Bihar EOI for Solar Manufacturing Units
Bihar EOI for Solar Manufacturing Units
For
Panchayati Raj Department (PRD), Govt. of Bihar vide resolution Memo No- 5465 Dtd- 17-09-2021 had
nominated/ authorized “Bihar Renewable Energy Development Agency (BREDA, a Govt. agency under Energy
Department)” as PRD’s technical consultant agency for the project “Mukhyamantri Gramin Solar Street Light
Yojana” and accordingly BREDA has initiated this Expression of Interest (EoI) for the empanelment of
Manufacturers of Luminary, Battery and Solar PV module.
WHEREAS, Bihar Renewable Energy Development Agency, a Government Agency under Energy Department,
Government of Bihar (hereinafter called “BREDA”) invites Bids through Expression of Interest (EoI) from the
Bidders fulfilling the Minimum Eligibility Criteria specified hereunder for Expression of Interest (EOI) for
“Empanelment of Manufacturers of Luminary, Lithium Battery and Solar PV module for setting up
manufacturing unit /Assembly Unit/ Plant in the state of Bihar”. All the bidders who shall meet the minimum
eligibility criteria shall be granted provisional empanelment and shall later be eligible for receiving the preferential
procurement incentives.
The Bidder should meet the following Minimum Eligibility Criteria in order to be eligible for participating in this
EoI:
Failing to setup the unit within 6 months from the date of Provisional Empanelment the Manufacturer
may be delisted from the list of provisional manufacturers and BREDA shall initiate appropriate
action as deemed fit.
A Local Manufacturer of Bihar who has a Manufacturing Unit/ Assembly Unit/ Plant in the state of
Bihar for SPV Module 10 MW of SPV module per year along with Luminary / Li-Battery for a
capacity not less than 25000 nos. and valid GST of Bihar shall also be eligible to participate, provided
the firm fulfills all the criteria. The MAAT has to be fulfilled as detailed below:
10 Solar PV module Lithium Batteries Luminaries
10 Crore 5 Crore 5 Crore
(The bidder should submit Audited Financial Statement with Income Tax Return (ITR)for last 3 years
(i.e., FY-18-19, 19-20 and 20-21) to this effect).
Any entity willing to set up an automatic Manufacturing Unit/ Assembly Unit/ PLANT for the
production of either Module and Battery/ Luminary or all the Three components in the state of Bihar
for SPV Module for a capacity not less than 25 MW per year along with Luminary / Li-Battery for
a capacity not less than 50000 nos. of luminary/ Li-Battery and meeting eligibility criteria Sl. No. 1,
6, 7, 8, 9 and having Bihar Factory License, valid GST of Bihar shall also be eligible to participate,
11
provided the firm fulfills all the criteria. The entity has to submit relevant BIS License/ Certificate
within 60 days of shortlisting/ Provisional Empanelment.
Failing to setup the unit within 6 months from the date of provisional empanelment the
manufacturer may be delisted from the list of provisional manufacturers and BREDA shall initiate
appropriate action as deemed fit.
The following certificates should be mandatorily submitted for the respective categories of the application
by the manufacturers.
Solar Module Lithium Battery Luminary
BIS 14286 BMS LM 80
IEC 61215 IS 16046-Part 2 LM 79-08
IEC 61730-1 and IEC 61730-2 IS 16047 Part 3 IS 10322 Part 5 Sec 3
NOTE:
Module Manufacturer should get empaneled in the ALMM List-I, being published by MNRE time to
time.
Bid Information
Sl. No. Activity Duration
1. Online Download date of Tender documents Upto 04/08/2022 (12:00 Hrs) (www.eproc2.bihar.gov.in)
Cost of Bidding Document 1. Non-Refundable Cost of Bidding Document Fee of INR
(Submission of cost of bidding document is 29,500.00 including 18% GST to be paid through (Internet
mandatory for all bidders (No exemption for Payment Gateway (IPG), Challan).
2 MSME/ SSI / NSIC registered agency.) 2. E-tender Processing Charges of Rs. 590/- to be paid
through online mode i.e. internet payment gateway
(Debit/credit card, Net banking, NEFT, RTGS).
07/07/2022 at 11.00 Hrs. (Bihar Renewable Energy
3. Pre-Bid Conference Development Agency”, 2nd Floor, Vidyut Bhawan,
Building No.2, Bailey Road, Patna – 800021. Bihar, India.)
4. Last Date/ Time for online submission/ 04/08/2022 up to 23:30 Hrs. (www.eproc2.bihar.gov.in)
uploading of offer/Bid
Last Date of Submission of Proof of Cost of 05/08/2022 at 14:00 Hrs (Bihar Renewable Energy
5. Bidding Document Fee, Earnest Money Deposit Development Agency”, 2nd Floor, Vidyut Bhawan,
(EMD) Fee and Tender Document in Hard Copy Building No.2, Bailey Road, Patna – 800021. Bihar, India.)
in Original.
6. Date & Time for Opening of Technical Bid 05/08/2022 at 15:30 Hrs. (www.eproc2.bihar.gov.in)
7. Validity of Bid 180 days from the date of opening of Technical Bid.
Earnest Money Deposit (EMD): - (Submission
of EMD of bidding document is mandatory for
8. all bidder (No exemption for MSME/ SSI /
NSIC registered agency). INR 10,00,000.00 (Ten Lakh only)
The submitted EMD would be returned on Earnest Money Deposit (EMD) to be paid through Internet
submission of Registration Fee (Non- Refundable) Payment Gateway (IPG).
and successful installation of all the necessary
equipments/ machinery required for the
production and equipment required for in-house
testing of their produced materials and finished
products.
Bid documents which include Eligibility criteria, “Technical Specifications”, various conditions of contract, formats,
etc. can be downloaded from website www.eproc2.bihar.gov.in. Any amendment (s) / corrigendum / clarifications
with respect to this Bid shall be uploaded on www.eproc2.bihar.gov.inwebsite only and shall be part of the Bid
Document.
The Bidder should regularly follow up for any Amendment / Corrigendum / Clarification on the above website.
1. Bidders are required to submit the documentary proof for the minimum eligibility criteria as mentioned
above.
2. Notwithstanding anything stated above, BREDA reserves the right to assess the capabilities and capacity of the
Bidder to perform the Contract, the circumstances warrant such assessment in the overall interest of BREDA.
3. All documents must be received by BREDA not later than the time and date stated in the Invitation for
Bid (IFB). Each Envelopes should be duly sealed, stamped and marked with EoI Number and should be
subscribed on the envelope as “Empanelment of Manufacturers of Luminary, Battery and Solar PV
module for setting up manufacturing unit /Assembly Unit/PLANT in the state of Bihar”.
4. All formats and relevant documents as required in the EOI shall be spiral bind and should be flagged
along with indexing and page number with proper seal & signature on each page. Details of flag should
be mentioned in the covering letter. Hardcopy of documents is for just cross verification of documents
uploaded on EPROC 2, but for evaluation, final will be the softcopy of uploaded documents on e-Proc-2
website.
5. For support related to e-tendering process, bidders may contact at following address “e- Procurement HELP
DESK, mjunction services limited RJ Complex, 2nd Floor, Canara Bank Campus, Khajpura, Ashiana Road, P.S.
- Shastri Nagar, Patna 800 014, Bihar, Contact No: 1800 572 6571”. Vendor may visit www.eproc2.bihar.gov.in.
6. Detailed NIT/EOI can be seen at website- www.eproc2.bihar.gov.in or www.breda.bih.nic.in
7. For participating in e-tendering process, the bidder shall have to get them registered to get used ID, Password
and digital signature. This will enable them to access the website https://eproc2.bihar.gov.in and
download/participate in e-tender. Those whose are not registered in e-tendering systems, they may contact “e-
Procurement HELP DESK, “Toll Free Number: 1800 572 6571, Email Id: [email protected],
Working Hours: 8AM to 7PM (All days in week except few selected state holidays), eProc 2.0 Help Desk
Address: mjunction services limited RJ Complex, 2nd Floor, Canara Bank Campus, Khajpura, Ashiana Road,
P.S. - Shastri Nagar, Patna 800 014, Bihar” for registration.
8. BREDA will not be responsible, in case of any delay, due to any reason whatsoever, in receipt of Bid Documents.
9. The BREDA reserves the right to reject any or all Bids or cancel/withdraw the EoI without assigning any reason
whatsoever and in such case, no Bidder/ intending Bidder shall have any claim arising out of such action.
10. BREDA intends to undertake a competitive bidding process in order to shortlist and qualify suitable Bidder,
who shall be eligible for evaluation of their proposal towards selection of the successful bidder in terms of the
EoI for award of the project.
11. Essential Requirement
In the unlikely event of the server for www.eproc2.bihar.gov.in being down for more than two consecutive
hours (in the period from midnight to closing time for receipt of tenders) on the last date of receiving of bid,
the last date of the same shall be extended by concerned authority only to the next working day till the last
receiving time stipulated in the original EOI.
The bidders are requested to check their file size of uploaded documents at the time of submission & they
should ensure that work file is uploaded. If they feel that the complete file is not uploaded then they should
click on cancel & update the same before submission. The bidders should satisfy themselves of download
ability/ visibility of the scanned & uploaded file by them.
The bidders must use MS Office- 2003 version. File size should be less than 5MB and should be in M.S
word, M.S Excel, PDF and JPEG Formats.
No claim shall be entertained on account of disruption of internet service being used by bidders. Bidders are
advised to upload their bids well in advance to avoid last hour’s technical snags.
In exceptional circumstances, the competent authority, BREDA may solicit the Bidder’s consent to an
extension of the period of validity.
Bids that are rejected during the bid opening process shall not be considered for further evaluation,
irrespective of the circumstances.
The bidders shall submit their eligibility and qualification details, financial bid etc., in the online standard
formats given for respective tenders in e-Procurement website (www.eproc2.bihar.gov.in) at the respective
stage only.
The bidders shall upload the scanned copies of all the relevant certificates, documents etc., in support of their
eligibility criteria and other certificate /documents in the e-Procurement website.
The bidder shall sign on the all supporting statements, documents, certificates, uploaded on EPROC 2 by
him, owning responsibility for their correctness /authenticity.
Corrigendum/ Addendum, if any, will be published on the website itself.
EOI are to be submitted in hard copy along with required documents at the following address:
Bihar Renewable Energy Development Agency
(A Govt. Agency under Energy Department)
2nd Floor, Vidyut Bhawan, Building No.2, Bailey Road,
Patna – 800021. Bihar, India.
Tel: 0612-2505734 Fax: 0612-2505572 Toll Free No: 18003456204
Website: www.breda.bih.nic.in
Assistant Director,
BREDA, Patna
DISCLAIMER
2. An applicable law shall be construed as reference to such applicable law including its amendments or re-
enactments from time to time.
3. A time of day shall save as otherwise provided in any agreement(s) or document(s) be construed as a
reference to Indian Standard Time.
4. Different parts of this contract are to be taken as mutually explanatory and supplementary to each other
and if there is any differentiation between or among the parts of this contract, they shall be interpreted in a
harmonious manner so as to give effect to each part.
5. The table of contents and any headings or sub headings in the contract has been inserted for case of
reference only & shall not affect the interpretation of the agreement to be signed between Manufacturer
and BREDA for compliance on fulfillment of terms & conditions of this EoI.
SECTION - 1
INSTRUCTIONS TO BIDDERS (ITB)
1.1 Scope of Work
1.1.1 The Scope of work to setting up Manufacturing unit /Assembly Unit/ Plant in the state of Bihar for
any size of Luminary, Battery and Solar PV module but preferably meeting the material requirements of
Mukhyamantri Gramin Solar Street Light Yojana.
(A) Envelope- I (Proof of Cost of Bidding Document Fee & Earnest Money Deposit (EMD))
i. Proof of Cost of Bidding Document fee @ Rs. 29,500/- (Including 18% GST) to be paid through
(Internet Payment Gateway (IPG), Challan).
ii. Earnest Money Deposit (EMD)INR 10,00,000/- (Ten Lakh only) to be paid through Internet Payment
Gateway (IPG).
Note: All formats and relevant documents as required in the EOI shall be spiral bind and should
be flagged along with indexing and page number with proper seal & signature on each
page. Details of flag should be mentioned in the covering letter
1.12 BREDA’s Right to Accept any Bid, and to Reject any or all Bids
1.2.1 BREDA reserves the right to accept or reject any Bid and to annul the Bidding process or reject all Bids
at any time, without thereby incurring any liability to Bidders. In case of annulment, Bid Securities shall
be returned to the Bidders.
1.13 Empanelment of Successful Bidder
1.2.1 BREDA shall Provisionally empanel the Successful Bidder whose qualify the technical bid. and after
setting of manufacturing unit/ Assembling Unit/ Plant within 06 month from the date of notification of
empanelment or start of production in Bihar whichever is earlier. The manufacturer will be empaneled as
manufacturer for supply of such manufactured product.
1.14 Signing of Empanelment Agreement (to be signed between Successful Bidders and BREDA for
compliance on fulfillment of terms & conditions of this EoI)
1.2.1 Within Seven (07) days after intimation by BREDA for the signing of Agreement for empanelment, the
Successful Bidder shall sign with date and stamp the Agreement with BREDA. The Agreement shall be
executed on at least 1000 INR Non- Judicial Stamp Paper purchased in BIHAR.
1.15 Registration Fee (Non- Refundable)
1.2.1 The Successful Bidder has to furnish the Registration Fee (Non- Refundable) prior to signing of
empanelment agreement:
a. INR 5,00,000.00 (Five Lakh) for Solar PV Module.
b. INR 3,00,000.00 (Three Lakh) for Lithium Battery.
c. INR 2,00,000.00 (Two Lakh) for Luminary.
NOTE: -
To be paid through (Demand Draft (DD) in favor of “Bihar Renewable Energy Development Agency" payable
at “Patna”.
SECTION – 2
2.1.1 The BREDA may carry out a detailed evaluation in order to determine whether the technical aspects are
in accordance with the requirements set forth in the Technical Specification aspects are in conformity
with the Bidding Documents. In order to reach such a determination, the BREDA will examine and
compare the technical aspects of the Bids on the basis of the information supplied by the Bidders, taking
into account the following factors:
(a) Overall completeness and compliance with the Technical Specifications, suitability of the
facilities offered in relation to the environmental and climatic conditions prevailing at the site;
and quality, function and operation of any process control concept included in the Bid. The Bid
that does not meet acceptable standards of completeness, consistency and details will be rejected
for non-responsiveness
(b) Any other relevant factors, if any, that the BREDA deems necessary or prudent to take into
consideration.
(c) Compliance with the time schedule as specified in the Bidding Documents.
2.1.2 BREDA will examine the Bids to determine whether they are complete, whether required securities have
been furnished, whether the documents have been properly signed and whether the Bids are generally in
order.
2.1.3 Prior to the detailed evaluation, BREDA will determine whether each Bid is generally complete,
acceptable and is substantially responsive to the Bidding Documents. BREDA's determination of a Bid's
responsiveness is to be based on the contents of the Bid itself without recourse to extrinsic evidence. If a
Bid is not substantially responsive, it will be rejected by BREDA, and may not subsequently be made
responsive by the Bidder by correction of the nonconformity.
2.1.4 BREDA reserves the right to seek clarifications/ information/ document considered necessary during
examination/ evaluation of the Bids submitted and the same shall be furnished by the Bidder within the
date and time specified by BREDA. Any clarification submitted by a Bidder that is not in response to a
request by BREDA shall not be considered. BREDA request for clarification and the response shall be in
writing. If a Bidder does not provide clarifications of its Bid by the date and time set in BREDA’s request
for clarification, its Bid may be rejected.
SECTION - 3
3.2 Amendment
3.2.1 No amendment or other variation of the Contract shall be effective unless it is in writing, is dated,
expressly refers to the Contract, and is signed by a duly authorized representative of each Party hereto.
3.8 Guarantees
3.8.1 The Manufacturer shall give proper guarantee of the manufactured product in Bihar as per the
best industries practices.
Covering Letter
(On the Bidder’s Letter Head):
From:
To:
Director,
Bihar Renewable Energy Development Agency (BREDA),
(A Government Agency under Energy Department),
2nd Floor, “Vidyut Bhawan”,
Building No- II, Baily Road
Patna – 800001 (Bihar)
Sub: Empanelment of Manufacturers of Luminary, Battery and Solar PV module for setting up
manufacturing unit /Assembly Unit/ Plant in the state of Bihar.
Sir,
In response to your above referred EoI, we hereby submit our Bid for “Empanelment of Manufacturers of
Luminary, Battery and Solar PV module for setting up manufacturing unit /Assembly Unit/ Plant in the
state of Bihar” in compliance with terms & conditions of the Bidding Documents referred to therein. A copy of
the Bidding Document, duly signed on each page is also submitted as a proof of our acceptance of all specifications
as well as Terms and Conditions therein. We have submitted the documents as per Checklist along with requisite
amount of Bid Security (EMD) in the form of Bank Guarantee (BG) from a Nationalized/Scheduled Commercial
Bank.
Signature_____________________
Designation ____________________
Date ________________________
Format 3
To:
Director,
Bihar Renewable Energy Development Agency (BREDA),
(A Government Agency under Energy Department),
2nd Floor, “Vidyut Bhawan”,
Building No- II, Baily Road
Patna – 800001 (Bihar)
Sir,
The Letter of Authorization/ Board Resolution/ Power of Attorney to sign the Bid & furnish
information/clarification, data and documents, execution of Agreement/ Contract Agreement/ Any document
related to the bid as requested by BREDA, on behalf of the Bidder is enclosed herewith:
Signature_____________________
Designation ___________________
Date ________________________
Format 4
(On the Letter Head of the Charted Accountant)
The above manufacturing capacity has been compiled and verified from relevant records produced to us.
UDIN No.__________________________
Date______________________
Signature_____________________
Seal_______________________
Format 5
2018-19
2019-20
2020-21
UDIN No.__________________________
Date______________________
Signature_____________________
Seal_______________________
Format 6
Name:
Designation:
Seal:
Format 7
AGREEMENT
BETWEEN
AND
Manufacturer of ________________
M/s _______________
______________________________
______________________________
Agreement No. - Date: -
AGREEMENT
This Agreement is made on this day ___ of _____ month of year 2022, between Bihar Renewable Energy
Development Agency (BREDA), registered under Societies Registration act 1860, having its office at 2nd Floor,
“Vidyut Bhawan-2”, Bailey Road, Patna – 800021 (Bihar) (hereinafter referred to as First Party, whose expression
shall, unless repugnant to the context or meaning thereof, include its successors, administrators and assignees) will
be the FIRST PARTY
AND
WHEREAS, Panchayati Raj Department, Government of Bihar (GoB) vide Letter No- 7531 Dtd- 24-11-2020 &
Memo No- 1882 Dtd- 18-03-2021 as well as resolution as content under Memo No- 5465 Dtd- 17-09-2021 issued
under the signature of Principle Secretary, Panchayati Raj Department, GoB has nominated “Bihar Renewable Energy
Development Agency (BREDA)”, a Govt. agency under Energy Department, Govt. of Bihar as its technical consultant
agency for the project.
WHEREAS the SECOND PARTY agreed to manufacture and supply the _______________________ to be
supplied to the Executing Agency for the Installation & Commissioning along with Five (5) Years CMC
empanelled by FIRST PARTY for the project namely, “Mukhya Mantri Gramin Solar Street Light Yojana”.
1. DEFINITIONS:
a. “Agreement” shall mean this Agreement along with all Annexure.
b. “CMC” shall mean Comprehensive Maintenance Contract.
c. “Executing Agency” shall mean, for the purpose of this agreement, any company who shall be empaneled
by the First Party for the purpose of installation & 5 Years Maintenance Solar Street Light System under the
project Mukhya Mantri Gramin Solar Street Light Yojana.
d. “Effective Date” shall mean the date on which this Agreement is signed by both parties hereto.
e. “Product” shall mean minimum 20-Watt Luminaries. In case of any inevitable change made in the
aforesaid specification in future, the same will be communicated by notification/order issued for such
purpose by the FIRST PARTY, as the case may be.
f. “Project” shall mean “Mukhya Mantri Gramin Solar Street Light Yojana”
g. “State Government” shall mean the Government of Bihar.
h. “Technical Specification” shall mean specification of the product to be allowed under this Agreement, as
declared by FIRST PARTY and the SECOND PARTY shall give certification of product which ensures the
quality of product under said specification.
i. The words “include” and “including” are to be construed without limitation and shall be deemed to be
followed by “without limitation” or “but not limited to” whether or not they are followed by such phrases;
3. PERIOD OF AGREEMENT:
This Agreement shall come into force from the effective date and shall be valid for a period of two years thereof.
Performance of the SECOND PARTY shall be reviewed by the FIRST PARTY annually. Extension beyond
two years may be allowed by FIRST PARTY in case such requirement arises. If any performance parameter is
found to be affected by any Force Majeure event, the same shall be consider by the first Party.
4. QUALITY ASSURANCE
4.1 Quality of the product must be complied with the technical specification specified by FIRST PARTY.
4.2 The SECOND PARTY assures to supply the Executing Agency the _________________ which shall be as per
the technical specification specified by the FIRST PARTY.
4.3 The SECOND PARTY will provide certificate to the Executing Agency for quality assurance of the product including
the warranty agreement for 5 years from the date of supply with appropriate product specification, dimension and
Operation & Maintenance (O&M) manual of the product.
5. SUSPENSION OF AGREEMENT:
5.1 Notwithstanding other provisions of this Agreement, if SECOND PARTY does not provide the quality product
as specified by FIRST PARTY under the project, the agreement will remain suspended after a notice to the
SECOND PARTY till the SECOND PARTY provides the quality products as specified by FIRST PARTY
within the period stipulated by FIRST PARTY in this regard. However, the obligations of SECOND PARTY
under this Agreement shall fully remain in force.
5.2 In the event of suspension of such supplies, pursuant to this Clause, the FIRST PARTY shall have the right to
continue the suspension or debar/ blacklist or terminate the Agreement as required.
8. TERMINATION OF AGREEMENT:
This Agreement may be terminated in the manner and subject to the conditions detailed herein below:
8.1 Automatically, in the event of the project is withdrawn or cancelled by the Government of Bihar in
such event the FIRST PARTY shall not in any way liable to pay any compensation or damages or any
amount whatsoever to the SECOND PARTY.
8.2 In case of any discrepancies of product quality is observed.
8.3 Misconduct or misbehavior by SECOND PARTY or their representative at any time.
8.4 By mutual consent of either party by providing prior written notice period (90 days), where any Party
is rendered wholly or partially unable to perform its obligations under thisAgreement because of a
Force Majeure Act, as described in Clause 13 below; and such inability to perform lasts for not less
than a total of 90 days in any continuous period of 180 days, In such event, the termination shall take
effect on expiry of the notice period of 90 days, and the Parties shall be absolved of all rights/ obligations
under this Agreement,save those that had already accrued as on the effective date of termination.
8.5 Termination of this Agreement shall be without prejudice to the accrued rights and obligations of
either Party as at immediately prior to the termination. On termination of the Agreement, State
Government shall be duly informed by the Party terminating the Agreement, of such termination.
10. MISCELLANEOUS:
10.1 FIRST PARTY, on its own discretion or any complaint received, reserves the right to inspect any
components/products used in installed solar street lights at any time without informing the concerned
SECOND PARTY. Such type of inspection may be carried out by FIRST PARTY or by a Third-Party
inspection agency authorized by either FIRST PARTY or Panchayati Raj Deptt., Govt. of Bihar. If during
such inspection the performance of the system fails prescribed specifications as provided by system
executing agency then FIRST PARTY will send such assembly/products to designated NABL approved
Labs for ascertaining the cause of such lags in performance/failures on the cost of SECOND PARTY. In
such cases, all associated costs for carrying out such inspections/tests as mentioned above shall be borne
by the concerned SECOND PARTYs.
10.2 The SECOND PARTY will submit all the reports/ certificates/ affidavits and/ or information as requiredby
FIRST PARTY from time to time. Non-submission of the same within prescribed time may result into
suitable action including suspension of supply or termination of Agreement.
10.3 Amendment: This Agreement cannot be amended or modified except by prior written consent of the
Parties. However, if required, supplementary agreement will be executed for any modification.
10.4 Entirety: This Agreement and the Schedules, and such documents attached or referred hereto are
intended by the Parties as the final expression of their Agreement and are intended also as a complete
and exclusive statement of the terms of their Agreement. Allprior written or oral understandings, offers
or other communications of every kind pertaining to the matters contained in this Agreement are
hereby abrogated and withdrawn.
10.5 FIRST PARTY or his representative/s nominated for the purpose shall be authorized to act for and on
behalf of the FIRST PARTY. FIRST PARTY reserve the right to interpret any clause mentioned in this
agreement & FIRST PARTY decision will be final.
10.6 It shall be the responsibility of the Parties to ensure that any change in the address for service or in the
particulars of the designated representative and their offices is notified to the other Party.
10.7 All notices under this Agreement shall be made in writing and shall be in English language only.
Witness-1
(Bihar Renewable Energy Development
Agency)
(FIRST PARTY)
(Authorized Person Name)
(Company Seal)
Witness-2
(Manufacturer)
(SECOND PARTY)
(Company Seal)