATION
Details of Relationship with IOCL’s Director etc. Vendor should furnish following details in the appropriate part based on their organizational structure.
Part A
(Applicable where tenderer is sole proprietor)
1. Name of Vendor/Bidder: ________________________________________ 2. Office Address: ________________________________________________ 3. Residence Address
4. State whether Vendor is related to any Yes / No* Director/(s) of the Indian Oil Corporation Ltd. 5. If ‘Yes’ to 4, state the name of IOC’s Director and Vendor’s relationship with Him/her. * Strike out whichever is not applicable.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 33 of 59
DECLARATION
PART – B
(Applicable where the tenderer is partnership firm) 1. Name of the Partnership firm responding to the tender 2. Address 3. Name of Partners 4. State whether any of the partners is a Yes/No* Director to the Indian Oil Corporation Ltd. 5. If ‘Yes’ to 4 state the name(s) of IOC’s Directors 6. State whether any of the partners is related Yes/No* to any of the Director(s) of the Indian Oil Corporation Ltd. 7. If ‘Yes’ to 6, state the name(s) of IOC’s
Director and the concerned partner’s Relationship with him/her. * Strike out whichever is not applicable.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 34 of 59
DECLARATION
PART C
(Applicable where the tenderer is a Public / Private Ltd. Co.) 1. Name of the Company responding to the tender 2. Address of :
a) Registered Office:
b) Principal Office:
3. State whether the Company is a Pvt. Ltd. Co. or Public Ltd. Co. 4. Names of Directors of the Company 5. State whether any of the Directors of the Yes/No* Tenderers Company is a Director of Indian Oil Corporation Ltd. 6. If ‘Yes’ to (5) state the name(s) of IOC’s Directors. 7. State whether any of the Director of the Tenderer Company is related to any of the Director’s of the Indian Oil Corporation Ltd. 8. If ‘Yes’ to (7) state the name(s) of IOC’s Director and the concerned Director’s (of the Tenderer Co.) relationship with him / her. * Strike out whichever is not applicable.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 35 of 59
DECLARATION
PART - D
Tenderer is required to state whether they have employed any retired Director and above rank officer of Indian Oil Corporation Limited in their firm. If so, details hereunder to be submitted: 1. Name of the Person : 2. Post last held in IOCL : 3. Date of retirement : 4. Date of employment in the firm : N.B. 1. A separate sheet may be attached, if the above is not sufficient. 2. Strike out whichever is not applicable. If the Tenderer employs any person
subsequent to signing the above declaration and the employee/s so appointed happens to be the near relatives of the Officer / Director of the Corporation / Central / State Governments, the tenderer should submit another declaration furnishing the name/s of such employee/s who is / are related to the officer/s of the Corporation/Central/State Governments.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 36 of 59
Appendix –X to ITB
Undertaking for Non-Engagement of Child Labour
I/ We hereby declare that:
a) We are committed to elimination of child labour in all its forms.
b) Neither we nor any of our nominated sub-contractor(s) are engaging Child Labour in any of our work(s) in terms of the provisions of The Child Labour (Prohibition and Regulation) Act, 1986 and other applicable laws.
c) We as well as our nominated sub-contractor(s) undertake to fully comply with
provisions of The Child Labour (Prohibition and Regulation) Act. 1986 and other applicable labour laws, in case the work is awarded to us.
d) It is understood that if I/We, either before award or during execution of Contract, commit a transgression through a violation of Article b / c above or in any other form, such as to put my/our reliability or credibility in question, the Owner is entitled to disqualify us from the Tender process or terminate the Contract, if already executed or exclude me / us from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by the Owner. Such exclusion may be for a period of 1 year to 3 years as per the procedure prescribed in the guidelines for holiday listing of the Owners.
e) I/We accept and undertake to respect and uphold the Owner’s absolute right to resort to and impose such exclusion.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 37 of 59
Appendix –XI to ITB
Conditions for Bank Guarantee
1. The rating of the bank sanctioning the BG should not fall below the rating of ‘A’ from Moody’s
or equivalent (from other rating agency) in case of foreign bank and rating of ‘AA’ from
CRISIL or equivalent (from other ratings agency) in case of Indian Banks during the tenor of
the BG. In case the rating fall below threshold level at the time during the tenor of BG, the
party will arrange to replace the BG, at its own cost, through bank acceptable to IOC.
2. The vendor is supposed to monitor the rating of the bank from whom he has issued the BG
in all the cases for all BG’s.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 38 of 59
Appendix –XII to ITB
UNDERTAKING BY THE TENDERER(S) Regarding non-tampering of electronic data
TENDER NO.: IIPMCC6065 NAME OF WORK: “Design, supply, installation and commissioning of solar tree (5KW) at IiPM,
Gurgaon” I/We have downloaded the tender form from the internet site www.iocletenders.gov.in and I/we have not tampered with / modified the tender forms and electronic data contained therein in any manner. In case, if the same is found to be tampered with / modified, I / we understand that my / our tender will be summarily rejected and full Earnest Money Deposit will be forfeited and I/we am/are liable to be banned from doing business with Indian Oil Corporation Ltd. and/or prosecuted.
SIGNED FOR AND ON BEHALF OF
_______________________ (Name of Tenderer)
Seal & Signature of Tenderer Date: ___________ Place: ___________
NOTE:
This declaration should be signed by the Tenderer's authorized representative ON COMPANY LETTERHEAD who is signing the Bid and scanned copy to be uploaded as a part of tender document.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 39 of 59
Appendix –XIII to ITB
UNDERTAKING BY THE TENDERER(S) Regarding Acceptance of Tender Terms and Conditions
NAME OF WORK: Design, supply, installation and commissioning of solar tree (5KW) at IiPM,
Gurgaon
Tender No. : IIPMCC6065
We confirm that we have quoted the rates in the tender considering Inter-alia the
1. Tender Document(s)
2. Additional Document(s) (if any)
3. BOQ Document (Price Bid Format)
4. Corrigendum (if any)
5. Pre Bid Meeting Minutes (if any)
We ________________________________________________________ (Name of the Tenderer)
hereby certify that we have fully read and thoroughly understood the tender requirements and
accept all terms and conditions of the tender including all corrigendum/addendum issued, if any.
Our offer is in confirmation to all the terms and conditions of the tender including all
corrigendum/addendum, if any and minutes of the pre-bid meeting. In the event our offer is
found acceptable and contract is awarded to us, the complete tender document shall be
considered for constitution of Contract Agreement.
Name of Tenderer(s)
Date : _ _/_ _/_ _ _ _ Place :
Seal & Signature of Tenderer
NOTE: This declaration should be signed by the Tenderer's authorized representative on COMPANY LETTERHEAD who is signing the Bid and scanned copy to be uploaded.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 40 of 59
Appendix –XIV to ITB
SPECIAL CONDITIONS OF CONTRACT (PART-I&II)
PART-I
Scope of Work / Technical Specifications
1. Scope of Work
Design, Supply, Installation, testing and commissioning of Eco-friendly lighting tree (5KW)
at IiPM, Gurgaon
i) All requisite foundations for structures wherever required (solar tree, outdoor switchyard
equipment, etc.).
ii) Requisite conducting, cable trenches for routing cables as per requirement at site
iii) Arrangement of all requisite piping, valves & hoses for module water washing purpose
and other services.
iv) Laying of cables in cable trenches providing cable markers, including backfilling the
trenches.
v) Connection, termination and testing of cables to distribution boards.
vi) Proper sand bedding must be provided.
vii) Proper earthing & lightening protection shall be provided as per requirement.
viii) Cables should be laid in GI / Hume pipes or wherever cable is passing through drain,
rerouting of cables should be done.
ix) Installation, testing and commissioning of earthing electrodes/earthing strips as per the
requirements.
x) All necessary permits and licenses, as may be necessary, to transport the equipment/
material, machinery, and labour along or across highway, roadway, railway, bridge, dike,
dam, river or through posts of toll collection, Octroi checks or other line border or barrier.
xi) Road permits if required to be issued by owner/ would be provided by owner, the
contractor to indicate the items for which road permits would be required.
xii) Receipt, unloading & installation of all supplied equipment on foundations at their
respective places.
xiii) Proper storage of material before installation. Storage area shall be suitable to prevent
equipment against rain & water logging.
xiv) All statutory clearances related to electrical works required from the concerned state power
utilities/ State Electricity Board/Central Electricity Authority/ Pollution Control Board/
State Nodal Agency/ Forest Department (if required) or any other statutory body shall be
obtained by the Contractor, as required. Owner would fill up the required forms and
applications as advised by the contractor.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 41 of 59
xv) Arranging Chief Electrical Inspector General (CEIG) clearance/permission to connect, shall
be in contractor’s scope. The Contractor shall be responsible for interconnection of Solar
PV with the State grid and net metering agreement, if applicable.
xvi) Capacity Registration with State Regulatory Agency, if required.
xvii) In addition to above, contractor shall prepare and submit pre-commissioning and
commissioning checklist in discussion with IOCL during construction and before
commissioning of the (5KW) solar tree.
2. Minimum General requirements.
i. Concrete pilling for foundation of tree base with minimum depth up to 3 mtr and foundation
dia. shall be min 12-15 inch.
ii. Height of tree from finished ground level to top of tree shall be 20 ft.
iii. MS pipe of min 6 inch dia. shall be used for structure of tree.
iv. Tree shall have three (3) branch layers, bottom layer- 10ft dia., middle layer- 7ft dia., top
layer- 4ft dia.
v. Min 250 Watt PV module shall be mounted on each branch with strong angle.
vi. Necessary arrangement of in built water sprinkler system on the top of stem/panels shall be
supplied for cleaning of panels.
vii. On grid and additional LED lighting for a complete tree shall be provided to enhance the
aesthetic look and night visibility.
viii. Additional battery backup min 08 hours for lighting of tree.
ix. The structure of tree shall be suitable to withstand of wind velocity of 160 Km/Hr.
x. MS structure / pipe shall be provided with min 03 coating of water proof paint with two coat
of red oxide.
xi. Complete tree structure warranty shall be for minimum 10 yrs.
xii. Entire design / specification must be as per the CSIR-CMERI, Govt. of India.
xiii. Solar panels must be as approved by MNRE and Solar Invertors must be as per international
standard.
3. CODES AND STANDARDS
i) The equipments and accessories covered shall be designed, manufactured and tested in
accordance with the latest relevant standards and codes of practice published by the Bureau
of Indian Standards (BIS), IEC, IS etc. as applicable. The quality of materials of
construction and the workmanship of the finished products/components shall be in
accordance with the highest standard and practices adopted for the equipment covered by
the specification.
ii) All equipment shall be designed for operation in tropical humid climate at the required
capacity in a minimum de-rating temperature of 50°C. Equipment shall be suitable for an
ambient temperature of 50°C. Maximum relative humidity of 90% shall also be taken into
consideration for design of equipment.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 42 of 59
4. General Technical Specifications
1.1. Solar Panels/PV Modules
The technical details of Solar PV Modules shall be as given below –
Sl. No. Description Details
1 Type of SPV Module Mono/Poly Crystalline Silicon
2 Peak Power rating of
module
Shall not be less than 250 Wp at Standard Test
Conditions
3 Module Efficiency Shall not be less than 15.5% at Standard Test
Conditions
4 Fill Factor Minimum 0.75
Codes and Standards
Shall conform to all the relevant standards, but not limited to the following:
Codes Description
IEC 61215 / IS14286 Crystalline silicon terrestrial photovoltaic (PV) modules –
Design qualification and type approval
IEC 61730 – 1 Photovoltaic (PV) module safety qualification – Part 1:
Requirements for construction
IEC 61730 – 2 Photovoltaic (PV) module safety qualification – Part 2:
Requirements for Testing
IEC 62804-1 Photovoltaic modules – test methods for the detection of
potential induced degradation – Part 1 : Crystalline silicon
Compliance to the PID free nature of PV modules shall be established.
SPV module shall perform satisfactorily in relative humidity up to 95% with operating
temperatures between -10°C & +85°C and shall withstand wind speed on the surface of the
panel as per site specific requirement.
The PV modules shall be equipped with bypass diode to minimize power drop caused by
shade.
The module frame shall be made of anodized Aluminium or corrosion resistant material
frame, which shall be electrolytically compatible with the structural material used for
mounting the modules with sufficient no. of grounding installation. The anodizing thickness
shall be 15 micron or more.
The actual module power capacity shall not vary by more than +3% from its minimum
certified module power capacity. No negative tolerance shall be accepted.
The temperature co-efficient for power output of the Solar PV module shall not be more than
-0.42% / °C.
All photovoltaic modules shall have linear performance warranty from second year. The solar
PV modules offered shall not degrade more than 2.5% in first year and not more than 0.7%
from second year of its rated power.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 43 of 59
Each Solar PV modules used in solar power plants/ systems must be warranted for their
output peak watt capacity, which shall not be less than 90% at the end of 10 years and 80% at
the end of 25 years from the completion of the trial run.
The module mismatch losses for modules connected to an inverter shall be less than 2%.
Module shall be PID free. The modules shall be provided with anti-reflection coating and
back surface field (BSF) structure to increase conversion efficiency.
The SPV module shall be made up of impact resistant, low iron and high transmissivity
toughened glass. The front surface shall give high encapsulation gain.
The SPV modules shall have suitable encapsulation and sealing arrangements to protect the
silicon cells from environment. The encapsulation arrangement shall ensure complete
moisture proofing for the entire life of solar modules.
The equipment shall be designed to give efficient and reliable performance and shall be such
that the risks of accidental short-circuit due to animals, birds or vermin are obviated.
The data sheets of all modules shall be provided. The exact power of the module shall be
indicated if the data sheet consists of a range of modules with varying output power.
Module Junction box and Terminal Block shall be of high quality (IP 67 rated) fitted at the
back side and shall be weather proof and designed to be used with standard wiring or conduit
connection. Each Junction Box shall contain Bypass Diode. They shall have a provision for
opening /replacing the cables, if required. The module junction box shall be certified as per
IEC 61215.
Each module shall have two 4 sq.mm. stranded UV resistant output cables each terminated
with connectors adaptive to MC4 type connector directly. MC4 type connector should have
typical certification from testing agencies such as TUV, competent for the purpose.
The typical solar PV module electrical characteristics including current-voltage (I-V)
performance curves and temperature coefficients of power, voltage and current shall be
provided for all the modules supplied. However, the tabulated document with all the relevant
data like voltage, current, power output for each module is also required to be provided along
with the supply.
Modules deployed must use a Radio Frequency Identification (RFID) tag for traceability. It shall
be well protected within the module laminate and contain the following information:
a) Name of the manufacturer of the PV module
b) Name of the manufacturer of Solar Cells
c) Month & year of the manufacture (separate for solar cells and modules)
d) Country of origin (separately for solar cells and module)
e) I-V curve for the module
f) Wattage, Imp, Vmp and FF for the module
g) Unique Serial No. and Model No. of the module
h) Number and Date of IEC PV module qualification certificate
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 44 of 59
i) Name of the test lab issuing IEC certificate
j) Other relevant information on traceability of solar cells and module as per ISO 9001 and ISO
14001
k) All individual modules shall be provided with Name Plate label at the back of module
which shall provide the information given below for identification. They shall be clearly
visible and shall not be hidden by equipment wiring. Type of labels and fixing of labels
shall be such that they are not likely to peel off/ fall off during the life of the panel.
l) Name of the Project, Owner’s Name and Logo
m) Manufacturer’s Name
n) Model Number, Serial Number
o) Overall Dimensions (WxLxD)
p) Weight (kg)
q) Maximum Power (Pmax), Voltage (Vmp), Current (Imp)
r) Short Circuit Current (Isc), Open Circuit Voltage (Voc)
s) Main System Voltage
t) Relevant standards, Certification lab. name
u) Warnings, if any
Testing of Solar PV Modules
PV modules must qualify test from IEC/NABL accredited laboratory as per relevant IEC
standard and report/certification of the same must be attached. The performance of PV
modules at STC conditions must be tested and approved by one of the IEC / NABL
Accredited Testing Laboratories / Solar Energy Centre of MNRE/ any other MNRE
authorized test laboratories/centers. The test certificates shall be submitted for acceptability of
modules.
1.2. Grid Interactive MPPT Solar String Inverters
The DC power produced by Solar PV Modules shall be fed to the solar inverters/ Power
Conditioning Unit(s) (PCUs) for inverting DC into AC power. PCU shall use its MPPT
(Maximum Power Point Tracking) control to extract maximum energy from solar array and
produce true sine wave 415V AC, 3-ph, 50Hz. The array output shall be well within the input
voltage range of the inverter so that the inverter works in MPPT range for most of the solar
insolation range. PCU shall be able to handle maximum open circuit DC voltage of 1,000V.
Codes and Standards
Shall comply to all the relevant standards, but not limited to the following:
Codes Description
IEC 61727 Photovoltaic (PV) systems - Characteristics of the utility interface
IEC 61683 Photovoltaic systems –Power Conditioners – Procedure for
measuring efficiency
IEC 62116-2014 Utility-interconnected photovoltaic inverters – Test procedure of
islanding prevention measures
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 45 of 59
IEC 62109-1 & 2 Safety of power converters for use in photovoltaic power systems
UL 1741 Standard for Inverters, converters, controllers and interconnection
system equipment for use with distributed energy resources
IEEE 929-2000 Recommended Practice for Utility Interface of Photovoltaic (PV)
Systems
IEC 62894 Photovoltaic Inverters - Data Sheet and Name Plate
IEC 62910 Utility-interconnected photovoltaic inverters - Test procedure for
low-voltage ride through measurements
IEC 62891 Indoor testing, characterization and evaluation of the overall
efficiency of photovoltaic grid connected inverters
IEC 61000 Electromagnetic Compatibility
IEC 60068 Environmental Testing
IS 3043/IEEE 80 Code of practice for earthing
For tests like Anti Islanding (IEC 62116) and efficiency measurement (IEC 61683), third
party tests from NABL accredited labs shall be acceptable.
The inverter output shall always confirm to the grid/captive load bus in terms of voltage and
frequency.
Technical details required for Inverters to be installed shall be as under
Parameters Values
Output frequency 50 Hz ± 0.5% Hz
Maximum Input voltage 1000 V DC
Inverter Output Voltage 415 V ± 1%, three phase, 4-wire output.
Nominal voltage could be adjusted ± 5% via
system set points. Inverter should work in
extremes of the limits in each phase without
getting interrupted.
THD (Current) Less than 3%
Power factor control range >= 0.9 lead or lag
No load losses <1% of rated power and maximum loss in sleep
mode shall be less than 0.05%
Ambient temperature -100C to +60
0C
Humidity 95% non-condensing
Enclosure( type) IP 32 or better (Indoor rated)
IP 65 (Outdoor rated)
Overload Capacity 125% for 10 min and 150% for 1 min
120% at 250C continuous on DC side
DC Injection Less than 0.5% of nominal load current
Electromagnetic Compatibility As per IEC 61000
Noise level Less than 85 dB at 1 mt.
The combined efficiency of the PCU shall be at least 97% at 75% load. The conversion
efficiency for PCU at different loads – 10%, 25%, 50%, 75%, 100%, 120% shall be specified
in the offer. Above efficiencies are when measured without output inverter transformer.
The hybrid or bidirectional inverter shall have an efficiency of at least 92% at 75% load.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 46 of 59
PCU shall have Low Voltage Ride-Through (LVRT) feature to provide support during grid
fault/ disturbance. Inverter / PCU should also automatically synchronize with the DG set
installed when the DGs are available and continue to work at different loads of the site
without being switched off / damaged.
PCU shall have the facility of recording solar energy (KWh) generated at the output of PCU
in addition to PV voltage, PV amps, Instantaneous PV power, daily PV power generated &
cumulative PV power generated
Maximum Power Point Tracker (MPPT) shall be integrated in the PCU to maximize energy
drawn from the Solar PV array. The MPPT shall be microprocessor based to minimize power
losses. The operating voltage range of PCU and the MPPT shall be large enough so that it
satisfactorily operates for PV modules exposed to the maximum ambient temperature of 600C.
DC lines shall have suitably rated isolators to allow safe start up and shut down of the system.
The PCU must have the feature to work in tandem with other similar PCUs and to be
successively switched "ON" and "OFF" automatically based on solar radiation variations
during the day.
The PCU shall have anti-islanding protection as per the relevant IEC standards.
Minimum operating temperature range : (-)100C to (+)60
0C
The PCU shall have the facility to provide the analysis for reason of tripping, in cases of
inadvertent tripping.
The PCU shall have local data logging to check the generation and other parameters.
The surge rating of the inverter shall be up to 150% of the continuous rating for a minimum of
30 seconds.
MOV type surge arrestors shall be provided on all PV inputs for overvoltage protection
against lightening induced surges.
PCU shall have feature to be regulated from 0-99% in steps of minimum 1%.
PCU shall include ground lugs for equipment and PV array groundings. The DC circuit
ground shall be a solid single point ground connection.
PCU shall have power export control. PCU shall have the facility to export excess PV power
to grid in case consumption of load is less than the generation and net/gross metering is
available. The provision should be there to enable and disable this export feature.
PCU shall be tropicalized and design shall be compatible with conditions prevailing at site.
Provision of exhaust fan with proper ducting for cooling of PCUs shall be incorporated in the
PCUs.
Nuts, bolts and the PCU enclosure shall have to be adequately protected taking into
consideration the atmosphere and weather prevailing in the area.
Rubber mats shall also be provided in the PCU control room.
Display:
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 47 of 59
PCU shall have the facility to display the basic parameters of the system on in-built
LED/LCD display on its front panel or on separate data logging/display device to display
following or through any other indication means:
a) DC Input Voltage
b) DC Input current
c) AC Output Voltage
d) AC Output Current
e) AC Power output (kW)
f) AC Energy output (KWh)
g) Frequency
h) Temperatures (0C) : Ambient as well as internal
i) Over frequency
j) Under frequency
k) Inverter ON/OFF
l) Grid ON/OFF
m) Inverter over-load
n) Inverter over-temperature
o) Battery Voltage and Current (in case of hybrid systems with battery)
Protections:
Following is an indicative list of protections (the actual scheme shall be finalized at design
stage):
a) Over-voltage both at input and output
b) Over-current both at input and output
c) Over/under grid/bus frequency
d) Over temperature
e) Reverse polarity protection
f) Array ground fault protection
g) Protection against earth leakage faults (DC as well as AC side)
h) Protection against lightning induced surges
i) Protection against surge voltage induced at input and output due to external source
j) Provision for input & output isolation.
k) PCU shall have arrangement for adjusting DC input current and should trip against
sustainable fault downstream and shall not start till the fault is rectified.
In addition, PCU shall ensure following protection measures:
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 48 of 59
MCBs/MCCBs shall be provided for systems connected to PCU/Inverter (i.e. Solar PV
system, Battery System (in case of hybrid system with battery), Captive Load System or
Mains System).
The PCU shall include appropriate self protective and self diagnostic feature to protect
itself and the PV array from damage in the event of PCU component failure or from
parameters beyond the PCUs safe operating range due to internal or external causes. The
self-protective features shall not allow signals from the PCU diagnostic circuit to cause the
PCU to be operated in a manner which may be unsafe or damaging. Faults due to
malfunctioning within the PCU, including commutation failure, shall be cleared by the
PCU protective devices.
Automatic reset of all non-critical faults such as overloads, AC over voltage/under voltage,
etc. once the fault has been cleared.
Operating modes of PCU:
a) LOW VOLTAGE MODE: The control system shall continuously monitor the output of the
solar PV plant. Once the pre-set value is exceeded, PCU shall automatically “wake up” and
begin to export power provided there is sufficient solar energy and the PCU voltage and
frequency are in the specified range.
b) ACTIVE Maximum Power Point Tracking (MPPT) MODE (HIGH POWER MODE):
When solar radiation increases further, the PCU shall enter Maximum Power Point
Tracking (MPPT) mode and adjust the voltage of the SPV array to maximize solar energy
fed into the grid. When the solar radiation falls below threshold level, the PCU shall enter
in low power mode.
c) SLEEP MODE: Automatic ‘sleep’ mode shall be provided so that unnecessary losses are
minimized at night.
DC side of each inverter shall be earthed to distinct earth pit through adequate size conductor
as per IS 3043. The size of conductor shall be as per the maximum fault current on DC side.
In case of hybrid system with battery storage solution, following minimum features shall be
guaranteed in the PCU:
a) The MPPT based solar charge controller shall comply with IEC 62093, IEC 62509 and
IEC 60068-2.
b) Accuracy class 0.5 Ah meter to measure the cumulative charging and discharging status
of battery bank.
c) The MPPT based solar charge controller shall guarantee following minimum features:
i. Battery current limiting feature to avoid over charge into the batteries
ii. Optimization of battery life and backup power supply
iii. Battery and PV reverse polarity protection (no use of blocking diodes which
reduces overall efficiency of the system)
iv. Rated MCCB/ MCB on all PV inputs & battery inputs.
v. Efficiency of Charge Controller ≥ 90%
vi. Warranty: 5 years (standard) / 10 years (Optional)
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 49 of 59
d) A bidirectional inverter unit shall be used such that the same circuit elements are used for performing
inverting and battery charging (through mains) operation, if required. It should be an IGBT based;
microprocessor controlled inverter & should incorporate PWM technology and all the desired
safety features for reliable running of PCU.
Following minimum features should be ensured in such bidirectional inverter unit:
i) Operation without any derating from 0-50 degrees of ambient temperature
ii) Minimum overload capability of 110% for 60 sec, 125% for 30 sec and 150% for 5 sec.
iii) Inverter should be able to sustain load imbalance between the phases. It is important as
different phases may have different loads and hence it shall be checked/defined to ensure that PCU
is working even if say, R phase has 10% load while Y-phase has 5% load and B-phase has 100% of
its rated load.
iv) Automatic reset of all non critical faults such as overloads, AC over voltage/ under voltage
etc. once the fault has been cleared.
v) Facility to export excess PV power to grid in case consumption of load is less than the
generation. Provision should be there to enable & disable this export feature. However load should
remain and be supplied from the solar power and only balance power exported.
The mains based battery charger should incorporate following minimum features:
i) Facility to bypass grid to loads and charge batteries at the same time.
ii) Should be IGBT based for rugged operation.
iii) Should use AC supply of all the three phases and not single phase.
iv) Should have a peak efficiency of at least 85% for AC to DC conversion.
v) 3 stage (float, boost and equalize) battery charging for long life of the battery.
vi) Facility to enable/disable charging of battery through mains by controlling the import
power from mains.
1.3. ACDB with manual rotary bypass changeover
3-phase, 50 Hz, 415V AC switchgear system shall be used. LT Switchgear board/panel shall
be provided between inverter transformer and captive load bus.
The ACDB shall have necessary protection devices, i.e. MCB/MCCB, ELCB, Surge
Protection Devices, and Disconnections/Isolators.
The ACDB shall have manual rotary bypass changeover switch.
All the electrical components shall be housed in IP 65 metal enclosure.
The incoming and outgoing cables shall have proper cable gland arrangement for cable
terminations.
1.4. AC LT Breaker Feeder/ AC Switchgears
The output from ACBD to be connected to IiPM existing Distribution AC switchgears as
directed by EIC. The scope shall also include making proper incomer & changeover
arrangement as mention below, at the existing AC panel / new panel as per direction of EIC.
a) Surge Protection Devices
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 50 of 59
b) Required no. of MCCBs and ELCBs
c) Numerical Relays, with the provision of in-built event logger
d) Required no. of Multifunction meters
e) Bus bars
f) Local control switches
g) Indicators (LED type) as per requirement
h) All necessary auxiliaries for control and supervisory circuits, and other relays as required
i) All secondary wiring, terminal blocks, labeling and nameplates, sockets etc.
j) Coordination and provision of necessary contacts and/or ports for integration with
Remote Monitoring system
k) Any other item(s) not mentioned specifically but necessary for the satisfactory
completion of system will be in scope of supply.
Technical Requirements:
Location Indoor
No. of bus bars, 3-phase 1
Rated voltage , V As per the system configuration requirement
Rated frequency Hz 50 ± 0.5 Hz
Rated circuit breaker short circuit
breaking capacity
50 KA
Protection Class Min. IP 32 or better as per requirement of
location
Control voltage, DC Uninterrupted supply through power pack/UPS
with voltage level as per system requirement
Auxiliary AC supply, 3 phase 415 ± 10 %
Material of Bus bar Aluminum alloy / copper
Type of Earthing Solidly earthed
Codes and Standards
Shall comply with all the relevant standards, but not limited to the following:
Codes Description
IS/IEC 60529 Degrees of protection provided by enclosures (IP Code)
IEC 60439 / IS 8623 Low-voltage switchgear and control gear assemblies
IEC 60364 Low-voltage electrical installations
IS/IEC 60947 Low-voltage switchgear and control gear
IS 3072 Code of practice for installation and maintenance of
Switchgear
IS 3231 Electrical relays for power system protection
IS 13703 / IEC 60269 Low voltage fuses for voltage not exceeding 1000 V AC
or 1500 V DC - specification
IEC 61643 Low-voltage surge protective devices
IS 3043/IEEE 80 Code of practice for earthing
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 51 of 59
IS 14697 AC Static Transformer Operated Watt-hour and VAr-hour
Meters - Class 0.2 S and 0.5 S - Specification
IS 13010 AC Watt-hour Meters - Class 0.5, 1 and 2 - Specification
1.5. Battery Bank:
Technical Requirements:
o The batteries to be used for SPV application shall be of - Lead Acid type or Tubular
Gel type.
o Battery Bank voltage shall be 24V/48V/96V/120V/240V.
o Battery shall conform as per IEC 61427 and/or relevant IS specifications as per
MNRE requirements.
o The Battery should be warranted for a period of 5 years.
o Minimum 8 hours battery backup is required for lighting of tree and other surrounding
area.
Codes and Standards:
Shall comply to all the relevant standards, but not limited to the following:
Codes Description
IEC 61427 Secondary cells and batteries for renewable energy storage - General
requirements and methods of test - Part 1: Photovoltaic off-grid
applications
IS 1651 Stationary Cells and Batteries, Lead Acid Type (with Tubular positive
plates) - Specifications
IS 13369 Stationary Lead Acid Batteries (with Tubular positive plates) in monobloc
container - Specifications
IS 15549 Stationary valve regulated lead acid batteries - Specifications
IEEE 484 IEEE Recommended Practice for Installation Design and Installation of
Large Lead Storage Batteries for Generating Stations and Substations
IEEE 485 IEEE Recommended Practice for Sizing Lead-Acid Batteries for
Stationary Applications
IEEE 450 IEEE Recommended Practice for Maintenance, Testing and Replacement
of Large Lead Storage Batteries for Generating Stations and Substations
The batteries shall be suitable for recharging by means of solar modules via incremental /
open circuit regulators.
The ambient operating range for the batteries shall be -10ºC to +60°C.
1.6. Cabling:
The DC Cable shall be 1.5kV (DC) grade, heavy duty, compacted aluminium/copper
conductor, UV resistant XLPE insulated, PVC inner-sheathed, galvanized steel wire/strip
armored, fire/flame retardant low smoke FRLS PVC outer sheathed. The cables shall in
general conform to IS 7098 (Part-I).
The power cable shall be 1.1kV grade, heavy duty, stranded copper conductor, UV resistant
(for outdoors) PVC type-A insulated, galvanized steel wire/strip armored, fire/flame retardant
low smoke (FRLS) extruded PVC type ST-1 outer sheathed. The cables shall, in general,
conform to IS 1554 Part-I&II and other relevant standards.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 52 of 59
Control Cables: The cable shall be 1.1kV grade, heavy duty, stranded copper
conductor, PVC type-A insulated, galvanized steel wire/strip armored, flame retardant low
smoke (FRLS) extruded PVC type ST-1 outer sheathed. The cables shall, in general, conform
to IS 1554 Part-I & other relevant standards.
Technical Requirements:
o Solar cables must have TUV certification
o Straight through joints should be avoided.
o The cables shall have an ambient operating temperature range of -100C to +60
0C.
o Cable terminations shall be made with suitable cable lugs & sockets etc., crimped
properly and passed through brass compression type cable glands at the entry & exit
point of the cubicles.
o The cables shall be adequately insulated for the voltage required and shall be suitably
color coded for the required service.
o Cables must be selected so as to minimize the risk of earth faults and short-circuits.
All exposed DC cables must be flexible single core and must satisfy the above criteria.
o XLPE insulation shall be suitable for a continuous conductor temperature of 900C and
short circuit conductor temperature of 2500C.
o PVC insulation shall be suitable for continuous conductor temperature of 700C and
short circuit conductor temperature of 1600C.
o All the cables of size 50 mm² or higher shall be armoured, to fetch mechanical
protection of sheath, insulation and conductor as per site requirement.
o Cables are to be routed neatly in standard manner through GI perforated cable trays &
cable marker to be placed for future identification. Suitable cable tray or metal conduit
with proper support shall be provided and fastened in accordance with relevant
standards, industry codes and Indian Electricty Grid Code.
o Cable trays shall have standard width of 50mm, 100mm , 150 mm, 300 mm & 600
mm and standard lengths of 2.5 meter. Thickness of mild steel sheets used for
fabrication of cable trays and fittings shall be minimum 2 mm. The thickness of side
coupler plates shall be minimum 3 mm.
o For protection of unarmored cables, suitable conduits shall be provided.
o The switches/circuit breakers/connectors required should conform to IEC 60947 (Part-
I, II & III) or IS 60947 (Part-I, II & III) EN 50521.
Codes and Standards:
Codes Standards
TUV specification 2
Pfg 1169/08.2007
DC cable for photovoltaic system
IS 1554 (Part-I) Specification for PVC insulated (Heavy Duty) electric
cables: for working voltages up to and including 1100V
IS 1554 (Part-II) Specification for PVC insulated (Heavy Duty) electric
cables: for working voltages from 3.3kV up to and including
11kV
IS 3961 Recommended current rating for cables
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 53 of 59
IS 3975 Low carbon galvanized steel wires, formed wires and tapes
for armouring of cables – Specifications
IS 5831 PVC insulation and sheath of electrical cables
IS 7098 (Part-I) Specification for Cross linked polyethylene insulated PVC
sheathed cables for working voltage up to and including
1100V
IS 7098 (Part-II) Cross linked polyethylene insulated thermoplastic sheathed
cables for working voltages from 3.3kV up to and including
33kV
IS 7098 (Part-III) Cross linked polyethylene insulated thermoplastic sheathed
cables for working voltages from 66kV up to and including
220kV
IS 8130 Conductors for insulated electrical cables and flexible cords
IS 10810 Methods of test for cables
IEC 754 Test on gases evolved during combustion of materials from
electric cables
IEC 332 Tests on electric cables under fire conditions.
Part-3: Tests on bunched wires or cables (Category-B)
IS 10418 Specification for drums for electric cables
ASTM-D 2843 Standard test method for density of smoke from the burning
or decomposition of plastics
ASTM-D 2863 Standard method for measuring the minimum oxygen
concentration to support candle like combustion of plastics
(Oxygen Index)
Cabling on DC side of the system shall be as short as possible to minimize the voltage drop in
the wiring. Voltage drop on the DC side from PV panel to the inverter should not be more
than 2%. In the light of this fact, the cross-sectional area of the cable should be so chosen
such that the voltage drop introduced by it shall be within 2% of the system voltage at peak
power.
For the AC cabling from inverter/PCU to existing Feeder Bus, armored PVC insulated cables
shall be used. The sizing of cable shall be based on the maximum load flow considering the
voltage drop within the permissible limit of 3% and maximum short-circuit withstand
capability. The complete cable shall be laid through trench or tray (including preparation of
trenches and trays with manpower and material, if required) and proper arrangement shall be
made for end termination, glanding and lugging with supply of material.
Overload protection is to be provided. Design Overload capacity of 125% of continuous
rating for 10 sec has to be ensured. The principle aim for this protection is to reduce the over
voltage to a tolerable value before it reaches the PV or other subsystem components. The
source of over voltage can be lightning or any other atmospheric disturbance or internal
system disturbance.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 54 of 59
PART-II
1. TIME SCHEDULE
1.1. Commissioning of the full capacity within 3 (Three) months from the date of Letter of
Acceptance (LOA).
1.2. The time of commissioning/acceptance shall be inclusive of time for mobilisation,
engineering, approval of the design & other materials and intervening monsoon, if any.
2. WORK SCHEDULE
1. Upon award of work, the Contractor shall provide detailed work schedule to the Engineer-In-
Charge (EIC) covering all activities related to Design, supply, installation, testing and
commissioning falling under the scope of work.
3. Manufacturer’s warranty
1. The manufacturer's warranty for all bought out items shall be made available to the Owner
and shall be valid for the entire defect liability period. However, this does not absolve the
Contractor of his responsibilities under defect liability clause to perform in attending to the
defects noticed and rectifying these without any delay.
2. Manufacturer's/Contractor’s warranty, for any replaced item shall also be made available to
the Owner and shall be kept valid for the original warranty period.
3. The Contractor shall warrant that the goods supplied will be new and in accordance with the
Contract Documents and be free from defects in material and workmanship. The Contractor
shall further warrant that the Goods supplied under this contract shall have no defects arising
from design, material or workmanship or from any act or omission of the Contractor, which
may develop under normal use of the supplied goods in conditions obtaining in the country
of final destination.
4. The Contractor shall replace/ repair to the satisfaction of the Owner any defective parts in the
Goods of his own manufacture or those of his subcontractor’s under normal use and arising
solely from faulty design, materials and/or workmanship.
5. If it becomes necessary for the Contractor to replace or renew any defective equipment/
component/ part/ material of the Solar PV module (during the warranty period), the
provision of this Clause shall apply to items so replaced or renewed until the expiration of
defect liability period/warranty period, whichever is greater. If any defects are not remedied
within thirty (30) days from the date of notice by the Owner, Owner may proceed to do the
work at the Contractor’s risk and cost, but without prejudice to any other rights, which the
Owner may have against the Contractor in respect of such defects.
6. The repaired or new parts will be furnished and erected free of cost by the Contractor. If any
repair is carried out on his behalf at the Site, the Contractor shall bear the cost of such
repairs.
7. The cost of any special or general overhaul rendered necessary during the maintenance period
due to defects in the plant or defective work carried out by the Contractor, the same shall be
borne by the Contractor.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 55 of 59
8. The acceptance of the Goods by the Owner shall in no way relieve the Contractor of his
obligation under this clause.
9. Timely replacement/ repair of the defective part would be at contractor’s cost.
10. At the end of the warranty Period, the Contractor’s liability ceases except for latent defects.
11. The inverters/ PCUs shall be warranted for minimum 5 years from date of commissioning.
12. All photovoltaic modules should carry a linear performance warranty from second year. The
solar PV modules offered should not degrade more than 2.5% for first year and not more
than 0.7% from second year of its rated power. During the first 10 years and entire life span
of 25 years the solar modules should not degrade more than 10% and 20% of its rated power
respectively.
4. SCHEDULE OF RATES / BOQ
1. All the items of work mentioned in the SCHEDULE OF RATES / BOQ and covered by the
Contract shall be carried out as per the drawings, specifications and under the direction of
EIC and shall include all costs/expenses including equipment, labour, logistics, transport,
travel & stay arrangements, attending meetings, presentations at IOCL office, collection of
necessary data, other incidentals including supply of materials, etc. as may be necessary for
rendering the services in totality as per detailed technical specifications of the Tender. The
Contractor shall be and remain at all-time exclusively responsible to provide all material,
consumables, labour supervision, equipment tools machines, permits, licenses, casements
and facilities and other items and things whatsoever required for or in connection with the
work, included but not limited to those indicated by expression or implication in the
SCHEDULE OF RATES/BOQ, Technical Specification, approved designs, plans, drawings
and/or other Contract documents or howsoever otherwise required either for incorporation
within the permanent works or in relative to the execution and performance of the work.
2. The rates stated in the SCHEDULE OF RATES / BOQ shall not be subject to escalation or
increase on any account whatsoever, other than new taxes, duties, levies etc. imposed by
Central or State Government subsequent to submission of the bid.
3. Complete contents of the Price Bid/ SOR shall be made available in the un-priced offer with
the words "Quoted" (but not the actual prices) at the places wherever prices are there in the
priced part of offer. If the price quote is made in the un-priced offer, the bid shall be liable
for rejection.
4. The Bidder shall quote prices for the total services.
5. It will be the responsibility of the bidder to supply all materials/Equipments required for
completion of work as per contract, irrespective of whether all items are identified in
Schedule of Rates/ BOQ.
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 56 of 59
5. TERMS OF PAYMENT
The IOCL shall pay the Contractor in the following manner and at the following times, on the
basis of the Price Breakdown given. Application for payment in respect of part deliveries may
be made by the Contractor as work proceed.
% of contract price
of SOR /BOQ item
Milestone
Sixty Percent (60%) On receipt, physical inspection, certification and
acceptance of complete equipment/material at site.
Ten percent (30%) On successful installation & testing.
Ten percent (10%) On successful commissioning & handing over to IOCL.
-------X------
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 57 of 59
Appendix –XV to ITB
Preamble To Schedule of Rates
1. The schedule of rates shall be read with all other sections of this tender document.
2. The bidders shall be deemed to have visited the site and studied the specifications and details of works to be done within the time schedule and to have acquainted himself of the conditions prevailing at site.
3. The work fronts may be made available progressively at site. All the work shall be carried out without disturbing the occupant/functioning of the township & as per direction of the Engineer-in-charge and no compensation whatsoever shall be allowed on this account.
4. The quantities shown against the various items are only approximate. As per requirement, the value of the work executed and the quantity of any item may vary up to any extent in course of execution and no claim for compensation in the eventuality of variation shall be entertained at all.
5. Tenderers are advised to submit quotation strictly based on terms & conditions and specifications in the tender documents and not to stipulate any deviations.
6. All items of work mentioned in the Schedule of Rates shall be carried out as per the specifications and instructions of Engineer-in-Charge and the rates are inclusive of material, consumable, labour, supervision, tools and tackles.
7. The Tenderer must ensure to quote their percentage/ item rate up to two decimal places and the total amount shall be automatically rounded off in BoQ.
8. The rates of the items quoted in the “Schedule of Rates” (BoQ) shall be inclusive of all taxes, duties etc. excluding Service Tax & Cess on Service Tax, which shall be paid extra as applicable / opted.
9. After quoting of percentage/item rate by the bidder, the Total Quoted Amount shall be automatically calculated and reflected at the bottom of the “Schedule of Rates” (BoQ). Percentage rate to be filled by the bidder shall be up to 2 decimal places. The percentage rate quoted by the bidder on overall basis shall be deemed to have been quoted in the same percentage rate on all the items individually and payment for each item executed shall be made based on estimated rate of (BoQ) and considering quoted percentage by the bidder.
-------X------
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 58 of 59
Appendix –XVI to ITB
Sample BoQ
SAMPLE BID OF QUOTATION
(Rate Not To Be Quoted Here)
Tender no – IIPMCC6065 for “Design, supply, installation and commissioning of solar tree (5KW) at IiPM, Gurgaon”
Page 59 of 59
Item Rate BoQ
Tender Inviting Authority: Deputy General Manager (Maint. & Contracts)
Name of Work: Design, Supply, Installation and commissioning of solar tree (5KW) at IiPM, Gurgaon
Contract No: IIPMCC6065
Name of the Bidder/ Bidding Firm / Company :
PRICE SCHEDULE (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this
tender. Bidders are allowed to enter the Bidder Name and Values only ) The quoted prices shall be deemed to be inclusive of all Taxes, Duties, Octroi, Levies etc.
excluding Service Tax , which shall be paid extra as opted in Appendix- VII to ITB and / applicable.
Sl. No.
Item Description Quantity Units BASIC RATE In Figures To be entered by
the Bidder Rs. P
TOTAL AMOUNT Without Taxes in
Rs. P
TOTAL AMOUNT In Words
1 Eco Friendly Lighting Tree
1.01 Eco Friendly Lighting Tree (For details go through Special Conditions of Contract)
1.000 EA
0.00 INR Zero Only
Total in Figures
0.00 INR Zero Only
Quoted Rate in Words
INR Zero Only