Design, Supply, Installation & Commissioning of SPV Water Pumping...

67
1 e-TENDER DOCUMENT Design, Supply, Installation & Commissioning of SPV Water Pumping Systems in Andhra Pradesh State Under Off grid and Decentralized Solar Applications of JNNSM, MNRE, GOI. NAME OF FIRM: ............................................................. Tender Notice No: NREDCAP/SE/SPV Pumps/2016/Dated: 30 -04-2016 Bid Closing Date: 21-05-2016 at 17.00 Hrs NEW AND RENEWABLE ENERGY DEVELOPMENT CORPORATION of A. P. LTD. (NREDCAP) 5-8-207/2, PISGAH COMPLEX, NAMPALLY HYDERABAD- 500 001 TEL: 040-23202391, 23203376 FAX : 040-23201666 Website: www.nedcap.gov.in

Transcript of Design, Supply, Installation & Commissioning of SPV Water Pumping...

Page 1: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

1

e-TENDER DOCUMENT

Design, Supply, Installation & Commissioning

of

SPV Water Pumping Systems in Andhra Pradesh State

Under

Off – grid and Decentralized Solar Applications

of JNNSM, MNRE, GOI.

NAME OF FIRM: .............................................................

Tender Notice No:

NREDCAP/SE/SPV Pumps/2016/Dated: 30 -04-2016

Bid Closing Date: 21-05-2016 at 17.00 Hrs

NEW AND RENEWABLE ENERGY

DEVELOPMENT CORPORATION of A. P. LTD. (NREDCAP)

5-8-207/2, PISGAH COMPLEX, NAMPALLY HYDERABAD- 500 001

TEL: 040-23202391, 23203376

FAX : 040-23201666

Website: www.nedcap.gov.in

Page 2: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

2

DISCLAIMER 1) The Tender Bid document is not transferable.

2) This Bid document is issued by New & Renewable Energy Development Corporation of

AP Ltd (NREDCAP).

3) The Bid document is not a prospectus or offer on invitation to the public in relation to the

sale of shares, debentures or securities, nor shall this bid document or any part of it form

the basis of or be relied upon in any way in connection with, any contract relating to any

shares, debentures or securities.

4) In considering an investment, if any, in the proposed Project, each recipient should make

its own independent assessment and seek its own professional, technical, financial and

legal advice.

5) Whilst the information in this Bid document has been prepared in good faith, it is not and

does not purport to be comprehensive or to have been independently verified. Neither

NREDCAP nor any of their officers or employees, nor any of their advisers nor

consultants, accept any liability or responsibility for the accuracy, reasonableness or

completeness of, or for any errors, omissions or misstatements, negligent or otherwise,

relating to the proposed Project, or makes any representation or warranty, express or

implied, with respect to the information contained in this document or on which this

document is based or with respect to any written or oral information made or to be made

available to any of the recipients or their professional advisers and, so far as permitted by

law and except in the case of fraudulent misrepresentation by the party concerned, and

liability therefore is hereby expressly disclaimed.

6) The information contained in this document is selective and is subject to updating,

expansion, revision and amendment issued before due date. It does not, and does not

purport to, contain all the information that a recipient may require. Neither NREDCAP

nor any of their officers, employees nor any of its advisors nor consultants undertakes to

provide any recipient with access to any additional information or to update the

information in this document or to correct any inaccuracies therein which may become

apparent. Each recipient must conduct its own analysis of the information contained in

this document or to correct any inaccuracies therein that may contained in this document

and is advised to carry out its own investigation into the proposed Project, the legislative

and regulatory regime which applies thereto and by and all matters pertinent to the

proposed Project and to seek its own professional advice on the legal, financial,

regulatory and taxation consequences of entering into any agreement or arrangement

relating to the proposed Project.

7) This bid document, if includes certain statements, estimates, projections, designs, targets

and forecasts with respect to the Project, such statements, estimates, projections, targets

and forecasts, designs reflect various assumptions made by the management, officers and

employees of NREDCAP, which assumptions (and the base information on which they

are made) may or may not prove to be correct. No representation or warranty is given as

to the reasonableness of forecasts or the assumptions on which they may be based and

nothing in this document is, or should be relied on as a promise, representation or

warranty.

Authorised Person: The VC & Managing Director, NREDCAP

Address: 5-8-207/2, Pisgah Complex, Nampally, Hyderabad 500 001

Tel: 040-23202391 . 23202262

Fax: 040 - 23201666

Email: [email protected];[email protected];

Place: Hyderabad

Date:30-04-2016

Page 3: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

3

Information pertaining to Bid submission via e-Procurement platform 1. Issue of Bid document

The detailed terms and conditions for qualification of the Bidders and for Bid submission are indicated in the bid document. All those interested in obtaining the bid document may download from https://tender.eProcurement.gov.in. Please visit https://tender.eProcurement.gov.in for details regarding online submission of the bid document

Bidders are required to procure a Digital Signature Certificate from any Certifying Authorities (CA) in India from the list mentioned in the below URL: https:// tender.eprocurement.gov.in / DigitalCertificate/signature.html. The Digital Signature Certificate is mandatory for participation in e-Procurement. The Bids can be submitted only upon logging-in with the Digital Signature Certificate in the e-Procurement portal. The bidder would be required to register on the e-Procurement market place www.e-Procurement.gov.in or https://tender.e-Procurement.gov.in and submit their bids online. Offline bids shall not be entertained by the Authorized Representative for the tenders published in the e-Procurement platform. The bidders shall submit their eligibility and qualification details, Technical bid, Financial bid etc., in the standard formats displayed in e-Procurement web site. The bidders shall upload the scanned copies of all the relevant certificates, documents etc., in support of their eligibility criteria/Technical bids and other certificate/documents in the e-Procurement web site. The bidder shall sign on the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity.

2. Receipt and Opening of Bid:

Bid must be submitted at the website mentioned in the Bid document on or before dt.21.05.2016 (last date of submission of Bid) 17.00 hours (IST). If it is a public holiday on the last date for submission of the Bid, the submission and the receipt of the Bid shall be on the next working day. The Technical Bid and the Financial Bid shall be opened as per the time schedule given in the Bid document. The Authorized Representative shall abide by the Government Orders G.O. Ms. No. 174, Dt: 01-09-2008, G.O. Ms. No. 11, Dt: 01-07-2003, G.O. Ms. No.4, Dt: 17-02-2005, G.O. Ms. No. 6, Dt: 28-02-2005, G.O. Ms. No. 6, Dt: 11-1-2005 and G.O. Ms. No. Dt: 30-12-2005, while conducting the e-Procurement process. The Bidders are requested to read these orders available at https://tender.e-Procurement.gov.in/html/download.asp

3. Payment of Transaction Fee:

It is mandatory for all the participant bidders from 1st January 2006 to electronically pay a Non-refundable Transaction fee. The Transaction Fee payable for this Tender is of INR 10,000 to MD APTS., the service provider through "Payment Gateway Service on E-Procurement platform". The Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net Banking of ICICI Bank, HDFC, Axis Bank to facilitate the transaction. This is in compliance as per G.O.Ms. 13 dated 07.05.2006. A service tax of 14.5% (or as in force) + Bank Charges for Credit Card Transaction of 2.09% on the transaction amount payable to MD APTS. shall be applicable.

Page 4: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

4

4. Nodal Person for enquiries and clarifications

All correspondence, clarifications in respect of the Bid document and submission of the Bid shall be addressed to:

Designation: The VC & Managing Director, NREDCAP Address: 5-8-207/2, Pisgah Complex, Nampally, Hyderabad 500 001 Telephone: 040 23202391 / 23202262

E-mail id: [email protected]; [email protected]

Sl.No

Description

1 Department Name

New & Renewable Energy Development Corporation of AP Ltd ( NREDCAP)

2 Office of The VC & Managing Director, NREDCAP 3 Tender Number NREDCAP/SE/SPV Pumps/2016/Dated: 30 -04-

2016 4 Tender Subject Design, Supply, Installation & Commissioning of around

10000 Nos of Solar PV Water Pumping systems

comprising of SPV modules, VFD/Inverter, Remote

Monitoring Arrangement, AC Surface/Submersible pump,

Mounting structure, Manual Tracking, Cables, HDPE

Pipe etc as per the MNRE specifications of 2015-16

(Test Reports), inclusive of CMC and Insurance for 5

years on Turnkey basis. 5 Tender Type Open tender 6 Tender

Category Competitive bidding.

7 Eligibility criteria for participation in Tender / Bid

i) Bidders must possess Test reports of the

MNRE/MNRE authorized test centres issued

as per the MNRE Technical specifications of

2015-16 on their name for 3 HP / 5 HP

capacity A/C model solar pumpsets they are

quoting. ii) Bidders must have the Average Annual turnover

of equal or more than Rs. 10.00(Ten) crores for

non-local bidders and Rs.1.00 (one) crore for

local bidders in the last 3 financial years (2013-

14, 2014-15 and 2015-16).For the year 2015-16,

provisional balance sheet certified by Chartered

Accountant will be considered. The certificate

issued by Chartered Accountant in original

shall be furnished for all the three years. The

turnover of group companies will not be

considered.

iii) The Individual/partnership/Pvt Ltd Co.,/Public

Ltd. Co/Public Sector etc are only eligible.

Consortium/Group Companies will not be

considered.

iv) The Non-local bidders shall have the

experience of minimum 100 nos and local

Page 5: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

5

bidders shall have minimum 25 nos in

supply, installation and commissioning of

Off-Grid 3HP/5HP Solar PV water pumping

systems for irrigation purpose in the last 3

years under any Govt. programme in the

country. The details must be submitted in the

Format given in Technical- Bid section of

tender document with relevant supporting

documents.

v) Bidders/Tenderers should be registered with the

Regional Provident Fund Office under the “THE

EMPLOYEES‟ PROVIDENT FUNDS AND

MISCELLANEOUS PROVISIONS ACT,

1952”. The relevant certificate must be

furnished.

vi) In addition, the bidders are responsible to

meet all the technical specifications of 2015-

16 of MNRE and as amended by MNRE

from time to time to avail the subsidy.

8 Definitions and Interpretations

For the purpose of e-Procurement, the following definitions shall apply Tender Inviting Authority shall mean the same as

Authorized Representative. Tender Documents shall mean the same as the Bid

document. Commercial Bid” or “Price Bid” shall mean the same

as the Financial Bid. Bidders shall also upload a checklist of all documents

enclosed under Technical Bid and Financial Bid and format as required under the Bid document.

EMD/Bid Security” shall mean the same as the EMD as per the provisions of this Bid document.

Bidder/Tenderer/Contractor shall mean one and the same.

Tender Validity

Period

90 Days from the Bid deadline date

9 Bid Security/EMD (INR)

Rs. 10.00 lakhs by way of DD drawn in favour of “NREDCAP, Hyderabad”

10 Bid Security / EMD Payable to

Vice-chairman & Managing Director, NREDCAP

11 Transaction Fee & Bid Processing Fee

Transaction fee: All the participating bidders who submit the bids have to pay an amount of INR 10,000/- & applicable service tax as levied by the Govt. of India as transaction fee through online in favor of MD APTS. The amount payable to the MD, APTS is non refundable Bid Processing Fee: The Tenderers have to furnish Bid

processing fee (Non-refundable) of Rs. 40,000/- (Rupees

Forty Thousands) plus 14.5% (or as in force) service tax by

way of DD in favour of NREDCAP. The copy of the DD

Page 6: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

6

shall be uploaded and the original DD shall be furnished

alongwith the tender document to NREDCAP.

12 Transaction Fee Payable to the MD, APTS, Hyderabad, through online payment only.

13 Bid Processing fee Payable to VC & MD, NREDCAP, Hyderabad by way of DD.

14 Bid Document Download Start Date

30.04.2016, 20.00 Hours

15 Bid Document Download End Date

21.05.2016, 11.00 Hours

16 Bid closing date 21.05.2016, 17.00 Hours for uploading tender documents including technical Bid and Financial-Bid

End Date for

submission of Hard

copies of Technical

Bid with supporting

(scanned)

documents 23-05-2016, 13.00 Hrs

17 Pre-bid meeting 09.05.2016, 15.00 Hours

18 Technical Bid Opening date

23.05.2016, 15.00 Hours,

19 Financial Bid Opening date

Will be intimated to the technically qualified bidders in advance.

20 Place of Tender Opening

O/o. NREDCAP, 5-8-207/2, Pisgah Complex, Nampally, Hyderabad 500001

21 Contact Officer The VC & Managing Director, NREDCAP, Hyderabad

22 Address/E-mail id [email protected]; [email protected]

23 Contact Details/Telephone, Fax

Telephone – 040 23202391 / 23202262 Fax – 040 23201666

24

Procedure for Bid submission

The Bidder shall submit his response through Bid submission to the tender on e-Procurement platform at https://tender.eProcurement.gov.in by following the procedure. The Bidder would be required to register on the e-procurement market place https://tender.eProcurement.gov.in and submit their Bids online. Offline Bids shall not be entertained by the Tender Inviting Authority for the tenders published in e-Procurement platform.

The Bidders shall submit their eligibility and qualification details, EMD, Bid Processing Fee, Technical Bid, Financial Bid etc., in the online standard formats displayed in e-Procurement website. The Bidders shall upload the scanned copies of all the relevant certificates, documents etc., in support of their eligibility criteria/Technical Bid/EMD and other certificate/documents in the e-Procurement website. The Bidder shall sign on the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity.

Page 7: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

7

The tenderers are advised to upload the tender

documents in the e-tender platform duly signing each and

every document. The Bidder shall invariably furnish the

following hard copies of the Technical Bid alongwith the

Certificates/Documents attached to the uploaded

Technical Bid to the Authorized Representative either

personally or through courier or post before the timelines

as indicated in this Tender Document. Non-submission of

hard copies of the technical bids alongwith the relevant

documents shall lead to rejection of the tender. It shall be

the responsibility of the Bidder to submit the same in time.

Late submitted documents shall not be considered.

i. Test Report issued by MNRE/MNRE

Authorised Test Centres on their name for

SPV Pumping systems as per the MNRE 2015-

16 technical specifications.

ii. Annual Turnover details as stated in the tender

document.(format-IV)

iii. Experience Certificates(format-II)

iv. DDs for Bid processing fee and EMD

v. Valid NSIC/MSME certificate for exemption of

EMD, if any

vi. Registration Certificate issued by Regional

Provident Fund Office.

vii. Any other Relevant documents.

1. Registration with e-Procurement platform: For registration and online Bid submission, Bidders may contact HELP DESK of Vayam Technologies Limited #Plot No.107, 1st Floor,Lumbini Enclave, Near Hotel Urvasi,Opp. NIMS, Panjagutta, Hyderabad Tel No: 040

44426250/51/52 e-procurement

platform https://tender.eProcurement.gov.in.

2. Digital Certificate authentication: The Bidder shall authenticate the bid with his Digital Certificate for submitting the Bid electronically on e-Procurement platform and the Bids not authenticated by Digital Certificate of the Bidder will not be accepted on the e-Procurement platform.

(OR)

Any other Registration Authority in India. The City-wise list of RAs is available by clicking the link “Apply for a Class-2 Certificate” under “Enrol” section in the web site: www.tcs- ca.tcs.co.in/mca21/index.jsp”

3. Hard Copies:

Bidders shall submit hard copies of EMD and Bid processing fee to the address mentioned in the respective clause of this Bid document before tender dead line. Bidders shall also upload scanned copies of these documents (DD towards processing fee and EMD) as a part of the Qualification criteria of bid on the e-Procurement platform.

Page 8: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

8

The Authorized Representative will not take any

responsibility for any delay in receipt/non-receipt of

original, Certificates/Documents from the successful

Bidder before the stipulated time. On receipt of

documents, the department shall ensure the genuinety of

certificates/documents uploaded by the Bidder in e-

Procurement system, in support of the qualification

criteria.

4. GO. Ms. No. 174 -I&CAD dated: 1-9-2008:

i. Deactivation of Bidders: If any successful

Bidder fails to submit the original hard copies

of uploaded certificates/documents, within

stipulated time or if any variation is noticed

between the uploaded documents and the

hardcopies submitted by the Bidder, the

successful Bidder will be suspended from

participating in the tenders on e-Procurement

platform for a period of 3 years.

ii. The e-Procurement system would deactivate the

user ID of such defaulting Bidder based on the

trigger/recommendation by the Authorized

Representative in the system.

iii. Besides this, the Authorised Representative

shall invoke all processes of law including

criminal prosecution of such defaulting

Bidder as an act of extreme deterrence to

avoid delays in the Bid process for execution

of the development schemes taken up by the

NREDCAP. Other conditions as per the Bid

document are applicable.

iv. The Bidder is requested to get a confirmed

acknowledgement from the Authorized

Representative a proof of Original Hard

copies submission to avoid any discrepancy. 5. Bid document:

i. The Bidder is requested to download the Bid

document and read all the terms and conditions

mentioned in the Bid document and seek

clarification if any from the Authorized

Representative. Any offline Bid submission clause in

this Bid document could be neglected.

ii. The Bidder has to keep track of any changes by

viewing the Addendum/ Corrigenda issued by the

Authorised Representative on time-to-time basis in

the e-procurement platform/on the website of

NREDCAP. The Authorized Representative inviting

Bids shall not be responsible for any

claims/problems arising out of this.

Page 9: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

9

6. Bid Submission Acknowledgement: The Bidder shall complete all the processes and steps required for Bid submission. The system will generate an acknowledgement with a unique Bid submission number after completing all the prescribed steps and processes by the Bidder.

Users/Bidders may also note that the Bids for which an

acknowledgement is not generated by the e-Procurement

system are treated as invalid or not saved in the system.

Such invalid Bids are not made available to the

Authorized Representative for processing the Bids. The

NREDCAP, Government of AP and Vayam

Technologies Limited are not responsible for incomplete

Bid submission by the Bidders/users.

25 Rights reserved

with the department

Authorized Representative reserves the right to accept or reject any or all of the tenders received without assigning any reasons thereof.

26 General Terms and Conditions

As per the Bid Documents.

27 Other information Bidders shall contact Vayam technologies for all queries

related to bid submission on the e-Procurement platform

Contact Details: HELP DESK of Vayam Technologies

LimitedM/s Vayam Technologies Ltd.,Plot No.107, 1st

Floor,Lumbini Enclave, Near Hotel Urvasi,Opp. NIMS,

Panjagutta, Hyderabad Tel No: 040 44426250/51/52 28 e-Procurement

Conditions

1: We, the undersigned, examined the Conditions of Contract, Specification, Special Conditions of Contract, Basic Parameters of the proposed Scheme and subsequent Addendums for the above mentioned works. We have examined, understood and checked these documents and have ascertained that there is no ambiguity in the Procurer‟s requirements. We accordingly offer to complete the work in conformity with such documents for the price as given in the Financial Bid submitted and attached at the commercial stage.

2: Note: Financial Bid attached at commercial stage will be considered for commercial evaluation.

3: As per the conditions in the folder management, we have extracted the file uploaded and verified the contents of the Zipped files to avoid disqualifications.

4: We have also read the Note in the folder management; the documents attached to the commercial bid stage will be encrypted and stored. Documents uploaded in Common folder and attached to the technical bid stage shall not be encrypted.

29 Uploading 1. Financial Bid shall be uploaded at the commercial stage available on the e-Procurement platform which has an encryption facility.

2. The Bidder SHALL AVOID zipping two versions of the same Financial Bid into a single folder.

3. In case the Authorized Representative finds

multiple versions of the same Financial Bid in a

single zip folder, such Bids are liable for rejection

by the Authorized Representative.

1. Financial Bid shall be uploaded at the commercial stage available on the e-Procurement platform which has an encryption facility.

2. The Bidder SHALL AVOID zipping two versions of the same Financial Bid into a single folder.

3. In case the Authorized Representative finds multiple versions of the same Financial Bid in a single zip folder, such Bids are liable for rejection by the Authorized Representative.

Page 10: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

10

BRIEF HIGHLIGHTS OF THE TENDER/BID DOCUMENT

1) The Tender is intended to select successful bidders for supply and installation of around

10,000 Nos. of 3HP / 5HP A/C model Solar PV Water Pumping systems anywhere in

Andhra Pradesh state for irrigation purpose on Turnkey basis, as per MNRE technical

specifications of 2015-16 and other guidelines, under e-procurement process.

2) The bidders are required to meet the following criteria to be eligible for participation:

a. Bidders must possess Test report of the MNRE/MNRE authorized test centres issued

as per the MNRE technical specifications of 2015-16 on their name for 3 HP / 5

HP capacity A/C model solar pumpsets they are quoting

b. Bidders must have the Average Annual turnover of equal or more than Rs.

10.00(Ten) crores for non-local bidders and Rs.1.00 (one) crore for local bidders

in the last 3 financial years (2013-14, 2014-15 and 2015-16). For the year 2015-16,

provisional balance sheet certified by the Chartered Accountant will be considered.

The certificate issued by Chartered Accountant in original shall be furnished for

all the three years.

c. The bidders shall have the experience of minimum 100 nos for non-local bidders

and 25 nos for local bidders in supply, installation and commissioning of Off-

Grid 3HP/5HP Solar PV water pumping systems for irrigation purpose in the

last 3 years under any Govt. programme in the country. The details must be

submitted in the Format given in Technical- Bid section of tender document with

proper valid documents.

d. The Individual/partnership/Pvt Ltd Co.,/Public Ltd. Co/Public Sector etc

are only eligible. Consortium/Group Companies will not be considered.

e. Bidders/Tenderers should be registered with the Regional Provident Fund

Office under the “THE EMPLOYEES‟ PROVIDENT FUNDS AND

MISCELLANEOUS PROVISIONS ACT, 1952”. The relevant certificate

must be furnished

f. In addition, the bidders are responsible to meet all the technical specifications of

2015-16 of MNRE and as amended by MNRE from time to time to avail the

subsidy.

3) The bidders are required to participate in the bidding process as per the following guidelines:

a. Quote the best price for Design, Supply, Installation and Commissioning of SPV

water pumping system under turnkey basis adhering to MNRE technical

specifications of 2015-16 and including transportation, 5 years insurance and

Comprehensive Maintenance Contract for a period of 5 years from the date of

installation. This price shall be valid for a period of one year and NREDCAP shall

Page 11: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

11

have the discretion to extend the validity period if so warranted.

b. Furnish turnover details certified by a Chartered Accountant for the last 3 financial

years (2013-14, 2014-15 and 2015-16). For the year 2015-16, the provisional

balance sheet certified by the Chartered Accountant will be considered.

c. The bidders shall have to establish their service centres in the districts and operate

for a minimum period of 5 years, failing which, the bidders will be penalised as

indicated in this tender document. The selected bidders shall have to furnish the

details of service centres before entering the agreement with NREDCAP/DISCOMs

d. The bidders are advised to submit the component wise cost details with brand name in

the proforma enclosed to this bidding document. The company/brand of components

like panels, Pumpset, VFD etc shall be as per the certificate issued by MNRE

authorized test centres only. This shall be enclosed to the financial bid document.

e. The tenderers are advised to upload the tender documents in the e-tender platform

duly signing each and every document. The Bidder shall invariably furnish the

following hard copies of the Technical Bid alongwith the Certificates/Documents

attached to the uploaded Technical Bid to the Authorized Representative either

personally or through courier or post before the timelines as indicated in this

Tender Document. Non-submission of hard copies of the technical bids

alongwith the relevant documents shall lead to rejection of the tender. It shall

be the responsibility of the Bidder to submit the same in time. Late submitted

documents shall not be considered.

i. Test Report of MNRE/MNRE Authorised Test Centres for SPV Pumping

systems issued as per the MNRE technical specifications of 2015-16 on their

name.

ii. Annual Turnover details as stated in the tender document.(format-IV)

iii. Experience Certificates (format – II)

iv. DDs for Bid processing fee and EMD

v. Valid NSIC/MSME certificate for exemption of EMD, if any

vi. Regn Certificate issued by Regional Provident Fund Office.

vii. Any other relevant documents.

4) The allocation principles of the bid process are as follows:

a. The financial bids of all the technically Qualified Bidders will be opened.

b. The bidders shall be ranked in ascending order based on the quoted price.

c. The pump set allocation shall be made based on the demand at field level and

on the performance of the bidders in installation of the systems. The purchase

orders will be placed by APDISCOMs in phased manner after identification of

beneficiaries and collection of their contribution amount. While placing the new

purchase orders, the performance of the bidder in execution of the earlier issued

orders will also be taken into consideration.

Page 12: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

12

d. The lowest financial bid received will be marked as L-1. The next lowest ranked

bidder starting from L-2 shall be invited to extend their respective bid and match

the bid of the aforesaid L-1 price and the pumpsets are allotted to the bidders who

give their consent to match L-1 basing on bidders requisition. This process shall

be carried forward to achieve the allotted target.

e. In case the bidders who offer to match L-1 in the second round is insufficient for

tendered capacity, NREDCAP, at its discretion shall allot maximum number of

pumpsets to each bidder or invite fresh bids from the remaining bidders lower

than their first round offer or opt not to fill the remaining capacity.

f. The successful bidders who are not entered the agreements duly paying the

security deposits or failed to execute the order, their earnest money will be

forfeited and will be black listed under intimation to MNRE and other nodal

agencies in the country.

4) Turnover Criteria: The average annual turnover of the company over the last 3 financial

years (2013-14, 2014-15 and 2015-16) should be equal or more than the value at the rate

of Rs. 10.00 (Ten) Crores for non-local bidders and Rs. 1.00 (one) crore for local bidders.

5) The tender documents can be downloaded at free of cost.

6) The tenderers shall pay an amount of Rs. 10,000/- plus 14.5% (or as in force) service tax

(non-refundable) to APTS towards Transaction fee through online.

7) The Tenderers have to furnish Bid processing fee (Non-refundable) of Rs. 40,000/- (Rupees

Forty Thousands) plus 14.5% (or as in force) service tax by way of DD in favour of

NREDCAP. The copy of the DD shall be uploaded and the original DD shall be furnished

to NREDCAP before closing date., failing which the tender cannot be considered.

8) An EMD (refundable) of Rs. 10.00 (Rs: Ten Lakhs) shall be furnished by way of DD in

favour of NREDCAP. The copy of the DD shall be uploaded and the original DD shall be

furnished to NREDCAP before closing date., failing which the tender cannot be considered.

9) The payment of EMD shall be exempted to the bidders those who are having valid

certificates issued by The National Small Industries Corporation Ltd (NSIC) / Ministry of

Micro Small and Medium Enterprises (MSME), Govt of India. The bidders have to upload

the valid certificate alongwith the tender document and submit original hard copy alongwith

hard copies of the Technical bids.

10) Performance security deposit (refundable) of minimum Rs. 10.00 (Ten lakhs) Lakhs upto

200 pumpsets and additional Rs. 5.00 (five lakhs) lakhs for every 100 pumpsets allotted

shall be furnished by the Successful Bidder(s) to APDISCOMs at the time of allotment of

pumpsets which would be released after successful commissioning and handover of

documents with completion certificate by way of DD.

11) Successful Bidder needs to commission the pumpset within 45 (forty five days) days from

the date of issue of work order.

Page 13: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

13

12) The bidder shall provide RFID Readers and Water meters to the inspecting team at the time

of the inspection of the installed systems.

13) For those Local suppliers/manufacturers as mentioned in this tender document and who

were registered in the Andhra Pradesh state on or before 31-03-2016 and who are having the

MNRE test reports and fulfil the technical parameters, 20% of the total quantity will be

earmarked with the L-1 finalised price. They shall upload/submit the registration certificate

issued by the AP state Govt. along with the tender document and submit the hard copy of

certified registration certificate alongwith the hard copies of the technical bids.

14) After successful commissioning and on submission of required documents, release of

payments will be as follows:

a. NREDCAP will release the eligible MNRE subsidy.

b. DISCOMs will release the beneficiary contribution and the remaining amount duly

retaining 10% (Ten percent) of the unit cost towards performance guarantee.

c. The retained 10% (Ten percent) amount will be released at a rate of 2% (two

percent) every year for five years of post-commissioning without any interest.

15) VC & Managing Director, NREDCAP is having all rights to amend/alter any clause or terms

and conditions of this tender document and that will be notified in the NREDCAP website

before 48 hours of the closing date of the tender.

16) Any dispute/legal issues arising out of this tender are subject to jurisdiction of High

Court Judicature at Hyderabad for the state of Telangana and Andhra Pradesh.

17) The time schedule of the Tender is as follows:

S.No Particulars Timelines

a Bid Document download start date 30-04-2016, 20.00 Hrs

b Pre-bid Meeting with the only test report

Holders of MNRE

09-05-2016 at 15.00 Hrs at Regd

Office, NREDCAP, Hyderabad

c Bid Document download End date 21-05-2016, 11.00 Hrs

d Bid Closing date 21-05-2016, 17.00 Hrs

for uploading Tender Documents

including Technical Bid and

Financial Bid

e End Date for submission of Hard copies of

Technical Bid with supporting (scanned)

documents 23-05-2016, 13.00 Hrs

f Technical Bids opening date 23-05-2016 at 15.00 Hrs

g Financial Bids opening date Will be intimated to the Technically

qualified bidders in advance

Page 14: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

14

TECHNICAL BID

PART – I

GENERAL DETAILS

Page 15: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

15

PARTICULARS OF e-TENDER

Sl.No Particulars Details

1

Tender Notice No.

NREDCAP/SE/SPV Pumps/2016/Dated: 30

-04-2016

2 Name of the work Design, Supply, Installation & Commissioning of

around 10000 Nos of Solar PV Water Pumping

systems comprising of SPV modules,

VFD/Inverter, Remote Monitoring Arrangement,

AC Surface/Submersible pump, Mounting

structure, Manual Tracking, Cables, HDPE Pipe

etc as per the MNRE Technical specifications of

2015-16 (Test Reports), inclusive of CMC and

Insurance for 5 years on Turnkey basis. 3 Eligibility for participation 1. Bidders must possess Test reports of the

MNRE/MNRE authorized test centres

issued as per the MNRE Technical

specifications of 2015-16 on their name for

3 HP / 5 HP capacity A/C model solar

pumpsets they are quoting. 2. Bidders must have the Average Annual

turnover of equal or more than Rs. 10.00(Ten)

crores for non-local bidders and Rs.1.00

(one) crore for local bidders in the last 3

financial years (2013-14, 2014-15 and 2015-

16).For the year 2015-16, provisional balance

sheet certified by the Chartered Accountant

will be considered. The certificate issued by

Chartered Accountant in original shall be

furnished for all the three years. The turnover

of group companies will not be considered.

3. The Individual/partnership/Pvt Ltd

Co.,/Public Ltd. Co/Public Sector etc are only

eligible. Consortium/Group Companies will

not be considered. 4. The Non-local bidders shall have the

experience of minimum 100 nos and local

bidders shall have minimum 25 nos in

supply, installation and commissioning of

Off-Grid 3HP/5HP Solar PV water

pumping systems for irrigation purpose in

the last 3 years under any Govt. programme

in the country. The details must be

submitted in the Format given in

Technical- Bid section of tender document

with relevant supporting documents.

5. Bidders/Tenderers should be registered with the

Regional Provident Fund Office under the “THE

EMPLOYEES‟ PROVIDENT FUNDS AND

MISCELLANEOUS PROVISIONS ACT,

1952”. The relevant certificate must be

furnished.

Page 16: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

16

6. In addition, the bidders are responsible to meet

all the technical specifications of 2015-16 of MNRE and as amended by MNRE from time to time to avail the subsidy.

4 Transaction Fee

Bid Processing Fee

Rs.10,000/- plus 14.5% (or as in force) service tax

to MD, APTS through online.

Rs.40,000/- plus 14.5% (or as in force) service tax

by way of DD in favour of NREDCAP payable at

Hyderabad.

5 Amount of EMD Rs. 10.00 (Rupees Ten lakhs) lakhs by way of Demand Draft in favour of NREDCAP , payable at Hyderabad

6 Validity of offer for acceptance

3 months from the proposed date of opening of the Tender document.

7 Performance Security Deposit

Rs. 10.00 (Ten lakhs) Lakhs upto 200 pumpsets and Rs. 5.00 (five) lakhs for every 100 pumpsets.

8 Bid Document download start

date

30-04-2016, 20.00 Hrs

9 Bid Document download

End date

21-05-2016, 11.00 Hrs

10 Bid Closing date 21-05-2016, 17.00 Hrs

for uploading Tender Documents including

Technical Bid and Financial Bid

11 End Date for submission of

Hard copies of Technical

Bid with supporting

(scanned) documents 23-05-2016, 13.00 Hrs

12 Pre-bid Meeting with the

only test report Holders of

MNRE

09-05-2016 at 15.00 Hrs at Regd Office,

NREDCAP, Hyderabad

13 Technical Bids opening

date 23-05-2016 at 15.00 Hrs

14 Financial Bids opening

date

Will be intimated to the Technically qualified

bidders in advance

NOTE:

1. The Bidder shall submit his response through Bid submission to the tender on e-Procurement platform at https://tender.e-Procurement.gov.in by following the procedure

2. All relevant required scanned documents along with evidences are to be uploaded

alongwith the technical bid.

3. Only the rates are to be quoted in the Financial Bid

4. Hard copy of the Technical Bid with relevant supporting documents should be

submitted before the date & time specified in the tender document.

5. Financial bid will be opened of those bidders who would qualify in the technical bid.

(Signature of Tenderers with Seal)

Page 17: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

17

GENERAL PARTICULARS OF TENDERER

Sl.No Particulars Details

1 Name of Tenderer/Firm

2 Postal Address

3 E-mail address for Communication

4 Telephone, Fax No.

5 Name, designation & contact

number of the representative of the

tenderer to whom all references

shall be made

6 Nature of the firm (Individual

Partnership / Pvt. Ltd/ Public L t d .

Co. / Public Sector etc.)

(Attach attested copy of

Registration & Partnership deed /

Memorandum of Association as the

case may be)

7 Details of Transaction and Bid

Processing Fees

8 Amount and particulars of the

earnest money deposited.

9 Average Annual Turnover for last

three financial years (2013-14,

2014-15 & 2015-16) For the year

2015-16, provisional balance sheet

with certification of Chartered

Accountant shall be enclosed.

(Attach balance sheets from

certified Chartered Accountant in

this regard)

Page 18: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

18

10 PAN No., Service Tax Registration

No., Andhra Pradesh

VAT/TIN/GRN No., CST No etc.

(evidences are to be attached)

11 Has the Tenderer/firm ever been

debarred by any institution for

undertaking any work?

12 Any other information attached by

the Tenderer (Details and Annexure

/ page no. where its enclosed)

13 Does Tenderer have any relative

Working in NREDCAP LTD., If

yes state the Name and designation.

14 Details of the Test Certificate(s)

issued by MNRE/MNRE authorised

test centres.

a. Name of the Test Centre

b. Certificate Ref No with Date

c. Capacity of the Pumpset

Note: Tenderers are requested to give their full particulars legal and financial status

(Signature of Tenderers with Seal)

Page 19: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

19

DECLARATION BY THE TENDERER

I/We …………………………………………………………………………………………………………………………. (Hereinafter referred to as Tenderer/Bidder) being desirous of tendering for the work, under

this tender and having fully understood the nature of the work and having carefully noted all

the terms and conditions, specifications etc. as mentioned in the tender document do hereby

declare that- 1. The tenderer is fully aware of all the requirements of the tender document and agrees

with all provisions of the tender document and accepts all risks, responsibilities and

obligations directly or indirectly connected with the performance of the tender. 2. The Tenderer is fully aware of all the relevant information for proper execution of the

proposed work, with respect to the proposed place of works/ site, its local environment,

approach road and connectivity etc. and is well acquainted with actual and other

prevailing working conditions, availability of required materials and labour etc. at site. 3. The Tenderer is capable of executing and completing the work as required in the tender

and is financially solvent and sound to execute the tendered work. The tenderer is

sufficiently experienced and competent to perform the contract to the satisfaction of

NREDCAP. The tenderer gives the assurance to execute the tendered work as per

specifications, terms and conditions of the tender on award of work. 4. The tenderer has no collusion with other tenderers, any employee of NREDCAP or with

any other person or firm in the preparation of the tender. 5. The tenderer has not been influenced by any statement or promises by NREDCAP or any

of its employees but only by the tender document. 6. The tenderer is familiar with all general and special laws, acts, ordinances, rules and

regulations of the Municipal, District, State and Central Government that may affect the

work, its performance or personnel employed therein. 7. The Tenderer has never been debarred from similar type of work by any Government

Undertaking /Department. (An undertaking on Non-Judicial Stamp paper worth of Rs.

100/-in this regard shall be submitted).

8. The Tenderers accepts that the earnest money / security deposit may be absolutely

forfeited by NREDCAP LTD., if the selected bidder fails either to sign the contract or to

undertake the work within stipulated time or failed to execute the works as per the terms

and conditions of this tender document.

9. This offer shall remain valid for acceptance for 3 (Three) months from the proposed date

of opening of Tender

Page 20: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

20

10. All the information and the statements submitted with the tender are true and correct to

the best of my knowledge and belief. If, at later, any information furnished by the

bidder/tenderer is found wrong, NREDCAP has got every right to take action as per the

tender terms and conditions.

(Signature of

Tenderers)

Seal

Page 21: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

21

TECHNICAL BID

PART-2

INSTRUCTIONS

TO

TENDERERS

Page 22: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

22

ELIGIBILITY OF THE TENDERERS 1.1. The Tenderer shall provide sufficient documentary evidences to satisfy the following conditions

that the Tenderer shall have;

a. The test report/certificate of the MNRE/MNRE authorized test centres on their name issued as

per the MNRE Technical specifications of 2015-16 for Solar PV pumping systems that the

company is bidding for. The tenderers having the test reports on their name only are eligible to

participate in the tender.

b. Adequate financial stability and status to meet the financial obligations pursuant to the scope of

work. The bidders must have average annual financial turnover of equal or more than Rs:

10.00 (Ten) crores for non-local bidders and Rs. 1.00 (One) crore for local bidders during the

last 3 years ending 31st March of the previous financial year (i.e.2015 – 2016) for which

balance sheets of the last three years certified by Chartered Accountant shall be enclosed. For

the year 2015-16, the provisional balance sheet certified by the Chartered Accountant will be

considered.

c. The bidders shall have the experience of minimum 100 nos for non-local bidders and 25 nos

for local bidders in supply, installation and commissioning of Off- Grid 3HP/5HP Solar PV

water pumping systems for irrigation purpose in the last 3 years under any Govt. programme

in the country. The details must be uploaded and submitted in the Format given in Technical-

Bid section of tender document with proper documentary evidence. NREDCAP may inspect

these installed systems or obtain the information from the concerned.

d. Either adequate field service setup already established in the districts proposed for installation

or establish service centres to provide good after sale services including necessary repair and

maintenance. The selected bidders shall have to furnish the details of service centres before

entering the agreement with NREDCAP/DISCOMs

e. Bidders/Tenderers should be registered with the Regional Provident Fund Office under the “THE

EMPLOYEES‟ PROVIDENT FUNDS AND MISCELLANEOUS PROVISIONS ACT, 1952”.

The relevant certificate must be furnished.

f. The Individual/partnership/Pvt Ltd Co.,/Public Ltd. Co/Public Sector etc are only eligible.

Consortium/Group Companies will not be considered.

g. For those Local suppliers/manufacturers who were registered in the Andhra Pradesh state on or

before 31-03-2016 and who are having the MNRE test reports and fulfil the other technical

parameters, 20% of the total quantity will be earmarked with L-1 finalised price.

Page 23: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

23

h. Criteria for Local Bidder/Tenderer:

1. Company

Incorporated in the state of Andhra Pradesh.

Situation of Registered Office in the state of Andhra Pradesh.

Licensed and Registered for Taxation (Direct and Indirect) in the state of Andhra

Pradesh.

2. Firms

Registered with the Registrar of Firms within the state of Andhra Pradesh.

Situation of Business Entity in the state of Andhra Pradesh.

Licensed and Registered for Taxation (Direct and Indirect) in the state of Andhra

Pradesh.

3. Proprietary/Individual/Others:

Situation of Business Entity in the state of Andhra Pradesh.

Licensed and Registered for Taxation (Direct and Indirect) in the state of Andhra

Pradesh.

Note: The Proof of Local Suppliers complying above criteria shall be attached to the tender document.

(Like Certificate of Incorporation, Certificate of Registration with Registrar of Firms, Return of

Income, VAT Registration, Licenses/Approvals, Proof of registered Office of the Business

Entity.)

The above stated requirements are compulsory to be fulfilled by the tenderer and NREDCAP may also

ask for any additional information as may be deemed necessary in public interest.

1. THE TENDER DOCUMENT

2.1. CONTENT OF TENDER DOCUMENT

2.1.1. The tender procedure and contract terms are prescribed in the tender document. The tenderer is expected to examine all instructions, terms and conditions, specifications, forms and

formats etc. as mentioned / enclosed in the tender document. Failure to furnish all information required

in the tender document or submission of a tender not substantially will responsive to the tender

document in every respect be at the tenderer‟s risk and is likely to result in out-right rejection of the

tender. The Tenderer must sign on each and every page of the Tender document before uploading.

Page 24: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

24

2.2. CLARIFICATION OF TENDER DOCUMENT 2.2.1. Any prospective tenderer requiring any clarification on the tender document regarding various

provisions / requirements/ preparation/ submission of the tender, may contact NREDCAP LTD.,

in writing by letter or fax/ email before 48 hours of closing time of the tender. Queries received

later shall not be entertained.

2.2.2. Verbal clarifications and information shall not be entertained in any way.

2.3. AMENDMENTS IN TENDER DOCUMENT

2.3.1. At any time prior to the due date for submission of the tender or even prior to the opening of the

financial bid, NREDCAP LTD., may for any reason, whether at its own initiative or as a result of

a request for clarification/ suggestion by a prospective tenderer, amend/alter the tender document

by issuing a notice.

2.3.2.The amendments will be notified on the website at least 48 hours before the proposed date of

submission of the tender. NREDCAP LTD., will bear no responsibility or liability arising out of

non-receipt of the information in time or otherwise. If any amendment is required to be notified

within 48 hours of the proposed date of submission of the tender, the last date of submission

shall be extended for a suitable period of time.

2.3.3.In case amendments are notified after submission of the tender (prior to the opening of financial

bids), all the tenders received by NREDCAP LTD., the bidders will be intimated to resubmit their

revised offer according to the amended terms and conditions.

2.3.4.All the notices related to this tender which are required to be publicized shall be uploaded only

on http://www.nedcap.gov.in and https://tender.eProcurement.gov.in.

3.PREPARATION OF TENDER

3.1. LANGUAGE OF TENDER AND MEASURE:

3.1.1.The tender prepared by the tenderer along with all the related documents shall be in English. In

case of the other languages, the translated certified copy in English shall be furnished by the

Tenderer. Unit measurements shall be metric in accordance with International System. All

correspondence between the tenderer and NREDCAP LTD. shall also be in English.

Page 25: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

25

3.2. EARNEST MONEY 3.2.1. The tenderer shall furnish earnest money of Rs. 10.00 (Ten) lakhs as mentioned in the

“Particulars of Tender" in the form of DD in favour of, NREDCAP LTD., payable at

Hyderabad. Tenders without EMD shall be rejected by NREDCAP LTD., as being non-

responsive. No interest shall be paid by NREDCAP LTD., on the amount of earnest money

deposit deposition as well as deposition of Security Deposit. The tenderers who are having valid

registration certificate issued by the National Small Industries Corporation Ltd/MSME will be

exempted for the payment of the EMD amount on submission of the exemption certificate.

3.2.2. The earnest money may be forfeited if a Tenderer withdraws his tender during the specified

period of validity of offer. 3.2.3. The earnest money of all unsuccessful bidders shall be released soon after allocation of selected bidders.

3.3. L1 RATE DISCOVERY AND ALLOCATION OF PUMP-SETS

3.3.1. All the tenders received will be evaluated by a committee constituted for Technical

eligibility. The financial bids of the technically qualified tenderers only will be opened on

the scheduled date for financial evaluation. The bidders shall be ranked in ascending order

based on the quoted price in the “Financial Bid”.

3.3.2. The lowest financial bid of the technically qualified bidders shall be marked L1. The next

lowest ranked bidder starting from L-2 shall be invited to extend their respective bid and

match the bid of the aforesaid L1 price and the pumpsets are allotted to the bidders who

give their consent to match L1. This process shall be carried forward till the allocation of

the entire pumpset(s) are completed.

3.3.3. The L-1 bidder will be allotted a minimum of 200 pumpsets and maximum of 1000

pumpsets basing on their field performance. The purchase orders will be placed by

APDISCOMs in phased manner after identification of beneficiaries and collection of their

contribution amount. While placing the new purchase orders, the performance of the

bidder in execution of the earlier issued orders will also be taken into consideration.

3.3.4. Under local suppliers/manufacturers category, the 20% earmarked quantity will be

distributed to all the eligible tenderers basing on the requirement and their field

performance.

3.3.5. The allotment of pumpsets will be reviewed from time to time basing on the progress

and Performance of the works and if required the allotment will be modified and

accordingly action will be taken.

Page 26: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

26

3.3.6. Turnover Criteria: The bidders must have average annual financial turnover of minimum

Rs: 10.00 (Ten) crores for non-local bidders and Rs. 1.00 (One) crore for local bidders

during the last 3 years ending 31st

March of the previous financial year (i.e.2015 – 2016)

for which balance sheets of the last three years certified by Chartered Accountant shall be

enclosed.

3.3.7. In case the bidders who offer to match L-1 in the second round is insufficient for tendered

capacity, NREDCAP, at its discretion shall relax the cutoff criteria of maximum number of

pumpsets each bidder can execute or invite fresh bids from the remaining bidders or opt not

to fill the remaining capacity.

3.4 SECURITY DEPOSIT

3.4.1. Performance security deposit (refundable) of Rs. 10.00 (Ten lakhs) Lakhs upto 200

Pumpsets allotted and Rs. 5.00 (Five) lakhs for every additional 100 pumpsets, shall be

furnished by the Successful Bidder(s) at the time of allotment of pumpsets by the

DISCOMs.

3.4.2. No interest shall be paid on the amount of security money deposit.

3.4.3. The tenderer has to give an undertaking that the systems will be maintained regularly

during the CMC period of 5 Years failing which the Security deposit amount will be

forfeited.

3.4.4. The authority reserves the right of awarding the work. The earnest money (EMD) of such

selected Tenderer shall also be released after signing the agreement and submission of

security deposit money by them.

3.4.5. After receiving the consent to work on the lowest rates, the earnest money of such

Tenderers shall be forfeited and also be black listed if they fail to sign the contract

agreement or failed to execute the orders within stipulated period under intimation to

MNRE and other nodal agencies in the country.

3.5 Payment to the Tenderers

3.5.1 The tenderer has to complete the installation of the system as per specifications of tender and

submit the project completion report in MNRE format, Photographs, invoice etc. to

NREDCAP for release of MNRE subsidy. The bidders are responsible to meet all the technical

criteria as specified and amended by MNRE from time to time.

Page 27: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

27

3.5.2 DISCOMs will release the beneficiary contribution and the remaining amount duly retaining

10% (Ten percent) of the unit cost towards performance guarantee on submission of required

documents.

3.5.3 Retained 10% (Ten percent) amount will be released at a rate of 2% (Two percent) every year

for five years post commissioning after satisfactory performance of the installed system

without any interest.

3.6 PERIOD OF VALIDITY OF TENDER

3.6.1 Validity of the offer should be 3 months from the proposed date of opening of the Technical

bid. Tenders without this validity will be rejected.

3.6.2 The quoted price shall be valid for a period of one year and NREDCAP shall have the

discretion to extend the validity period if so warranted.

3.6.3 In exceptional circumstances, NREDCAP LTD., may solicit the consent of the tenderers for

extension of the period of validity of offer. The request and the response there of shall be made

in writing.

3.7 FORMATS AND SIGNING OF TENDER

3.7.1 The tender must contain the name and places of business of the firm/person/persons

participating in the tender and must be signed and sealed by the Tenderer with his usual

signature. The name and designation of all persons signing the tender document should be

written below every signature. Tender by a partnership firm must be furnished with full name

of all partners with a copy of partnership deed.

3.7.2 The original copy of the tender should be typed or written in indelible ink and must be signed

with the legal name of the corporation/ company by the President/ Managing Director/

Secretary of the firm or a person duly authorized to bid. In case of authorized person the letter

of authorization by written power-of-attorney should be enclosed with the technical bid of the

tender. The person or persons signing the tender shall initial all pages of the tender document.

3.7.3 The tender shall contain no interlink actions, erasers or overwriting except as necessary to

correct the errors made by the tenderer in the preparation of tender. The person or persons

signing the tender shall also sign at all such corrections.

Page 28: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

28

3.8 PRICE AND CURRENCIES

3.8.1 The tenderer shall have to submit their rates in Indian Rupees only including all latest

applicable taxes & duties of Govt. of Andhra Pradesh as well as Govt. of India. Moreover, VC

& Managing Director, NREDCAP LTD., will not be responsible for providing road permits. It

is to be obtained by the selected bidder only and necessary entry tax (as admissible) will have

to be borne by the selected bidder if any.

3.8.2 The rate should be quoted on the prescribed format for Financial Bid attached to this tender

document.

4 SUBMISSION OF TENDER 4.1. UPLOADING OF TENDER DOCUMENTS: 4.1.1. The tender must be complete in all technical and commercial respect and should contain

requisite certificates, drawings, informative literature etc. as required in the tender

document and shall be uploaded on the e-procurement platform.

4.1.2. The scanned copies of uploaded Technical bid with the following documents are to be

submitted to NREDCAP in a sealed cover before the closing date.

a) Copy of Registration

b) Regn Certificate issued by Regional Provident Fund Office.

c) Bid processing fee by way of DD drawn in favour of NREDCAP

d) Copy of VAT/GRN, CST, PAN, Service Tax registration no.

e) Test Report/Certificate issued by the MNRE/MNRE authorized Test Centres of the

proposed system in the name of the bidder.

f) Brochures, literature and other documents regarding technical specifications of the

proposed equipment along with relevant test certificates

g) Annual audited balance sheets of the last 3 years ending 31st

March of the previous

financial year (i.e.2015-16) certified by Chartered Accountant.

h) Requisite earnest money deposit

i) Proof of experience of successful supply installation, testing, and commissioning and

maintenance/after sale services in the field of Off- Grid Solar water pumping PV systems

for a minimum of 100 nos. of Solar PV pumpsets for non-local bidders and 25 nos for local

bidders in the last 3 years under any Govt programme in the country. The details must be

submitted in the Performa given in Technical- Bid section of tender document.

Page 29: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

29

4.1.3. The scanned hard copies of the technical bid alongwith EMD and Bid processing fee are to

be placed in a sealed cover duly superscribing with “TENDER FOR DESIGN, SUPPLY,

INSTALLATION, AND COMMISSIONING OF 3HP / 5HP SPV WATER PUMPING

SYSTEMS FOR AGRICULTURE PURPOSE IN ANDHRA PRADESH STATE –

EARNEST MONEY AND TECHNICAL BID” and to be submitted to NREDCAP as per

the Time Schedule indicated in the Tender Document.

4.1.4. The Bidder shall quote only one price in India Rupees for each category of Item. The

tenderers shall quote their price for Design, Supply, Installation and Commissioning,

insurance and CMC for a period of 5 years and all applicable taxes etc. of Solar PV water

pumping system under turnkey basis adhering to MNRE standards. The Bidder shall also

upload the statement showing the component wise cost details in the formats attached.

4.1.5. Any term/condition proposed by the tenderer in his technical bid which is not in accordance

with the terms and conditions of the tender document or any financial conditions, payment

terms, rebates etc. mentioned in financial bid shall be considered as a conditional tender and

will make the tender invalid.

4.2. DEADLINE FOR SUBMISSION OF TENDER

4.2.1 The Bidder shall submit his response through Bid submission to the Bid document on e-

Procurement platform at www.e-Procurement.gov.in by following the procedure given

below.

The Bidder would be required to register on the e-procurement market place www.e-

Procurement.gov.in or https://tender.e-Procurement.gov.in and submit their Bids

online. Offline bids shall not be entertained by the Authorised Representative for this

Bid document.

The Bidder shall upload Prequalification Bid, Technical Bid and the Financial Bid on

the website. The information pertaining to Technical Bid and the Financial Bid shall

be scanned and uploaded by the Bidder as per the formats specified.

The Bidders shall upload the scanned copies of all the relevant certificates, documents

etc., in support of their Qualification Requirement and other certificate/documents in

the e-Procurement website. Each format has to be duly signed and stamped by the

authorised signatory of the Bidder. The scanned copy of such signed and stamped

format shall be uploaded by the Bidder on the website specified.

Page 30: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

30

Strict adherence to the formats wherever specified, is required. Wherever, information

has been sought in specified formats, the Bidder shall refrain from referring to

brochures/pamphlets. Non-adherence to formats and/or submission of incomplete

information may be a ground for declaring the Bid as non-responsive. Each format has

to be duly signed and stamped by the authorised signatory of the Bidder. The scanned

copy of such signed and stamped format shall be uploaded by the Bidder on the

website specified.

The Bidder shall furnish documentary evidence in support of meeting Qualification

Requirements set forth in the Bid document to the satisfaction of the Authorised

Representative.

5. TENDER OPENING AND EVALUATION AND FINALISATION

5.1.1. Bid evaluation methodology and selection

A. 1st Step – Prequalification (PQ)

B. 2st Step – Technical evaluation

C. 3rd Step – Financial Bid (Quoted Tariff) evaluation

5.1.2. 1st Step – Prequalification (PQ)

The Bidder shall submit the scanned copies of EMD and Bid Processing fee in a

separate folder in e-procurement platform. The Original of the same shall be submitted

to the Authorised Representative before the timelines as specified in this tender

document.

The Bidder shall submit original documents pertaining to EMD and Bid Processing Fee

as specified. Bids not accompanied by EMD and Bid Processing Fee as per the terms of

the tender document shall be summarily rejected and no further evaluation will be

carried out in respect of such Bids/Bidders. For exemption of EMD, the valid

original/certified NSIC/MSME certificate shall be submitted.

Any of the following conditions shall cause the Bid to be “Non-responsive”:

i. Non submission of EMD and Bid Processing Fee in acceptable form/amount

along with the bid.

ii. Bids not received by the timelines as specified in this tender document.

Page 31: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

31

iii. Any indication of the quoted price in any part of bid, other than in the Financial

Bid.

5.1.3. 2nd Step- Technical evaluation

(i) Bids received after the Bid Deadline and Bids submitted without the EMD and Bid

Processing Fee will be summarily rejected. Subject to above, all the formats,

documents and/or information submitted by the Bidder as a part of the Technical

Bid, except Financial Bid will be opened and evaluated at this stage.

The Bid submitted by the Bidder shall be scrutinized to establish technical eligibility

as per Qualification Requirements of the tender as detailed below:

(i) Test Report issued by MNRE/MNRE Authorised Test Centres for SPV Pumping

systems.

ii. Annual Turnover details as stated in the tender document.(format-IV)

iii. Experience Certificates (format – II)

iv. DDs for Bid processing fee and EMD

v. Valid NSIC/MSME certificate for exemption of EMD, if any

vi. Registration Certificate issued by Regional Provident Fund Office.

(ii) Subject to above, Authorised Representative will examine all the documents

submitted by the Bidders and ascertain meeting of eligibility conditions prescribed

in the tender. During the examination and evaluation of Bids, Authorised

Representative may seek clarifications / additional documents / Rectification of

errors / Discrepancies if any in the documents submitted etc. from the Bidders if

required to satisfy themselves for meeting the eligibility conditions by the Bidders.

Bidders shall be required to respond to any clarifications/additional documents

sought by Authorised Representative within the timeline intimated by the

Authorised Representative.

(iii) It shall be the responsibility of the Bidder to ensure that all the documents have

been successfully uploaded on the e-procurement platform. No reminders in this

case shall be sent. It will be the sole responsibility of the Bidders to remove all the

discrepancies/infirmities and upload/furnish additional documents as requested by

Authorised Representative, to the satisfaction of Authorised Representative.

Page 32: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

32

Authorised Representative shall not be responsible for rejection of any Bid on

account of the above.

(iv) Bids meeting the Technical eligibility criteria and the Qualification Requirements

specified in this tender shall be declared technically responsive and the

corresponding Bidder shall be declared as the Qualified Bidders.

5.1.4. 3rd Step – Financial Bid Opening and Bid evaluation

The financial bids of technically qualified bidders will be evaluated based on the unit

rate quoted. The lowest tender by itself will not confer any right or will not amount to

accept in favour of lowest bidder, as the same is subjected to acceptance by competent

authority. Not withstanding anything to the contrary contained herein, the Authorised

Representative, has the right to reject any or all of the Bids, at any stage during the bid

process.

5.2. CLARIFICATIONS REGARDING THE SUBMITTED TENDERS

5.2.1. During the process of evaluation of the tender, NREDCAP LTD., may at its

discretion ask the tenderer for a clarification of their tender. The request for

clarification and the response shall be in writing.

5.2.2. Any query regarding any clarification required by NREDCAP LTD., on the

information submitted by the tenderer, must be replied by the tenderer within the

following time schedule.

a. Email/ fax query should be replied by Email/ fax within 2 days.

b. Query by letter must be replied by letter within 7 days of receipt of the

letter.

5.3 FINALISATION OF TENDERS

5.3.1 Tenders will be finalized by the NREDCAP LTD., Tender evaluation committee, for the works

along with technical bid evaluation for consideration and in accordance with the conditions

stipulated in the tender document and in case of any discrepancy or non-adherence to the

conditions, the same shall be communicated which will be binding both on the tender

concluding authority and contractor. In case of any ambiguity the decision taken by the VC &

Managing Director, NREDCAP LTD., on tenders shall be final.

Page 33: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

33

5.3.2 The successful tenderer has to sign an agreement with in a period of 7 days from the date of

receipt of communication of acceptance of his tender. On failure to do so, his tender will be

cancelled duly forfeiting the E.M.D paid by him without issuing any further notice.

6 NOTIFICATION OF AWARD

6.1.Prior to the expiry of validity period of offer, NREDCAP LTD., will notify the successful

tenderer by registered Letter/Email/ Fax that his tender has been accepted.

7 RIGHT TO ACCEPT/REJECT ANY OR ALL TENDERS.

7.1. NREDCAP LTD., reserves all the rights to reject any or all the tenders, accept any tender in total

or in part.

8. EXPENSES OF AGREEMENT

8.1. The respective suppliers shall pay all the expenses of stamp duties and other requirements for

signing the agreement with NREDCAP LTD.

Page 34: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

34

TECHNICAL BID

PART-3

GENERAL CONDITIONS

OF

AGREEMENT

Page 35: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

35

1 DEFINITIONS In the deed of agreement unless the context otherwise requires: 1.1 “NREDCAP LTD.” shall mean The VC & Managing Director or his representative of New &

Renewable Energy Development Corporation of AP, with its office at Nampally, Hyderabad.

The “Contractor/Bidder/Supplier‟ shall mean the Firm/ Person, whose tender has been

accepted by NREDCAP LTD., and shall include his legal representatives, successor in interest

and assignees.

1.2 The Agreement shall be for Design, Supply, Installation & Commissioning of 3HP & 5HP

SPV WATER PUMPING SYSTEMS. FOR IRRIGATION PURPOSE IN ANDHRA

PRADESH STATE including the CMC and insurance for a period of 5 Years and shall be valid

till the completion of all related works. However the validity of rates may further be extended

to a specified period of time on the mutual consent of both the parties.

1.3 The Tenderer shall be deemed to have carefully examined all papers, drawing etc. attached to

the Agreement. If he shall have any doubt as the meaning of any portion or any condition(s)/

specifications etc., they may contact NREDCAP LTD., for clarification.

2. COMPLETION PERIOD

2.1 The completion period of the entire work shall be 45 days from the date of issue of work order.

The work shall have to be completed within time and shall be binding on the contractor. In case

of any urgency, the contractor may be asked to complete the work even earlier and contractor

will be bound to fulfil the requirements. On written request with valid reasons, extension of

time may be granted by the competent authority.

2.2 In case the contractor fails to execute the said work or related obligations within stipulated

time, DISCOM/NREDCAP LTD., will be at liberty to get the work executed from the open

market at the risk and cost of the contractor, without calling any tender and without any notice

to the contractor. Any additional cost incurred during such execution of the work shall be

recovered from the contractor.

2.3 If the cost of executing the work as aforesaid shall exceed the balance payments due to the

contractor and the contractor fails to make good the “additional cost”,

DISCOM/NREDCAPLTD., may recover it from the contractor's pending claims, or in any

Page 36: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

36

other lawful manner. All risks & responsibilities related to the execution of the said work and

fulfilment of related obligations directly or indirectly connected with the performance of the

contract shall be the sole responsibility of contractor.

2.4 The calculation of aforesaid “additional cost” will be finalized by the DISCOMs/ NREDCAP

LTD., at its sole discretion. The contractor shall have no right to challenge the mode or amount

relating to calculation at any forum. For completion of the work through any other agency, in

case some changes are required in terms and conditions of the contract, the contractor shall not

have any right to challenge the decision of DISCOMs/NREDCAP LTD.

3. LIQUIDATED DAMAGES 3.1 If the contractor fails to perform the work within the time periods specified in the work orders

or within the extended time period if any, without suitable explanation DISCOMs/NREDCAP

LTD., shall without prejudice to its other remedies under the contract, deduct from the contract

price as liquidated damage, a sum equivalent to 1% of the price of the un-performed work/

services for each week of delay until actual completion of work, up to a maximum deduction of

5%. Once the maximum is reached, DISCOMs/NREDCAP LTD., may consider termination of

the contract.

4. PERFORMANCE SECURITY 4.1 The amount of the performance security as mentioned in the “Payment Terms” shall be

forfeited in case of violation of any term or condition by the contractor. If required, the other

balance payments may also be forfeited, depending on the liabilities on the part of the

contractor.

5. FORCE MAJEURE 5.1 Notwithstanding the provisions of clauses contained in this deed; the contractor shall not be

liable for forfeiture of its performance security, liquidated damages, termination for default, if

he is unable to fulfil his obligation under this deed due to force majeure circumstances.

5.2 For purpose of this clause, "Force majeure" means an event beyond the control of the contractor

and not involving the contractor's fault or negligence and not foreseeable, either in its sovereign

or contractual capacity. Such events may include but are not restricted to Acts of God, wars or

revolutions, fires, floods, epidemics, quarantine restrictions and fright embargoes etc. Whether

a “Force majeure” situation exists or not, shall be decided by the NREDCAPLTD. & his

decision shall be final and binding on the contractor and all other concerned.

Page 37: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

37

5.3 If a force majeure situation arises, the contractor shall notify NREDCAP LTD., in writing

promptly (at the most within 10 days from the date such situation arises). After examining the

cases NREDCAP LTD., shall decide and grant suitable extension of time for the completion of

the work.

5.4 For other justified cases also, not covered under force majeure conditions, NREDCAP LTD.,

may consider the request of contractor and additional time for completion of work may be

granted.

6. COMPREHENSIVE MAINTENANCE, QUALITY, WARRANTEE /

GUARANTEE

6.1 The contractor shall warrant the Solar PV Water pumping system as per applicable standards of

quality (MNRE Specifications). Anything to be furnished shall be new, free from all defects

and faults in material and workmanship. The manufacture shall be in accordance with the

specified technical parameters and should be of the highest grade and consistent with

established and generally accepted standards for material. It shall be in full conformity with the

drawing or samples if any and shall operate properly if operable.

6.2 After installation of the Solar PV Water pumping system at site, the contractor shall ensure

satisfactory performance of the equipment‟s for a period of time as specified in the scope of

work.

6.3 The contractor shall rectify defects developed in the Systems within CMC period promptly. In

case the contractor does not rectify the defects within one week of the receipt of complaint,

NREDCAP LTD., may restore the System in working condition on contractor‟s expenses.

6.4 Frequent and unjustified delays in rectifying defects may lead to cancellation of the contract,

recovery of losses and imposing of additional penalty. In such circumstance NREDCAP LTD.,

shall have the full liberty to recover the losses/penalty from the contractor pending claims,

security deposit or in other law full manner. The amount of losses/penalty shall be decided by

VC & Managing Director, NREDCAP LTD., and will be binding on the contractor.

6.5 The PV modules will be warranted for a minimum period of 25 years from the date of supply.

(Output wattage should not be less than 90% at the end of 10 years and 80% at the end of 25

years).

6.6 The mechanical structures, electrical components including Motor-Pump Set and overall

workmanship of the Solar Water Pumping System must be warranted for a minimum of 5

Page 38: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

38

years. All these items must be as per MNRE specifications and standards.

6.7 The Comprehensive Maintenance (within warranty period) shall be executed by the firm

themselves or the authorized service centre of the firm in the concerned district.

6.8 It is mandatory for the contractor to open an authorized service centre in the concerned district

before entering the agreement with NREDCAP/DISCOMs and operate for a minimum period

of 5 years failing which the bidders will be penalised at Rs. 2.00 lakhs per service centre per

annum which will recovered from the retained performance guarantee amount.

6.9 Necessary maintenance spares for five years trouble free operation shall also be supplied with

the system.

6.10 The supplier shall be responsible to replace free of cost (including transportation and insurance

expenses) to the purchaser whole or any part of supply which under normal and proper use

become dysfunctional within fifteen days of issue of any such complaint by the purchaser.

6.11. Depending upon the site soil condition, foundation has to be laid as per standards

applicable for installation of the system. Based on soil conditions, care should be taken in

laying the foundation for the system by fixing suitable foundation bolts and nuts.

7. STANDARDS

7.1 The goods supplied and works executed under this contract shall conform to the standards

mentioned in the technical specification and where no applicable standard is mentioned, the

latest version of Indian Standard Institution or Bureau of Indian Specification shall be

applicable.

7.2 NREDCAP LTD., or its duly authorized representatives shall have the right to inspect and /or

to test the goods to confirm their quality according to the contract and shall have access to the

contractor‟s works premises and the power to inspect and examine the materials and

workmanship of the Solar PV water pumping system at all reasonable times during their

manufacture.

8. SPARE PARTS

8.1 The contractor shall make arrangement to maintain a sufficient stock of essential

spares and consumable spare parts to ensure proper maintenance of the system

promptly.

Page 39: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

39

9. PACKING FORWARDING

9.1 Contractors, wherever applicable shall properly pack and crate all materials in such a manner as to

protect them from deterioration and damage during transportation. The contractor shall be

responsible for all damages due to improper packing.

9.2 The contractor shall inform the, NREDCAP LTD., HO and Project site officer regarding the

probable date of each shipment of materials from his works.

10. TRANSPORTATION

10.1 The contractor is required to deliver the goods at location as defined in the scope of work

11. DEMURRAGE, WHARFAGE, ETC

11.1 All demurrage, wharfage and other expenses incurred due to delayed clearance of the material or

any other reason shall be on the account of the contractor.

12. INSURANCE

12.1 The goods supplied under the contract shall be fully insured against loss or damage incidental to

manufacture or acquisition; transportation and the expenses shall be borne by the contractor.

12.2 The contractor shall arrange security & storage of their materials to avoid any theft or losses

during execution of work. NREDCAP LTD., will, in no case, shall be responsible for providing

any security/storage for the materials & equipment lying at site during execution of work. Under

the contract, contractor shall be responsible for any loss or damage until the systems/ supplies

are taken over.

12.3 Any injury and accidents during erection to Technician, Labour, Erection crew, Students,

Teacher or any other persons during the time of execution will be liability and responsibility of

contractor and they shall make necessary preventive measures.

13 REMOTE MONITORING MECHANISM & INSURANCE AFTER

INSTALLATION:

13.1 The Bidders have to maintain the Remote Monitoring mechanism for a period of 5 years duly

providing the required SIM card etc for the SPV water pumping systems. The expenditure on

account this shall be met by the Bidder.

13.2 The Bidders shall provide Comprehensive Insurance for a period of 5 (five) years

from the date of installation of SPV water pumping system.

Page 40: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

40

14. LIABILITY FOR ACCIDENTS AND DAMAGES

14.1 During the Warrantee period, the contractor shall assume all responsibilities for direct damages

covering all type of accident, injury or property damage caused by manufacturing defects or

faulty installation on the systems.

15. DUTIES AND TAXES 15.1 The rates/ prices mentioned in the price-schedule includes all latest applicable taxes, duties of

Govt. of Andhra Pradesh as well as Govt. of India and applicable taxes will be deducted at source

against which necessary tax deductions certificates will be issued as and when required. No

additional payments shall be made by NREDCAP LTD., on this account.

16. SPECIAL ATTENTION

16.1 While preparing the Bid-Price the Bidders shall also take into account the following:

a. Infrastructure & Construction Facilities, Preliminary, Enabling & Ancillary works

whatsoever required by them for successful completion of the Project in the specified

time schedule.

b. Indian Income Tax and Surcharge on Income Tax on Salaries of Expatriates etc.

c. Corporate Income Tax.

d. All Taxes, Duties and expenses such as Excise Duty, Sales Tax on Indian Supplies,

Customs Duty and Custom Clearance on imported items, transportation and storage at

site etc.

e. All local duties, royalties, octroi etc.

f. All applicable taxes VAT TDS, Income Tax, Service Tax, cess charges on works

contract etc. in the State of Andhra Pradesh.

17. PATENT RIGHT AND ROYALTIES:

The contractor shall indemnify NREDCAP LTD., against all third party claims of infringement of

patent, royalties, trademark or industrial design rights arising from use of the goods supplied/ installed

by the contractor or any part thereof.

18. RIGHT TO VARY QUANTITIES

NREDCAP LTD, reserves all the rights to increase or decrease the quantity of goods mentioned in the

contract, at the time of placement of orders without any change in price or other terms and conditions.

Page 41: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

41

19. LOCAL CONDITIONS

It will be imperative on contractor to have full information of all local conditions and factors

which may have any effect on the execution of the works. The contractor shall be deemed to have

collected all the relevant information regarding the proposed place of works/ site (bore well, open

well etc), its local environment, approach road and connectivity etc. and be well acquainted with

actual working and other prevailing conditions.

20. TOOLS & TACKLES

The contractor shall provide all necessary tools & tackles for proper execution of work and

operation/ maintenance of systems after installation. NREDCAP LTD, shall in no way, responsible

for supply of any tools & tackles.

21. TERMINATION FOR DEFAULT

21.1 NREDCAP LTD, without prejudice to any other remedy for violate of contract, by written

notice of default sent to the contractor, may terminate the contract in whole or in part:

21.2 If the contractor fails to deliver the Services within the allocated time period(s).

21.3 If the contractor fails to perform any other obligation(s) under the contract. However in the

event of termination of the contract in part, the contractor shall continue performance of the

contract to the extent not terminated.

22. TERMINATION FOR INSOLVENCY

NREDCAP LTD, may at any time terminate the contract by giving written notice to the

contractor without compensation to the contractor if he becomes bankrupt or otherwise

insolvent, provided that such termination will not prejudice or affect any right of action or

remedy, which has accrued or will accrue thereafter to NREDCAP .

23. TERMINATION FOR CONVENIENCE:

NREDCAP LTD, by written notice may terminate the contract, in whole or in part at any time for its

convenience. The notice of termination shall specify that termination is for the purchaser‟s

convenience in the interest of NREDCAP LTD.

Page 42: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

42

24. COMPLETION OF WORK

On completion of the work, the contractor shall submit 3 sets of “Project completion report in MNRE

format ” along with copies of Invoice, Audited statement of expenditure, photographs etc., to

NREDCAP LTD which will include photographs, drawings of various systems containing details of

installation from the point of view of future maintenance of the installed systems. This report must also

contain all Technical Details, Detailed Circuit Diagram of the Electronic/ Electrical/Motor components

of all the system. The report shall include satisfactory performance report from appropriate authority

for each site along with photograph of representative of the authority and the party. Any additional

information required by MNRE, NREDCAP/DISCOM shall be provided by the contractor/supplier.

25. OTHER CONDITIONS:

25.1 The contractor shall not transfer, assign or sublet the work under this contract or any substantial

part thereof to any other party without the prior consent of NREDCAP LTD in writing.

25.2 NREDCAP LTD may at any time either stop the work all together or reduce or cut it down by

sending notice in writing to the contractor. If the work is stopped all together, the contractor will

only be paid for work done and expenses distinctly incurred by him as on preparation or the

execution of the work up to the date on which such notice is received by him. The decision of

NREDCAP LTD regarding assessment of such expenses shall be final and binding on the

contractor. If the work is cut down, the contractor will not be paid any compensation what to ever

for the loss of profit which he might have made if he had been allowed to complete all the work

awarded to him.

25.3 Fulfilment of various requirements, not particularly mentioned in the specifications or drawings

but necessary for satisfactory and proper completion of the work shall be the contractor's

responsibility within the prices offered by him. But additional works beyond the scope and essence

of this contract shall be carried out by the contractor as extra items. For such works the rates shall

be decided by NREDCAP LTD and shall be binding on the contractor.

25.4 The contractor shall not display the photographs of the work and not take advantage through

publicity of the work without written permission of NREDCAP LTD.

25.5 The contractor shall not make any other use of any of the documents or information of this

contract, except for the purposes of performing the contract.

Page 43: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

43

25.6 NREDCAP LTD will not be bound by any Power of Attorney granted/ issued by the contractor or

by any change in the composition of the firm made during or subsequent to the execution of the

contract. However recognition to such Power of Attorney and change (if any) may be given by

NREDCAP LTD after obtaining proper legal advice, the cost of which will be chargeable to the

contractor concerned.

25.7 VC & Managing Director, NREDCAP is having all rights to amend/alter any clause or terms and

conditions of this tender document and that will be notified in the NREDCAP website before 48

hours of the closing date of the tender.

25.8 Any dispute/legal issues arising out of this tender are subject to jurisdiction of High Court

Judicature at Hyderabad for the state of Telangana and Andhra Pradesh.

25.9 In case of the supporting documents are other than in English language, translated copy of the same

in English language certified by the Tenderer shall be attached alongwith the tender document.

Page 44: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

44

TECHNICAL BID

PART-4

GENERAL TECHNICAL

SPECIFICATIONS

Page 45: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

45

1. SCOPE OF WORK AND TECHNICAL SPECIFICATIONS 1.1 SCOPE OF WORK 1.1.1 Design, Supply, Installation and Commissioning of around 10,000 nos of Solar PV Pumping

System comprising of SPV modules, VFD/Inverter, Remote Monitoring, AC Surface/Submersible

Pump, Mounting Structure, Tracking, Cables, HDPE Pipe etc. as per MNRE Specifications of 2015-16

inclusive of CMC and Insurance for 5 years on turnkey basis.

1.2. TECHNICAL SPECIFICATONS

1.2.1. The Solar PV Water Pumping System shall adhere to the MNRE technical specifications for the

Solar Photovoltaic Water Pumping Systems under Jawaharlal Nehru National Solar Mission. The firms

having the test reports/certificate of the MNRE/MNRE authorised test centres issued as per the

technical specifications of 2015-16 of MNRE are eligible to participate in the tender. The

components/items to be supplied for installation of the system are as per the component/items

indicated in the test report of the authorized test centres of MNRE including the brand, capacity

etc.

1.2.2.The technical specification of MNRE for the year 2015-16 are given in the Chapter 2 of this Part

for reference which are to be followed without any deviation.

1.2.3. Additional technical specifications/general terms regarding other balance of system as given in

the Chapter 3 of this Part shall also be adhered.

1.3. EQUIPMENT INFORMATION REOUIRED WITH THE PROPOSAL

1.3.1. The tender must clearly indicate the name of the manufacturer, the types and model & make of

each principal item of equipment proposed to be supplied. The tender may also contain details of

specifications and other comprehensive descriptive materials in support of technical specifications.

1.3.2. The above information may be provided by the Tenderer in the form of separate sheets,

specifications, catalogues etc.

1.3.3. Any tender not containing sufficient descriptive material to describe the proposed equipment

may be treated as incomplete and hence may be rejected. Such descriptive materials and

specifications submitted by the Tenderer will be retained by NREDCAP LTD. Any deviations

from these will not be permitted during the execution of contract, without specific written

permission of NREDCAP LTD.

Page 46: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

46

2. MNRE TECHNICAL SPECIFICATIONS – (2015-16) 2.1. INTRODUCTION 2.1.1. A solar photovoltaic (SPV) water pumping system consists of:

PV array :

- Capacity in the range of 2700Wp to 4800Wp.

- Should be mounted on a suitable structure with a provision of tracking the sun

Motor Pump Set (Surface or submersible) :

- A.C. Induction Motor Pump Set with a suitable Inverter

Electronics :

- Maximum Power Point Tracker (MPPT)

- Inverter for A.C. Motors.

- Electronic Protections.

Interconnect Cables and “On-Off” switch.

2.2. PERFORMANCE SPECIFICATIONS AND REQUIREMENTS (DUTY CYCLE) 2.2.1. Solar PV Water Pumps with PV module capacity in the range of 2700Wp to 4800Wp may be

installed on a suitable bore-well / open well / Water Reservoir / Water stream etc.

2.2.2. Under the “Average Daily Solar Radiation” condition of 7.15 KWh / sq.m. on the surface of PV

array (i.e. coplanar with the PV Modules), the minimum water output from a Solar PV Water

Pumping System at different “Total Dynamic Heads” should be as specified below:

A.C. Induction Motor Pump set with a suitable Inverter:

(i) 90 liters of water per watt peak of PV array, from a Total Dynamic Head of 10 meters (Suction

head, if applicable, minimum of 7 meters) and with the shut off head being at least 12

meters.

(ii) 45 liters of water per watt peak of PV array, from a Total Dynamic Head of 20 meters (Suction

head, if applicable, up to a maximum of 7 meters) and with the shut off head being at least

25 meters.

(iii)32 liters of water per watt peak of PV array, from a Total Dynamic Head of 30 meters and the

shut off head being at least 45 meters.

Page 47: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

47

(iv) 19 liters of water per watt peak of PV array, from a Total Dynamic Head of 50 meters and the

shut off head being at least 70 meters.

(v) 13 liters of water per watt peak of PV array, from a Total Dynamic Head of 70 meters and the

shut off head being at least 100 meters.

(vi) 8.5 liters of water per watt peak of PV array, from a Total Dynamic Head of 100 meters and the

shut off head being at least 150 meters. The actual duration of pumping of water on a particular day and the quantity of water pumped could

vary depending on the solar intensity, location, season, etc. Indicative performance specifications for the Shallow and Deep well SPV Water Pumping Systems are

given at 2.13. and 2.14.

2.3. PV ARRAY: 2.3.1. The SPV water pumping system should be operated with a PV array capacity in the range of

2700 Watts peak to 4800 Watts peak, measured under Standard Test Conditions (STC).

Sufficient number of modules in series and parallel could be used to obtain the required PV

array power output. The power output of individual PV modules used in the PV array, under

STC, should be a minimum of 125 Watts peak, with adequate provision for measurement

tolerances. Use of PV modules with higher power output is preferred.

2.3.2. Indigenously produced PV module (s) containing mono/ multi crystalline silicon solar cells

should be used in the PV array for the SPV Water Pumping systems.

Modules supplied with the SPV water pumping systems should have certificate as per IEC

61215 specifications or equivalent National or International/ Standards.

Modules must qualify to IEC 61730 Part I and II for safety qualification testing.

In addition, the modules must confirm to IEC 6116.730 Part 1- requirements for construction

& Part 2 - requirements for testing, for safety qualification.

I V Curve both soft copy & hard copy must be provided (Image / PDF).

The PV Module must contain RF identification tag and it shall be laminated inside the module.

The efficiency of the PV modules should be minimum 14% and fill factor should be more than

70%.

The terminal box on the module should have a provision for “Opening” for replacing the cable,

if required.

There should be a Name Plate fixed inside the module which will give:

Page 48: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

48

a. Name of the Manufacturer or Distinctive Logo.

b. Model Number

c. Serial Number

d. Year of manufacture

2.4. MOTOR PUMP-SET: 2.4.1. The SPV water pumping systems may use any of the following types of motor pump sets:

Surface mounted motor pump-set

Submersible motor pump set

Any other type of motor pumpset after approval from Test Centres of the Ministry. 2.4.2. The “Motor Pump Set” should have a capacity in the range of 3 HP to 5 HP and should have the

following features:

The mono block/centrifugal motor pump set has its driving unit and impeller mounted on a

common shaft, thereby giving it a perfect alignment. The pump should be provided with

specially developed mechanical seals which ensure zero leakage.

The motor of the capacity ranging from 3 HP to 5 HP should be AC type. The suction and

delivery head will depend on the site specific condition of the field.

Submersible pumps could also be used according to the dynamic head of the site at which the

pump is to be used.

The suction/ delivery pipe (GI/HDPE), electric cables, floating assembly, civil work and other

fittings required to install the system.

Remote monitoring facility must be made in the controllers or the inverters either through an

integral arrangement or through an externally fitted arrangement. It should be possible to

ascertain the daily water output, the power generated by the PV array, the UP TIME of the

pump during the year, Number of days the pump was unused or under breakdown/repairs.

It is recommended that all parts of the pump and the motor of the submersible pumps should

be made of stainless steel.

o The manufacturers of pumps should self-certify that, the pump and all external parts of

motor used in submersible pump which are in contact with water, are of stainless steel.

o The pumps used for solar application should have a 5 years warranty so it is essential

that the construction of the pump be made using parts which have a much higher

Page 49: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

49

durability and do not need replacement or corrode for at least 5 years.

The following details should be marked indelibly on the motor pump set

a) Name of the Manufacturer or Distinctive Logo

b) Model Number

c) Serial Number

2.5. MOUNTING STRUCTURES AND TRACKING SYSTEM. 2.5.1. The PV modules should be mounted on metallic structures of adequate strength and

appropriate design, which can withstand load of modules and high wind velocities up to

150 km per hour. The support structure used in the pumping system should be hot dip

galvanized iron with minimum 80 micron thickness. The PV module fixing structures and

supporting pillars shall be two or more for each system. Based on soil conditions, care

should be taken in laying the foundation for the system by fixing suitable foundation bolts

and nuts.

2.5.2. To enhance the performance of SPV water pumping systems, manual or passive or auto tracking

system must be used. For manual tracking, arrangement for seasonal tilt angle adjustment

and three times manual tracking in a day should be provided.

2.5.3. The components of SPV systems are to be installed with anti-theft bolts/nuts.

2.6. ELECTRONICS AND PROTECTIONS 2.6.1. Maximum Power Point Tracker (MPPT) should be included to optimally use the Solar panel

and maximize the water discharge.

2.6.2. Inverter could be used, if required, to operate an A.C. Pump. The inverter must have IP 54

protection or must be housed in a cabinet having at least IP54 protection.

2.6.3. Adequate protections should be incorporated against dry operation of motor pump set,

lightning, hails and storms. Full protection against open circuit, accidental short circuit and

reverse polarity should be provided.

2.6.4. The box containing VFD , Inverter and Remote monitoring arrangement etc shall be under

locking arrangements, duly fixing at a minimum height protecting from water.

2.7 . ON/OFF SWITCH 2.7.1. A good reliable switch suitable for AC use is to be provided with the motor pump set. Sufficient

length of cable should be provided for inter-connection between the PV array and the motor

pump set.

Page 50: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

50

2.8. PERFORMANCE SPECIFICATIONS AND WARRANTY 2.8.1. The PV Modules must be warranted for output wattage, which should not be less than 90% at

the end of 10 years and 80% at the end of 25 years. The whole system including

submersible/surface pumps shall be warranted for 5 years. Required Spares for trouble free

operation during the Warrantee period should be provided along with the system.

2.9. OPERATION AND MAINTENANCE MANUAL

2.9.1. An Operation and Maintenance Manual, in English and the local language, should be provided

with the solar PV pumping system. The Manual should have information about solar energy,

photovoltaic, modules, AC motor pump set, tracking system, mounting structures, electronics

and switches. It should also have clear instructions about mounting of PV module, DO's and

DONT's and on regular maintenance and Trouble Shooting of the pumping system. Name and

address of the person or Centre to be contacted in case of failure or complaint should also be

provided. A warranty card for the modules and the motor pump set should also be provided to

the beneficiary.

2.10. NOTES 2.10.1. Wherever the “Water table” or the level of water in the reservoir or the water source (e.g.

Diggie) from which the water is to be pumped, is within 10 meters depth, „Surface Motor Pump

sets” should be preferred. The type of pump set used must match the total dynamic head

requirement of the site (i.e. the location at which it is installed). Moreover, it should be

appropriately tested and certified by the authorized test centres of the Ministry to meet the

performance and water discharge norms

specified in section II above.

2.10.2. There should not be any compulsion to use only one or the other type of Motor-pump set.

The beneficiary may select an appropriate Model (i. e. Capacity of PV Array and Type of

Motor Pump Set) as per site requirement.

Page 51: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

51

2.11. Indicative Technical Specifications of Shallow Well (Surface) Solar Pumping

Systems: With A.C. Induction Motor Pump Set and a suitable Inverter:

Water output figures are on a clear sunny day with three times tracking of SPV panel, under the

“Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the surface of PV array (i.e.

coplanar with the PV Modules).

Notes:

For higher or lower head / PV capacity, or in between various models; water output could be

decided as per the clause II. (i.e. performance specifications and requirements) specified earlier. If surface pumps are used in lieu of submersible pumps, the water output must match that of the

submersible pumps as specified in this table. Module mounting structure shall be MS hot dipped galvanised, with a facility of manual tracking

at least three times a day.

Description

Model-III Model-IV Model-V Model-VI

PV array (Minimum capacity) 2700 Wp 2700 Wp 4800 Wp 4800 Wp

Motor

Capacity

3 hp 3 hp 5 hp 5 hp

Shut Off Dynamic

Head 15meters 25 meters 15meters 30 meters

Water

Output*

243,000 litres per day from a total head of 10 meters

121,500 litres per day from a total head of 20 meters

432,000 litres per day from a total head of 10 meters

216,000 litres per day from a total head of 20 meters

Page 52: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

52

2.12. Indicative Technical Specifications of Solar Deep well (submersible) Water

Pumping Systems: With A.C. Induction Motor Pump Set and a suitable

Inverter

Water output figures are on a clear sunny day with three times tracking of SPV panel, under the

“Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the surface of PV array (i.e.

coplanar with the PV Modules).

Notes:

For higher or lower head / PV capacity, or in between various models; water output could be

decided as per the clause II. (i.e. performance specifications and requirements) specified earlier. If surface pumps are used in lieu of submersible pumps, the water output must match that of the

submersible pumps as specified in this table.

Module mounting structure shall be MS hot dipped galvanised, with a facility of manual tracking at

least three times a day.

Description

Model-III Model-IV Model-V Model-VI Model-VII Model-VIII

PV array (Minimum capacity) 3000 Wp 3000 Wp 3000 Wp 4800 Wp 4800 Wp 4800 Wp

Motor

Capacity

3 hp Submersible

with controller

3 hp Submersible

with controller

3 hp Submersible

with controller

5 hp Submersible

with controller

5 hp Submersible

with controller

5 hp Submersible

with controller

Shut Off Dynamic

Head 45 meters 75 meters 100 meters 70 meters 100 meters 150 meters

Water

Output*

96,000 liters per

day from a

total head

of 30 meters

57,000

liters

per day

from a

total

head of 50

meters

39,000

liters

per day

from a

total

head of 70

meters

91,200

liters

per day

from a

total

head of 50

meters

62,400 liters

per day

from a total

head of 70

meters

40,800

liters

per day

from

a total head

of 100

meters

Page 53: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

53

3. General terms and conditions

3.1. The Solar PV System shall be very robust and suitable to work in remote rural areas. Anti-Theft

bolts/nuts must be provided to the system.

3.2. A complete list of Bill of Materials shall be provided along with the offer.

3.3. The numbers of each component proposed for supply shall be clearly specified.

3.4. The bill of materials shall include HDPE pipes for submersible and surface mounted pumps

3.5. Minimum Specifications of the suction/delivery pipe shall be as follows:

Submersible Pumps – HDPE pipes of 10 Kg/Sq.cm. – minimum of 63mm OD-PE 100

Grade of 100ft length and submersible cable 3 core 2.5sqmm flat cable as per ISI

standards of 120ft length.

Surface mounted pumps – HDPE pipes of 6 Kg/Sq.cm. – 90/110mm OD

(Delivery/Suction)-PE 100 Grade of 50ft length and required cable as per ISI standards.

3.6. Spare parts

Bidder shall keep stock of essential spares at their nearest service center and/or at each site at

their cost for five years maintenance. A recommended list of such spares shall be provided with

the offer.

3.7. Installation and commissioning

3.7.1. Detailed project execution plan shall be submitted along with the offer. 3.7.2. The bidder is responsible for arranging all the accessories and measuring instruments required

to smoothly commission the system.

3.8. Packing, shipping and marking 3.8.1. The bidder shall be responsible for assuring that all commodities shipped are properly packed

and protected to prevent damage or deterioration during shipment. Packaging and shipping costs

shall be borne by the supplier. Customs clearance and all costs and actions associated with

Page 54: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

54

import duties, taxes and processing of documents within India are to be borne by the bidder.

3.9. Insurance 3.9.1. The bidder shall provide insurance coverage ex-factory until commissioning, and acceptance for

replacement or repair of any part of the consignment due to damage or loss.

3.10. Delivery 3.10.1. The bidder shall indicate delivery time along with the offer, service centres near the Site or

nearest places and ensure that all the essential men and materials are placed to ensure quick and

efficient after sales service.

3.10.2. Training and after sales service is an important component of supply. The Village Level

technicians and individual rural users shall be properly trained on operation and maintenance.

Page 55: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

55

Annexure –I CHECKLIST TO ACCOMPANY THE TENDER

Sl. No Description Submitted

Page No. (see Note below)

(1) (2)_ (3) (4)

1

Test Report/Certificate issued by the MNRE/MNRE

authorized Test Centres issued as per the MNRE

Technical specifications of 2015-16.

Yes/No

2

Demand draft toward requisite Earnest Money Deposit

(issued by any Nationalized bank) Rs. 10,00,000/- Yes /No

3

Crossed demand draft towards Bid Processing Fee Rs.

40,000/- plus 14.5% service tax (or as in force)

4

Average Annual Turnover Certificate and Annual

Audited Balance Sheets of the last 3 years ending 31st

March of the previous financial year (i.e.2015-16)

certified by Chartered Accountant.

Yes/No

5 Experience Certificates for the last 3 years Yes/No

6

Regn Certificate issued by Regional Provident Fund

Office. Yes/No

7 Copy of PAN card. Yes/No

8

Copy of latest Income Tax Clearance returns submitted

along with proof of receipt (Latest SARAL form).

Yes/No

9 Copies of VAT Registration Certificate. Yes/No

10 Latest VAT/ Sales Tax clearance certificate. Yes/No

11 Copies of CST/Service Tax Yes/No

12 Details of LOCAL Service Centres in the Districts Yes/No

13

Information on litigation history in which Bidder is

involved.

Yes/No

14 Any other documents/certificates as specified in tender Yes/No

Notes:- 1. All the uploaded copies of the certificates, documents etc., enclosed to the Technical bid shall be

given page numbers on the right corner of each certificate, which will be indicated in column (4)

against each item. The statements furnished shall be in the formats appended to the tender document.

2. The information shall be filled-in by the Tenderer in the check list, as applicable and shall be

enclosed to the Technical bid for the purposes of verification as well as evaluation of the tenderer‟s

Compliance to the qualification criteria as provided in the Tender document.

3. The bidders shall sign on all the statements, documents, certificates by him, owning

responsibility for their correctness/authenticity.

Signature of the Tenderer with Seal

Page 56: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

56

TECHNICAL BID

PART-5

TECHNICAL BID FORMATS

Page 57: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

57

FORMAT - I

FORMAT FOR TECHNICAL DETAILS OF EACH PROPOSED SPV WATER

PUMPING SYSTEMS

(Separate Sheet for each system shall be provided)

(1) Solar Module:

1.1 Type and source of Solar Cell (Mono/Multi) :

1.2 Make and Type :

1.3 Voc

1.4 Isc :

1.5 Wp Rating

1.6 Fill Factor

1.7 Module efficiency

(2) Motor-pump Set :

2.1 Make and Type :

2.2 Rating (Voltage and Horse power) :

(3) Solar Pump Controller/ Pump Drive

3.1 Make and Type :

3.2 Rating

(4) Tracking Mechanism

4.1 Auto /manual - give details

(5) Spares

5.1

List of maintenance spares for five years trouble free operation to be supplied with the system

(6)

Water output figures are on a clear sunny day with three times tracking of SPV panel, under the

“Average

Daily Solar Radiation” condition of 7.15 KWh/

sq.m.

On the surface of PV array (i.e. coplanar with the PV Modules).

(7) Balance of System Items/Component:

7.1 Name of the cables , Distribution boxes etc.

7.2

Name of the manufacturer & Make of Switches/Circuit Breaker/ Connectors/ Surge protection devices

7.3 Enclosed supporting documents if any

From Page

No…………………………..to……………….

7.4 Details in case of any deviation from the technical specifications as specified in the tender document.

7.5

Details of HDPE pipe

Page 58: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

58

(For Submersible Pumps – HDPE pipes of 10 Kg/Sq.cm. – minimum of 63mm OD-PE 100 Grade of 100ft length and submersible cable 3 core 2.5sqmm flat cable as per ISI standards of 120ft length.)

For Surface mounted pumps – HDPE pipes of 6 Kg/Sq.cm. - 90/110mm OD (Delivery/Suction)-PE 100 Grade of 50ft length and required cable as per ISI standards.

(Attach additional sheets if required)

All the components including Pumpset system, other components mentioned above should be

quoted as a single item. No partial quotes are accepted.

(Signature of Tenderer with Seal)

Page 59: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

59

FORMAT – II

FORMAT FOR DETAILS OF EXPERIENCE

Details

Year

2013-14

2014-15 2015-16 Total

Number of 3HP/5 HP Solar PV Water Pumping Systems installed to any Govt organization/Scheme in the country in the last 3 years for irrigation purpose.

Total contract amount (Rs.)

NOTE:

1. The Bidders must submit their experience details in the above format only.

2. Above details without copies of work orders, completion certificates and satisfactory

performance reports from the users will not be considered. If required, NREDCAP

may inspect these installed systems or obtain the required information from the

concerned. The certificates issued by the Govt Dept/Agencies/Organisations will

only be considered.

Signature of the Tenderer with Seal

Page 60: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

60

FORMAT - III

FORMAT FOR DECLARATION (on Rs.100/- non judicial stamp paper)

I / WE ………………………………………………………………. have gone through carefully all the

Tender conditions and solemnly declare that I / we will abide by any penal action such as

disqualification or black listing or determination of contract or any other action deemed fit, taken by,

the Department against us, if it is found that the statements, documents, certificates produced by us are

false / fabricated. I / WE hereby declare that, I / WE have not been blacklisted / debarred / Suspended / demoted in any

department in Andhra Pradesh or in any State due to any reasons.

Signature of the Tenderer with Seal

Page 61: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

61

FORMAT - IV

FORMAT FOR TURNOVER DETAILS

Sl. No. Financial year Value in Crores (Rs)

1 2013-14

2 2014-15

3 2015-16

4 Average Annual Turnover of the last three years.

NOTE:

i. Attach certificate from the Charted Accountant along with Annual Balance sheet.

ii. For the year 2015-16, provisional balance sheet certified by the Chartered Accountant will be

considered.

iii. The documents submitted without certification by the Chartered Accountant shall not be

considered.

Signature of the Tenderer with Seal

Signature & Seal of Chartered Accountant

Page 62: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

62

FORMAT - V

FORMAT FOR DECLARATION ON LITIGATION HISTORY

1) Whether black listed/ Debarred/Suspended from execution of work.

2) Other litigations. If any including Court litigations. Arbitrations etc.

Department and

concerned officer Other party(ies)

Case of

dispute.

Amount

involved.

Remarks showing

present status.

1 2 3 4 5

Signature of Tenderer

Page 63: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

63

FINANCIAL BID

PART- 6

FORMAT

Page 64: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

64

FORMAT – I

FORMAT FOR FINANCIAL BID Name of the Firm:

______________________________________________________________________________

Name of work: Design, Supply, Installation & Commissioning of Solar PV Water Pumping

Systems on Turnkey basis for agriculture purpose in the state of Andhra Pradesh including 5 Years

CMC (As defined in the scope of work) on Turnkey basis.

S.No. ITEM

Design, Supply, Installation & Commissioning of

around 10000 Nos of Solar PV Water Pumping

systems comprising of SPV modules,

VFD/Inverter, Remote Monitoring Arrangement,

AC Surface/Submersible pump, Mounting

structure, Manual Tracking, Cables, HDPE Pipe

etc as per MNRE technical specifications of 2015-

16 (Test Reports) inclusive of CMC and Insurance

for 5 years on Turnkey basis.

Unit Rate per Pumpset (in Rs.)

(Inclusive of all applicable taxes, duties etc.)

1

Submersible Solar PV Pumpset

with minimum PV Array of 3000

wp – 3 HP A/C

2

Submersible Solar PV Pumpset

with minimum PV Array of 4800

wp – 5 HP A/C

3

Surface mounted Solar PV Pumpset with minimum PV Array of 2700 wp – 3 HP A/C

4

Surface mounted Solar PV

Pumpset with minimum PV Array of

4800 wp – 5 HP A/C

Certified that:

Above rates are in accordance with the specifications & various terms & conditions mentioned in

the tender document and are applicable for installation anywhere in Andhra Pradesh State. The rates are inclusive of all latest prevailing taxes and duties etc., of Govt. of Andhra

Page 65: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

65

Pradesh as well as Govt. of India. Moreover, NREDCAP will not be responsible for

providing Road permits.

The rates are inclusive of all the charges regarding Design, Supply, Installation,

Commissioning including Transportation, tracking facility, remote monitoring mechanism,

Insurance and CMC for 5 years and the additional BOS like Suction Pipe, Delivery Pipe,

Cable etc., with proper foundation and any other charges mentioned in the Tender Document

and also any risks that are foreseen by the Tenderer. The rates are also inclusive of 5 years

remote monitoring and insurance charges. All the components including PV system, software‟s and other components mentioned above

should be quoted as a single item. No partial quotes are accepted. Site conditions shall be taken care of while laying the foundation for installation of the system.

The components/items to be supplied for installation of the system are as per the

component/items indicated in the test report of the authorized test centres of MNRE

including the brand, capacity etc.

The component wise cost details with brand name are enclosed

(Signature of Bidder)

With seal

Page 66: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

66

FORMAT – 1 A

Statement showing the component wise cost details with brand name, for the quoted price, for supply of 3HP/5HP A/C Solar PV Pumpsets

Sl

No Item Brand

3 HP Pumpset

(in Rs inclusive of all

taxes & duties

5 HP pump set

(in Rs inclusive of all

taxes & duties

Submersible Surface Submersible Surface

1

Solar P V Modules as per

MNRE/IEC specifications

2

Solar Inverter / VFD with remote monitoring arrangement

3 AC Pump 5 star rated

4

GI Mounting structure with manual tracking as per MNRE norms

5

A.SUBMERSIBLE PUMP HDPE pipe of 10kg/sqcm-minimum 63mmOD-PE 100 grade of 100 ft length with 3 core 2.5 sqmm flat cable as per ISI standards of 120 ft length. B. SURFACE MOUNTED PUMP HDPE pipe of 6 kg/ Sqcm- 90/110 mm OD(Delivery/Suction)-PE 100 grade of 50ft length with required Cable as per ISI standards

6

Civil works and all other necessary materials required for installation including

transport charges etc at

any location in AP

Page 67: Design, Supply, Installation & Commissioning of SPV Water Pumping …nredcap.in/PDFs/Tenders/E_tenders_Solar/Tender_Document.pdf · 2016. 5. 23. · 10000 Nos of Solar PV Water Pumping

67

7

Installation, Commissioning & Insurance charge with CMC for a period of 5 years.

8 Any other item, if any

TOTAL AMOUNT

All the above items are as per MNRE specifications and also as per the test report issued by the authorized test centres of MNRE. These rates are applicable for supply & installation of solar pumpsets anywhere in AP state.

Note:- The component wise cost details without quoting of financial bid is not valid.

SIGNATURE WITH SEAL