Ha Red a 061286739

39
Tender Price: Rs. 1,000/- TENDER NO. HAREDA/ off grid Solar power plants /2013-14 / 04 DNIT FOR SUPPLY, INSTALLATION & COMMISSIONING OF GRID INTERACTIVE TWO SOLAR POWER PLANTS i.e. Solar power plants of 100 KW capacity at S.H.K.M, Govt. Medical College, Nalhar, District- Mewat and 50 KW Solar Power Plant with 100 nos. of 20 watt LED Street Lighting Systems at School Education Board, Bhiwani IN HARYANA STATE HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA) (DEPARTMENT OF RENEWABLE ENERGY, HARYANA) Akshay Urja Bhawan, Sector-17, Panchkula PHONE: 0172-2585733, 2585433 Fax No.0172-2564433 Email: [email protected] Website: www. hareda.gov.in

description

harayana

Transcript of Ha Red a 061286739

  • Tender Price: Rs. 1,000/-

    TENDER NO. HAREDA/ off grid Solar power plants /2013-14 / 04

    DNIT

    FOR SUPPLY, INSTALLATION & COMMISSIONING OF GRID INTERACTIVE TWO SOLAR

    POWER PLANTS

    i.e. Solar power plants of 100 KW capacity at S.H.K.M, Govt. Medical College, Nalhar, District- Mewat and 50 KW Solar Power Plant with 100 nos. of 20 watt LED Street Lighting Systems at School Education Board, Bhiwani

    IN

    HARYANA STATE

    HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA) (DEPARTMENT OF RENEWABLE ENERGY, HARYANA)

    Akshay Urja Bhawan, Sector-17, Panchkula PHONE: 0172-2585733, 2585433 Fax No.0172-2564433

    Email: [email protected] Website: www. hareda.gov.in

  • IMPORTANT DATES LAST DATE FOR SALE OF TENDERS : Upto 4.00 PM on 05.09.2013

    LAST DATE FOR SUBMISSION OF TENDERS : Upto 3.00 PM on 06.09.2013 OPENING OF TECHNICAL AND COMMERCIAL BIDS: At 4.00 PM on 06.09.2013

  • HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA)

    DNIT SUPPLY, INSTALLATION AND COMMISSIONING OF 100 KW CAPACITY GRID INTERACTIVE SOLAR POWER PLANT AT S.H.K.M, GOVT. MEDICAL COLLEGE, NALHAR, DISTRICT- MEWAT AND 50 KW CENTRALIZED SOLAR POWER PLANT WITH 100 NOS. OF 20 WATT LED STREET LIGHTING SYSTEMS AT SCHOOL EDUCATION BOARD, BHIWANI IN HARYANA STATE 1. SCOPE OF WORK

    The scope of work includes following two projects:- (i) 100 KW capacity Solar Power Plant alongwith battery bank at S.H.K.M, Govt. Medical

    College, Nalhar, District- Mewat in Haryana with five years warrantee of complete system including battery bank and PV modules used in the power plant must be warranted for their output peak watt capacity, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years.

    (ii) 50 KW Centralized Solar Power Plant with 100 nos. of 20 Watt LED Street Lighting

    Systems alongwith battery bank at School Education Board, Bhiwani in Haryana State with five years warrantee of complete system including battery bank and PV modules used in the power plant must be warranted for their output peak watt capacity, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years.

    The tentative purchase value of both said projects shall be approximately Rs. 300.00 lacs. *The bidder can submit their bid for both aforesaid projects or he can submit his proposal for either of said solar power plants.

    2. SPECIFICATIONS OF SYSTEM

    The tech. specifications 100 KW capacity Grid interactive Solar Power Plant alongwith battery bank at S.H.K.M, Govt. Medical College, Nalhar, District- Mewat is enclosed as Annexure-1. The tech. specifications of 50 KW Grid interactive Solar Power Plant with 100 nos. of 20 Watt LED Street Lighting Systems alongwith battery bank at School Education Board, Bhiwani is enclosed at Annexure-2.

    3. MINIMUM ELIGIBILITY CONDITIONS

    i) The bidder should be:

    A PV system integrator having experience for installation and commissioning of 2000 solar photovoltaic lighting systems or at least one or more Solar Photovoltaic Power Plant (s) aggregating to a total of 20 KWp capacity

  • ii). The bidder should have valid test report of SPV modules, batteries and power conditioning unit (PCU) tested as per MNRE, GOI latest guidelines minimal technical requirements / standards for SPV systems / plants to be deployed (Test Certificates are necessary and should have been issued on or after April 2009.) *For the 50 KW and 100 KW solar power plants, no separate test report of PCU/inverter is required if the bidder has test report of 10 KW capacity. However, the self test report of manufacturer is required.

    ii) Bidder should have the cumulative experience in executing contracts for the supply,

    installation and commissioning of solar photovoltaic systems / solar power plants at least 75 lacs in Proforma-IV.

    iii) The overall average turnover of the company/firm/corporation in the last two financial years

    should be at least Rs. 50.0 Lac. Certificate from Chartered Accountant shall be enclosed with the offer in Proforma-V.

    iv) The bidder should have valid CST/ State VAT/TIN registration certificate. A copy of which

    should be enclosed. v) The tenderer shall submit a certificate that their firm has never been debarred by any

    Government agencies/departments/PSUs for the item for which they are quoting against this tender. The bids of the debarred firm will be rejected out rightly.

    vii) Consortium, Joint Venture/ Business partnership is not allowed. viii) The past performance of the firms shall be considered while evaluating the technical bids. If

    the bidder has poor record for providing after sales services to the HAREDA during last five year then their bid shall be rejected out rightly.

    ix) Only indigenously manufactured PV modules will be used in the said Projects.

    4. OTHER ELIGIBILITY CONDITIONS The Financial bids of only those bides shall be opened, who qualify in Minimum Eligibility Conditions as above and score at least 45 Points in technical evaluation. The Points for the technical evaluation shall be assigned as under:

    SN Criteria Points 1. MNRE accredited off-grid Channel partner/Programme

    Administrator OR Credit rating (From MNRE Accredited Rating Agency) of SP 2C and above

    10

    2. Cumulative Experience * of the Bidder in Executing contracts of Solar Photovoltaic Systems/Power Plant (Installation & Commissioning of PV Systems/Power Plants)

    0 to 100 KWp 100 to 250 KWp 250 to 500 KWp 500 to 1000 KWp

    - 5 15 25

    3. Bidder `s cumulative Experience* in last 10 years in supply and installation/commissioning of total number of solar PV Lighting

  • Systems Cumulative nos 0 to 3,000 nos. 3,000 to 5,000 nos. 5,000 to 10,000 nos. 10,000 to 20,000 nos.

    - 5 15 25

    4. Value of a Single Order* of PV Systems/ Power Plants executed by the Bidder: Valued more than Rs. 25 Lakhs Valued more than Rs. 50 Lakhs Valued more than Rs. 1.0 Crore Valued more than Rs. 2.0 Crore

    - 5 15 25

    5. Cumulative Experience * of the Bidder in executing contracts (Installed & commissioned) of Stand Alone solar P V Systems/ Power Plants: At least 50% of the tendered value At least 75% of the tendered value

    5 10

    6. The Bidder has ISO 9001 certification 10 7. The bidder has ISO 14001 certification 10

    * Bidders experience should be in supply, installation/commissioning (contracts executed, completed and handed over) of Solar Photovoltaic Systems/ Power Plants for MNRE supported Schemes / Programmes, (including Projects executed by channel partners availing MNRE support) OR Any Government Organization/ Agency/ SNA/PSU.

    5. EARNEST MONEY DEPOSIT & TENDER FEE (a) EARNEST MONEY DEPOSIT

    (i) The tender should be accompanied with earnest money for the value of Rs.2, 00,000 /-

    (Rupees two lac only) in the form of demand draft/ Bank Guarantee in favour of Director General, HAREDA payable at Chandigarh.

    (ii) Central or Haryana Public Sector Enterprises and approved sources as declared by the Industries Department, Haryana, would be exempted from the deposit of EMD on submission of such letter from the competent authority.

    (iii) The offers without EMD or authority letter, as mentioned in (ii) will be rejected without

    assigning any reason as being non-responsive. (iv) EMD of unsuccessful tender shall be returned after award of the contract /order. No

    interest will be paid on the earnest money. (v) EMD may be forfeited in case of a tenderer withdraws its tender during the period of

    tender validity specified by the Bidder in the tender. (b) Cost of Tender Fee (i) An amount of Rs.1000/- (Rupees one thousand only) as tender fee (Non refundable) will

    be deposited with the technical bid in the form of HAREDA receipt for purchase of tender. The bidder may purchase the tender from the office of HAREDA up to last date of tender

  • submission by depositing Demand Draft in favour of Director General, HAREDA/Cash amount of Rs.1000/- and enclose copy of receipt with the technical bid. If the bidders download the document from the HAREDA web site i.e. www.hareda.govt.in (Icon- tender), the bidder shall enclose Demand Draft of Rs.1000/- before due date payable at Chandigarh in favour of Director General, HAREDA.

    (ii) No tender without this Money would be considered for further consideration and would be

    treated as invalid proposal. 6. PAYMENT TERMS

    The payments shall be made as per the following terms and conditions: i. 70% of the ordered value after the supply of the complete system at site supported with

    material receipt issued by user /P.O of the concerned district (The contractor shall raise bill of 70% of the ordered value after the supply of the complete system at site, duly certified by the concerned officer and USER as per the technical specification and terms and conditions specified in the contract).

    ii. 20% of the ordered value after installation and commissioning. The contractor shall raise

    bill of 20% of the ordered value after installation and commissioning of the system supported with completion certificate, the handing over certificate, bill of material and Joint commissioning report duly signed by the designated officer and end user. (Applicable for 90% if no 70 % has been taken by the firm).

    iii. 10% payment to be released @2% at the end of each year for 5 years, on

    satisfactory performance. The contractor shall raise bill of 2% of the ordered value at the end of each year alongwith satisfactory performance report duly certified by the concerned officer and user. The said amount may also be released after 45 days of the successful commissioning and satisfactory performance of the system against the submission of performance bank guarantee of equal amount valid for five years from commissioning of the plant. (Applicable for 100% if no 90 % has been taken by the firm).

    iv. Supplier may also avail 25% of total work value as advance on submission of Bank

    Guarantee of the 110% amount valid for six months and same is adjusted on release of any first payment to supplier as mentioned above.

    7. WORK ORDER SECURITY DEPOSIT i. The EMD of the successful bidders shall be kept as work order security deposit and shall

    only be released after successfully supply, installation and commissioning /completion of the contract/order. No interest will be paid on this security deposit.

    ii. This work order security may be forfeited in case of non-execution of work against the work order placed.

    8. INSPECTION OF MATERIAL

  • (i) The material shall be dispatched by the supplier after inspection by the Director General, HAREDA or his representative committee from Head office, field office and User at his premises/ at site and acceptance of the same. The supplier shall give 15 day's written notice of any material ready for inspection. The material shall be erected in the project after acceptance of the same. It shall be mandatory that consignment of material should reach at site within two months of placement of supply order. The installation of the work shall be carried out under the close supervision of the Project Officer of the district & the user. The final inspection after installation and commissioning shall be carried out by district office and user. The supplier shall provide without any extra charge, all materials, tools, testing equipments, labour and assistance of every kind which the inspecting officer may consider necessary for any test or examination. HAREDA can also get the systems tested from any Govt. approved test centre/ laboratory and the expenses shall be borne by the supplier. Rejected material (if any) will have to replace by the supplier at its cost within a week time. In case the material offered for inspection fails to meet the specifications stipulated in DNIT /Order /Contract and the material is rejected by the Inspecting Committee, the Indenting Department will have the right to levy a penalty at 0.1% of the order value. In case the material offered for inspection fails during the 2nd inspection also, the Indenting Department will have the right to increase the penalty to 0.25% of the order value. In case, the material offered fails during the 3rd and final inspection also, the firm will be liable for penal action including forfeiture of EMD, risk purchase, debarring/blacklisting in future, and no further opportunity for inspection will be provided to the supplier firm. The firm will print the words PROMOTED BY HAREDA on the body of the Systems so as to minimize any possible malpractices.

    9. VALIDITY OF BID

    The bids shall be valid for a period of six months from the date of opening of tender. HAREDA may ask to the bidder(s) to extend the validity, if necessary.

    10. WARRANTY

    (i) The supplier shall af f i rm as per standards for quality that anything to be furnished shall be new, free from all defects and faults in material, workmanship and manufacture, shall be of the highest grade and consistent with established and generally accepted standards for material of the type ordered, shall be in full conformity with the specifications, drawing or samples, if any and shall if operable, operate properly.

    (ii) Performance of Equipment: In addition to the warranty as already provided,

    the supplier shall guarantee satisfactory performance of the equipment and shall be responsible for the period or up to the date specified in sub-clause (iii) hereof after the equipment has been accepted by the HAREDA to the extent for any defects that may develop such defects shall be removed at his own cost when called upon to do so by the HAREDA.

    (iii) The Contractor in consultation with concerned Project Officer will conduct

    training programme for users, focusing on main features, operation and maintenance of the systems. After successful supply/commissioning of the

  • system and training, the system will be handed over to the person designated by the end user.

    (iv) The Contractor/supplier shall continue to provide spare parts after the expiry of

    warranty period at the users cost. If the contractor fails to continue to supply spare parts and services to users then HAREDA shall take appropriate action against the firm.

    (v) The Warranty period shall be 25 Years for the PV modules and 5 years for

    complete system including battery from the date of commissioning and handing over of the system. The contractor shall rectify defects developed in the system within Warranty period promptly. The procedure to rectify the complaint/service to be provided during warrantee period is follows as:

    During the warrantee period, the firm shall ensure proper functioning of the systems and complaint, if any, forwarded to the supplier against the system, will have to be attended within 5 days of forwarding such complaints. The procedure to rectify the complaints shall be as under:

    a) The notice through E-mail/hard copy to rectify the complaints shall be issued by

    the HQ/district officer/User to the supplier with copy to the maintenance cell of HAREDA. This shall be followed by two reminders on 3 days intervals each. The district office/ maintenance cell shall maintain proper record of the complaints.

    b) Even after this, the complaints remain unattended the penalty @ Rs. 200.00 per day per system will be imposed from the expiry of 11 days & same will be deducted from the payment due to the supplier / out of the Performance Security Deposit/ bank Guarantee. The firm if failed to repair/ replace the defective system within next 10 days after expiry of the earlier specified 11 days of forwarding of the complaint then concerned ADC-cum-CPO shall forward the case to the Director, HAREDA along with estimated expenditure for the replacement/ repair. Director, HAREDA may consider repairing / replacing such defective system on the cost of the supplier. The firm who shall be penalized by revoking PSD/Bank guarantee shall deemed to be consider as unfit to participate in all the tenders floated by HAREDA in future and shall be treated as unsatisfactory performer.

    c) If the whole PSD/ bank guarantee is utilized and the complaints are still pending

    then a online/hard copies request will be sent to the firm to attend the complaint within 10 days.

    d) If still the firm shall not attend the complaint within the above mentioned period

    then the firm may be blacklisted and a legal proceeding may be initiated against the firm for Breach the agreement.

    The past performance of the firms to provide after sale service to HAREDA shall be considered while evaluating the technical bids.

    11. TIME SCHEDULE, PENALTY/LIQUIDATED DAMAGES

    These systems are to be supplied, installed and commissioned within four months time from the date of issue of work order.

  • The time of delivery or dispatch stipulated in the supply order shall be deemed to be the essence of the contract, and should the contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to penalty per consignment @ 2.0% per month subject to maximum deduction of 10% of the delayed services recoverable on the value of the stores supplied. Once the maximum is reached, the HAREDA may consider termination of the contract. In case of non-payment of the contractor, recovery will be made from his bills or amount of Earnest money or security deposited with Director General, HAREDA, provide also that:

    (a) No recovery of penalty will be made if the Indenting officer accepts the delayed

    supplies by extending the delivery period up to two weeks by recording in writing that the exceptional circumstances were beyond the control of the supplier and there was no loss to the Government.

    (b) Whether the delay on the part of the supplier is of more than two weeks, the matter for extension of delivery period will be referred by the Indenting Officer to the Director, HAREDA with a certificate that there are genuine reasons for delay on the part of the supplier and no loss will result to the Government. In case extension in delivery period is allowed the case will be decided on merits by the Director, HAREDA. In case the delivery period is amended, no penalty for supplies made during the extended period will be recovered from the supplier.

    (c) On the failure of the suppliers to make supply within the extended period or otherwise and the receipt of such information in the office of the Director, HAREDA, risk purchase at the cost of the supplier will be made by the Director, HAREDA within two months of the expiry of stipulated delivery period by inviting short terms quotations from the Registered and other known suppliers. The difference of excess cost thus, incurred will be recovered from the supplier from his pending bills, earnest money or security whichever is available. This procedure will be adopted after serving a registered notice to the supplier to supply stores within 15 days.

    (ii) The Contractor shall not;

    (a) Without the consent in writing of HAREDA transfer, assign or sublet the work

    under this contract or any substantial part thereof to any other party. HAREDA shall have at all reasonable time access to the works be ing carried out by the contractor under this contract. All the work shall be carried out by the contractor to the satisfaction of HAREDA.

    (b) Disclose details of the conditions governing this contract to unauthorized persons (Indenting against this contract is permissible only for the bonafide use of Governments departments and quasi public and not for private parties or for the private use of the Government officers).

    (iii) In the event of the contractor failing duly and properly to fulfill or committing

    breach of any of the terms and conditions of the tender or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/ or delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms of this tender, or if the bidder or his agents or servants being guilty of fraud in respect of the contract or any other contract entered into by the contractor or any of his partners or representatives thereof with Government directing, giving, promising or offering any bribes, gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise to any person in the employment of

  • Government in any way relating to such officers or person of persons, office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/ their creditors or attempts to do so then without prejudice to Government rights and remedies otherwise, HAREDA/ Government shall be entitled to terminate this contract forthwith and to blacklist the contractor and purchase or procure or arrange from Governments stocks or otherwise at the contractors risk and at the absolute discretion of the Director, HAREDA as regards the manner, place or time of such purchases, such supplies as have not been supplied or have been rejected under this agreement or are required subsequently by Government there under and in cases where issues in replacement are made from Governments stocks or supplies, the cost of value of stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may accrue to Government.

    12 FORCE MAJEURE

    (i) 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 fulfill his obligation under this deed due to event of force majeure circumstances.

    (ii) 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. Such events may include, but are not restricted to, acts of Govt. either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and fright embargoes.

    (iii) However, If a force majeure situation arises, the contractor shall immediately notify the HAREDA in writing. The decision of the Director General, HAREDA in above conditions shall be final.

    13. ARBITRATION

    If any question, dispute or difference what so ever shall arises between HAREDA and the contractor, in the connection with this agreement except as to matters, the decisions for which have been specifically provided, either party may forthwith give to the other notice in writing of existence of such question, dispute or difference and the same shall be referred to the sole arbitration of the Principal Secretary/Secretary/Chairman, HAREDA or a person nominated by him. This reference shall be governed by the Indian Arbitration Act, and the rules made there under. The award in such arbitration shall be final and binding on both the parties. Work under the agreement shall be continuing during the arbitration proceedings unless the HAREDA or the arbitrator directs otherwise

    14. PROCEDURE FOR FINALIZATION OF PURCHASE:-

    1. First the Commercial & Technical part shall be opened on _________ at 4.00 PM in the Conference Hall of Akshay Urja Bhawan at Institutional Plot No. 1, Sector-17, Panchkula in the presence of tenderers of their authorized

  • representative who chose to attend the meeting and thereafter technical bid shall be evaluated.

    2. Then Price part of only those tenderers, whose offer technically and commercially acceptable after evaluation will be opened in the presence of tenderers of their authorized representative who chose to attend the meeting. The date to open the price part will be informed separately.

    3. Thereafter, the status of the bidders i.e. L-1, L-2, L-3 so on shall be determined by giving purchase preference as mentioned in Clause no. 15 below to the bidder billing from Haryana State.

    4. Thereafter, the agenda shall be placed before the Competent Authority/High Powered Purchase Committee for negotiation and finalization of rate.

    5. The other terms and conditions shall be governed by policy / guidelines on

    procurement of stores issued by Department of Industries & Commerce, Haryana vide GO No. 2/2/2010-4 I BII dated 28 May 2010 and subsequent policy decision/ guidelines/amendment issued by Department of Industries & Commerce. These guidelines are available on the State Govt. website i.e. www.haryana.gov.in

    15. PURCHASE PREFERENCE

    I) For the suppliers billing from Haryana State, 50% of the VAT revenue accruing to the State of Haryana should be discounted from the composite price bid of the bidder while comparing the bids received in response to such DNIT and the L1, L2, L3 bidder status will be determined accordingly.

    ii) If a successful bidder is awarded the bid offer after discounting/ rebating 50% of the VAT revenues accruing to the state of Haryana and the state does not lead to the full accrual of the VAT revenue to the State of Haryana on the accepted price bid, a penalty equivalent to short accrual of the VAT revenues to the State of Haryana would be recovered from the supplier.

    iii) Purchase preference shall be accorded to the approved sources, including Central or

    Haryana State Public Sector Undertaking/Enterprises, provided that such approved source take part in the bidding process and the quoted prices of the approved source is within 10% of the lowest acceptable price, other things being equal. However, such purchase preference would be available to the approved source only at the lowest acceptable price.

    16. SUBMISSION OF TENDER i) Sealed tender should be submitted in two parts i.e. Part-I (technical and commercial)

    and part-II (price part) in the Annexure-3 the firm should submit their offers in two separate sealed envelopes, marked on one envelop as Part-I Technical and Commercial Part and on other envelope as Part-II: Price Part. These envelopes should again be sealed in a covering envelope along with forwarding letter, super scribed on top with

    OFFER FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 100 KW CAPACITY GRID INTERACTIVE SOLAR POWER PLANT AT S.H.K.M, GOVT. MEDICAL COLLEGE, NALHAR,

  • DISTRICT- MEWAT AND 50 KW GRID INTERACTIVE SOLAR POWER PLANT WITH 100 NOS. OF 20 WATT LED STREET LIGHTING SYSTEMS AT SCHOOL EDUCATION BOARD, BHIWANI IN HARYANA STATE

    ii) Offer should be addressed to Director General, HAREDA by designation not by name. iii) HAREDA shall resume no responsibility for misplacement or pre-mature opening of any

    part of tender, in case of above instructions or not complied by the tenderer. iv) Any offer received after the deadline for submission of offers shall be rejected and

    returned unopened to the tenderer. v) All the pages of tender documents, technical specifications, bids, supporting documents

    etc. shall be indexed, numbered and duly signed by the authorised signatory and company seal should be affixed or each page. Any part of the tender which is not specifically signed by the authorized signatory and not affixed with company seal shall not be considered for the purpose of evaluation.

    vi) The offers should be signed and sealed by the tenderer or his authorised representative. The names and designation of all persons signing shall be typed or printed below the signature.

    vii) Failure of furnish all information and documentary evidence as stipulated in the tender document or submission of an offer i.e. not substantially responsive to the tender document in all respects shall be summarily rejected.

    17. DOCUMENTS TO BE ENCLOSED WITH THE OFFER Part-I & Part-II of the tender should comprise the following documents: i) Technical & commercial Part-I

    The technical & commercial Part: Part-I of tender shall be offered and furnished complete in all respect strictly as per Check list at Proforma-II along with all requisite Annexure and Proforma and their attached documents.

    ii) Price part: Part-II

    a) The price of both the solar power plant separately in full and complete set including all parts inclusive of supply, installation, commissioning, packaging, transportation, FOR , all taxes & levies, octroi, VAT etc. should be quoted in Annexure-3 and bill of material in 3 (A) (price part).

    b) Price shall remain firm and fixed. Price variation clause is not acceptable. c) Any conditional discounts on the prices offered will not be entertained /

    considered. d) Offers should be quoted in lump sum inclusive of all taxes till the execution of the

    project and conditional offers with taxes will be rejected out rightly.

    18. OTHER TERMS AND CONDITIONS (i) The offer shall be submitted on original tender form issued by this office, conditional

    tender and tender not accompanied by EMD shall not be accepted. (ii) The price quoted should include all taxes and duties, custom duty, excise duty,

    service tax, sales tax, C.S.T., local taxes, Trade Tax/VAT, Income Tax, Surcharge on

  • income tax etc. if any. A supplier/ contractor shall be entirely responsible for all taxes, duties, license fees, etc. All taxes payable as per Government income tax & service tax norms will be payable by the contractor. If any new tax/duty is levied during the contract period the same will be borne by the firm exclusively. TDS will be deducted from the payment of the contractor as per the prevalent laws and rules of Government of India and Government of Haryana state in this regard.

    (iii) In the event of bid being submitted for a firm, it must be signed separately by each member thereof, or in the event of the absence of any partner, it must be signed on his behalf by a person holding a Power of Attorney authorized him to do so. In case of a company, the quotation should be executed in the manner laid down in the said Companies Article of Association. The signature on the quotation should be deemed to be authorized signatures.

    (iv) All columns of the technical and financial bid shall be duly filled in and there shall be page

    numbering of bid document, the rates shall not be overwritten and be both in figures and words.

    (v) All corrections must be signed by the tenderers. vi) Material shall be strictly as per DNIT specifications. If there is any left out specification, the

    same shall be considered as per the MNRE specification. (vii) All disputes relating to this work shall be subject to the jurisdiction of Panchkula and

    Chairman, HAREDA shall be the sole arbitrator. (viii) The make of module, batteries and PCU should be strictly as per the make mentioned in

    the technical form detail and test reports submitted along with the offer. For variation of any make, test report of the same is to be provided with prior approval of HAREDA.

    (ix) The Director General, HAREDA will have the right of rejecting all or any of the quotation

    without assigning reason thereof. (x) In case of any ambiguity in interpretation of any of the clauses/ provision of the said rate

    contract/DNIT, the decision of the Director General, HAREDA shall be final and binding. (xi) It shall be the sole responsibility of the contractor to get verified the quality & quantity

    of the supplied material at the site of delivery. (xii) The Contractor shall indemnify the HAREDA against all third party claims of

    Infringement of patent, royalty's trademark or industrial design rights arising from use to the goods or any part thereof.

    (xiii) Contractors, wherever applicable, shall after proper painting, pack and crate all the equipment in such manner as to protect them from deterioration and damage during rail and road transportation to the site and storage at the site till time of installation. Contractor shall be held responsible for all damage due to in proper packing.

    (xiv) The contractor shall inform the HAREDA of the date of each shipment from his

    works, and the expected date of arrival at the site for the information of the concerned

  • project offices at least 7 days in advance. (xv) All demurrage, wharf age and other expenses incurred due to delayed clearance of the

    material or any other reason shall be to the account of the contractor. (xvi) The goods supplied under the contract shall be fully insured against loss or damage

    incidental to manufacture or acquisition, transportation, shall be included in the bid price.

    (xvii) HAREDA may at any time terminate the contract by giving written notice to the

    contractor without compensation to the contractor, if it 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 the HAREDA.

    (xviii) HAREDA, may by written notice sent to the supplier, 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 purchasers convenience in the interest of HAREDA.

    (xix) To assist in the examination, evaluation and comparison of bids the HAREDA

    may at its discretion ask the bidder for a clarification of its bid. The request for clarification and the response shall be in writing.

    (xx) At any time prior to the submission of the tender or prior to the opening of the

    financial bid the HAREDA may, for any reason, whether at its own initiative or in response to a clarification requested by the Bidder, modify the Tender documents by amendments.

    DECLARATION BY THE BIDDER I/We __(hereinafter referred to as the Bidder) being desirous of tendering for the work under the HAREDA tender no. 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 Bidder is fully aware of all the requirements of the tender document and agrees

    with all provisions of the tender document. 2. The Bidder is capable of executing and completing the work as required in the tender. 3. The Bidder accepts all risks and responsibilities directly or indirectly connected with

    the performance of the tender. 4. The Bidder has no collusion with other Bidder, any employee of HAREDA or with

    any other person or firm in the preparation of the bid. 5. The Bidder has not been influenced by any statement or promises of HAREDA or any

    of its employees, but only by the tender document.

  • 6. The Bidder is financially solvent and sound to execute the work. 7. The Bidder is sufficiently experienced and competent to perform the contract to

    the satisfaction of HAREDA. 8. The information and the statements submitted with the tender are true. 9. The Bidder 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.

    10. The Bidder has never been debarred from similar type of work by HAREDA

    and or Government undertaking/ Department. 11. This offer shall remain valid for acceptance for 12 Months from the date of opening of

    the tender. 12. The Bidder gives the assurance to execute the tendered work as per specifications

    terms and conditions. 13. The Bidder confirms the capability to supply and install more than .. Systems/capacity

    in a year. 14. The quote to supply the goods and materials specified in the underwritten schedule in

    the manner in which and within the time specified as set forth in the conditions of contract at the rates given in the financial bid.

    15. The terms and conditions of tender will be binding upon bidder in the event of

    acceptance of their tender. The enclosed Earnest Money deposit of Rs.2,00,000/- (Rupees two lac only) vide DD no. . Datedand same shall be forfeited by the Director General, HAREDA if the bidder fail to execute the work order released by HAREDA.

    (Signature of Bidder) With SEAL

  • PROFORMA-I

    Format for forwarding/covering letter (To be submitted by tenderers on the official letterhead of the company)

    No. Dated: To

    The Director General Haryana Renewable Energy Development Agency, Institutional Plot No. 1, Sector-17, Panchkula Subject:- Offer in response to Notice Inviting Tender No. ________ for supply,

    installation and commissioning of 100 KW capacity Grid interactive solar power plant at S.H.K.M., Govt. Medical College, Nalhar, District- Mewat and 50 KW Grid interactive solar power plant with 100 nos. OF 20 WATT led street lighting systems at School Education Board, Bhiwani in Haryana state

    Sir,

    We hereby submit our offer in full compliance with terms & conditions of

    the above tender. A blank copy of the tender, duly signed on each page is also submitted as a proof of our acceptance of all specifications as well as terms/ Conditions.

    We confirm that, we have the capability to supply and install more than KW capacity PV Power Plant in months.

    The tender is submitted in two separate and sealed envelopes marked Part-I & Part-II. (Signature of Bidder)

    With Seal :

  • Proforma-II Check list of Annexure

    (The following information/documents are to be annexed and flagged by the Bidders along with the BID)

    S.N. Annexure No

    Particular

    s

    Yes/No, Flag No.

    1. Annexure-I Details of Earnest money (D.D. no. ..and .date

    2. Annexure-II The bidder is a PV System Integrator At least 2000 Solar Photovoltaic Lighting Systems should have been installed / commissioned OR At least one or more Solar Photovoltaic Power Plant (s) aggregating to a total of 20 KWp capacity should have been installed / commissioned. (A copy of the order and certificate indicating its successful execution upto the said condition to be enclosed in Proforma-III)

    .

    3. Annexure-III A copy o f the Cert i f icate f o r s o lar modu le , battery, PV System Electronics i.e. PCU tested as per MNRE, GOI latest guidelines minimal technical requirements / standards for spv systems / plants to be deployed. (Test Certificate should have been issued on or after April 2009.)

    4. Annexure-IV A copy of valid CST /State VAT/ TIN registration certificate

    5. Annexure-V A summarized sheet of cumulative experience in PV Systems/power plants certified by registered CA. (A copy of the order and certificate indicating its successful execution to be enclosed in Proforma-IV)

  • 6. Annexure-VI Overall Average Annual Turnover of the

    Company/Firm/ Corporation in the last two financial years ( A summarized sheet of turnover of last two Financial Years certified by registered CA as per format in Proforma-V )

    7. Annexure-VII MNRE accredited off- Grid Channel Partner/ Programme Administrator

    OR Credit Rating (from MNRE Accredited Rating Agency ) of SP2C and above

    . ..

    8. Annexure-VIII Cumulative Experience* of the Bidder in executing contracts Solar Photovoltaic Systems/ Power Plants(Installed & Commissioned) >100 KWp >250KWP >500KWp >1000KWp (A copy of the order and certificate indicating its

    9. Annexure-IX Bidders cumulative experience* in last 10 years in supply and installation/commissioning of total number of Solar PV Lighting Systems. Cumulative nos.:

    > 3,000 nos. > 5,000 nos. > 10,000 nos. > 20,000 nos.

    (A copy of the order and certificate indicating its successful execution to be enclosed in Proforma-IV)

    10. Annexure-X Value of a Single Order of PV Systems / Power Plants

    executed by the Bidder (A copy of the order indicating its value and certificate indicating its successful execution) Valued more than Rs.25 Lakhs Valued more than Rs.50 Lakhs Valued more than Rs.1.0 Crore Valued more than Rs.2.0 Crores.

  • 11. Annexure-XI Cumulative Experience* of the Bidder in executing

    contracts (Installed & commissioned) of Stand Alone

    Solar P V Systems/ Power Plants: At least 50% of the tendered value At least 75% of the tendered value

    (A copy of the order and certificate indicating its

    ..

    12. Annexure-XII The bidder has ISO 9001 certification

    13. Annexure-XIII The bidder has ISO 14001 certification

    14. Annexure-XIV Document in support of incorporation of company/firm etc. the copy of partnership deed in case of partnership firm and copy of Registration certificate in case of company.

    15. Annexure-XV Authorization letter of the Bidder, for the person representing his firm, that he is authorized to discuss and with specific mention of this tender as per Clause17 (iii).

    16. Annexure-XVI General information about bidder as filled in Proforma-VI

    17. Annexure-XVII Technical Details Form for make and test of various component of Solar power plant of Bidder as filled in Proforma-VII

    * Please flag the annexure and write flag number in the box.

    Note: The bid may be submitted strictly as per checklist, Annexure and proforma prescribed otherwise the bid may be ignored.

    (Signature of Bidder)

    With Seal

  • 20

    PROFORMA-III

    Information in support of PV System Integrator Details of orders received and executed by manufacturer/ supplier for supply of solar systems/ power plants to different govt. organizations/state nodal agencies/others Sr. No.

    Name of agency/ organization

    P.O. NO./date

    Nos. of Solar Systems supplied

    capacity of Solar power plants supplied

    Year in which the plants were commissioned

    1 2 3 4 5

    Total Note: (1) Attach photocopies of Purchase orders (2) Attach photocopies of certificate of satisfactory performance of the plant issued by

    Concerned Agency/Organization.

    Signature of Authorized Signatory Name _______________________ Designation___________________ Company seal_________________

    Note: The said proforma shall be filled by PV System Integrator only. There is no need to fill said proforma by Manufacturer as defined in said bid. * Mandatory to fill said Proforma in the said prescribed format for PV System Integrator.

  • 21

    PROFORMA-IV Information in support of meeting Essential eligibility conditions and other eligibility condition regarding Cumulative Experience in PV Systems/power plants in Rs./Nos./Capacity Details of orders received and executed by manufacturer/ supplier for supply of solar systems/ power plants to different govt. organizations/state nodal agencies/PSU Sr. No.

    Name of agency/ organization

    P.O. NO./date

    Value of P.O. in Rs.(lacs)

    capacity of Solar systems/power plants executed in Kwp

    Nos. of Solar PV lighting systems supplied

    Year in which the plants were commissioned

    1 2 3 4 5 6 7

    Total Note: (1) Attach photocopies of Purchase orders

    (2) Attach photocopies of certificate of satisfactory performance of the plant issued by Concerned Agency/Organization.

    Signature of Authorized Signatory Name _______________________ Designation___________________ Company seal_________________

    * Mandatory to fill said Proforma in the said prescribed format and attached required purchase order and completion report accordingly.

  • 22

    PROFORMA- V INFORMATION IN SUPPORT OF MEETING ESSENTIAL ELIGIBILITY CONDITIONS REGARDING ANNUAL TURNOVER OF THE BIDDER IN LAST TWO FINANCIAL YEAR Name of the Firm ____________________________________________________ Address ___________________________________________________________ Contact Number _____________________________________________________

    S.No. Financial Year Turn Over ( Rs. in lacs)

    1. 2011-12

    2. 2012-13

    TOTAL

    Signature of Charted Accountant with seal

    Name ____________________________

    M.No. ______________________________

  • 23

    PROFORMA-VI

    GENERAL PARTICULARS OF BIDDER

    1 Name of firm

    2 Postal Address

    3

    Telegraphic address

    4

    Telephone, Telex, Fax No

    5

    E-mail

    6 Web site

    7 Name &designation of the authorized signatory to whom reference shall be made

    8 Present activities/business of the firm i. Module Manufacturer ii. Battery Manufacturer iii.PCU manufacturer iv)PV System Integrator

    9 Type of organization - Private Ltd. Company - Public Ltd. Company - Other category

    10 Sale tax registration number TIN No & State of billing

    11 EMD of Rs. 2,00,000/- Attached/ not attached DD No._______dated________ Bank_________ Payable at

    12 Tender fee of Rs. 1000/- Attached/ not attached DD No.______.......................dated_____ Bank_________ Payable at_________ Or HAREDA receipt No.______dated_____ Bank_________ Payable at_________

    13 Have anything/extra other than price of items (as

  • 24

    mentioned in price Schedule) been written in the price schedule.

    14 Have the contractor/firm to pay arrears of income tax? If yes up to what amount?

    15

    Have the contractor/firm ever been debarred By any Govt. Deptt. / Undertaking for undertaking any work?

    16 Monthly supply capacity

    17 Details of offer (please mention number of pages and number of Drawings)

    18 Reference of any other information attached by the tender (please Mention no. of pages & no. of drawings)

    19 Have anything/extra other than price of items (as mentioned in price Schedule) been written in the price schedule.

    20 Have the contractor/firm to pay arrears of income tax? If yes up to what amount?

    21

    Have the contractor/firm ever been debarred By any Govt. Deptt. / Undertaking for undertaking any work?

    (Signatures of the authorized signatory) Name:

    Designation and company seal:

  • 25

    Proforma VII TECHNICAL DETAIL OF MODULES, PCU AND BATTERY BANK OFFERED S.No. ITEM Technical Detail SOLAR PHOTOVOLTAIC MODULES

    1.1 Make

    1.2 Type 1.3 Capacity of modules

    1.4 Testing and qualifying standards

    2 POWER CONDITIONING UNIT

    2.1 Make

    2.2 capacity of PCU

    2.3 Testing and qualifying standards

    3 Battery Bank

    3.1 Type

    3.2 Manufacturers name

    3.3 Capacity Ah

    3.4 Testing and qualifying standards

    4 Other Parts

    4.1

    4.2

    4.3

    4.4

    (Signatures of the authorized signatory)

    Name___________________ Designation________________ Company seal

  • 26

    ANNEXURE-3

    FINANCIAL BID FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 100 KW CAPACITY GRID INTERACTIVE SOLAR POWER PLANT AT S.H.K.M, GOVT. MEDICAL COLLEGE, NALHAR, DISTRICT- MEWAT AND 50 KW GRID INTERACTIVE SOLAR POWER PLANT WITH 100 NOS. OF 20 WATT LED STREET LIGHTING SYSTEMS AT SCHOOL EDUCATION BOARD, BHIWANI IN HARYANA STATE. Sr. no Description Cost of each system having five years warrantee of

    complete systems including battery bank and SPV modules should be warranted for its peak output 90% at the end of 10 years and 80% at the end of 25 years with FOR including transportation / packaging / installation/ VAT/CST/ Octrai Etc.

    Group-A 1 100 KW CAPACITY

    SOLAR POWER PLANT AT S.H.K.M, GOVT. MEDICAL COLLEGE, NALHAR, DISTRICT- MEWAT

    Rs.___________________________________ Rupees In words (__________________________________________ ___________________________________)

    2 50 KW CENTRALIZED SOLAR POWER PLANT WITH 100 NOS. OF 20 WATT LED STREET LIGHTING SYSTEMS AT SCHOOL EDUCATION BOARD, BHIWANI

    Rs.___________________________________ Rupees In words (______________________________________________ ___________________________________)

    (Signatures of the authorized signatory)

    Name___________________ Designation________________ Company seal

  • 27

    ANNEXURE- 3(A) BILL OF MATERIAL FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 100 KW CAPACITY GRID INTERACTIVE SOLAR POWER PLANT AT S.H.K.M, GOVT. MEDICAL COLLEGE, NALHAR, DISTRICT- MEWAT AND 50 KW GRID INTERACTIVE SOLAR POWER PLANT WITH 100 NOS. LED OF 20 WATT STREET LIGHTING SYSTEMS AT SCHOOL EDUCATION BOARD, BHIWANI IN HARYANA STATE

    Name of the firm: ______________________________________________________________

    S. No Description SPV Modules (in Rs.)

    PCU (in Rs.)

    Battery Bank (in Rs.)

    Module stand, Junction boxes Connecting cables and hardware (in Rs.)

    Any others (in Rs.)

    Total (in Rs.)

    Applicable VAT/CST @ ----- % (in Rs.)

    Surcharge @ -----% (in Rs.)

    Total composite price per system (in Rs.)

    Group-A

    1 100 KW CAPACITY SOLAR POWER PLANT AT S.H.K.M, GOVT. MEDICAL COLLEGE, NALHAR, DISTRICT- MEWAT

    2 50 KW SOLAR POWER PLANT WITH 100 NOS. OF 20 WATT LED STREET LIGHTING SYSTEMS AT SCHOOL EDUCATION BOARD, BHIWANI

    (Signatures of the authorized signatory)

    Name___________________

    Designation________________ Company seal

  • 28

    Annexure-1 TECHNICAL SPECIFICATIONS OF 100 KW GRID INTERACTIVE SPV POWER PLANT ITEM DESCRIPTION SPV Module The photovoltaic modules should be Mono /Poly Crystalline with a

    total array capacity of 100 KW under STC The Photovoltaic modules must be qualified as per IEC 61215

    (revised) / IS 14286 standards and in addition, the modules must conform to IEC 61730-1 requirements for construction & Part-2 requirements for testing, for safety qualification.

    The PV modules must be tested and approved from any of the NABL/BIS/ MNRE Accredited Testing Calibration Laboratories.

    The supplier shall provide performance guarantee for the PV modules used in the power plant must be warranted for their output peak watt capacity, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years.

    The efficiency of the PV modules should be minimum 14%. Indigenously manufactured PV modules should be used.

    Battery Bank The battery bank should be- 120 Cells of 2 Volt, 500Ah will be connected in series/ parallel to form 120 volt 1000 Ah / 240 volt 500 Ah battery bank

    VRLA/ VRLA tubular GEL type batteries conforming to National / international standards IEC-61427 & IS-1651 /IS 13369 standards, low maintenance, stationery at C/10 rate).

    It will be staged in racks duly painted with acid resistant paint to cover less space.

    Power Conditioning Unit with inbuilt charge controller

    The Power conditioner unit with inbuilt charge controller of capacity 100 KW should convert DC power in to AC power must confirm to standards IEC 61683 with 240 volt DC input and 440 (phase to phase) volt AC three phase output voltages

    The PCU will have following features: MOSFET/ IGBT based MPPT / PWM charging Wide input voltage range Output voltage 440 + 2% (phase to phase) of modified/ pure sine

    wave. Out frequency: 50 Hz+0.5 Hz Capacity of PCU/ Inverter is specified at 0.8 lagging power factor. Efficiency: > 90% at full load THD: less than 3% Protections:

    - Over voltage (automatic shut down) - Under voltage (automatic shut down) - Overload - Short circuit (circuit breaker & electronics protection against

    sustained fault). - Battery, PV reverse polarity

    Indications:

  • 29

    - Battery low - Overload - Inverter ON - Input &output voltage - Input & output current - Frequency - Power output

    Display parameters - Charging current - Charging voltage - Voltage of PV panels - Output voltage - Grid voltage - Inverter loading - Output frequency

    Cooling: Air cooled The PCU will have Data logging and Remote monitoring facility

    with following features: - Total unit generated through solar - Total unit feed to battery bank - Total unit directly feed the load - Total unit drawn from the grid so as the supplement the

    solar power generated.

    When battery bank is fully charged, the PCU shall be Hybrid type have feature of Grid interface and shall feed the Loads from Solar Energy being produced and shall draw the additional power from mains to meet the load requirements in the case load is more than solar energy being produced.

    Operating Modes: The following operating modes are to be made available:

    The system will automatically wake up in the morning and begin to feed power provided there is sufficient solar energy and the grid voltage and frequency is in range.

    If the grid goes out of range the inverter will be immediately and automatically act as off grid solar power plant with help of optional battery bank and start transfer power to load, first from solar and if solar is not available then from battery bank.

    When there is no grid and solar power then the power is draw from battery bank for optimal load i.e. match to size of battery bank and if load exceed and PCU have feature for automatically cut off.

    The plant automatically reconnects a pre-determined time after the grid comes back in range.

    In case some manufacturer has different input voltage of then the PCU

  • 30

    should be able to deliver output of 415 Vac (Three Phase) 50 Hz AC. The battery bank used should be of same watt hour capacity given above. The inbuilt Charge Controller shall be according to the system voltage selected for the PCU. *After successful execution of project, the net meter shall be installed by the customer from power utilities.

    Junction boxes

    The junction boxes shall be dust and water proof and made of thermoplastic the terminals will be connected to copper lugs or bus-bar of proper sizes. The junction boxes will have suitable cable entry points fitted with the cables. Suitable markings shall be provided on the lugs or bus-bars for easy identification at cable ferrules will be fitted at the cable terminations points for identification. Each main junction box shall be fitted with appropriate rating reverse blocking diode. The junction boxes shall be of reputed make.

    The junction boxes shall have suitable arrangement for the following: a) Combine groups of modules into independent charging sub-arrays

    that will be wired into the controller. b) Provide arrangement for disconnection for each of the groups. c) Provide a test point for each sub group for quick fault location. d) To provide group array isolation. e) The rating of the JBS shall be suitable with adequate safety factor

    to inter connect the Solar PV array. Structure for module frame

    Modules shall be mounted on supporting structure made out of galvanized MS angle of required structural strength. (hot dip/galvanized) either on the roof top or at ground as per the site requirement

    Structure: - 1. The size of M.S. (Galvanized) angle should be 50 x 50 x 6 mm.

    The structures are to be fitted either on the roof top or at ground properly and south faced. It should withstand wind speed up to 120 Km/hour.

    2. Foundation The legs of the structure made with hot dip GI angles will be fixed and grouted in the RCC foundation columns of size 300mmx300mm made with 1:2:4 cement concrete. The minimum ground clearance from the lowest part of any module shall be 500 MM. While making foundation design due consideration will be given to wait of module assembly, maximum wind speed of 120 km per hour.

    3. The work includes necessary excavation, concreting, back feeling, shoring and shuttering etc.

    4. Brick paving of first class bricks with cement mortar (1:6) as per PWD specifications on edge type plate form is to be provided under the modules structure area with minimum 1 meter more than structure.

    Connecting cables

    Module interconnections (4.0 mm2 copper single core multi strand) Module parallel interconnection (10mm2 copper single core multi

    strand) Array or AJB to charge controller (125 mm2 copper two cores). Charge controller to battery (200 mm2 copper two core multi strand) Battery to PCU (200 mm2 copper single core multi strand) might be

  • 31

    double cables if required PCU to load / change over (Single core copper cable 50.0 mm2 multi

    strand) and for further distribution points (Single core copper cable 4.0 mm2 and 2.5 mm2 multi strand)

    - All cables to be supplied should be as per BIS and should have proper

    current carrying capacity and should not be heated. - All cables shall be adequately supported. - Outside of terminal/panels/enclosures shall be protected by conduits.

    Cables shall be provided with dry type compression glands wherever they enter junction boxes, panels, enclosures.

    - Load connection

    The supplier shall also ensure that main points of the building should be connected keeping in view the capacity of the plant.

    Indoor wiring All indoor wiring is to be done in a casing capping system. As and when required flexible pipe may also be used.

    Lighting protection

    Suitable nos. of lighting arrestors shall be provided in the array field.

    Earthling protection

    Each array structure and all metal casings of the plant etc. shall be earthed properly.

    Tool Kit and Spares

    One necessary tools kit and spares will have to be provided by the supplier

    Display Board A display board of size 4 ft x 3 ft made of MS 40mmx40mm square pipe and flexes is to be erected at the plant site indicating; Capacity of Solar Power Plant: Promoted by : HAREDA Name of the Supplier : M/s Contact numbers : .

    CODES AND STANDARDS FOR SAID SOLAR POWER PLANT:- The BoS items / components of the SPV power plant must conform to the latest edition of IEC/ equivalent BIS Standards as specified below:

    BoS item / component Standard Description Standard Number Power Conditioning Unit Inverter

    Efficiency Measurements

    Environmental Testing

    IEC61683 and must additionally conform to the relevant national/international Electrical Safety Standards

    IEC60068 2 (6, 21, 27, 30, 75, 78)

    Charge controller/ MPPT units*

    Design Qualification Environmental Testing

    IEC 62093

    IEC 60068 2 (6, 21, 27, 30, 75,78)

  • 32

    Storage Batteries General Requirements & Methods of Test Tubular type

    IEC 61427

    IS 1651/ IS 13369 Cables General Test and

    Measuring Methods

    PVC insulated cables for working voltages upto and including 1100 V-Do-, UV resistant for outdoor installation

    IEC 60189

    IS 694 / IS 1554

    IS/IEC 69947

    Switches / Circuit Breakers / Connectors

    General Requirements

    Connectors-safety

    IS/ IEC 60947 part I, II & III

    EN 50521 Junction Boxes/ Enclosures General Requirements IP 65 ( for outdoor) / IP/21 (for

    indoor)IEC 62208 SPV System design PV Stand-alone Systems

    design verification IEC 62124

    Installation Practices Electrical Installations of buildings-requirements for SPV power supply systems

    IEC 60364-7-712

    *Must additionally conform to the relevant national/ International Electrical Safety Standards.

    Annexure-2

    TECHNICAL SPECIFICATIONS OF 50 KW GRID INTERACTIVE SPV POWER PLANT WITH 100 NOS. OF 20 WATT LED STREET LIGHTING SYSTEMS ITEM DESCRIPTION SPV Module The photovoltaic modules should be Mono /Poly Crystalline with a

    total array capacity of 50 KW under STC. The Photovoltaic modules must be qualified as per IEC 61215

    (revised) / IS 14286 standards and in addition, the modules must conform to IEC 61730-1 requirements for construction & Part-2 requirements for testing, for safety qualification.

    The PV modules must be tested and approved from any of the NABL/BIS/ MNRE Accredited Testing Calibration Laboratories.

    The supplier shall provide performance guarantee for the PV modules used in the power plant must be warranted for their output peak watt capacity, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years.

    The efficiency of the PV modules should be minimum 14%. Indigenously manufactured PV modules should be used.

    Battery Bank The battery bank should be - 120 Cells of 2 Volt, 500Ah will be connected in series/ parallel to form 120 volt 1000 Ah / 240 volt 500 Ah battery bank

    VRLA/ VRLA tubular GEL type batteries conforming to National / international standards IEC-61427 & IS-1651 /IS 13369 standards, low maintenance, stationery at C/10 rate).

  • 33

    It will be staged in racks duly painted with acid resistant paint to cover less space.

    Power Conditioning Unit with inbuilt charge controller

    The Power conditioner unit with inbuilt charge controller of capacity 50 KW should convert DC power in to AC power must confirm to standards IEC 61683 with 240 volt DC input and 440 (phase to phase) volt AC three phase output voltages

    The PCU will have following features: MOSFET/ IGBT based MPPT / PWM charging Wide input voltage range Output voltage 440 + 2% (phase to phase) of modified/ pure sine

    wave. Out frequency: 50 Hz+0.5 Hz Capacity of PCU/ Inverter is specified at 0.8 lagging power factor. Efficiency: > 90% at full load THD: less than 3% Protections:

    - Over voltage (automatic shut down) - Under voltage (automatic shut down) - Overload - Short circuit (circuit breaker & electronics protection against

    sustained fault). - Battery, PV reverse polarity

    Indications: - Battery low - Overload - Inverter ON - Input &output voltage - Input & output current - Frequency - Power output

    Display parameters - Charging current - Charging voltage - Voltage of PV panels - Output voltage - Grid voltage - Inverter loading - Output frequency

    Cooling: Air cooled The PCU will have Data logging and Remote monitoring facility

    with following features: - Total unit generated through solar - Total unit feed to battery bank - Total unit directly feed the load - Total unit drawn from the grid so as the supplement the

    solar power generated. When battery bank is fully charged, the PCU shall be Hybrid type have feature of Grid interface and shall feed the Loads from Solar Energy being produced and shall draw the additional power from

  • 34

    mains to meet the load requirements in the case load is more than solar energy being produced.

    Operating Modes: The following operating modes are to be made available:

    The system will automatically wake up in the morning and begin to feed power provided there is sufficient solar energy and the grid voltage and frequency is in range.

    If the grid goes out of range the inverter will be immediately and automatically act as off grid solar power plant with help of optional battery bank and start transfer power to load, first from solar and if solar is not available then from battery bank.

    When there is no grid and solar power then the power is draw from battery bank for optimal load i.e. match to size of battery bank and if load exceed and PCU have feature for automatically cut off.

    The plant automatically reconnects a pre-determined time after the grid comes back in range.

    The system shall be used for captive use and to energies LED Street Light at night. Accordingly, the line on which load of LED street light is feed, have the feature of dust to down operation so that these light may automatically switch on and off.

    In case some manufacturer has different input voltage of then the PCU should be able to deliver output of 415 Vac (Three Phase) 50 Hz AC. The battery bank used should be of same watt hour capacity given above. The inbuilt Charge Controller shall be according to the system voltage selected for the PCU.

    *After successful execution of project, the net meter shall be installed by the customer from power utilities.

    Junction boxes

    The junction boxes shall be dust and water proof and made of thermoplastic the terminals will be connected to copper lugs or bus-bar of proper sizes. The junction boxes will have suitable cable entry points fitted with the cables. Suitable markings shall be provided on the lugs or bus-bars for easy identification at cable ferrules will be fitted at the cable terminations points for identification. Each main junction box shall be fitted with appropriate rating reverse blocking diode. The junction boxes shall be of reputed make.

    The junction boxes shall have suitable arrangement for the following: f) Combine groups of modules into independent charging sub-arrays

    that will be wired into the controller. g) Provide arrangement for disconnection for each of the groups. h) Provide a test point for each sub group for quick fault location. i) To provide group array isolation. j) The rating of the JBS shall be suitable with adequate safety factor

  • 35

    to inter connect the Solar PV array. Structure for module frame

    Modules shall be mounted on supporting structure made out of galvanized MS angle of required structural strength. (hot dip/galvanized) either on the roof top or at ground as per the site requirement Structure: -

    5. The size of M.S. (Galvanized) angle should be 50 x 50 x 6 mm. The structures are to be fitted either on the roof top or at ground properly and south faced. It should withstand wind speed up to 120 Km/hour.

    6. Foundation The legs of the structure made with hot dip GI angles will be fixed and grouted in the RCC foundation columns of size 300mmx300mm made with 1:2:4 cement concrete. The minimum ground clearance from the lowest part of any module shall be 500 MM. While making foundation design due consideration will be given to wait of module assembly, maximum wind speed of 120 km per hour.

    7. The work includes necessary excavation, concreting, back feeling, shoring and shuttering etc.

    8. Brick paving of first class bricks with cement mortar (1:6) as per PWD specifications on edge type plate form is to be provided under the modules structure area with minimum 1 meter more than structure.

    Connecting cables

    Module interconnections (4.0 mm2 copper single core multi strand) Module parallel interconnection (10mm2 copper single core multi

    strand) Array or AJB to charge controller (60 mm2 copper two cores). Charge controller to battery (100 mm2 copper two core multi strand) Battery to PCU (100 mm2 copper single core multi strand) might be

    double cables if required PCU to load / change over (Single core copper cable 25.0 mm2 multi

    strand) and for further distribution points (Single core copper cable 4.0 mm2 and 2.5 mm2 multi strand)

    - All cables to be supplied should be as per BIS and should have proper current carrying capacity and should not be heated.

    - All cables shall be adequately supported. - Outside of terminal/panels/enclosures shall be protected by conduits.

    Cables shall be provided with dry type compression glands wherever they enter junction boxes, panels, enclosures.

    LED Street lighting

    100 Nos. of 20 Watt LED Street Lighting Systems to be installed on said power plant with pole, pole to pole wire with all fitting accessories etc along with Specification enclosed at Annexure 2(A)

    Load connection

    The supplier shall also ensure that main points of the building should be connected keeping in view the capacity of the plant.

    Indoor wiring All indoor wiring is to be done in a casing capping system. As and when required flexible pipe may also be used.

    Lighting protection

    Suitable nos. of lighting arrestors shall be provided in the array field.

    Earthling protection

    Each array structure and all metal casings of the plant etc. shall be earthed properly.

    Tool Kit and One necessary tools kit and spares will have to be provided by the

  • 36

    Spares supplier Display Board A display board of size 4 ft x 3 ft made of MS 40mmx40mm square pipe

    and flexes is to be erected at the plant site indicating; Capacity of Solar Power Plant: Promoted by : HAREDA Name of the Supplier : M/s Contact numbers : .

    CODES AND STANDARDS FOR SAID CAPACITY SOLAR POWER PLANT WITH LED STREET

    LIGHTING The BoS items / components of the SPV power plant must conform to the latest edition of IEC/ equivalent BIS Standards as specified below:

    BoS item / component Standard Description Standard Number Power Conditioning Unit Inverter

    Efficiency Measurements

    Environmental Testing

    IEC61683 and must additionally conform to the relevant national/international Electrical Safety Standards

    IEC60068 2 (6, 21, 27, 30, 75, 78)

    Charge controller/ MPPT units*

    Design Qualification Environmental Testing

    IEC 62093 IEC 60068 2 (6, 21, 27, 30, 75,78)

    Storage Batteries General Requirements & Methods of Test Tubular type

    IEC 61427

    IS 1651/ IS 13369 Cables General Test and

    Measuring Methods

    PVC insulated cables for working voltages upto and including 1100 V-Do-, UV resistant for outdoor installation

    IEC 60189

    IS 694 / IS 1554

    IS/IEC 69947

    Switches / Circuit Breakers / Connectors

    General Requirements Connectors-safety

    IS/ IEC 60947 part I, II & III EN 50521

    Junction Boxes/ Enclosures

    General Requirements IP 65 ( for outdoor) / IP/21 (for indoor) IEC 62208

    SPV System design PV Stand-alone Systems design verification

    IEC 62124

    Installation Practices Electrical Installations of buildings-requirements for SPV power supply systems

    IEC 60364-7-712

    LED Street lighting

    DNIT Specification and test report from MNRE/NABL/IEC certified LAB.

    Annexure-2(A) of DNIT

    *Must additionally conform to the relevant national/ International Electrical Safety Standards.

  • 37

    ANNEXURE 2(A)

    SPECIFICATIONS OF SUPPLY, INSTALLATION AND COMMISSIONING OF 100 NOS. OF 20 WATT LED STREET LIGHTING SYSTEM ON SAID 50 KW SOLAR POWER PLANTS WITH 5 YEARS WARRANTY ALONGWITH POLE, 30 METER POLE TO POLE WIRING AND ALL FITTING ACCESSORIES.

    ITEM DESCRIPTION Nos. of LED

    Street lights

    Capacity of Solar power plant Nos. of 20 watt LED street lights** 50 Kw 100Nos.

    LED Luminaire

    Parameters Value Wattage 20 Watt Input Voltage 90-270 V AC 50 Hz LED Lamp Efficacy Minimum 100 lumens/watt Uniformity ratio of minimum and average illumination

    should be minimum 0.3 Usage hours 10- 12 hrs per day Power Factor > 0.90 Life expectancy Above 50,000 hours with 70% Lumens Rated Wattage 20 W Luminous Flux Minimum 2000 lumens Colour Temperature 5500 7500 K LED High Power LED ( Min 1 Watt ) Working Humidity 10% to 90% RH Working Temperature 5 degree to 50 degree Ingress Protection IP 65 Colour Rendering Index (CRI) Ra > 70 Total harmonic distortion (THD) < 15 % maximum Average lighting/ beam Angle 120 degree

    Luminary casing Pressures Die Cast Aluminum with toughened glass cover. Fixture should be water proof.

    System components All printed circuit board used in driver must be glass proxy FR-4 and Metal Core PCB for LEDs Control circuit Compatible to LED

    Lamp starting time Should not be more than 10 seconds

    Energy Consumption of the system

    Not more than 1.2 times of the rated wattage

    Thermal management of LED Good thermal management system should be provided and LED must be mounting on heat sink conductive aluminum with suitable large areas surface by means of fins to dissipate the heat to ambient air

    Electrical connector Lead wire with minimum one meter long

  • 38

    System power efficiency More than 85 %

    Applicable Standard The fixture should confirm to applicable BIS/IES Standards/ IESNA LM-79-80 & HAREDA DNIT and the fixture should capable to Withstand 160 MPH Wind Velocity.

    Make of LED Nichia, Cree, Philips, Osram

    Testing of Luminaire

    Test report of LED Luminaire for Lamp Efficacy, Power Factor, Colour Rendering Index (CRI), System power efficiency from MNRE/NABL/IEC certified laboratories.

    Sample of LED Luminaire

    The bidder shall submit the sample of the LED Luminaire. The offer received without sample can be rejected.

    POLE AND OTHER FITTING ACCESSORIES

    Pole The pole should be made of Galvanized Iron (GI) pipe/ MSB Class. The height of the pole should be 6 meters above the ground level, after grouting and final installation. The pole should have the provision to hold the Luminaire i.e. suitable clamp and bend pipe etc. The Diagram shows dimension and size about various components and installation of LED Street Lighting is placed below.

    Pole to pole wiring

    Three Phase Sealed wiring of 20 meter length from pole to pole. i.e. total length of 2000 meter for 100 lights. Alongwith supporting MS/GI cable to support main wiring as pole to pole wiring should be mounted from top of pole to another top of pole.

    Junction boxes IP 54(for outdoor)/ IP 21(for indoor) as per IEC.

    Structure for pole

    Pole shall be mounted on supporting structure at ground as per the site requirement. The work includes necessary excavation, concreting, back feeling, shoring and shuttering etc

    Connecting wire

    General Test and Measuring IEC 60227 / IS 694 Method PVC insulated cables for working voltage up to and IEC 60502 / IS 1554 (Pt. I & II) including 1100 V and UV resistant for outdoor installation.

    Switches /Circuit Breakers/ Connectors

    General Requirements IS/ IEC 60947 part I, II & III Connectors-safety EN 50521

  • 39

    Diagram