SOLAR SPEC 06-12-2010

107
1 ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED VIDYUT SOUDHA, HYDERABAD-500 082. SPECIFICATION No e- 01/HPC/APGENCO/2010 ( THIS IS A TWO PART BID ) BID DOCUMENTS FOR THE WORK OF Design, manufacture, testing at manufacturers works, supply, storage at site, erection, testing ,commissioning and maintenance for five years of grid connected solar PV plant (crystalline technology) of 1 MWp capacity at Jurala Hydro Electric Scheme, Mahaboobnagar District, Andhra Pradesh, along with grid connecting equipment and associated Civil works.” On EPC Basis under JNNSM Scheme . CHIEF ENGINEER ELECTRICAL.(HPC), APGENCO, VIDYUTSOUDHA, HYDERABAD-82 Phone No : 040- 23499801/803/304/318 Fax No : 040- 23499399

Transcript of SOLAR SPEC 06-12-2010

Page 1: SOLAR SPEC 06-12-2010

1

ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED

VIDYUT SOUDHA, HYDERABAD-500 082.

SPECIFICATION No e- 01/HPC/APGENCO/2010

( THIS IS A TWO PART BID )

BID DOCUMENTS

FOR THE WORK OF

Design, manufacture, testing at manufacturers works, supply, storage at site,

erection, testing ,commissioning and maintenance for five years of grid connected

solar PV plant (crystalline technology) of 1 MWp capacity at Jurala Hydro Electric

Scheme, Mahaboobnagar District, Andhra Pradesh, along with grid connecting

equipment and associated Civil works.” On EPC Basis under JNNSM Scheme .

CHIEF ENGINEER ELECTRICAL.(HPC), APGENCO, VIDYUTSOUDHA, HYDERABAD-82

Phone No : 040- 23499801/803/304/318 Fax No : 040- 23499399

Page 2: SOLAR SPEC 06-12-2010

2

CONTENTS

Sl.No. Description Page No. Part – I

Section – I Notice Inviting Tenders (NIT) & Important Instructions

: 3

Section – II Instructions to Bidders : 9 Section – III Eligibility criteria and proof of documents to

be submitted : 20

PART-II General Terms & Conditions Section – I General : 21

Section – II Financial : 29 PART-III Technical Specification

Section – I Scope of contract-Abstract : 45 Section – II Detailed Scope of the Contract and technical

specification of equipment (equipment to be supplied/ work to be done)

: 47

PART – IV a) Schedules 1 to13 : 78 b) Schedules A, B, B1, B2, C and D : 97 c) ANNEXURE-A (Proforma of BG for contract

performance security) : 105

d) ANNEXURE-B (Proforma of BG for EMD) : 106 e) ANNEXURE-C (Check List) : 107

Page 3: SOLAR SPEC 06-12-2010

3

PART-I SECTION-I

ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED

VIDYUT SOUDHA :: HYDERABAD – 500 082

Office of the Chief Engineer Elecl. (HPC), Vidyut Soudha/ Hyderabad

NOTICE INVITING TENDERS

NO. e- 01/HPC/APGENCO/2010

( THIS IS A TWO PART BID )

1. Department Name Andhra Pradesh Power Generation Corporation Limited

2. Circle/Division Name Chief Engineer Electrical/ HPC/APGENCO Vidyut Soudha, Hyderabad.

3. Tender Notice No. e- 01/HPC/APGENCO/2010

4. Name of Work

Design, manufacture, testing at manufacturers works, supply, storage at site, erection, testing, commissioning and maintenance for five years of grid connected solar PV plant (crystalline technology) of 1 MWp capacity at Jurala Hydro Electric Scheme, Mahaboobnagar District, Andhra Pradesh, along with grid connecting equipment and associated Civil works.” On EPC Basis under JNNSM Scheme.

5. Estimated Contract Value Rs.1500 lakhs

6. Period of Contract 6 months from the date of purchase order/contract/LOI

7. Form of Contract LS 8. Tender Type Open Tenders, online 9. Tender Category EPC 10 Transaction Fee Payble to

M/s APTS.' payable at Hyderabad (As per G.O. Ms No 10&11, Dtd 23.07.2010 IT&C Dept) : including service tax

0.03% on the Estimated value online with a cap of Rs.10,000/- for quoted value upto Rs.50 Crores and Rs.25, 000/- if the Estimated value is above Rs.50 Crores & service tax and bank charges as applicable or as levied by Govt.from time to time on the transaction fee through online.

11. Bid Security (EMD) Rs. 15,00,000/- (Rupees Fifteen Lakhs only) {Rs.1,00,000/- (Rupees One Lakh only) shall be paid in the form of crossed Demand Draft drawn in favour of ‘Pay Officer (APGENCO), Hyderabad’ on any Nationalized Bank and balance amount of Rs.14,00,000/-(Rupees Fourteen Lakhs Only) can be paid in the form of a Bank Guarantee obtained from any nationalized bank in the prescribed format (As per Annexure-B. The B.G. shall have the validity up to 270 Days with claim period of 90 days there after. PEMD holders need to submit BG for Rs 12,50,000/- and submit the copy of PEMD approved by competent authority.

12. Bid Security Payable to DD drawn on Nationalized Bank in favour of Pay Officer, APGENCO, Vidyut Soudha, Hyderabad - 82 payable at Hyderabad.

Page 4: SOLAR SPEC 06-12-2010

4

13. Process Fee Not Applicable

14. Schedule Available Date & Time 18- 12 -2010, 11.00 Hrs. onwards

15. Pre-bid Meeting Date &Time 28- 12 -2010, 11.00 Hrs

16. Schedule Closing Date &Time 17– 01 - 2011, 11.00 Hrs.

17. Bid Submission closing Date & time 17- 01- 2011, 17.00 Hrs.

18. Bid Submission Online

19. Bid Validity 180 days from the date of opening of the Bid

20. Pre Qualification/ Tech. Bid Opening Date 19– 01 - 2011 at 15.00 Hrs.

21. Price Bid Opening Date & Time 24 – 01 -2011 at 15.00 Hrs

22 Eligibility Criteria 1. The bidder must be a total integrated system designer which is inclusive of modules, power conditioning units, mounting structures, junction boxes, grid connectivity, etc. and shall have manufacturing facility for PV modules. The dealers or agencies are not allowed to participate in the tender.

2. The bidder shall have at least five years experience in manufacturing solar PV crystalline modules in India. He shall submit proof of having manufacturing facility in India. The bidder shall install the solar modules manufactured in India in the project, as stipulated by JNNSM.

3. The bidder shall have successfully designed, manufactured, supplied and commissioned the grid connected Solar PV plants in India for an aggregate capacity of at least 1 MWp at a single or multiple locations and which are in successful operation without any major problem for a minimum period of one year as on the date of submission of the Bids.

4. The bidder should have an annual turn over of Rs. 30 crores for at least two financial years during the last ‘3’ years.

5. The Bidder should have minimum Net worth of Rs.15 Crs

23. Place of Opening of Tenders In the chambers of Chief Engineer/Elecl., HPC, APGENCO, 3rd Floor, Projects Wing, A- Block, Vidyut Soudha, Hyderabad-500082, Andhra Pradesh.

24. Officer Inviting Bids Chief Engineer/Elecl., HPC, APGENCO, 3rd Floor, Projects Wing, A- Block, Vidyut Soudha, Hyderabad-500082, Andhra Pradesh.

25. Address Chief Engineer/Elecl., HPC, APGENCO, 3rd Floor, Projects Wing, A- Block, Vidyut Soudha, Hyderabad-500082, Andhra Pradesh.

26. Contact Details Phone : (040) 39839801, Fax : (040) 39839399

Page 5: SOLAR SPEC 06-12-2010

5

27. Procedure for bid submission

a) The tender should be in the prescribed forms which can be obtained from ‘e’ procurement platform from the date of electronic publication up to the time and date indicated in the tender notice. The intending bidders shall enroll themselves on the ‘e’ procurement market-place www. eprocurement. gov.in. Those contractors who register themselves in the ‘e’ procurement market place can download the tender schedules free of cost. 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 following the G.O.Ms.No.6, I.T&C Department, dated. 28-2-2005.

b) Intending bidders can contact office of the Chief Engineer/Elecl., HPC, APGENCO, Vidyut Soudha, Hyderabad-500082 for any clarification / information on any working day during working hours.

c) The bidders who are desirous of participating in e-

procurement shall submit their technical bids, price bids etc., in the standard formats prescribed in the tender documents, displayed at “e” market place. The bidders should invariably upload the statement showing the list of documents etc., in the “e” market place in support of their Technical bids. The bidder should upload scanned copies of all relevant certificates including EMD/PEMD. All the supporting documents are to be uploaded in one file.

d) If any tenderer fails to submit original DD/BG for EMD, hard copies of uploaded documents on or before the stipulated time prior to issue of LOI/Purchase order , the tenderer will be suspended/disqualified from participating in the tenders on e- procurement platform for a period of 12(Twelve) months from the date of bid submission. The suspension of tenderer shall be automatically enforced by the e- procurement system

e) Technical bid evaluation of the tenderers would be done on the certificates/ documents uploaded towards qualification criteria furnished by them.

28. Statutory Requirements The Tenderer shall fulfill the following statutory requirements. Income tax Clearance Certificate: Furnishing of income tax certificate is dispensed with; however the contractor shall furnish their copy of Permanent Account Number (PAN) card and copy of latest income tax returns submitted along with the other documents as and when called for.

Page 6: SOLAR SPEC 06-12-2010

6

29. Other Payments to be made Apart from the Bid Security (EMD) the tenderer shall be liable to pay the following amounts. a) Corpus Fund: Successful bidder has to pay Corpus fund @ 0.04% with a cap of Rs.10,000/- for quoted value upto Rs.50 Crores and Rs.25,000/- if the quoted value is above Rs.50 Crores, through demand draft in favour of the Managing Director, APTS, Hyderabad. The same has to be submitted to APGENCO at the time of concluding agreement/ prior to receipt of purchase order

30. Documents to be submitted (Hard copies) to the Tender inviting authority

The bidder should furnish all the hard copies of the information uploaded by him so as to receive by the tender inviting authority within in the stipulated date as communicated by the tender inviting authority.

31. Other relevant information 1) APGENCO reserves the right to reject any or all the tenders without assigning any reasons there of.

2) APGENCO reserves the right to amend or modify the tender and its conditions before last date/time for submission of bids.

3) Any other condition regarding receipt of tenders in conventional method appearing in the tender documents may please be treated as not applicable.

4) The contractors are requested to submit the original DDs along with other hard copies required as soon as requested by the tender inviting authority.

For all clarifications & guidance, the bidders may contact the Chief Engineer/Elecl./Hydel Projects Construction/Projects wing /APGENCO, Vidyut Soudha, Hyderabad – 500 082.

32. Submission of Transaction fee

In Compliance to the GO.Ms.13 IT & C Dept dated 07-05-2006, the Online Payment facility for payment of Transaction fee for tenders processed in e-Procurement platform is made available to the participating bidders. The platform www.eprocurement.gov.in has already enabled the online payment services from 13.07.2006 but has been extending the mandatory dates on the request of the suppliers to give them sufficient time to apply for credit cards or to open current accounts with Net banking facility at ICICI or HDFC Banks.Go.Ms.11 dt. 05.05.2007 is also issued to enable direct debit facility to the users through Axis Bank also. The Online payment facility will help the participating bidders to a great extent as it eliminates submission of hard copies for the Transaction fees to the Tender Inviting Authority, which has been a pain point to the bidders as delay or lapse in submission of the hard copies would entail disqualification / Suspension of bidder and automatic deactivation of the defaulting bidders user account on the recommendation of the Tender Inviting Authority on these grounds. The Govt. is also planning to bring online payment facility of EMD amounts in the near future though Internet banking.

Page 7: SOLAR SPEC 06-12-2010

7

The Govt. has decided to make mandatory online payment of Transaction fee with effect from 02-02-2007. All the suppliers and contractors are requested to immediately avail online payment of transaction fee through the payment gateway facility so as not to face any inconvenience with effect from 15 January 2007. The bidders could make online transaction using any MASTER/VISA credit card issued by any bank or through Net banking accounts with ICICI, HDFC and AXIS Banks.

33 Superscription on Tender Cover ( Hard Copy)

i) Specification No ii) Name of the Work iii) Due Date and Time of Opening iv) EMD PARTICULARS/ P E.M.D Certificate No. v) Validity of the Tender

34 Consignee & Destination Divisional Engineer/ Plant Erection, PJHES, Revulapally Village, Mahaboobnagar District.

Sd/- CHIEF ENGINEER/ELECL.

(HYDEL PROJECTS CONSTRUCTION) VIDYUTSOUDHA, HYDERABAD – 82

Page 8: SOLAR SPEC 06-12-2010

8

IMPORTANT INSTRUCTIONS a) The bids shall be submitted online. Training kit is available on the NIT page

(https://tender.eprocurement.gov.in/asp/tmsv2/ViewNitDetailsHome. asp). All the documents to be submitted as softcopies shall be signed & stamped, scanned and uploaded. Those documents which shall be submitted as hard copies shall be signed, stamped and sent to reach the tender inviting authority on/before the stipulated date & time to be intimated later List of the documents to be submitted in hard copies/ soft copies is given in Annexure-C

b) Physical presence of the bidders is not required at the time of PQB/Technical bid opening or Price bid opening

C) PRELIMINARY EXAMINATION:

The “Bid” under e-procurement package will be opened to assess whether the Bidder qualifies and whether his offer is technically acceptable and substantially responsive. The Purchaser will examine the Bids to determine whether they are complete, whether required sureties have been furnished, whether the documents have been properly signed, and whether the Bids are generally in order. The bids of only such Bidders whose bids are technically and commercially in accordance with the specification and who have submitted the necessary Bid Security in the form required will be considered for opening of price bid.

A responsive Bid is the one which accepts and fulfils all the terms and a condition of

this specification and documents, supported by the necessary sureties, and are complete in respect of details as asked for in the Bid document.

The responsive Bids received will be evaluated by the Purchaser to ascertain the

lowest evaluated Bid for complete works covered under these specifications and documents.

Bidder shall quote for full quantity against all items. Part bids will not be considered. The purchaser is the final authority in deciding the above and his decision cannot be contended.

Page 9: SOLAR SPEC 06-12-2010

9

PART-I

SECTION – II: INSTRUCTIONS TO BIDDERS 1.2.1

a. General Information

Andhra Pradesh Power Generation Corporation Limited (APGENCO) an Undertaking of the Government of Andhra Pradesh with its Office at Vidyut Soudha, Khairathabad, Hyderabad-500082, here in after referred to as “Purchaser” (Which expression shall include its Successors and assignees) proposed to implement grid connected solar PV plant (crystalline technology) of 1 MWp capacity at Jurala Hydro Electric Scheme, Mahaboobnagar District, Andhra Pradesh under Jawaharlal Nehru National Solar Mission(JNNSM). And acting through the Chief Engineer Electrical (HPC), APGENCO, Vidyut Soudha, Hyderabad-500082, Andhra Pradesh, India will receive Bids from well established and reliable manufacturers following supply/work intending to be completed during the period as specified in the NIT and relevant place of these bid documents.

“Design, manufacture, testing at manufacturers works , supply, storage at site, erection, testing ,commissioning and maintenance for five years of grid connected solar PV plant (crystalline technology) of 1 MWp capacity at Jurala Hydro Electric Scheme, Mahaboobnagar District, Andhra Pradesh, along with grid connecting equipment and associated Civil works.” On EPC Basis under JNNSM Scheme.

The work referred here in above shall cover the scope as indicated in clause :1.2.7

b. SCHEDULE DATES OF BID

1. Estimated Contract Value Rs.1500 lakhs

2. Period of Contract 6 months from the date of purchase order/ contract/LOI

3. Form of Contract LS

4. Tender Type Open Tenders, online under Two part Bid

5. Tender Category EPC 6 Transaction Fee

Payable to M/s APTS.’ Payable at Hyderabad (As per G.O. Ms No 10&11, Dtd 23.07.2010 IT&C Dept) : including service tax

0.03% on the Estimated value online with a cap of Rs.10,000/- for quoted value upto Rs.50 Crores and Rs.25, 000/- if the Estimated value is above Rs.50 Crores & service tax and bank charges as applicable or as levied by Govt. from time to time on the transaction fee through online.

7. Bid Security (EMD) Rs. 15,00,000/- (Rupees Fifteen Lakhs only) {Rs.1,00,000/- (Rupees One Lakh only) shall be paid in the form of crossed Demand Draft drawn in favour of ‘Pay Officer (APGENCO), Hyderabad’ on any Nationalized Bank and balance amount of Rs.14,00,000/-(Rupees Fourteen Lakhs Only) can be paid in the form of a Bank Guarantee obtained from any nationalized bank in the prescribed format (As per Annexure-B). The B.G. shall have the validity up to 270 Days with claim period of 90 days there after. PEMD holders need to submit BG for Rs 12,50,000/- and submit the copy of PEMD approved by competent authority.

Page 10: SOLAR SPEC 06-12-2010

10

8. Bid Security Payable to DD drawn on Nationalized Bank in favour of Pay Officer, APGENCO, Vidyut Soudha, Hyderabad – 82 payable at Hyderabad.

9. Process Fee Not Applicable

10 Schedule Available Date & Time 18- 12 -2010, 11.00 Hrs. onwards

11. Date & time of Pre-bid meeting 28- 12 -2010, 11.00 Hrs

12. Schedule Closing Date &Time 17– 01 - 2011, 11.00 Hrs.

13. Bid Submission closing Date & time 17- 01- 2011, 17.00 Hrs.

14. Bid Submission Online 15. Bid Validity 180 days from the date of opening of the Bid

16. Pre Qualification/ Tech. Bid Opening Date 19– 01 - 2011 at 15.00 Hrs.

17. Price Bid Opening Date & Time 24 – 01 -2011 at 15.00 Hrs

c. PROJECT INFORMATION

PROJECT SYNOPSIS:

A. Name of the project : Solar PV plant (crystalline technology) of 1 MWp capacity at Jurala Hydro Electric Project)

B. Name of the state : ANDHRA PRADESH

The State is in tropical region between 13 deg. N and 20 deg. N. The State has a long coastline of 960 Km on the east. The State has a hot summer and pleasant winter. The maximum temperature in summer at some places is 50 deg. C and the minimum is around 9 deg.C. The State receives its rainfall from the Southwest as well as North East monsoons. The rainfall in coastal areas is satisfactory. The northern parts receive an average rainfall of 200 Cm. and southern parts 75 cm. Some interior areas are chronically drought prone and hardly receive 67 cm. of rain.

C Location of site : Priyadarshini Jurala Hydro Electric Project, Revulapally village, on River Krishna Near

Gadwal, Mahaboobnagar District, Andhra Pradesh, India. (about 200 Kms from Hyderabad.)

D. Nearest road access : Hyderabad - Kurnool National Highway No.7 is about 34 kms from site.

E. Nearest Railway Station : Gadwal Railway Station is about 18 Kms from project site.

Page 11: SOLAR SPEC 06-12-2010

11

Name of Railway : South Central Railway.

The site is well connected with Hyderabad by Rail/Road. The rail distance from Hyderabad to Gadwal town is 188 KM. The site is located at a distance of 18 KM. from Gadwal town by road.

F. AIR PORTS Nearest airport : Hyderabad.

G. BEST WAY TO REACH SITE:

The best way to reach the site is to reach Hyderabad by Air and travel by road to Project Site, Jurala.

H. HOTEL AND GUEST HOUSE FACILITIES:

Good Hotels are available at Hyderabad.

I. SITE CONDITIONS:

I.1 Climate: December to January is the coldest period and there after temperature rise either rapidly at first or steadily later till May which is the hottest month. The day temperature increases a little in September and October after which both day and night temperatures begin to drop.

I.2 Latitude /Longitude : 160 19’ 49” /770 42’ 20” I.3 Type of soil: Rocky. I.4 Ambient Temperature i) Daily Min. (Mean) : 17 Deg.C. ii) Daily Max. (Mean) : 29 Deg.C. (42Deg.C in May) iii) Design ambient temp. for electrical equip. : 50 Deg.C.

I.5 Rainfall

Average per annum : 673.3 mm. Note: The above information is general and indicative only. How ever the

Bidder is advised to visit the site to gather first hand information to asses the basic Parameters required for design and quote for the subject SPV PLANT.

J. GENERAL FACILITIES

J.1 POPULATION AND AVAILABILITY OF LABOUR: Availability of skilled and unskilled labour is good.

J.2 MARKETING FACILITIES: Marketing facilities for day-to-day needs are available at the Gadwal Town.

J.3 INTERNAL ROADS: All weather asphalt roads are available to the dam site.

J.4 WATER SUPPLY: Water supply is available at the Dam site.

J.5 MEDICAL AID: Government Hospital is available at Gadwal Town. J.6 ELECTRIC POWER: At present Electric Power from APCPDCL is available at

Dam site. Hence power can be made available to the bidder at the Dam site and the bidder has to pay for the power consumption to APCPDCL as per the Tariff applicable.

J.7 POST AND TELEPHONES: These facilities are available at site.

Page 12: SOLAR SPEC 06-12-2010

12

J.8 SUPPLY OF PETROL AND DIESEL: Petrol and diesel pumps are available at Gadwal town.

1.2.2 The Bidder shall furnish the following documents along with his bid: Attested

copies of documents relating to the Registration of the firm, Partnership deed, Articles of Association, Commercial Tax Registration, Latest Income Tax Clearance certificate /latest IT return and copy of PAN card issued by the IT Department etc.

1.2.3. ELIGIBILITY CRITERIA: The bidder shall fulfill the following eligibility criteria:

a) The bidder must be a total integrated system designer which is inclusive of modules, power conditioning units, mounting structures, junction boxes, grid connectivity, etc. and shall have manufacturing facility for PV modules. The dealers or agencies are not allowed to participate in the tender.

b) The bidder shall have at least five years experience in manufacturing solar PV crystalline modules in India. He shall submit proof of having manufacturing facility in India. The bidder shall install the solar modules manufactured in India in the project, as stipulated by JNNSM.

c) The bidder shall have successfully designed, manufactured, supplied and commissioned the grid connected Solar PV plants in India for an aggregate capacity of at least 1 MWp at a single or multiple locations and which are in successful operation without any major problem for a minimum period of one year as on the date of submission of the Bids.

d) The bidder should have an annual turn over of Rs.30 crores for at least two financial years during the last ‘3’ years.

e) The Bidder should have minimum Net worth of Rs.15 Crs.

Note: The computation of Net Worth shall be based on unconsolidated audited annual accounts of the company. For the purpose of computation of net worth, the best year in the last three years shall be considered. The company would thus be required, to submit annual audited accounts for the financial years, 2007-08, 2008-09 and 2009-10 while indicating the year, which should be considered for evaluation, along with a certificate from the Chartered Accountant to demonstrate the fulfillment of the criteria.

Net Worth = Paid up share capital Add : Reserves Subtract : Revaluation Reserves Subtract : Intangible Assets. Subtract : Miscellaneous Expenditures to the

extent not written off and carry forward losses.

The bidder shall furnish the relevant documents fulfilling the qualifying criteria along with his bid, other wise the bid is liable for rejection. Therefore, the bidder is advised to study all terms and conditions of the tender including technical specifications for submitting complete and comprehensive tender. Failure to comply with any of the terms and conditions or instructions of the offer with insufficient particulars which are likely to render fair comparison of tender as a whole impossible may lead to rejection even if otherwise it is a competitive offer/ tender.

Page 13: SOLAR SPEC 06-12-2010

13

1.2.4 COST OF BIDDING: The Bidders shall bear all costs associated with the preparation and submission of his bid and APGENCO will in no case be responsible or liable for those costs, regardless of the contract or outcome of the bidding process.

1.2.5 AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the due date & time for submission of bids, the APGENCO may, for any reason, whether on its own initiative or in response to a clarification requested by a prospective Bidder, modify the bidding documents, bidding process, terms and conditions, specification, etc. The APGENCO may, at his discretion, extend the due date & time for the submission of bids.

1.2.6 LANGUAGE OF BIDS: The Bid prepared by the Bidder and all correspondence and documents relating to the bid exchanged by the Bidder and the Purchaser, shall be written in English language only.

1.2.7 SCOPE OF THE CONTRACT: The scope of the contract shall be on the basis of a single bidder's responsibility completely covering all the Equipment/ material and services specified under the accompanying technical specifications (Part-III of specification). The contract shall be signed with the successful bidder alone who would be referred to as the contractor. The scope of the contract generally includes the following:

(a) Detailed design of the entire plant

(b) Complete manufacture of all the equipment /material required for plant including their shop testing. Supply including packing, loading and transportation from the manufacturer's works to the sites/stores and intra-site transport with unloading, loading and stacking /storage at site as specified or required duly obtaining insurance cover for transit, Storage cum erection. Supply of Tools & Plants required for erection, testing and Commissioning and Maintenance of Plant.

(c) Installation/Erection, Testing and Commissioning of the equipment in co-ordination with the other contractors, if any, as per the scope of the contract. Furnishing of instruction manuals, drawings, data, test reports, operation manuals etc., for purchaser's approval, and on approval, bound volumes. Training to the purchasers operating personnel at Manufacturers works and at site.

(d) All associated civil Engineering works like site leveling, construction of foundations & mounting structures for SPV panels, construction of control room cum office room. Water pipe line and necessary spraying accessories required for washing of panels and daily usage shall be Provided.(Required water at one point in the site premises will be provided by APGENCO)

(e) Extending guarantee to the supplied material for the period specified after taking over by the Purchase including maintenance period.

(f) Comprehensive Maintenance (routine, preventive and break down etc) of Plant for five years including required men, spares and consumables etc.

(g) The equipment/Solar Power Plant offered shall complete with all components necessary for its effective and trouble free operation. Such components shall deemed to be within the scope of Bidder’s supply irrespective of whether these are specifically mentioned in the specification, his bid and/or the commercial order or not.

1.2.8. SUBMISSION OF DOCUMENTS:

The documents to be submitted shall be signed, stamped and sent to reach the tender inviting authority on or before the specified time and date. In case of online submission, the bidder shall ensure uploading of the scanned documents only after signing and stamping.

Page 14: SOLAR SPEC 06-12-2010

14

1.2.9. PRICE:

The bidders shall quote in their proposals a firm lump sum price for the entire scope of supplying and erecting the equipment (covered under the Technical Specification) including 5 years maintenance.

The above lump sum price shall be as on the date of opening of the bid of the Project and shall include all taxes and duties like excise duty, sales tax, service tax

Income Tax, surcharge on Income Tax and other corporate taxes shall be to the account of Bidder.

1.2.10. ARTICLES OF ASSOCIATION:

All Bids must be accompanied with duly authenticated copies of the documents defining the constitution of the company, power of attorney and other relevant documents, and any bid submitted by a partnership firm must be accompanied by duly authenticated extracts from the partnership deed or other documents, so as to show by which person and in what manner contracts may be entered into, by or on behalf of the company, partnership for the due execution of such contracts and responsibilities.

The said documents must be legalised by the local authorities at the place of issue. Such documents should indicate current address of the firm and full name and current address of all partners of the firm.

Any Bid not containing these documents, or if such documents are incomplete, or do not conform to the aforesaid forms, may at the discretion of the Purchaser be excluded.

1.2.11. DUE DATE & TIME FOR SUBMISSION OF BIDS:

The bidder shall ensure that all their bids along with all documents shall reach the tender inviting authority before the stipulated time and date.

1.2.12. BID OPENING:

The Bids will be opened by the tender inviting authority the due date specified in NIT. If the bid-opening date falls on a Holiday or declared as a Holiday, the bid will be opened on the succeeding working day.

1.2.13. BID SECURITY (EMD):

Offers must accompany EMD as stated in NIT. Total EMD can also be furnished by way of DD/Pay Order/Banker’s Cheque in INR drawn in favour of Pay Officer, APGENCO, Vidyut Soudha, Hyderabad–82. Submission of EMD in any other form shall not be considered and shall be treated as disqualification. The EMD shall be forfeited, if

i. Bidder withdraws the bid before expiry of its validity.

ii. Successful bidder does not accept the order/LOI or fails to enter in to a contract within validity period of offer.

iii. Successful bidder fails to furnish Contract performance security within 30 days from the date of issue of P.O/ LOI.

iv. The offer is disqualified for the reasons stated in the bid documents for example, where the EMD is super-scribed on the tender cover as if it was furnished, but not found within or found insufficient, etc.

1.2.14. Validity of offers:

The offers shall be valid for a period of 180 days from the date of opening of Pre-qualification bids. The period of validity cannot be counted from any other date

Page 15: SOLAR SPEC 06-12-2010

15

other than the date of opening the Pre-qualification bids.

During this period the bidder shall not be permitted to withdraw or vary their offers, once made and if they do so, the EMD shall be forfeited.

1.2.15. Past Experience:

The comprehensive list of past projects implemented by the bidder in India and abroad indicating clients, dates, size of the projects and nay other relevant information along with P.O. details and performance reports from the Customers, shall be furnished along with offer.

1.2.16. Cost Compensation for Deviation: Deviations specifically declared by the bidders in respective Deviation Schedules of Bid Proposal Sheets only will be taken into account for the purpose of evaluation. The bidders are required to declare the prices for the withdrawal of the deviations declared by them in the Deviation Schedules. In case the bidder refuses to withdraw the deviations at the cost of withdrawal indicated by the bidder in the deviation schedule, the EMD of bidder will be forfeited. Bidder may note that deviations, variations and additional conditions etc., found elsewhere in the bid other than those stated in the Deviation schedules, save those pertaining to any rebates, will not be given effect to in evaluation and it will be assumed that the bidder complies with all the conditions of Bidding Documents. In case bidder refuses to withdraw, without any cost to APGENCO, those deviations, which the bidder did not state in the Deviation Schedules, the EMD of the bidder will be forfeited.

Offers should strictly be in conformity with specifications/ drawings/ samples as stipulated in the enquiry. In case no deviations are indicated, it will be taken for granted that item (s) has/ have been offered strictly as per the requirements given in the enquiry.

1.2.17. UNDERSTANDING AND CLARIFICATIONS ON DOCUMENTS AND SPECIFICATIONS.

The Bidder is required to carefully examine the specifications and documents and fully inform himself as to all the conditions of matters which may in any way effect the works or the cost thereof. If any Bidder finds discrepancies or the omissions in the specifications and documents or is in doubt as to the true meaning of any part, he shall at once request in writing for an interpretation/ clarification, to the Purchaser in duplicate. Such clarifications shall be submitted before due date preferably before pre-bid meeting. The clarifications found necessary will be furnished in the form of corrigendum/ Addendum to all the Bidders, which will form part of the Bid documents.

Verbal clarifications and information given by the Purchasers or his employee(s) or his representative (s) shall not in any way be binding on the Purchaser.

1.2.18 LOCAL CONDITIONS

It will be imperative on each Bidder to fully inform himself of all local conditions and factors which may have any effect on the execution of the works covered under these documents and specifications. The Purchaser shall not entertain any request for clarifications from the Bidders, regarding such local conditions.

It must be understood and agreed that such factors have properly been investigated and considered while submitting the proposals. No claim for financial adjustment to the contract awarded under these specifications and documents will be entertained by the purchaser neither any change in the time schedule of the

Page 16: SOLAR SPEC 06-12-2010

16

contract nor any financial adjustment arising thereof which are based on the lack of such clear information, its affect on the cost of the works to the Bidder shall be permitted by the Purchaser.

1.2.19 PRICED QUOTATIONS

All priced quotations should be in Indian Rupees only

The tenderer should quote his lowest firm prices valid for the duration and completion of the contract i.e. supply, erection, testing, commissioning and maintenance of the plant. No enhancement of prices for what so ever reason will be allowed once the offer is accepted. Quotation should carry the name of the manufacturers for the plant offered.

1.2.20 INSURANCE:

Transit cum storage cum erection, testing and commissioning insurance is the responsibility of the bidder. Any loss or damage to the equipment till commissioning of units for whatever reasons shall be to the account of the bidder. The bidder shall promptly make good the loss or damage by way of replacement and/or repair of the portion of the equipment damaged or lost. There shall be no extra cost to the Purchaser on account of such replacement/repair of losses or damages for whatever reasons.

The contractor shall arrange to secure and maintain insurance as may be necessary and for all such amounts to protect the materials of the Purchaser against all risks till the equipment is transported, installed, tested, commissioned and handed over to the Purchaser and subsequently during the 5years maintenance period. The bidder’s failure in this regard shall not relieve him of any of his contractual responsibilities and obligations. The contractor shall replace the damaged equipment immediately and commission the plant as schedule irrespective of settlement of claims with insurance underwriters.

All costs on account of insurance liabilities covered under the contract will be to the Bidder’s account.

1.2.21. AWARD OF CONTRACT

Notification of Award of contract will be made in writing to the successful Bidder by the Purchaser.

1.2.22. COMPLETION PERIOD:

The solar project is proposed by APGENCO under the promotional incentives offered by JNNSM of government of India under time bound programme. In case of delay in implementation of the same, heavy penalties /cancellation of the Project are stipulated under the scheme. The Project shall be completed in all respects including synchronization of Plant with Grid with in 6 Months from the date of issue of LOI /Purchase order which ever is earlier. In order to meet the stipulated completion period mentioned above, all the equipment /materials shall be delivered with in 120 days and the mile-stones proposed for execution of the project as detailed below

Page 17: SOLAR SPEC 06-12-2010

17

Sl. No Description of mile stone Completed from

the date of LOI 1 Furnishing of Drawings and obtaining of approval of

Drawings 30 days

2 Supply of structures required for solar modules and construction of foundations required for the same

90 Days

3 Supply of PCUS, SPV Modules, Transformer , Grid connected Equipment and all other balance of Plant

120 Days

4 Erection of Structures required for solar panels shall be completed.

120 Days

5 Construction of required foundations for Transformer Breaker and other Grid connected Equipment

120 Days

6 Construction of control room cum office room 120 days 7 Erection of all Equipment 150 Days 8 Testing & commissioning 180 days

The Offers not complying with the delivery schedule shall be considered non-responsive and

shall not be evaluated.

In case the supply of all the materials required for the project are not completed with in 120 days, the Corporation may resort to purchase the materials/equipment from elsewhere at the risk and cost of the supplier and recover all such extra cost incurred by the Corporation in procuring the materials by above procedure.

Alternatively, the Corporation may cancel the purchase Order completely or partly without prejudice to its right under the alternative mentioned above.

In case of recourse to alternatives above, the Corporation shall have the right to purchase the materials to meet the urgency of requirements caused by supplier’s failure to comply with the scheduled delivery period irrespective of the fact whether the materials /equipment are similar or not.

1.2.23. CONTRACT QUALITY ASSURANCE

The Bidder shall include in his proposal the Quality Assurance Programme containing the over all quality management and procedures which he proposed to follow in the performance of the works during various phases as detailed in relevant clauses of the “General Technical Conditions” of this part.

1.2 24. MAINTENANCE TOOLS AND TACKLES

The proposal shall include all special tools and tackles required for the operation and maintenance of the equipment in each equipment package. The Bidder shall indicate all the above items in the proposal sheets in the form of a schedule giving therein the description and the quantity of each item. The item wise Price to be quoted by the Bidder shall be furnished in the format, which will be delivered with the fist shipment of the main equipment.

1.2.25. GUARANTEE:

The contractor shall guarantee that the equipment being supplied under this contract shall be new and of best quality, workmanship and shall have no defects in manufacture, shall meet the requirements of the specifications, and shall be in all aspects suited for the purpose intended.

The bidder shall guarantee the satisfactory performance of the plant for five (5) years from the date of taking over the Plant for operation.

Page 18: SOLAR SPEC 06-12-2010

18

If during the said guarantee period, the buyer finds any materials to be containing manufacturing defects or defect in workmanship, other wise the contractor would be required to promptly repair/supply /replace such defective equipment free of charge to purchaser.

The above guarantee shall also apply to defects noticed up to the stage of erection, commissioning and during the maintenance of the Plant for 5 years. The contractor shall bear all the expenses incurred in connection with the repair or replacement against such defective equipment inclusive of all freight and insurance, Taxes & Duties levies forwarding and clearing and demurrages and other incidental charges involved in delivering the said equipment to the buyers specified destination. The charges for supervision of erection of such replacement shall not be paid by the buyer. The decision whether correction of the defects should be by the repair or replacement shall be the sole discretion of the buyer.

The buyer and contractor shall mutually agree to a programme of replacement, renewal or repair which will minimize any interruption in the commercial use of the equipment.

In the event, the contractor fails to undertake necessary steps to repair or replace defective materials as stipulated above after receiving notice from the Buyer of any defect in the material, or failure of any material to confirm with the specifications, the buyer may proceed to undertake the repair or replacement of such defective equipment at bidders risk and expense but without prejudice to any other rights with the purchaser may have against the bidder in respect of such defects.

1.2.26 CHECK LIST

The Bidders are requested to duly verify the checklist enclosed as Annexure - C. This checklist gives only some of the important items. The Bidders are, however, advised to carefully go through the Bid documents and furnish the necessary information/documents etc., as required. The checklist shall be attached to the letter of Transmittal.

1.2 27 It is not binding on APGENCO to accept the lowest or any other bid. The Corporation reserves the right to place orders for individual items with different bidders and to revise the quantities at the time of placing the order. The order for the materials may also be split up between different bidders to facilitate quick delivery of critically required materials. APGENCO further reserves the right to accept or reject any/ all bids without assigning any reasons thereof.

1.2.28. The bidders are requested to refer to the ‘general Purchase Conditions of General

terms and Conditions (Part-ii) APGENCO. Bidders are requested to refer to these conditions and confirm acceptance in their offer.

1.2.29. Make/Brand of items offered shall be specified failing which offers are liable to be

rejected. It shall be appreciated if one copy of detailed descriptive literature/ pamphlets shall be enclosed along with the offer, which may help technical evaluation.

1.2.30. DRAWINGS DATA AND LITERATURE TO BE FURNISHED Drawings, data and descriptive literature as required in the specifications must be submitted with the Bids and shall include sufficient detailed performance information to enable evaluating the item as to soundness, reliability, serviceability, and efficiency. If drawings, data and/or literature are submitted that would require modifications to meet the specifications, these modifications should be clearly indicated. Failure of information to show that the item offered conforms to the specifications may lead to disqualification of the Bid.

Page 19: SOLAR SPEC 06-12-2010

19

A written statement by the Bidder stating that he will fully meet the requirements of the specifications will take precedence over standard literature accompanying the Bid.

If the Bidder submits literature specifically prepared for the Bid and such literature contains any statements or data inconsistent with the requirements of the Bid documents, those statements and data will be construed as intended, and may disqualification of the Bid.

Bidders are warned to strike out and initial any conflicting conditions, qualifications or delivery terms.

The Bidder shall include in his offer the following:

Undertaking to furnish details of special precautions and instructions to be followed and check list for erection, testing and commissioning of the plant.

Undertaking to furnish all required drawings, documentations for assembly, erection, testing and commissioning of the plant. Instructions regarding storage, handling, precautions etc., and checklists at various stages till the plant is installed.

Time schedule for design, manufacture, testing, shipment installation and commissioning.

Schedule of year wise Cash Flow requirements till completion.

Page 20: SOLAR SPEC 06-12-2010

20

Part– I

SECTION – III

1.3.1. ELIGIBILITY CRITERIA AND PROOF OF DOCUMENTS TO BE SUBMITTED Sl. No

Eligibility Criteria Proof of documents to be submitted by the bidder

1 The bidder must be a total integrated system designer which is inclusive of modules, power conditioning units, mounting structures, junction boxes, grid connectivity, etc. and shall have manufacturing facility for PV modules. The dealers or agencies are not allowed to participate in the tender.

The supporting documents having executed the EPC contracts or designing of solar power plants shall be submitted.

2 The bidder shall have at least five years experience in manufacturing solar PV crystalline modules in India. He shall submit proof of having manufacturing facility in India. The bidder shall install the solar modules manufactured in India in the project, as stipulated by JNNSM.

The supporting documents from the licensing authorities i.e., department of industries, etc shall be submitted.

3 The bidder shall have successfully designed, manufactured, supplied and commissioned the grid connected Solar PV plants in India for an aggregate capacity of at least 1 MWp at a single or multiple locations and which are in successful operation with out any major problem for a minimum period of one year as on the date of submission of the Bids.

The copies of orders, commissioning/ completion reports or certificates, etc received from the customers shall be submitted. The bidder is advised to furnish the contact persons of the respective projects for ascertaining the performance of those plants directly by APGENCO.

4 The bidder should have an annual turn over of Rs. 30 crores for at least two financial years during the last ‘3’ years.

The audited results of financial years 2007-08, 2008-09 and 2009-10 shall be submitted.

5 The Bidder should have minimum Net worth of Rs.15 Crs.

The annual audited accounts for the last four financial years along with certificate from Chartered Accountant shall be submitted.

Page 21: SOLAR SPEC 06-12-2010

21

PART – II

GENERAL TERMS & CONDITIONS

SECTION – I - GENERAL

2.1.1. The following terms and expressions herein used shall have the meaning as indicated therein:

In construing these general conditions and the annexed specification, the following words shall have the meaning herein assigned to them unless there is something in the subject inconsistent with such construction.

The “Purchaser/Buyer” shall mean Andhra Pradesh Power Generation Corporation Ltd (APGENCO).

The “Bidder/contractor/supplier/vendor” shall mean the Tenderer /Bidder whose tender shall be accepted by the purchaser and shall include the tenderer’s legal personal representatives, successors and assigns.

The “Engineer” shall mean the Chief Engineer Electrical (HPC), APGENCO for the time being, or such other officer as may be duly authorized and appointed in writing by the purchaser to act as engineer for the purposes of the contract. In case where no such engineer has been so appointed, the word “Engineer” shall mean the purchaser or his duly authorized representative.

“Plant Work or Works shall mean and include plant and materials to be provided and work to be done by the bidder under the contract.

The “Contract” shall mean and include the general conditions, specification, schedules, drawings, form of tender, covering letter, schedule of prices, or the final general conditions any special conditions applying to the particular contract specification and drawings and the agreement to be entered into under clause 2.1.2 of these general conditions.

Scope of contract:

For general reading of various clauses mentioned in these documents, the term ‘Supply’ shall be deemed to treated as ‘Supply, Erection, Testing & Commissioning including 5 years maintenance unless specifically mentioned otherwise

The “Specification” shall mean the specification annexed to these general conditions and the schedules there to (if any).

The “Site” shall mean the site of the proposed station situated in south India and any other place in the Andhra Pradesh State where is to be executed under the contract.

“Tests on completion” shall mean such tests as are prescribed by the specification to be made by the bidder before the plant is taken over by the purchaser.

“Taking over” shall mean taking over of the plant by the purchaser after completion of “tests on completion” and completion of 72 hours of trouble free operation of the plant with out any outages attributable to the contractor. “Commercial use” shall mean that use of the work, which the contract contemplates or of which it is to be commercially capable.

“Month” shall mean calendar month.

“Writing” shall include any manuscript, typewritten or printed statement, under or over signature or seal as the case may be.

Words, importing persons shall include firms, companies, corporation, and other bodies whether incorporated or not.

Words importing the singular only shall also include the plural and vice versa where the context requires.

Page 22: SOLAR SPEC 06-12-2010

22

BIDDER TO INFORM HIMSELF FULLY

The bidder shall be deemed to have carefully examined the general conditions of specifications, schedules, and drawings. If he has any doubt as to the meaning of any portion of these general conditions or of the specification he shall, before signing, the contract, set forth the particulars thereof, and submit them to the Chief Engineer Electrical (HPC) in writing, in order that such doubt may be clarified.

2.1.2 CONTRACT

A formal agreement shall be entered into between the bidder and the purchaser for the proper fulfillment of the contract.

The expenses of completing and stamping the agreement shall be paid by the purchaser and the bidder shall be furnished free of charge with an executed stamped counterpart of the agreement.

After the tender has been accepted by the purchaser all orders or instructions to the bidder shall, except as herein otherwise provided, be given by the Chief Engineer Elecl. (HPC) on behalf of the purchaser.

2.1.3 Specifications and drawings:

Any information or details which are included in the specification but not indicated in the drawings and vice-versa shall have the same effect and meaning as if included for and shown both in the specifications and drawings. In case of any dispute between the specifications and drawings, the decision of the Corporation or its authorized representative shall be final and binding.

2.1.4. Additions/ Alteration/ Modifications.

The Corporation reserves the right to make additions/ alterations/ modifications to the quantity of items in the purchase order. The supplier shall supply such quantities also at the same rate as originally agreed to and incorporated in the purchase order. The variation shall, however, be limited to + 20% of the quantity ordered.

2.1.5. Waiver

Any waiver by the authority of any breach of the conditions of the purchase order shall not constitute any right for subsequent waiver of any other terms and conditions.

2.1.6. Subletting and Assignment:

The supplier shall not, save with prior consent in writing of the Corporation, sublet, transfer or assign this order or any part thereof or interest therein or benefit or advantage thereof in any manner, whatsoever. Provided further that any such consent issued by the Corporation under the exigencies of the contract, shall not relieve the supplier from any obligation, duty or responsibilities under the contract.

2.1.7. Information Provided by the Corporation:

All drawings, Data and documentation that are given to the suppliers by the Corporation for the execution of the order are the property of the Corporation and shall be returned when demanded. Except for the purpose of executing the order of the Corporation, supplier shall ensure that the above documents are not used for any other purpose. The supplier shall further ensure that the information given by the Corporation is not disclosed to any person, firm, body, corporate and / or authority and every effort that the above information is kept confidential. All such information shall remain the absolute property of the Corporation.

Page 23: SOLAR SPEC 06-12-2010

23

2.1.8. Rating & Name Plates:

Equipment should be provided with name plate giving full details of manufacture, capacity and other details as specified in the relevant IS or other specification stipulated. The purchase order No and date and year of supply and the words “APGENCO” must be etched on the name plate.

RATING PLATE:

Each main and auxiliary item of plant shall have permanently attached to it a rating plate in a conspicuous position. This shall be of a non-corrodible material preferably chromium plated steel to stand the prevalent atmospheric conditions as indicated. The inscription shall be engraved in black on the plate

The size of the rating plate shall depend upon space availability but and inscriptions shall be approved by the ENGINEER. The plates shall be should be reasonably sized for clarity and clear inscription. The size of the plates attached to the body of the equipment by screws.

NAME PLATE :

Each item of plant shall be provided with a name plate or label designating the service of the particular equipment. The shape and size of the plate and inscriptions shall be approved by the ENGINEER.

Such name plates shall be of non-corrodible material preferably chromium plated steel having engraved black lettering or otherwise as specified.

In case of indoor equipment like LDB, L.P etc., etc., the plate shall be of transparent plastic material with black lettering engraved on the back. The name plates shall be screwed to the body of the equipment.

2.1.9. Interchangeability:

All similar materials and removable parts of similar equipment shall be interchangeable with each other. A specific confirmation of this should be furnished along with the invoices for the supplies.

2.1.10. Materials & Workmanship:

Supplier shall fully warrant that the stores, equipment and component supplied against the purchase order shall be new and first quality, according to the specifications and shall be free from defects (even concealed faults, deficiency in design, materials and workmanship).

2.1.11. Spare Parts, Oil & Lubricants:

Wherever applicable, the supplier shall furnish to the Corporation, item-wise price list of spares required for FIVE year operation and maintenance of the ordered equipment. The supplier shall also furnish necessary instructions and drawings to identify the spare part numbers and their location as well as an interchangeability chart.

2.1.12. Supplier’s liability:

Supplier hereby accepts full responsibility and indemnifies the Corporation and shall hold the Corporation harmless from all acts of omission and commission on the part of the supplier, his agents, his subcontractors and employees in execution of the purchase order. The supplier also agrees to defend and hereby undertakes to indemnify the Corporation and also hold it harmless from any and all claims for injury to or death of any and all persons including but not limited to employees and for damage to the property arising out of or in connection with the performance of the work under the purchase order.

Page 24: SOLAR SPEC 06-12-2010

24

2.1.13. Access to supplier’s Premises:

The Corporation and /or its authorized representative shall be provided access to supplier’s and / or his sub-contractor’s premises, at any time during the pendency of the purchase order, for expediting the supplies, inspection, checking etc.

2.1.14. Sale conditions:

With supplier’s acceptance of the provision of this purchase order, he waives and considers as cancelled any of the general/ special sales conditions.

2.1.15. Modifications:

This purchase order constitute and entire agreement between the parties hereto. Any modification to this order shall become binding only upon the same confirmed in writing duly signed by both the parties.

2.1.16. Inspection/checking/ testing:

All materials/ equipment to be supplied against this purchase order shall be subject to inspection/checking/testing by the Corporation or its authorized representative at all stages and places, before, during and after the manufacture. All these tests shall be carried out in presence of authorized representative of the Corporation. Supplier shall notify the corporation for the inspection of materials/ equipment when they are ready, giving at least 10 days notice. If upon receipt at our stores, the materials / equipments do not meet the specifications, they shall be rejected and returned to the supplier for repair/ modification etc., or for replacement. In such cases all expenses including to and fro freight charges, repacking charges, transit insurance etc., shall be to the account of supplier.

Inspection by the authorized representative of the Corporation or failure of the Corporation to inspect the material/ equipment shall not relieve the supplier of any responsibility or liability under this purchase order in respect of such materials /equipment not be interpreted in any way to imply acceptance thereof by the Corporation. Whenever specifically asked for by the Corporation, the supplier shall arrange for inspection/ testing by institutional Agencies such as Lloyd’s Register of Industrial services, RITES etc. In such cases vendor shall adhere to the inspection /testing procedures laid down by such agencies. All expenses including inspection fees shall be to the suppliers account unless agreed to the contrary and specified in the purchase order.

2.1.17. PACKING AND MARKING:

All materials/equipment shall be securely packed to the requirement of transportation by Rail/Road/Sea transport. All exposed services/ connections/ protrusions shall be properly protected. All unexposed part shall be packed with due care and the packages should bear the words ‘Handle with Care’. The packing requirements of Rail/ Road transport shall be complied with so as to obtain clear Railway/ Lorry Receipt i.e. without any qualifying remarks.

All packages and unpacked materials shall be marked with the name of the Consignor, Consignee, Purchase Order No., gross and net weight, sign of handling, if any, with indelible paint in English at least at two places. In case of bundles, metallic plates marked with the above details shall be tagged with such bundles.

All Equipment/material shall be protected for ocean shipment, inland transport, carriage at the Site and outdoor storage during transit and at the Site, strictly according to the instructions given in this specification.

The VENDOR/CONTRACTOR shall be responsible for any damage to the Equipment during transit due to improper and inadequate packing.

Only packages constructed out of sound material and of dimensions proportional to the size and weight of contents shall be used.

Page 25: SOLAR SPEC 06-12-2010

25

Bundled materials shall be strapped rigidly with steel band over the protective covering.

Fragile materials shall be securely braced with the containers or otherwise amply fastened and packed to prevent hitting or rattling. Soft non-hygroscopic packing materials shall be placed between the hard packing materials and the fragile Equipment. Articles which do not completely fill the selected container must be cushioned, braced, fastened or blocked to prevent damage to the article itself or destruction of the container. Inner bracing or blocking must be such that the content's weight is distributed over interior surfaces rather than concentrate on one or two critical points.

Loose material, e.g. bolts, nuts etc., shall be packed in gunny bags and sealed in polythene bags with proper tagging.

Components containing glass shall be carefully covered with shock absorbing protective material such as expanded polystyrene ('Thermo Cole').

All openings in the Equipment shall be tightly covered, plugged or capped to prevent foreign material from entering.

In the case of large and bulky Equipment, the VENDOR/ CONTRACTOR shall be responsible for ascertaining transport limitations and supply the Equipment in the minimum number of components or sub-assemblies, within the framework of transport limitations.

Wherever necessary, proper arrangements for attaching slings for lifting shall be provided.

The contents of the packages shall be sealed in thick polythene sheets and all the inside walls of the packages shall be lined with waterproof paper to protect the Equipment from damage due to dust and moisture.

All Equipment shall be protected for the entire period of dispatch, storage and erection, against corrosion, incidental damage due to vermin, sunlight, rain, high temperature, humid atmosphere, rough handling in transit and storage in the open including possible delays in transit. Material and Equipment shipped across the sea shall be packed to withstand without damage, the effects of salt spray. All machined and plated parts shall be protected with anti-rust grease. At such points, wrapping impregnated with anti-rust composition or vapor phase inhibitors shall be used. These shall have sufficient strength to resist chafing and indentation due to the movement which is likely to occur in transit. The protective wrappings and impregnation shall last for a minimum period of three months.

Silica-gel or approved equivalent moisture absorbing material in small cotton bags shall be placed and tied at various points on the Equipment, wherever necessary.

Adequate provision of skids or pallets shall be made to keep the packages above the collecting drainage. Crates and other large containers should have drain holes in the bottom to prevent collection of water within the packing. This is especially important where the cargo itself is subject to condensation (cargo sweat).

All cases shall be provided with suitable cutouts, closed by bolted wooden planks to facilitate inspection by customs authorities. Waterproof transparent papers shall be provided at the cutout locations to prevent water ingress into the casing through the cutout.

Each crate or package shall contain a packing list in a waterproof envelope. Copies of the packing list, in triplicate, shall be forwarded to the ENGINEER prior to dispatch. All items of material shall be clearly marked for easy identification against the packing list.

Page 26: SOLAR SPEC 06-12-2010

26

All spare parts shall be packed and treated for long storage conditions at site.

Any material found short inside the packing cases shall be supplied by the VENDOR/CONTRACTOR at no extra cost to the OWNER/PURCHASER.

All packing cover and packing material shall become the property of the OWNER/PURCHASER.

2.1.18. MARKING

All packages shall be clearly, legibly and durably marked with uniform block letters (preferably with waterproof paint) on at least three sides with :

a) Destination address as communicated. b) Contract NO. c) Dimensions. d) Net and gross weights.

e) Sign showing 'side up'. f) Sign showing 'fragile' marks in case of delicate Equipment.

g) Sign showing slinging and sling position. h) Any handling and unpacking instructions, if considered necessary.

i) Identification mark relating them to the appropriate shipping documents.

j) In case of spare parts, each spare part shall be clearly marked and labeled on the outside of its packing with its description and catalogue/part number.

2.1.19. ERECTION MARKS

All Equipment comprising multipart assemblies, e.g. steel frame works, piping etc., shall be marked with identifying numbers and/or letters corresponding to those of the approved drawings or material lists. These erection marks shall be clearly readable.

The contents of the package shall be punched on non-corrosive metal plate and nailed to the package on a prominently visible place. If the number of terms in the package is too many, a typed list in transparent waterproof bag shall be kept inside a galvanized steel sheet pocket nailed on to the outside of package in prominently visible location.

2.1.20. ELECTRICAL EQUIPMENT:

Solar panels, modules, Control cabinets, lighting panels etc. shall be packed and shipped in convenient sections. All with drawable equipments like circuit breakers, and its accessories, relays, instruments are so packed such that their operating mechanisms are secured from movement/ vibrations and damage. Transformer may be shipped separately.

Cables shall be shipped in non-returnable drums, adequately braced, and with cable ends adequately sealed to prevent ingress of moisture.

2.1.21. STORAGE OF MECHANICAL AND ELECTRICAL EQUIPMENTS AT SITE ELECTRICAL EQUIPMENTS AT SITE

STORAGE CLASSIFICATIION:

The types of storage are broadly classified under the following heads: Special storage – Air conditioned

Closed storage Semi-closed storage Open storage

The equipment covered under this Specification shall be stored in the type of storage as recommended by the MANUFACTURER/ OWNER.

Page 27: SOLAR SPEC 06-12-2010

27

2.1.22. STORAGE:

APGENCO will make available the storage Place at site for storing the material. The storage of materials shall be properly planned to minimize wasteful handling during retrieval of items required for erection.

The outdoor storage areas as well as semi-closed stores shall be provided with adequate drainage facilities to prevent water logging. The CONTRACTOR shall check the satisfactoriness of these facilities.

The stores sheds shall be built in conformity with fire safety requirements. The stores shall be provided with adequate lights and fire extinguishers. No smoking sings shall be placed at strategic locations. Safety precautions shall be strictly enforced.

Adequate lighting facility shall be provided by the CONTRACTOR in storage areas and storage sheds and security personnel positioned to ensure enforcement of security measures to prevent theft and loss of materials entrusted to him by the OWNER. The CONTRACTOR shall carry out regular inventory of materials received, issued and erected and notify the OWNER of any loss when noticed.

The CONTRACTOR shall provide adequate number of competent stores personnel including store-keepers, clerical staff, inspection engineers, watchmen and security staff to efficiently store and maintain the equipment/material entrusted to him.

Any equipment left in the open under such conditions shall be, if required, covered with tarpaulin.

2.1.23. MAINTENANCE DURING STORAGE

Maintenance during storage: The Contractor is responsible for maintenance of the equipment stored at site as per standard practices storage and manufacturers recommendations of each of the equipment

2.1.24. PROGRESS REPORTS AND PHOTOGRAPHS/ VIDEOS

During the various stages of the manufacture in the pursuance of the contract, the contractor shall at his own cost submit progress reports as may be reasonably required by the Buyer with such materials, as charts, networks, photographs/Videos test certificates etc., Such progress reports, shall be in the form and size as may be required by the Buyer and shall be submitted at least in four copies. During coordination meeting by review meetings presentation shall be maid by power point presentation with photographs for important mile stone.

2.1.25. Progress Reports:

Daily/weekly and Monthly progress reports shall be prepared by the Contractor and submitted to the Employer in six copies. The first report shall cover the period up to the end of the first calendar month following the Commencement Date. Reports shall be submitted daily/weekly and monthly thereafter.

Reporting shall continue until the Contractor has completed all work, which is known to be outstanding at the completion date stated in the Taking-Over Certificate for the Works.

Each report shall include:

a). charts and detailed descriptions of progress, including each stage of surveys, Investigation, design, Contractor's Documents, procurement, manufacture, delivery to Site, construction, commissioning and trial operation;

b). Digital photographs/videos showing the status of progress on the Site;

c). For the manufacture of each main item of Plant and Materials, the name of the manufacturer, manufacture location, percentage progress, and the actual or expected dates of:

Page 28: SOLAR SPEC 06-12-2010

28

Commencement of manufacture, Contractor’s inspections, tests, and Dispatch and arrival at the Site; d). the details of Contractor's Personnel and Equipment];

e). Copies of quality assurance documents, test results and certificates of Material;

f). list of Variations, notices given

g). Safety statistics, including details of any hazardous incidents and activities relating to environmental aspects and public relations; and

h). Comparisons of actual and planned progress, with details of any events or circumstances which may jeopardize the completion in accordance with the Contract, and the measures being (or to be) adopted to overcome delays.

2.1.26. DOCUMENTATION

The contractors store keeping function will include maintaining various records. These records shall include but not limited to

Supplier-wise record of equipment / material received, stored and issued for erection as well as stock position.

Record of inspection and repairs carried out, protective measures and lubrication equipment in storage as well as erected until the same is taken over by the owner.

2.1.27. Dispatch of materials: The supplier is responsible for the safe delivery of the goods in good condition at destination stores. The supplier should acquaint himself of the conditions obtaining for handling and transport of the goods to destination and shall include and provide for security and protective packing of the goods so as to avoid damage in transit. Packing of the materials / equipment those shall be strictly as per the provision of purchase order. All formalities related to allotment of wagons, loading permission from railways shall be completed by the supplier. The supplier shall communicate immediately the dispatch details to the consignee as specified in the purchase order. The originals dispatch documents either directly or through bank shall be forwarded immediately, failing which the supplier shall be responsible for any delay in payment and consequential payments of demurrages and wharfages to the transporter.

2.1.27. Demurrage/wharfage:

Supplier shall also be responsible for all payments due to late receipt of RR/LR and other documents.

Page 29: SOLAR SPEC 06-12-2010

29

PART – II

SECTION – II

FINANCIAL

2.2.1. Prices:

i. Price(s) mentioned in the purchase order shall be firm and not subject to escalation on any account, till the order is executed in full and its subsequent amendments accepted by the supplier even though the completion/ execution of order may take longer time than delivery period incorporated and accepted in purchase order.

ii. The bidder shall quote their prices for Supply and Erection & Commissioning and Maintenance portion separately as per schedule of prices indicated in the schedules.

iii. The prices quoted shall be lump sum and on FOR Destination basis inclusive of all taxes and duties. The prices shall be FIRM through out and until Supply, Delivery, Erection, Testing and commissioning and maintenance of the equipment/system Maintenance period covered under the contract is completed.

.

iv. All applicable taxes/duties/levies such as Excise duty, CST, APVAT, Works Contract Tax, Octroi, Cess, Entry Tax..etc and any other taxes and duties that are applicable for such contracts in the State of Andhra Pradersh as on the date of Opening of bid shall be considered. The Percentage rates of duties and taxes. Etc., so considered in the above lump sum and FIRM price shall be clearly indicated in the price bid without fail

2.2.2. Taxes, Levies and Duties:

Sales Tax, Excise Duty and other levies payable shall be shown separately in the invoice.

Variations in Statutory Levies:

Any variation, upward or down ward, in statutory levies or new levy is introduced after opening of the bids/ placement of order under this purchase order shall be to the account of the Corporation, unless otherwise mentioned in the P.O. provided that the delivery is completed within the contractual delivery schedule. In cases where delivery schedule is not adhered to by the supplier and there is upward variation/revision after the agreed delivery date, the bidder/supplier shall bear the impact of such increased levies and if there is downward variation/revision, the corporation shall be given advantage to that extent.

2.2.3. All royalties for patent or charges for the use or infringement thereof that may be involved in the construction or use of any equipment shall be included in the bid price. The bidder /supplier shall protect the Corporation against any and all claims arising on account of the use thereof the Corporation agreeing to furnish the supplier any appropriate information or assistance.

2.2.4. Contract performance Security

a). The successful bidder shall furnish within one month from the date of issue of LOI/PO Contract performance Security equal to 15 % of total value of purchase order/contract (including Taxes and Duties) for proper fulfillment of the terms and conditions of the contract and full execution of contract thereof. The amount of Contract performance Security shall be forfeited to the extent of financial loss suffered by the Corporation, if supplier fails to execute the order and fulfill its terms and conditions.

b). Contract performance Security shall be furnished in the shape of cash, by demand Draft drawn on any nationalized bank, payable to APGENCO or bank guarantee in lieu of cash from any nationalized bank in prescribed proforma

Page 30: SOLAR SPEC 06-12-2010

30

which shall be furnished along with purchase order. The Bank guarantee

should be valid till completion of guarantee period of five (5) years with a claim period 6 months over and above the guarantee period.

c). Contract performance Security shall be returned to the supplier as soon as order is fully executed and supplier has met all contractual obligations after expiry of performance guarantee period and there is nothing outstanding either against this purchase order or any other purchase order placed by the corporation on the supplier.

2.2.5. Terms of payment:

The standard payment terms shall be

A. Equipment

i). Within the Contractual delivery period:

90% of the Equipment cost and 100% of freight and insurance and taxes will be paid within 30 days on receipt and acceptance of the material in good condition at site and furnishing of Contract performance Security B.G.(Proforma enclosed) for 15% value of the contract covering the guarantee period and the balance 10% will be paid after successful taking over of the plant..

ii). Beyond the contractual delivery period:

85% of the Equipment cost and 100% of freight and insurance and taxes will be paid within 30 days on receipt and acceptance of the material in good condition at site against furnishing of Contract performance Security B.G (Proforma enclosed) for 15% value of the contract covering the guarantee period and the balance will be paid after successful taking over of the plant subject to settlement of liquidated damages and effective performance of the contract.

B. ERECTION, TESTING AND COMMISSIONING

90% of the erection portion along with taxes will be paid with in 30 days from the date of completion of erection. Balance 10% shall be paid within 30 days after successful testing and commissioning and taking over of the system by the purchaser.

C. ANNUAL MAINTENANCE CHARGES :

Annual maintenance charges will be paid on prorata basis half yearly after completion of satisfactory maintenance as certified by the field authorities.

NOTE:

a. The Contract performance Security B.G should be for 15% of the contract value including material. Erection, testing & Commissioning charges, Maintenance charges etc.

b. The above Bank guarantee should be valid till completion of the guarantee period of five (5) years from the date of commissioning with a further claim period of 6 months over and above the guarantee period.

c. The payment will be processed only after submission of contractor’s commercial invoice, required Bank guarantees and all other required documents like test certificates, inspection reports etc.

d. The bidders who take deviation from the above terms of payment will be evaluated by loading their price with 18% rate of interest per annum.

e. Payments shall be made through account Payee CHEQUES ONLY.

If the supplier has received any over payments by mistake or if any amounts are due to the Corporation due to any other reasons, when it is not possible to recover

Page 31: SOLAR SPEC 06-12-2010

31

such amount under the contract resulting out of this order the Corporation reserves the right to collect the same from any other amounts and/or Bank Guarantee given by the supplier due to or with the Corporation.

When the supplier does not at any time fulfill his obligations in replacing/ rectifying etc. of the damages/defective materials in part or whole, promptly to the satisfaction of the corporation’s officers, the corporation reserves the right not to accept the bills against subsequent dispatches made by the supplier and under these circumstance only the supplier will be responsible for any demurrage, wharfage or damages occurring to the consignments so dispatched.

2.2.6. Paying Authority:

The paying authority is the Superintending Engineer/E&M/Priyadarshini Jurala HES, Revulapally village, Mahaboob Nagar (Dt.)

2.2.7. Delivery Period:

The period of delivery of required materials of solar plant (1MWp capacity) along with grid connecting equipments is 4 months from the date of issue of LOI/Purchase Order so as to complete the Project as per clause 1.2.22: Completion period. The bidder has to submit a detailed PERT confirming to the above delivery period.

2.2.8. Liquidated Damages: In case the contractor fails to achieve the successful commissioning of the plant by

the due date of completion as indicated in “Clause :1.2.22 :completion period” then the owner shall levy the liquidated damages on the contractor at the rate of 1% (one percent ) of the contract price per week of delay or part thereof subject to a maximum of 10% of contract price. Liquidated Damages so levied will be recovered from the supply/erection bills of the Contractor

2.2.9. Timely Completion:

The solar project is proposed by APGENCO under the promotional incentives offered by JNNSM of government of India under time bound programme. Completion period is essence of the contract and the successful bidder shall take all necessary measures to execute the project in the least possible period preferably before scheduled completion period

2.2.10. Removal of Rejected Goods and Replacement:

a). If upon delivery, the material/ equipment is found not in conformity with the specifications stipulated in the purchase order, whether inspected and approved earlier or otherwise, those shall be unacceptable to the Corporation or its authorized representative. A notification to this effect shall be issued to the supplier, normally within 10 days from the date of receipt of materials at our stores.

b) Supplier shall arrange suitable replacement supplies and remove the rejected goods within 7 days from the date of notification failing which, the goods shall be dispatched to vendor by road transport on ‘freight to pay basis ’ at suppliers risk and cost.

c) External damages or shortages that are prima-facie the results of rough handling in transit or due to defective packing shall be intimated within a fortnight of the receipt of the materials, spares etc.. In case of internal defects, damage or shortages or any internal parts, which cannot ordinarily be detected on a superficial visual examination, though due to bad handling in transit or defective packing should be intimated within 3 months from the date of receipt of these articles. In either case the damaged or defective materials should be replaced by the supplier free of cost to the company.

Page 32: SOLAR SPEC 06-12-2010

32

d) If no steps are taken within 15 days of receipt of intimation of defects or such other reasonable time as company may deem proper to afford, the company may without prejudice to its other rights and remedies arrange for repairs/ rectification of the defective materials or replace the same and recover the expenditure incurred from the deposits such as EMD, Performance Security /guarantees or other monies available with the company or by resorting to legal action.

2.2.11. ERECTION CONDITIONS OF CONTRACT

2.2. 11.1

The following shall supplement the conditions already contained in the other parts of these specifications and documents and shall govern the scope of contract related to the erection and performing, testing and commissioning.

The contractor and the Buyer upon signing of the contract shall, in addition to their respective Project Managers, nominate one of the responsible officers as their alternate suitably designated of the purposes for overall responsibility and co-ordination of the services to be performed in respect of erection, testing and commissioning etc

Scope of services:- The scope of the work and duties and responsibilities of the

contractor shall broadly include the following

1. Checking and verification of plant and equipment and materials supplied by

the contractor.

2. Erection including disassembly, pre- assembly etc. and performing trail and pre-commissioning tests, adjustment, calibration etc, of the plant and equipment.

3. Initial operation of the plant and equipment till successful completion of trail operations.

4. Carrying out the performance and guarantee tests in terms of General technical conditions.

5. Repairs, modifications and alterations, etc., of the plant and equipment, whenever necessary.

6. Training personnel of the Buyer in erection, testing and operation and maintenance of the plant and equipment at site.

7. Rendering clarification and guidance, on technical problems and drawings/ documents relating to the plant and equipment.

8. Preparation of detailed programmes/schedules for erection and testing and commissioning activities of the plant and equipment including material and manpower planning.

9. Related Civil works like site leveling and construction of control cum office room. Foundations for Grid connected Equipment, Tr, panel structures, etc.

10. Any other related services though not specifically mentioned herein before but necessary for proper execution of the work, as stipulated..

11. Indicate the requirement for adequate storage at site.

WORK AND SERVICES

The contractor shall undertake to perform the complete job as per scope above. Such parts as may have not been specifically included but otherwise form part of the job are deemed to be included unless otherwise specifically excluded.

The contractor shall arrange for the services of fully qualified and competent supervising Engineer/Engineers and necessary number of personnel as the contractor deems it absolutely necessary with the requisite specialized skills for the erection, testing and commissioning E&M equipment.

Page 33: SOLAR SPEC 06-12-2010

33

All the tools required for installation shall be arranged by the contractor. Inspection and testing of the complete installation and putting in regular service and bear the overall responsibility of the satisfactory installation, testing and commissioning of the equipment. The contractor shall make his own arrangement for Boarding & Lodging of his personnel.

The following facilities and services are also covered in the scope of Tenderer. Unloading and loading equipment and accessories, transportation to the site and storage. Provision of necessary labour force for the execution of the job. Provision of necessary transport facilities for the staff to be deputed by the contactor for installation work.

2.2. 11.2 ERECTION LABOUR AND TOOLS

i. The contractor shall furnish, the special erection tools. Special tools which in the opinion of the contractor would be required for erection work during maintenance should be indicated in schedule for special tools and plants.

ii. The contractor may elect to bring with him certain personal tools required for erection which are to remain his property at all times. Use of such personal tools for erection work shall not entitle the contractor to any additional payment. Any assistance required by the contractor in securing entry and exit permits for such tools shall be rendered by the buyer.

iii. Checking for necessary positions, levels and dimension of foundation iv. Cleaning and Servicing: The contractor shall ensure that inside of all tubes,

pipes, valves fittings and actuators shall be free from dirt and loose scales by thoroughly blowing and / or flushing of service before being erected by them.

2.2. 11.3. FIELD ENGINEERING CLARIFICATIONS

The contractor shall provide all necessary field engineering clarifications to the buyer that they may require for the purposes of their works. The contractor shall also provide all engineering clarifications and details to the buyer for the overall engineering / start-up of the plant and equipment supplied by them.

2.2. 11.4 IMPLEMENTATION AND FIELD QUALITY PLANS

It will be the responsibility of the Contractor to ensure that the erection of the equipment is being carried out according to the quality plans and standard manufacturing practice / instructions as given by the manufacturer without any deviations in performing the erection in accordance with such quality plans, etc the contractor shall further identify specific hold points beyond which work will not proceed without Buyer’s consent so as to further ensure that he performs the above quality functions effectively.

2.2. 11.5. PRE-COMMISSIONING TRAILS AND INITIAL OPERATIONS

1. On completion of all works, all the measurements shall be jointly taken by the contractor and buyer and a protocol signed. The tests and trail operations shall be conducted only after signing of the protocol.

2. The pre-commissioning trails and initial operations of the equipment supplied by the contractor shall be the responsibility of the contractor. The contractor shall provide, in addition, any special instruments / calibrating devices, etc., if required for the successful performance of these trials.

2.2. 11 .6. COMMISSIONING REPORT

The buyer and contractor shall properly maintain in the agreed formats their respective records of all observations and measurements taken in respect of all tests and operations. Joint protocol shall be signed on completion of each and every test / check till the trail operation. During trail operations all readings shall be jointly maintained and signed. On successful completion of trail operations, a report shall be jointly prepared and signed indicating results of all the tests /

Page 34: SOLAR SPEC 06-12-2010

34

checks and trail operation readings.

2.2. 11.7. RELEASE OF CLAIMS

After completion of work and prior to final payment, contractor shall furnish to the Engineer- in- Charge a release of claims against the APGENCO arising out of this contract other than the claims specifically identified, evaluated and accepted from the operation of the release by the contractor.

2.2. 11.8. TAKING OVER

Upon successful completion of erection, testing and commissioning in respect of all equipments under the scope of the specification, the Engineer-in-charge shall issue to the contractor, a taking over certificate as a proof final acceptance of the equipment. Such certificate shall not unreasonably be held up on account of minor omission or defects, which does not affect the commercial operation or do not constitute any serious risk to the equipment. The contractor shall undertake to make good such omissions and defects at the earliest possible time. The estimated amount as decided by the Engineer-in- charge for making good such omissions or defects shall be deducted from the invoice of the contractor and the amount deducted shall be paid as soon as the omissions or defects are rectified to the satisfaction of Engineer- in- Charge. The taking over certificate however shall not relieve the contractor of his obligation which other wise survive by the terms and conditions of the contract after issuance of such certificate.

2.2. 11.9. REGULATION OF LOCAL AUTHORITIES AND STATUS

The contractor shall, to the extent relevant and applicable, comply with all the rules and regulations of local authorities, during the performance of his field activities. He shall also comply with the minimum wage Act: 1948 and any modifications thereof and the payment of wages Act (both of the Government of India) and the rules made there under, in respect of employees or workmen employed or engaged by him.

2.2. 11.10. CONSTRUCTION MANAGEMENT

1 The field activities of different contractors working at site, will be co-ordinated by the Engineer’s decision shall be final in resolving any disputes or conflicts between the Contractor and other Contractors and the staff of the Buyer regarding scheduling and co-ordination of work.

2 The Engineer shall hold meetings of all the Contractors working at site, at a time and a place to be designated by the Engineer. The Contractor shall attend such meetings and take notes of discussions during the meeting and the decisions of the Engineer and shall strictly adhere to these decisions in performing his services. In addition to the above weekly meetings, the engineer may call for other meetings either with individual contractor or with selected number of Contractors and in such a case the Contractor, if called shall also attend such meetings.

2.2.11.11. CONTRACTOR’S ASSISTANCE IN WORK PLAN FOR FIELD OPERATION

1 Erection network submitted by the Contractor and discussed with the buyer and finalized with necessary modifications to form a part of Contract documents will be the essence for planning erection activities. Accordingly the Contractor will preparing work plan in line with erection network for erection activities to be performed.

2 First preparation of such erection plan will cover erection activities to be performed for three months period. Every subsequent plan in the last week of every month, will contain updated report for reflecting progress achieved up to 20th day of the month (hereinafter ‘reporting month’) a firm programme for the first ensuing month and tentative programme for the second ensuing month. The firm erection programme for the first ensuing month will reflect the progress of the reporting month erectable equipment and material

Page 35: SOLAR SPEC 06-12-2010

35

available at site, resources at the immediate disposal of the Contractor and the inputs to be provided by the Buyer. The firm work plan shall be broken down by the Contractor in week-wise erection plan. The tentative work plan must set target for the complete on the based on progress achieved in the reporting month, progress likely to be achieved through firm plan of first ensuing month and identify constraints.

3 The erection work plan will be reviewed by the Engineer for effective implementation of work plan.

4 The Contractor shall also intimate the programme of the visit of his personnel to site and departure from site. The Engineer will have the right to review the list of such personnel and ask for increase in the strength of reschedule the visits of such personnel, if in the opinion of the Engineer, the list of personnel furnished by the Contractor is not sufficient for effective performance of the Contract.

5 The Contractor shall have the complete responsibility for the safety of all persons employed by him, and all the properties under his custody during the Contract. This requirement shall apply continuously till the completion of the contract and shall not be limited to normal working hours.

2.2. 11.12. ACCESS TO SITE

1 The Contract, so far as it is executed on the Buyer’s premises, shall be carried out such time as the Buyer may approve.

2 During the execution of the work, no persons other than the bidder, or his duly appointed representative, sub-bidders and workmen shall be allowed to do work on the site, except by the special permission in writing of the Engineer or his representative. But access to the works at all times shall be accorded to the Engineer and his representative and other authorized officials or representatives of the purchaser.

2.2. 11.13. CONTRACTOR’S SITE OFFICE ESTABLISHMENT

The Contractor shall establish a site office at the site and keep posted an authorized representative for the purposes of the Contract. Any written order or instruction of the Engineer or his duly authorized representatives shall be communicated to the Contractor at his legal address.

2.2.11.14. CO-OPERATION WITH OTHER CONTRACTORS 1 The Contractor shall co-operate with all other Contractors and staff of the

Buyer, who may be performing other services on behalf of the Buyer and the workmen who may be employed by the Buyer and doing work in the vicinity of the Contractor’s wok site.

2 The Engineer shall be informed promptly by the Contractor of any defects in the work that could affect the performance of the equipment. The Contractor and the Engineer shall determine the corrective measures, if any, required to rectify this situation after inspection of the works.

2.2. 11.15. QUALIFICATION OF CONTRACTORS PERSONNEL

1 The Contractor’s personnel will be adequately qualified, trained and experienced so as to carry out the duties most efficiency and effectively as expected of them. The Contractor’s personnel shall have adequate experience of working on similar type of the equipment and similar job.

2 Notwithstanding above if any of the personnel is not found to be performing his services in a manner as expected of him, under the contract, the Contractor on advice from the Engineer, shall replace such person(s) at his cost with those acceptable to the Engineer, by mutual agreement.

Page 36: SOLAR SPEC 06-12-2010

36

2.2.11.16. DISCIPLINE OF WORKMEN

The Contractor shall adhere to the disciplinary procedure set by the Engineer in respect of his employees and workmen, if any, at site. The Engineer shall be at liberty to object to the presence of any representative or employee of the Contractor at the site, if in the opinion of the Engineer, such employee has misconduct himself, or is incompetent or negligent or otherwise undesirable, and then the Contractor, after mutual agreement, shall replace such a person objected to.

2.2. 11.17. MANPOWER REPORT

The Contractor shall furnish to the Engineer on the first day of every month, manpower report of the previous month detailing the number of persons scheduled to have been deployed and actually deployed for timely and successful commissioning of the equipment .

2.2. 11.18. CLEANLINESS

The offices and the residential areas of the Contractor’s employees shall be kept neat and clean to the entire satisfaction of the Engineer.

2.2. 11.19. FIELD OFFICE RECORD

The Contractor shall maintain at his office, up-to-date copies of all drawings, specifications and other contract documents and any other supplementary data, complete with all the latest revisions thereto. The Contractor shall also maintain in addition the continuous record of all changes to the above Contract documents, drawings, specifications, supplementary data etc. effected at the field and on completion of his total assignment under the Contract shall incorporate all such changes on the drawings and other engineering data to indicate as installed conditions of the equipment furnished under the Contract. Such drawings and engineering data shall be submitted to the Engineer in requisite number of copies as per terms of the Contract.

2.2. 11.20. EPF & INSURANCE

The bidder should obtain independent EPF account code in his name, from the competent authority. Documentary evidence for the same should be produced at the time of entering into agreement.

The insurance of all Contractors’ personnel against any accident during erection, testing and commissioning etc., shall be arranged by the Contractor at his cost. The Contractor shall also indemnify the Buyer against all liabilities arising out of any accidents, loss and/ or any other reasons. The personal insurance for the contractor’s personnel deputed to site under this Contract shall also be arranged by the Contractor at his cost.

A. COMPREHENSIVE AUTOMOBILE INSURANCE

This insurance shall be in such a form as to protect the Contractor against all claims for injuries, disability, disease and death to member of public including the Buyer’s men and damage to the property of others arising from the use by the Contractor’s personnel of motor vehicles during on or off the site operations, irrespective of the ownership of such vehicles.

B. WORKMEN’S COMPENSATION INSURANCE

This insurance shall protect the Contractor against all claims applicable under the Workmen’s Compensation Act, 1948 (Government of India). This policy shall also cover the Contractor against claims for injury, disability, disease or death of his or his sub-contractor’s employees which for any reason are not covered under the Workmen’s Compensation Act, 1948. The liability shall not be less than

Workmen’s Compensation : As per statutory provisions Employee’s Liability : As per statutory provisions

Page 37: SOLAR SPEC 06-12-2010

37

C. COMPREHENSIVE GENERAL LIABILITY INSURANCE

This insurance shall protect the Contractor against all claims arising from injuries, disabilities, disease or death of members of public or damage to property of others, due to any act or omission on the part of the Contractor, his agents, his employees, his representatives and sub-contractors or from riots, strikes and civil commotion.

This hazards to be covered will pertain to all the works which and areas where the Contractor, his Sub-Contractors, his agents and his employees have to perform work pursuant to the Contract.

The above are only illustrative lists of insurance covers normally required and it will be the responsibility of the Contractor to maintain all necessary insurance coverage to the extent both in time and amount to take care of all his liabilities either direct or indirect in pursuance of the Contract.

2.2.11 .21. SERVICE AND FACILITIES TO BE PROVIDED BY THE BUYER

Necessary area required for construction of contractors office and quarters for contractors supervisors/workmen will be allotted near project site. It is the responsibility of the contractor to establish the office and to provide necessary residential accommodation to his employees at his own cost.

Available Power supply will be arranged at free of cost at one point for construction purpose. Contractor shall arrange further distribution of power as required for construction works. The distribution shall be with proper protection with MCCB’s/MCB’s etc as per Indian standards.

For contractor residential quarters if any and office the contractor has to pay power consumption charges to Distribution Company at applicable rates.

APGENCO will provide the water at free of cost for construction purpose at one point. Contractor has to make arrangements for water distribution at different work places.

Contractor has to make his own arrangement for providing water to the residential quarters of his employees.

2.2.11.22. WORKING HOURS

The personnel shall work normally 8 hours per day in one shift during the hours in between 6.00AM to 8.00PM including one hour rest and six days working per week.

The works can be allowed to be carried out during night, Sundays or authorized holidays in order to enable him to meet the schedule targets and the work shall require almost round the clock working keeping in view;

1. The provisions of labour laws adhering to: 2. Adequate lighting, supervision and safety measures are

established to the satisfaction of Engineer in charge, 3. The construction program given by the contractor and agree for

working during Sundays or authorized holidays.

2.2.11.23. REGULATIONS OF LOCAL AUTHORITIES

The purchaser shall, throughout the continuance of the contract and in respect of all matters arising in the performance thereof, serve all notices and obtain consents, way leaves, approvals and permissions required in connection with the regulations and by-laws of the local or other authority which shall be applicable to the works.

All work shall be executed in accordance with the Indian Electricity Rules, 1956 and any statutory modifications thereof, and any local regulation and laws. Wherever they are applicable, unless otherwise agreed to in writing by the Engineer.

2.2.11.24. LIABILITY FOR ACCIDENTS AND DAMAGE

Page 38: SOLAR SPEC 06-12-2010

38

The bidder shall be responsible for all loss, damage or depreciation to the plant until the plant is taken over, except when such loss, damage or depreciation has occurred during the transport of the plant from the place of delivery to site arising from any cause other than faulty protection or insecure packing.

The bidder shall be entirely responsible for all loss, damage or depreciation to the plant until the plant is “taken over”.

The bidder shall, during the progress of the work, properly cover up and protect the plant from injury by exposure to the weather, and shall take every reasonable, proper, timely, and useful precaution against accident or injury to the same from any cause and shall remain answerable and liable of all accidents or injuries thereto which until the same be or be deemed to be taken over, may arise or be occasioned by the acts or omissions or the bidder or his workmen or sub-bidder, and all losses and damages to the arising from such accidents or injuries as aforesaid shall be made good in the most complete and substantial manner by and at the sole cost of the bidder to the reasonable satisfaction of the Engineer.

Until the plant shall be or be deemed to be taken over aforesaid the bidder shall also be liable for and shall be deemed to have indemnified the purchaser in respect of all damage or injury to any person or property of the purchaser or of other occasioned by the negligence of the bidder or his workmen or sub-bidders or by defective design, work or material, but not otherwise provided that the bidder shall not be liable under the contracts for any loss of profit or loss of contracts or any claims made against the purchaser not already provided for in the contract, nor for any damage or injury caused by or arising from the acts of the purchaser or of others, or (save as to damage by fire as hereinafter provided) due to circumstances over which the bidder has no control, nor shall his total liability for loss, damage or injury exceed the total value of the contract.

The bidders shall be deemed to have indemnified and saved harmless the purchaser against mall actions, suits, claims, costs or expenses arising, in connection with injuries suffered prior to the date when the plant shall have been taking over and during 5 year maintenance period herein by persons employed by the bidder or his sub-bidder on the works whether under the General law or under the Workmen’s Compensation Act, 1923, or any other statute in force at the date of the contract dealing with the question of the liability of employers for injuries suffered by employees and to have taken steps properly to insure against any claims hereunder.

On the occurrence of an accident which results in the death of any of the workmen employed by the bidder or which is so serious as to be likely to result in the death of any such workmen, the bidder shall within 24 hours of the happening of such accident, intimate in writing to the concerned Engineer of the APGENCO, the fact of such accident. The bidder shall indemnify APGENCO against all loss or damage sustained by APGENCO resulting directly or indirectly from his failure to give intimation in the manner aforesaid including the penalties or fines if any payable by APGENCO as a consequence of APGENCO failure to give notice under the Workmen Compensation Act or otherwise, to conform to the provision of the said in regard to such accident.

In the event of any claim being made, or action brought against the purchase involving the bidder and arising out of the matter referred to and in respect of which bidder is liable under this clause, the bidder shall be immediately notified thereof, and he shall, with the assistance, if he so required, of the purchaser, but at the sole expense of the bidder conduct all negotiations for the settlement of the same or of any litigation that may arise there from. In such case the purchaser shall, at the expense of the bidder, afford all available assistance for any such purpose.

In the event of an accident in respect of which compensation may become payable under workmen’s Compensation Act VIII of 1923, weather by the bidder or by the

Page 39: SOLAR SPEC 06-12-2010

39

APGENCO as principal, it shall bed lawful for the Engineer to retain out of moneys due and payable to the bidder such sums of money as may be in the opinion of the said Engineer be sufficient to meet such liability. The opinion of Engineer shall be final in regard to all matters arising under this clause.

2.2.11.25. FENCING AND LIGHTING

Except as herein after provided the purchaser shall, unless otherwise specified, be responsible for the proper fencing, guarding, lighting, and watching of all works comprised in the contract and for the proper provision of temporary roadway, footways, guards, and fences as far as the same may be rendered necessary by reason of the work for the accommodation and protection of foot passengers or other traffic and of the owners and occupiers of adjacent property and of the public.

2.2.11.26. MATERIALS BROUGHT ON TO THE SITE

All materials, tools, and tackle brought to and delivered upon the site for the purpose of the work shall, from the time of their being so brought, vest and be the property of the purchaser but may be used for the purpose of the work but for that purpose only and shall not on any account be removed or taken away by the bidder or any other person without the express permission in writing of the Engineer but the bidder shall nevertheless be solely liable and responsible for any loss or destruction thereof or damage there to unless resulting from causes beyond the bidder’s control not being causes insurance against destruction or damage.

2.2.11.27. ENGINEERS’ DECISIONS

In respect of all matters which are left to the decision of the Engineer, including the granting or withholding of certificates, the Engineer shall, if required so to do by the bidder give in writing a decision thereon, and his reasons for such decision. All decisions of the Engineer shall be subject to the right of arbitration reserved by these general conditions.

2.2.11.28. BIDDER REPRESENTATIVE AND WORKMEN

Complete Erection, Testing and Commissioning is included in scope of works the bidder shall employ at least one competent representative, whose name or names shall have previously been communicated in writing to the Engineer by the bidder, to superintend the erection of the plant and carrying out the works. The said representatives, or if more than one shall be employed then one of such representatives, shall be present at the site during working hours and any written orders or instructions which the Engineer or his duly authorized representative whose name shall have been previously communicated in writing to the bidder may give to the said representative of the bidder, shall be deemed to have been given to the bidder.

The Engineer shall be at liberty to object to any representative or person employed by the bidder in the execution or otherwise about the works who shall misconduct himself or be incompetent or negligent, and the bidder shall remove the person so objected to upon receipt of notice in writing from the Engineer requiring him (the bidder) so to do, and provide in his place a competent representative at the bidder’s expense.

2.2.11.31. ENGINEER’S SUPERVISION

All the works shall be carried out under the direction and to the reasonable satisfaction of the Engineer. The bidder shall be responsible for the correctness of the positions, levels, and dimensions of the works according to the drawings notwithstanding that he may have been assisted by the Engineer is setting out the same.

2.2.12. REPLACEMENT OF DEFECTIVE WORK OR MATERIALS

If during the progress of work the Engineer shall decide and notify in writing to the

Page 40: SOLAR SPEC 06-12-2010

40

bidder that the bidder has executed any unsound or imperfect work, or has supplied any plant or materials inferior quality or quantity to these specified, the bidder on receiving details of such defects or deficiency shall, at his own expense, within seven days of his receiving the notice, or within such time as may reasonably necessary for making it good, proceed to alter, reconstruct, or remove such work or supply fresh materials up to the standard of the specification, and in case the bidder shall fail so to do, the purchaser may on giving the bidder seven days notice in writing of his intention so to do proceed to remove the works, the materials complained of, and at the cost of the bidder, perform all such work or supply all such materials, provided that nothing in this clause shall be deemed to deprive the purchaser of or affect any rights under the contract which he may otherwise have in respect of such defects or deficiencies.

2.2.13. TESTS ON COMPLETION

Whenever possible all tests shall be carried out before shipment should, however, it be necessary for the final tests as to performance and guarantees to be held over until the plant is erected at site they shall be carried out in the presence of the bidder’s representative within one month of the completion of erection.

2.2.14. TESTS AT SITE

In all cases where the contract provides for tests at site, the bidder except where otherwise specified, shall provide, free of charge, such labour, materials, fuel, stores, apparatus and instruments as may be required from time to time, and as may reasonably be demanded, efficiently to carry out such tests of the plant, material, or workmanship in accordance with the contract.

In the case of contracts requiring electricity for the completion of the work and for tests on site such electricity shall be supplied free to the bidder

2.2.15. POWER TO VARY OR OMIT WORK

No alterations, amendments, omissions, additions, suspensions, or variations of the work (herein after referred to as “Variations”) under the contract as shown by the contract drawings or the specification shall be made by the bidder except as directed in writing by the Engineer, but the Engineer shall have full power, subject to the provision herein after contained, from time to time during the execution of the contract by notice in writing to instruct the bidder to make such variation without prejudice to the contract, and the bidder shall carry out such variations, and be bound by the same conditions, as far as applicable, as though the said variations not occurred in the specification.

If any suggested variations, would, in the opinion of the bidder, if carried out, prevent him fulfilling any of his obligations or guarantees under the contract, he shall notify the Engineer there of in writing, and the Engineer shall decide forthwith whether or not the same shall be carried out, and if the Engineer confirms his instructions, the bidder’s obligations and guarantees shall be modified to such an extent as may be justified.

The difference of cost, if any occasioned by any such variations shall be added to or deducted from the contract price as the case may require. The amount of such difference, if any, shall be ascertained and determined in accordance with the rates specified in the schedules of prices,. so far as the same may be applicable, and where the rates are not specified in the said schedules, are not applicable, they shall be settled by the Engineer and bidder jointly. But the purchaser shall not become liable, for the payment of any charge in respect of any such variations, unless the instructions for the performance of the same shall have been given in writing by the Engineer.

In the event of the Engineer requiring any variations, such reasonable and proper notice shall be given to the bidder as will enable him to make his arrangements accordingly, and in cases where goods or materials are already prepared, or any

Page 41: SOLAR SPEC 06-12-2010

41

designs, drawing, or patterns made or work done that require to be altered, a reasonable sum in respect there of shall be allowed by the Engineer.

Provided that no such variation shall, except with the consent in writing of the bidder, be such as will involve an increase or decrease of the total price payable under the contract by more than 10 (Ten) percent there of.

In any case in which the bidder has received instructions, from the Engineer as to carrying out the work, which either then or later will, in the opinion of bidder, involve a claim for additional payment, the bidder shall, as soon as reasonably possible after the receipt of the instructions, aforesaid, advise the Engineer to that effect.

2.2.16. NEGLIGENCE

If the bidder shall neglect to execute the work with due diligence and expedition or shall refuse or neglect to comply with any reasonable orders given to him in writing by the Engineer in connection with the work, or shall contravene the provisions of the contract, the purchaser may give seven days notice, in writing, to the bidder, to make good the failure neglect, or contravention complained of and should the bidder fail to comply with the note within a reasonable time from the date of service there of in the case of failure, neglect or contravention capable of being made good within that time or, otherwise within such time as may be reasonably necessary for making good, and in such case, the purchaser shall be at liberty to employ other workmen, and forthwith perform such work as the bidder may have neglected to do or if the purchaser shall think fit, it shall be lawful for him to take the work wholly, or in part, out of the bidder’s hands and re-contract at a reasonable price with any other person or persons, or provide any other materials, tools, tackle or labour for the purpose of completing the work or any part there of and in that event the purchaser shall, without being responsible to the bidder for fair wear and tear of the same to have the free use of all the materials, tools, construction plant or other things which may be on the site, for use at any time in connection with the work, to the exclusion of any right of bidder over the same, and the purchaser shall be entitled to retain and apply any balance which may be otherwise due on the contract by him to the bidder or such part thereof as may be necessary to the payment of cost of executing such work as aforesaid.

If the cost of executing the work as aforesaid shall exceed the balance due to the bidder and the bidder fail to make good the deficit, the said materials, tackle, construction plant or other things, the property of the bidder may be sold by the purchaser, and the proceeds applied towards the payment of such difference and the cost of an incidental to such sale. Any outstanding balance existing after crediting the proceeds of such sale shall be paid by the bidder on the certificate of the Engineer, but when all expenses, costs and charges incurred in the completion of the work are paid by the bidder, all such materials, tools, tackles, construction plant or other things remaining unsold shall be removed by the bidder.

2.2.17. DEATH, BANKRUPTCY, ETC

If the bidder die or commit any act of Bankruptcy, or being a corporation commence to be wound up except for reconstruction purposes or carry on its business under a receiver, the executor successors, or other representative in law of the estate of the bidder or any such receiver, liquidator, or any person in whom the contract may become vested, shall forthwith give notice thereof in writing to the purchaser and shall for one month, during which he shall take all reasonable steps to prevent as stoppage of the works, have the option of carrying out the contract subject to his or their providing such guarantee as may be required by the purchaser but not exceeding the value of the work for the time being remaining unexecuted. In the event of stoppage of the work the period of the option under this clause shall be 14(fourteen) days only. Provided that, should above option not be exercised, the contract may be determined by the purchaser by notice in writing to the bidder. And the same power and provisions so reserved to the purchaser in

Page 42: SOLAR SPEC 06-12-2010

42

the last proceeding clause on taking of the work out of the bidder’s hands shall immediately become operative.

2.2.18. AFTER SALES SERVICE

The contractor shall agree to provide after-sales service and spare parts, at prevailing rates for a period of not less than five years. The contractor shall state in the bid the name and address of his representative or that of the manufacturer in India who is qualified to render such services and from whom spare parts can be obtained in respect to each item of equipment in bid. In the event, such a representative has not been established; contractor shall guarantee that arrangements for such service and spare parts will be made simultaneously with the delivery of the equipment. The after-sales service shall provide directly or through arrangements with an established operating service organization having shop facilities and qualified mechanics to service equipment similar to that in the contract.

The purchaser reserves the right to visit and inspect the named service representative to determine compliance with this requirement of the contract.

The purchaser reserves the right to request the contractor to depute one service engineer to check the equipment at site and advice on servicing, maintenance and adjustment of the equipment for a period of one week free of charge during the Guarantee period. The contractor shall supply necessary repair service and spare parts at any time during the life of the machine at a price not in excess of prevailing rates charged to others for similar work.

The contractor shall submit shop drawings along with detailed technical specifications of such spare parts liable for frequent wear and tear to enable the Buyer to get such spare parts manufactured indigenously.

Bidder shall guarantee that before going out of production the spare parts, he will give adequate notice to the Buyer so that the latter will have adequate time to order for future requirement of spares.

Seller shall further guarantee that if he goes out of production of spare parts, then he will make available the blue prints, drawings of the spare parts and specification of material at no cost to the Buyer if and when required.

2.2.19. TRAINING OF PERSONNEL

The contractor shall under take to train Engineers of APGENCO free of cost in installation, operation and maintenance of Solar Plant associated auxiliary equipment at the works of the contractor or at installation using similar equipment. The period and nature of training for the individual personnel shall be agreed upon mutually between the contractor and the Buyer. These Engineering personnel shall be given special training in the shops, where the equipment will be manufactured and/ or in their collaborators works and where possible, in any other plant where equipment manufactured by the contractor or his collaborator is under installation or test, to enable these personnel to become familiar with the equipment, being supplied by the contractor.

2.2.20. MAINTENANCE CONDITIONS OF THE CONTRACT:

The plant after successful testing and commissioning, shall be taken over and will be operated by APGENCO. However maintenance of the plant is with in the scope of the successful tenderer. The tenderer shall arrange to maintain suitable personnel for maintenance of the plant as well as the spares for 5 years of operation. The maintenance comprehensive which is inclusive of regular/Break down maintenance, preventive maintenance as per the manufacturers manuals and etc. All the break-downs, repairs are to be attended by the contractor immediately so as to put the plant in service within the least possible time in any case not later than the periods mentioned in clause No.3.2.27 of this tender

Page 43: SOLAR SPEC 06-12-2010

43

specification.

2.2.21. GRAFTS AND COMMISONS ETC.,

Any graft, commission, gift or advantage given, promised or offered by or on behalf of the contractor or his partner, agent, officers, director, employee or servant or any one on his or their behalf in relation to the obtaining or to the execution of this or any other contract with the Buyer, shall, in addition to any criminal liability which it may incur, subject to the cancellation of this and all other contactors and also to payment of any loss or damage to the Buyer resulting from any cancellation. The Buyer shall then be entitled to deduct the amounts so payable from any moneys otherwise due to the contractor under this contract. Any question or dispute as to amount of damage payable under this clause shall be referred to Arbitrator.

2.2.22. RELEASE OF INFORMATION

The supervisor shall not communicate or use in advertising , publicity, sales releases or in any other medium photographs or other reproduction of the works under this contract, or description of the site, dimensions, quality or other information, concerning the work unless prior written permission has been obtained from the Purchaser.

2.2.23 COMPLETION OF CONTRACT

Unless otherwise terminated under the provisions of any other relevant clause, this contract shall be deemed to have been completed at the expiration of the guarantee period as provided for under the Clause 1.2.25 entitled ‘Guarantee’ in this section.

2.2.24 LIMIT OF CONTRACT

Equipment supplied shall be complete in every respect with all mountings, fittings, fixtures and standard accessories normally provided with such equipment’s and / or needed for erection, completion and safe operation of the equipment’s as required by applicable codes though they may not have been specifically detailed in the respective specifications unless included in the list of exclusions. All similar standard equipment’s provided, shall be interchangeable with one another.

2.2.25 SETTLEMENT OF DISPUTES

If the contractor considers any work demanded of him to be outside the requirements of the contract or considers any drawing, records or ruling of the Engineer or his representative on any matter in connection with or arising out of the contract or the carrying out of work to be unacceptable, he shall promptly ask the Engineer or his representative in writing, for written instructions or decisions. There upon the Engineer or his representative shall give his written instructions or decision within a period of thirty (30) days of such request.

Upon receipt of the written instructions or decision, the contractor shall promptly proceed without delay to comply with such instructions or decision.

If the Engineer or his representative fails to give his instructions or decision in writing within a period of thirty (30) days after being requested, or if the contractor is dissatisfied with the instructions or decisions of the Engineer, the contractor may within in thirty (30) days after receiving the instructions or decision appeal to the Chief Engineer. The Chief Engineer shall within thirty (30) days on to be heard and to offer evidence in support of is appeal. This official shall give a decision within a period of thirty (30) days after the contractor has given the said evidence in support of his appeal.

If contractor is dissatisfied with this decision, the contractor within a period of thirty (30) days from the receipt of such decision shall indicate his intention to refer the dispute to arbitration, failing which the said decision shall be final and conclusive. Settlement of all claims upto Rs.50,000 in value and below by way of arbitration to be referred as follows.

Claims upto Rs.10,000/- - Site in charge or Engineer.

Page 44: SOLAR SPEC 06-12-2010

44

Above Rs.10,000/- and upto Rs.50,000/- Chief Engineer, Elecl. (HPC). The arbitration proceedings shall be conduced in accordance with provisions of Indian Arbitration and Reconciliation Act, 1996 or any statutory modifications thereof.

All the claims above Rs.50,000/- in value will be decided by the Civil Court of competent jurisdiction by way of regular suit and not by arbitration.

2.2.26 TERMINATION OF CONTRACT ON PURCHASER’S INITIATIVE:

In the event of such termination the contractor shall be paid compensation, equitable and reasonable dictated by the circumstances prevalent at the time of termination.

2.2.27 GENERAL:

The Bidder shall be responsible for provision of health and sanitary arrangement more particularly described in contract labour (regulation and abolition Act). Safety Precautions etc. as may be required for safe and satisfactory execution of the contract.

The Bidder shall fulfill all his obligations in respect of accommodation including proper facilities for the personnel employed by him.

The bidder shall be responsible for the proper behavior at site and observance of all regulations by the staff employed by him.

Insurance for the labour engaged shall be the responsibility of the bidder till the equipment is taken over by the ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED. The bidder shall be responsible for settlement of insurance claims arising out of accident/injury to staff to staff employed by him.

2.2.28. Force Majeure:

i. The supplier shall not be liable for any delay or failing to supply the materials /equipment for reasons of Force Majeure such as Acts of God, Acts of War, Act of Public Enemy, Natural calamities, Fires, Floods, Frost, Strikes, Lockouts etc. Only those causes which have duration of more than 7 days shall be considered for force majeure.

ii. The vendors shall within 10 days from the beginning of such delay notify to the Corporation in writing the cause of delay. The corporation shall +verify the facts and grant such extension of time as facts justify.

iii. No price variation shall be allowed during the period of force majeure and liquidated damages would not be levied for this period.

iv. If the performance in whole or part by the PURCHASER/ BIDDER or any obligation under the Contract is prevented or delayed by “ Force Majeure’ conditions for a period exceeding 60 days, the PURCHASER may at his option terminate the contract by notice in writing.

2.2.29. Cancellation of Order:

The Corporation reserves the right to cancel the order in part or in full by giving two weeks notice there by if

The supplier fails to comply with any of the terms of the order. The supplier becomes bankrupt or goes into liquidation. The supplier make general assignment for the benefit of the creditors and Any Receiver is appointed for the property owned by the supplier.

2.2.30. Acceptance of order:

The Purchase orders shall be sent to supplier in duplicate and he shall return one copy along with enclosures, duly signed and stamped, within 15 days in token of having received and accepted the order.

2.2.31. Jurisdiction:All and any dispute or difference arising out of or touching this order shall be dedicated only by the courts or Tribunals situated in Hyderabad/ Secunderabad.

Page 45: SOLAR SPEC 06-12-2010

45

PART – III

TECHNICAL SPECIFICATION

Section - I: Scope of Contract- Abstract

3.1.1. Plant Overview Specifications: S.No. Description

1. Capacity of Solar PV plant : 1MWp Grid connected 2. Type of SPV Module : Mono / Multi Crystalline 3. Rating of SPV Module : 200Wp or higher rating 4. Power Conditioning Units (Inverters) : 250KW 5. SCADA System : Complete Plant Equipment 6. Step up Power Transformer : 415V/11kV, 1250kVA 7. DC Control Supply : 24V 8. Switchgear ; LT & HT 9. Annual Energy Generation (*>*) : Minimum of 1.4 MU 10. Area Available : 7 Acres

i. Module Mounting Structures : Fixed with Seasonal manual Tilt. Option: Single axis auto Tracking.(*)

ii. Junction boxes. iii. Cables and accessories. iv. Earthing and Lightning protection. v. AC and DC Distribution Boards containing LT Switchgear & metering. vi. Metering at interfacing point with APCPDCL. vii. Control and protective Relaying Equipment. viii. 11KV Switchgear i.e., 630Amp Vaccum Circuit Breaker, CTs , Air Break Isolator,

LAs and PTs including Double Pole Structure. ix. 150AH or suitable Higher size DC Battery Bank with suitable voltage rating,

Battery Charger, DC Distribution Board & UPS System with suitable backup battery for SCADA/HMI.

x. Equipment for continuous measurement of Solar Radiation, ambient temperature, Humidity, DC power, AC power and other all electrical parameters.

xi. SCADA system and the equipment required for online control & performance monitoring of the plant and remote monitoring.

xii. Illumination System & internal Wiring for Solar Power Plant . xiii. Construction of Control Room building which includes SCADA Room, PCU & LT

Board Room, Battery/charger/ UPS Room, Toilet etc. xiv. Module cleaning system. xv. Fire fighting systems. xvi. Comprehensive Maintenance of the equipment including spares & consumables

for 5 years from the Date of commissioning.

3.1.2. The land required for the project will be provided by APGENCO. The bidder is advised to visit the site to acquaint the site conditions if required, before submission of his bid.

3.1.3 The evacuation line and termination at the distribution network of APCPDCL and

Operation of the Plant after commissioning are in the scope of APGENCO. Further, internal roads/drainage system, fencing and operation of the plant will also be in the scope of APGENCO. However the temporary roads or drainage system required during construction of the plant shall be arranged by the contractor only.

Page 46: SOLAR SPEC 06-12-2010

46

3.1.4. As the project is proposed under the Jawaharlal Nehru National Solar Mission (JNNSM) phase-I, the Bidder shall ensure compliance of all the guidelines of the JNNSM, though not specifically mentioned in these documents.

3.1.5. The bidder shall clearly specify the guaranteed output (DC Input at PCU and AC

output at HV side of the Transformer), both minimum and maximum for the site conditions and all other technical parameters, expected electricity generation from the plant, the applicable correction factors/curves, model calculations for performance testing, etc along with their bid, since the selection of the bidder is based on all these criteria. In case of non-submission of the data, the least values of all the other bids i.e., worst case scenario will be considered by APGENCO for comparison or the bid will be totally rejected and no post-tender correspondence will be entertained.

3.1.6. The detailed technical specification of the equipment expected to be supplied by the

contractor and the work to be completed is given in Section – II of Part-III. The bidder is advised to go through the specification and scope before submitting their offer.

3.1.7 a) Total Solar Plant shall be Guaranteed for satisfactory performance of 5 Years as

per Clause 1.2.25 of this Tender Specification. b) Further the bidder shall guarantee the

Performance of solar P.V. Modules and PCU/inverters as mentioned in detailed Technical specification of the respective components.

Availability of Spares for 25 Years for PCU from the date of

Commissioning of Plant Note: (*) – Bidders must quote for Solar Plant with Fixed with Seasonal Tilt type, other

wise their bid will not be considered for evaluation. Bidders may also quote additional price implication(all inclusive price till installation) towards Solar PV Plant with Single Axis auto Tracking system in place of Solar Plant with Fixed type ,Seasonal Tilt mounting structure duly indicating the guaranteed additional Energy benefit (As per Schedule-D) for decision of the Purchaser

(*>*) The offers of the Bidders quoted with Annual Minimum Guaranteed Energy

less than 1.4 MU shall not be considered for evaluation Supplier should provide supporting test reports for SPV modules for

ensuring 1.4 MU of power generation at the metering point considering the losses between the solar array and the transformer HV side at the site. Before installation of the modules at site, sample modules selected by the APGENCO have to be tested as per the site simulated conditions as per site data obtained from NASA and the energy generated shall be proved as per the test reports submitted along with the Bid.

Page 47: SOLAR SPEC 06-12-2010

47

PART – III

SECTION – II : Detailed Scope of the Contract and Technical Specification of the Equipment

(Equipment to be Supplied and Work to be Done)

3.2.1. The main objective is the high availability and reliability of the plant. In order to achieve the main objective, the following principles shall be adopted while designing system:-

Optimum availability of power from the modules during the day time. Ensuring module layout to prevent shading. Selection of high efficiency PCUs of reputed manufacturer with good track record of

better performance and ready availability of requisite spares. The designing of PV strings and array should be explained in detail in the Bid. Month wise Power generation for the next twenty five(25) years should be

submitted in relevance to the site related radiation data. Continuous logging of Events & Alarms, operation data / historical information

from the Data Monitoring Systems and periodically trending it. Microprocessor based Directional and Reverse power flow protection should be

provided for proper isolation of the solar power plant from the grid at the time of any fault or/and any additional suitable protection.

The equipment shall meet all requirements of JNNSM though not specifically mentioned in this tender document.

3.2.2. General Scheme of 1 MWp Solar Plant:

1MWp capacity Solar PV Plant shall be divided into 4 arrays of equal capacity to be connected to , 250 kW Capacity invertors.. The AC Power output from Inverter at 415 V level shall be stepped up to 11 kV by a step-up Transformer and then fed to the 11KV Grid feeder of APCPDCL.

The respective digital outputs are to be taken to a Supervisory Controller located in

the control room. LT &HT switch gears such as 11 KV SF6 CBs, CTs , PTs are required for HT isolation & protection. Energy metering at interfacing point.

Each array system shall have an independent Data Acquisition System (DAS)

which would produce the real time Data as well as event logs indicating all the supervisory faults also. An integrated SCADA system is to be incorporated to have data logs of entire Plant.

Inverters are to be connected in parallel to the common Utility Bus. Depending on

the magnitude of the Solar power generated which depends on Solar Radiation, Inverters are switched ON sequentially in ‘Auto Mode’. If the solar power generation ceases, the system shall gets into ‘Stand By Mode’ where only monitoring logic will be active. The system is not to be switched ON until the Solar Array generates sufficient power, which is a set point control.

The Maximum Power Point Tracking controller continuously searches for the Max.

Power point thus operates at the proper MPP voltage to ensure maximum energy utilization on real time basis.

The Inverters shall have all the necessary Synchronization equipment installed as necessary.

3.2.3. Solar Photo Voltaic Modules: The interconnected solar cells in the module shall be laminated in vacuum to withstand adverse environmental conditions. Module technology having high cell

Page 48: SOLAR SPEC 06-12-2010

48

efficiency, reduced size, high reliability, etc with high transmissivity toughened front glass, MC4 connectors, etc shall be used.

The PV modules used must comply with latest edition of the following IEC module qualification test or equivalent BIS standards:

S.No Equipment Standard Description Standard Reference 1. PV Modules Crystalline Silicon Solar Cell

Modules IEC 61215 Edition II

Safety Qualification Testing IEC 61730 Part I & II Salt Mist Corrosion Testing IEC 61701

a. Modules for Power Plant shall be of Crystalline type.

b. SPV modules to be supplied should have minimum declared output of at least 200 watt peak capacity under standard test conditions. The number of modules to be supplied shall be worked out accordingly.

c. The module efficiency shall be more than 13% under standard test condition and the module should have minimum fill factor of 0.75.

d. Factory test as well as third party testing of the random sample of the module at ETDC Bangalore, Solar Energy Centre or any other MNRE approved test centre is mandatory. The cost of this testing should be borne by the bidder.

e. The SPV Module must be provided with acceptable Test & Certified documents. The bidder shall specify the tests and limits specified there under.

f. Each solar PV module shall be warranted by the manufacturer for output wattage, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years. If the module(s) fail(s) to exhibit such power output in prescribed life span, the contractor shall provide additional PV module(s) to compensate the loss of power output.

g. All materials used shall have a proven history of reliability and stable operation in external conditions. It shall perform satisfactorily in relative humidity up to 100% with temperatures between 0◦C and +50◦C and should have the lowest temperature coefficient and shall withstand winds up to 150 Km/h on the surface of the panel. Each and every SPV module shall be checked for conformity with relevant standard and no negative tolerance shall be accepted.

h. The bidder shall provide the solar PV module electrical characteristics including current-voltage (I-V) performance curves and temperature coefficients of power, voltage and current.

i. The following information must be mentioned in RFID.

i. Name of the manufacturer of PV module. ii. Name of the manufacturer of Solar Cells. iii. Month & Year of manufacture (separately for solar cells and module). iv. Country of origin (separately for solar cells and module). v. I-V curve for the module. vi. Wattage, Im, Vm and FF for the module. vii. Unique serial No and Model No of the module. viii. Date and year of obtaining IEC PV module qualification certificate. ix. Name of the test lab issuing IEC certificate. x. Other relevant information on traceability of solar cells and modules as

Page 49: SOLAR SPEC 06-12-2010

49

per ISO 9000.

3.2.4. Module Mounting Structure:

a. The structure shall be designed for simple mechanical and electrical installation. It shall support SPV modules at a given orientation, absorb and transfer the mechanical loads to the ground properly.

b. Module mounting structure should be based on centrally placed GI pipe with facility for seasonal adjustment range of -15◦ latitude to +15◦ latitude with monthly adjustment and locking facility in that position. The frames and leg assembles of the array structures shall be made MS hot dip galvanized as per ASTM A123. Minimum thickness of galvanization should be at least 120 microns. All nuts & bolts, Fasteners shall be made of high quality stainless steel of SS304 grade and shall be protected against adverse climatic conditions. The minimum clearance between the lower edge of the modules and the developed ground level shall be 1000 mm and conform to standards.

c. The array structure shall be so designed that it will occupy minimum space without sacrificing the output from SPV panels, at the same time it will withstand storm condition with wind speed up to maximum 150 kmph or of wind speed applicable for the zone, as per relevant Indian wind load codes, which ever is higher.

d. The structures’ design shall be appropriate to allow easy replacement of any module, working space for carrying out module cleaning, repairs, replacement, etc and shall be in line with site requirement

e. The structures shall be designed with factor of safety of 1.5 or higher as per relevant standards. The array structure shall be grounded properly using Earth pit.

f. The bidder is advised to submit his offer for both fixed and Single tracking system of module mounting structures along with guaranteed energy output from the solar system, for decision of the Corporation.

g. The tilt angle for the mounting structure shall be as per the site latitude.

3.2.5. Junction Boxes:

a. The junction boxes shall be dust, vermin, humidity, Termites and waterproof and made of metal or thermoplastic. The junction boxes will have suitable cable entry points fitted with cable glands of appropriate sizes for both incoming and out going cables or alternatively the modules may be provided with connector cables.

b. The junction boxes shall have suitable protections to protect against

• Surge protection such as MOV devices • Short-circuit • Reverse Blocking Diodes of max DC blocking voltage of 1000 V

c. The junction Boxes shall have suitable arrangement for the following

• Combine groups of modules into independent charging sub-arrays that will be wired into the controller.

• Arrangement for disconnection for each of the groups.

• Provide a test point for each sub-group for quick fault location.

3.2.6. Power Conditioning Units (Inverters): The solar PV Inverter shall convert DC power into three phase AC power. The output of Inverter shall be synchronized with Grid at LT level and transmitted at

Page 50: SOLAR SPEC 06-12-2010

50

11KV with 1250 KVA Step-up Transformer (415V/11KV). The power generated is exported to the Grid.

a. The efficiency of the PCU shall be more than 95 % at full load. The bidder shall specify the conversion efficiency at full load and also at part loads, in their offer.

b. The PCU shall have internal protection arrangement against any sustained

fault in the feeder line and against lightning in the feeder line. c. The PCU shall have the required protection arrangements against earth

leakage faults. d. Specifically, the PCU should be three phase power conditioning unit using

static solid state components. Both AC & DC lines shall have suitably rated isolators to allow safe start up and shut down of the system. Circuit breakers used in the DC lines must be rated suitably.

e. The PCU shall have provision for galvanic isolation. Each solid state

electronic device shall have to be protected to ensure long life of the inverter as well as smooth functioning of the Inverter.

f. The PCU must have the feature to work in tandem with other similar PCUs

and be able to be successively switched “ON” and “OFF” automatically based on Solar radiation variations during the day. All sensors and hardware required for measurement and monitoring of Solar Radiation is to be provided by the bidder.

g. The capacity of the Power Conditioning Units proposed for 1MWp capacity solar plant shall be of 250kW each. Therefore, there shall be four PCUs of equal capacity.. The expected output parameters of the PCU are as follows:

Input Data Max PV Power : 300 kwp DC Voltage range MPPT : 450 – 800 V Output Data: : Continuous output power rating : 250 kW Nominal output voltage : 415 V, 3 Phase , 50 Hz Output frequency : 50 Hz +/- 3 Hz THD : Less than 4 % Efficiency : 95% and above Enclosure : IP 20 ( indoor rated ) Grid voltage & frequency : 415 Volts , 3 phase , 50Hz Grid Frequency tolerance : +/- 3 Hz Grid Voltage tolerance : -20 % and + 10 % No-load loss : <1% of rated power.

h. The inverter output should be pure sine wave and always follow the grid in

terms of voltage and frequency. which shall be achieved by sensing the Grid voltage and frequency and feeding this information to the feedback loop of the Inverter. Control variable shall control the output voltage and frequency of the Inverter for synchronization with the Grid.

i. The PCU manufacturer must provide with the acceptable Test & Certified documents. The bidder shall specify the tests and limits specified there under.

j. The Power Conditioning Units shall comply with IEEE standard 929-300, IEEE 1547, UL 1741 or any other equivalent certifications shall be

Page 51: SOLAR SPEC 06-12-2010

51

preferred. PCU shall confirm to IEC 60068-2 standards for environmental testing.

k. The PCU front panel shall be provided with a display (LCD) to monitor the following (typically)

• DC Input Voltage, DC Input current, • AC Power output, AC voltage (all three phases), AC current (all three

phases) • AC output frequency, Power factor • Supply Voltage, Supply Frequency • Output Power Summation • Temperature of the panel • Solar radiation.

l. The overload capacity of inverter shall be a maximum of 12seconds at 110% m. The PCU makes should be SMA/ABB/XANTREX/REFU/SIEMENS/

EMERSON/AROS/LTi or any reputed make of equivalent type. • The inverter shall be warranted for a minimum period of at least 10

years. • Bidder and the PCU Manufacturer should guarantee the supply of spares

for PCU for a period of 25 years from the date of commissioning. • The selected PCU manufacturer should have installed 125 KW or above

inverters for Grid interactive SPV power Projects which shall be in satisfactorily functioning / in operation for at least 2 years.

• The PCU shall include appropriate self protective and self diagnostic feature to protect itself and the PV array from damage in the event of PCU component failure or from parameters beyond the PCU’s safe operating range due to internal or external causes. The self protective features shall not allow signals from the PCU front panel to cause the PCU to be operated in a manner which may be unsafe of damaging. Faults due to malfunctioning within the PCU including the commutation failure shall be cleared by the PCU protective devices.

S. MODES OF OPERATION: i) Stand by Mode:

The control system shall be capable of continuously monitor the output of the solar power plant until preset value is exceeded and that value to be indicated.

ii) Basic System Operation (Full Auto Mode): The system begin to export the power provided there is sufficient solar energy and the grid voltage and frequency is in range.

iii) Sleep Mode: Automatic sleep mode shall be provided so that unnecessary losses are minimized at night. The power conditioner must also automatically re-enter standby mode when the threshold of standby mode is reached.

Maximum Power Point Tracking (MPPT). MPPT control algorithm shall adjust the voltage of the SPV array to optimize solar energy fed into the grid. Maximum power point tracker shall be integrated in the power conditioner unit to maximize energy drawn from the solar PV array. The MPPT should be microprocessor based to minimize power losses. The details of working mechanism of MPPT shall be mentioned by the bidder in the offer. The MPPT must have provision for constant voltage operation.

Page 52: SOLAR SPEC 06-12-2010

52

T. Protection of PCU: i. Internal Protection System

Inverter overload short circuit protection Over/under voltage protection Over current protection Over temperature

ii. Grid Interface Protection

All line outputs have suitably rated MOVs to earth to provide surge and transient voltage protection on the utility connection

Active anti islanding using field proven power shift techniques and rate of change in operating frequency are utilised to disconnect the PCU in the event the grid supply is lost.

iii. DC Input Protection Lightning protection using suitably rated MOVs to earth from the positive and negative inputs.

The DC input should be monitored for excessive leakage current to ground

3.2.7. Supervisory Control and Data Acquisition (SCADA) System:

The SCADA system shall incorporate integrated system control and data acquisition facilities. It should be capable of communicating with individual Inverters and provide information of the entire Solar PV Grid connected power plant. The SCADA shall provide information of the instantaneous output energy and cumulative energy for each of the Inverters as well as for the entire power plant, changing of operator modes, review of system logged events, etc.

The integrated SCADA shall have the feature to be used both locally (at two locations) via a local computer and also remotely via VSAT or the Web using either a standard modem or a GSM / WIFI modem. The bidder must supply all the required hardware to have web based SCADA operational such that the system can be monitored via the web from head office of APGENCO or nominees of MNRE, GoI as required under JNNSM.

The major SCADA features to be incorporated in to the control system are listed below.

i. Operator interface of latest technology: Instantaneous Grid, Array, Inverter, AC, and metering of all parameters.

ii. Integrated AC, DC data point logging: Instantaneous logging of all parameters including AC parameters, System run hours and energy details.

iii. Fault and system diagnostics with time stamped event logging: Selectable Event logging with 1ms Resolution for enhanced diagnostics.

iv. Remote SCADA features with specific needs of Station monitoring and remote communication are to be incorporated: Remote system access software, secured transmission of data and control from a central PC facility are to be provided.

v. Redundancy in Power supply shall be provided. vi. Adequate Capacity of UPS shall be provided with necessary (Min.

2Hrs) Battery backup. vii. Control & Monitoring of all the equipment of the Plant up to power

outlet shall be able to carryout from the SCADA. viii. Gateway which support both IEC 60870-101&104 protocols shall be

Page 53: SOLAR SPEC 06-12-2010

53

provided for remote monitoring. Ideally Gateway should be a separate system and is to be independent of local HMI.

ix. Analog values (MW, MVAR, Bus Voltage & Frequency are to be made

available to SLDC. x. Digital data such as status of the Breakers, Isolators, SOEs to be

made available at SLDC. Any other feature required for the plant operation / maintenance shall also be provided in SCADA. i. Within Inverter : One logging port should be available. MODICON

Mod Bus interface for local or remote SCADA communications. Internal storage for over 6 months. PC based software to control and monitor the control system locally or remotely over real time

ii. Fault Log : Historic time and date stamped event log for low level fault diagnostic covering for over 1 year data in Hard Disc media can be retrieved/to make backup through USB devices .

iii. External logging : Online Graphical trending, including comprehensive system logging including the points mentioned in the tender. Ability to transfer the data to PC filing system.

iv. Electronic Metering : Provided in the PCU, Accuracy 0.2 Class v. Accuracy : Minimum Data logger accuracy 97% vi. Communication : MODICON Mod Bus (RS 232) or equivalent vii. Output Data Files : MS Excel Compatible viii Operating Temperature

Range : 0 to 50 Degrees Celsius

ix. ix. Humidity : 0-95% Humidity non condensing

3.2.8. Plant Monitoring Desk: Computer Aided Data Acquisition Unit shall have features for simultaneous monitoring and recording of various parameters of different sub-systems, power supply of the Power Plant at the DC side and AC side.

Computer Aided Data Acquisition Unit shall be separate & individual system comprising of different Transducers to read the different variable parameters. AC/DC Converter, Multiplexer, De-multiplexer, Interfacing Hardware & Software, Industrial Type PC, which will be robust and rugged suitable to operate in the Control Room Environment.

The PC shall be of industrial type, rugged and robust in nature to operate in a hostile environment. The PC shall have minimum Intel Core 2 Duo Processor, with at least 4 GB RAM, 500GB Hard Disk, 22” LCD Monitor, DVD writer, Keyboard, USB Ports and Optical Scroll Mouse of reputed make. One (1) no Dot matrix printer for printing Alarm and events on line and One (1) no.laser jet printer for carrying out reports and page printing. The printer shall be of industrial type, rugged and robust in nature and of reputed make. The laser jet printer shall be equipped for printing, scanning, copying and fax.

Reliable sensors for Solar Radiation, Temperature & other Electrical Parameters are to be supplied with the Data Logger Unit.

The data acquisition system shall perform the following operations: a. Measurement and continuous recording of (I) Ambient Air Temperature near

Array Field (II) Control Room Temperature (III) Module Back Surface

Page 54: SOLAR SPEC 06-12-2010

54

Temperature (IV) Wind Speed at the level of Array Plane (V) Solar Radiation incidental to Array Plant (VI) Inverter Output (VII) System Frequency (VIII) DC Bus output (IX) Energy delivered to the GRID in kWh.

b. All data shall be recorded chronologically date wise. The data file should be latest version and compatible. The data logger shall have internal reliable battery backup to record all sorts of data simultaneously round the clock. All data shall be stored in a common work sheet chronologically. Representation of monitored data in graphics mode or in tabulation form. All instantaneous data shall be shown in the Computer Screen.

c. Unit wise & integrated Data logging. d. Dedicated Prefabs / Ethernet for networking. e. Remote control via Telephone Modem or mini web server or VSAT.

3.2.9. Protection Features:

The Solar PV System and the associated Power evacuation system shall be protected as per Indian Standards. Over Current relays, Reverse Power Relays, Differential Protection Relays and Earth fault relays have to be provided.

Detailed design calculations shall be provided on fault power calculations and the philosophy of protective relaying with respect to short circuit KVA calculations. Design & Drawing of protection relay should be approved by APGENCO.

Relays:

a. All Relays shall be draw out type conforming to all requirements as per IS: 3231 and shall be suitable for operation from CT and VT secondary as required. All Relays shall be Numerical type and conform to IS: 8686.

b. The protective Relays, except for lock-out Relays shall have Self - Reset contacts, and shall be suitable for efficient and reliable operation of the protective schemes.

c. Protective Relays shall be of numerical communicable technology with self monitoring features. A combination of Electromechanical & Numerical communicable type Relays for main protections is not acceptable.

d. All Relays & Timers shall be designed for satisfactory performance under specified tropical and humid conditions.

e. The Relays and Timer shall operate under extreme conditions of control voltage variation.

f. They shall not have any inbuilt batteries, and shall operate on available DC supply. They shall be provided with hand-Reset operation Indicators (flags) or LEDs with pushbuttons for resetting for analyzing the cause of Breaker operation.

g. Shall have built-in test facilities, or can be provided with necessary Test Blocks and test switches. One testing plug shall be provided for each switch board.

h. All equipments shall have necessary protections.

3.2.10. Lightning & Over Voltage Protection: a. The SPV Power plant should be provided with Lightning and Over voltage

protection connected to proper Earth mats. The main aim of over voltage protection is to reduce the over voltage to a tolerable level before it reaches the PV or other sub-system components. The source of over voltage can be lightning or other atmospheric disturbance.

b. The Lightning Conductors shall be made as per applicable Indian Standards in order to protect the entire Array Yard Lightning stroke. Necessary

Page 55: SOLAR SPEC 06-12-2010

55

concrete foundation for holding the lightning conductor in position to be made after giving due consideration to maximum wind speed and maintenance requirement at site in future.

c. The lightning conductor shall be earthed through flats and connected to the Earth mats as per applicable Indian Standards with Earth pits. Each Lightning Conductor shall be fitted with individual Earth pit as per required Standards including accessories, and providing masonry enclosure with Cast Iron cover plate having locking arrangement, watering pipe using Charcoal or Coke and Salt as per required provisions of IS.

d. The bidder shall ensure adequate lightning protection to provide an acceptable degree of protection as per IS for the array yard. If necessary more number of Lightning conductors may be provided. Theoretical design calculations and detailed explanations shall be provided.

e. The Control Room building is to be protected from lightning stroke with Lightning Conductor as per requirements of IS Standards.

f. All Building Earth conductor shall be inter connected through the concept of “Earth Mats” for interconnection with separate earth pits.

3.2.11. Earthing System: LT Side:

a. The earthing for array and LT power system including Control Panels shall be required as per provisions of IS. Necessary provision shall be made for bolted isolating joints of each earthing pit for periodic checking of each resistance.

b. Each Array structure of the SPV Yard shall be grounded properly. The array structures are to be connected to earth pits as per IS standards.

c. The earthing for the power plant equipment shall be made with as per provisions of IS. Necessary provision shall be made for bolted isolating joints of each earthing pit for periodic checking of earth resistance.

d. The earth conduction shall run through appropriate pipes partly buried and partly on the surface of the control room building.

e. The complete earthing system shall be mechanically & electrically connected to provide independent return to earth. All three phase equipment shall have proper earth connection.

f. An Earth Bus shall be provided inside the control room.

g. For each Earth pit, necessary Test Point shall have to be provided.

h. In compliance to Rule 33 and 61 of Indian Electricity Rulels, 1956 (as amended up to date), all non-current carrying metal parts shall be earthed with two separate and distinct earth continuity conductors to an efficient earth electrode.

i. Earth resistance of the earth pits shall be tested in presence of the representative of APGENCO.

HT Side: The 11 KV side equipment and parts shall be earthed as per provisions of IS.

3.2.12. LT Power Interfacing Panel:

a. The Panel shall have adequate inputs to take in from individual PCUs

Page 56: SOLAR SPEC 06-12-2010

56

& adequate outputs to Transformer with adequate number of spare terminals.

b. The Panel shall be floor mounted type. All the measuring instruments such as voltmeter, ammeter, frequency meter, Electronic Energy Meter for (for measuring the deliverable units (kwh) for sale, selector switches, Mimic front panel.

c. All the Power cables shall be taken through backside of the Panel and cable shall be avoided from sides.

d. The Panel shall be fitted with suitable rating & size copper bus, HRC fuses/circuit breaker/isolator indicators for all incomer and outgoing Feeders, Voltmeter & Ammeter with suitable selector switches to monitor & measure the power to be evacuated.

e. Nut & bolts including metallic cubicle shall have to be adequately protected against atmosphere and weather prevailing in the area.

f. The over all dimension shall be fitted with other Power Conditioning Units of the Power Plant. However, dimension, weight, sheet thickness, painting etc., should be indicated by the Contractor. The bill of material associated with the equipment should be clearly indicated while delivering the equipment.

3.2.13. Cables:

a. All cables shall be PVC insulated with appropriate grade conforming to IS. b. The wiring for module inter-connection shall have hard PVC conduit of

approved make. All Tees, Bends etc., shall be approved make. Before procurement, approval for materials should be obtained from APGENCO.

c. Cables in the array yard shall be laid direct in ground at a depth of 500mm in the excavated trenches along the approved route and covered with sand cushion. A continuous single brick protective layer of first class brick shall be placed over the entire length of the underground cable before refilling the trench with loose soil. Alternatively, 6” wide continuous layer of 1½” thick concrete cable markers may also be provided as protective cable cover. The cables shall be laid inside class-B. GI pipes of suitable size under road crossings, drains, sewerage lines, entry of exit points of the buildings or where there are chances of mechanical damage Only terminal cable joints shall be accepted. No cable joints to join two cable ends shall be accepted.

d. Cables inside the control room shall be laid in suitable Cable Trays of approved type.

e. All wires used on the LT side shall conform to IS and should be appropriate voltage grade. Only Copper conductor wires of reputed make shall be used.

f. Cable terminations shall be made with suitable cable lugs & sockets etc., crimped properly and passed through brass compression type cable glands at the entry & exist point of the cubicles. The panel’s bottoms should be properly sealed to prevent entry of snakes / lizard etc., inside the panel.

g. All cable/wires shall be marked with good quality letter and number ferrules of proper sizes so that the cables can be identified easily.

h. The terminal end of cables and wires are to be fitted with good quality letter and number ferrules of proper sizes so that the cables can be identified easily.

i. As-built wiring diagrams shall be provided.

I. HT Cables: 11 KV Cables shall be unearthed grade suitable for use in medium resistance earthed system, with stranded & compacted Copper conductors, extruded semi-conducting compound screen, extruded XLPE insulated,

Page 57: SOLAR SPEC 06-12-2010

57

extruded semi-conducting compound with a layer of non-magnetic metallic tape for insulation screen, extruded PVC (Type ST-2) FRLS inner sheath, Aluminum / galvanized steel round wire armored extruded PVC (Type ST-2) FRLS outer sheathed, single / multi Core conforming to IS 7098 (Part II) IEC-60502 for constructional details and tests.

3 Core XLPE Cable of 35 sq. mm. or suitable higher size Copper armored cable confirming to IS 7098 of required length shall be provided for power evacuation from Power Transformer to Double Pole Structure through HT Switchgear. The double pole structure will be at a suitable location within the premises of Solar Plant.

II. LT Power Cables: LT Power Cable shall be 1100V grade, single Core, 300 Sq.mm or suitable higher size of Multi-stranded Copper conductor, XLPE insulated with PVC inner sheath and outer sheath made on FRLS PVC compound. The armouring shall be of Aluminum / galvanized steel round wire. The cable used for DC system shall be of Two core, 16 Sqmm or Higher size Multi-stranded Copper conductor type. The cable used for 24V Battery Charger shall be of Two core, 6 Sqmm or Higher size Multi-stranded Copper conductor type. Minimum conductor cross section of power cables shall be 4 Sq.mm for lighting, Ventilation Blowers, Jet pump and other auxiliaries.

III. Control cables: Control cables shall be 1100V Grade, multi core, minimum 2.5 sq.mm cross section, stranded Copper conductor having 7 strands, XLPE insulated, inner PVC sheathed / galvanized steel wire armored and outer sheath made of FRLS PVC compound. In situations where accuracy of measurement or voltage drop in control circuit warrant, higher cross sections as required will be used. 4 sq.mm Copper conductor cables shall be used for CT circuits.

3.2.14. Power Transformer : 1 No. 1250 KVA, 0.415/11 KV, Dyn11, ONAN Cooling, 50 Hz, 3 phase and outdoor type Transformer shall be supplied by the contractor.

Electrical Characteristics of the Transformer shall be as follows:

Type of Transformer : Two winding Oil filled type No. of Phases : 3 Frequency : 50Hz Type of Cooling : Oil Natural and Air Natural HV Winding Rated Voltage : 11KV Variation of +/- 5%@2.5% LV Winding Rated Voltage : 415V Type of Tap changing : Off Load Temp. Rise of Oil by TSD : 40’C over ambient Temp of 50’C Temp. Rise of Winding by RTD : 45’C over ambient Temp of 50’C 11KV side Power Freq withstand Voltage : 28KV rms 11KV side Lightning Impulse Voltage : 75KV peak LV side Power Freq withstand Voltage : 3KV rms Vector Group : Dyn11 Neutral Terminal to be Broughtout : LV Side Type of Installation : Outdoor Duty : Continuous Overload Capacity : As per IS 6600 Colour Shade of Final Painting as per IS5 : Shade No.632 Percentage Impedance : :5.5%

Page 58: SOLAR SPEC 06-12-2010

58

I. Standards & Constructional Features: The Transformer and all the accessories shall comply in all respects with the requirement of the latest issue of corresponding ISS.

Sl.No. Standard Description 1 IS 2026 Specification for Power Transformer 2 IS 2099 Specification for Bushing 3 IS 3347 Specification for Transformer Porcelain

Bushing 4 IS 3637 Buchholz Relay 5 IS.2026(Part I to IV) Routine & Type tests

All material used shall be of best quality and of the class most suitable for working under the conditions specified and shall withstand the variations of temperature and atmospheric conditions, overload, over-excitation, short-circuits as per specified standards without distortion or deterioration or the setting up of under stresses in any part and also without affecting the strength and suitability of the various parts for the work which they have to perform.

II. Tanks:

The exterior of tank and other steel surfaces exposed to the weather shall be thoroughly cleaned and have a priming coat of zinc chromate applied. The second coat shall be of an oil and weather-resistant nature, preferably of distinct colour from the prime and finish coats. The final coat shall be of a glossy, oil and weather resistant non-fading paint of specified shade. The interior of the tank shall be cleaned by sand blasting and painted with two coats of heat resistant and oil insoluble paint. Steel bolts and nuts exposed to atmosphere shall be galvanized. Unless otherwise stated, the tank together with radiators, conservator, bushings and other fittings shall be designed to withstand without permanent distortion in the following conditions: Full Vacuum of 760 mm of Hg, for filling with oil by vacuum. Internal gas pressure of 0.35 Kg/cm2(5 lbs/sq.in) with oil at operating level. The tank cover shall be suitably sloped so that it does not retain rain water. The material used for gaskets shall be cork neoprene or approved equivalent.

III. Core:

The magnetic circuit shall be constructed from high grade cold-rolled non-ageing grain oriented silicon steel laminations and shall be of ‘core’ type. The insulation structure for the core to bolts and core to clamp plates shall be such as to withstand a voltage of 2000V for one minute.

IV. Windings:

Windings shall be of copper only. Windings shall be subjected to a shrinking and seasoning process, so that no further shrinkage occurs during service. The completed core and coil assembly shall be dried in vacuum and shall be immediately impregnated with oil after the drying process to ensure elimination of air and moisture within the insulation.

V. Internal Earthing:

The frame work and clamping arrangements of core and coil shall be securely earthed inside the tank by copper strip connection to the tank.

VI. Termination:

The HV and LV Terminals of the Transformer shall be suitable for Cable terminations with a box of suitable size. The neutral of the star-connected winding shall be brought out to a separate bushing terminal. The neutral bushing

Page 59: SOLAR SPEC 06-12-2010

59

shall be provided on the tank side to facilitate lead to earth conductor down to the ground level. Tank-mounted pin type support insulators shall be provided for supporting the neutral earthing bar of specified section, along its run from the neutral bushing to ground level.

VII. Bushings: Bushings shall be designed and tested to comply with the applicable standards specified. If type test certificates are not available, these tests shall also be carried out in addition to the Routine tests. Bushings rated for 400A and above shall have non ferrous flanges and hardware. Fittings made of steel or malleable iron shall be galvanized. Bushings shall be supplied with terminal connector clamp suitable for connecting the bushing to the Purchaser’s specified conductor.

VIII. Marshalling Box: Supplier shall provide a marshalling box and marshal to it all the Contacts / Terminals of electrical devices mounted on the Transformer. Marshalling box shall be tank mounted, outdoor, weather-proof, sheet-steel (2mm thick) enclosed, with hinged door having padlocking facility and painted. All doors, covers and plates shall be fitted with neoprene gaskets. Bottom shall be at least 600 mm from floor level and provided with gland plate and cable glands as required. Top surface shall be sloped.

IX. Electrical and Performance Requirements: Transformers shall operate without injurious heating at the rated KVA at any voltage within ±10% of the rated voltage of that particular tap. Transformers shall be designed for 110% continuous overloading withstand capability. Overloads shall be allowed within the conditions defined in the loading guide of the applicable standards. Under these conditions, no limitations by Terminal Bushings, Tap Changers or other Auxiliary Equipment shall apply. The Neutral terminal of windings with star connection shall be designed for highest over current that can flow through this winding. Every care shall be taken to ensure that the design and manufacture of the Transformer shall be such as to reduce noise and vibration to the level obtained in good modern practice. The supplier shall ensure that the noise level shall not be more than 80db. For Transformer with tapings, full power tapings shall be provided.

X. Oil: Transformer shall be supplied complete with transformer oil complying with latest applicable standards.

XI. Fittings and Accessories: For oil immersed type Transformer, following fittings shall be provided. a) Bushing terminals complete with connector. b) Neutral Bushing terminal complete with connector for earth conductor. c) Inspection cover.

d) Rating Plate and Diagram plate indicating terminals, Internal Connections & Vector relationships.

e) Two earthing terminals. f) Lifting lugs for i) Lifting complete Transformer with Oil ii) Lifting Core and Coils. g) Drain cum sampling Valve with plug or cover plate. h) Dehydrating Breather. i) Oil Level Indicator with minimum marking. j) Thermometer along with pocket and necessary fixing arrangement. k) Conservator with oil filling hole with cap and a drain plug. l) Air Release Cock for Buchholz Relay. m) Jacking Lugs & Four plain rollers in place of fixing channels.

n) Filter Valves(1 No. Top Filter Valve & 1 No. Bottom Filter Valve with blanking plate)

Page 60: SOLAR SPEC 06-12-2010

60

o) Explosion Vent with Diaphragm / Pressure Relief Valve. The device shall be rain-proof after operation. An equalizer pipe connecting the Pressure Relief device to the Conservator shall be supplied.

p) Gas sampling device. q) Buchholz Relay with two step contact for alarm and Trip. XII. Winding Temperature Indicator shall consist of:

a) Temperature sensing element. b) Image coil. c) Bushing or turret mounted CT. d) Local Indicating Instrument with electrical independent contacts brought out to

separate terminals for winding temperature ‘high’ and ‘too high’ Alarms. XIII. Off Circuit Tap Changing Mechanism shall comprise of:

a) Operating handle or wheel, accessible from ground level. b) Tap position indicator. c) Pad locking arrangement. d) The tap-changer connections and contacts shall be accessible through an

access hole having a bolted gasket cover.

XIV. Tests on Transformers: A. Routine tests:

Transformer shall be subjected to routine Tests as per IS.2026 (Part I to IV). List of routine Tests:

i. Measurement of Winding Resistance. ii. Voltage Ratio measurement, Polarity ,check of Voltage Vector relationship. iii. Measurement of Short Circuit Impedance Voltage & Load Loss.. iv. Measurement of No Load Loss and Excitation Current. v. Measurement of Insulation Resistance. vi. Dielectric Tests:

i) Separate Source withstand Voltage test . ii) Induced AC Over voltage withstand test.

B. Type Tests: i) Lightning Impulse Voltage withstand test. ii) Temperature rise test

C. Special Tests a) Short Circuit withstand test. b) Measurement of Zero Sequence Impedance for Three Phase Transformer. c) Measurement of acoustic Sound level. d) Measurement of Harmonics of No Load Current. e) Measurement of Capacitance and Tan Delta between Windings to Earth and

between windings. f) Measurement of Transient voltage transfer characteristics. g) Magnetic Balance test on Three Phase Transformer. h) Sweep Frequency Response Analysis

D. Field Tests: a) Measurement of Winding Resistance. b) Verification of Polarity , Voltage Ratio and Voltage Vector relationship. c) Measurement of magnetizing current. d) Measurement of Insulation Resistance.

XV. Tools & Spare Parts: The Transformer shall be supplied with :

A full outfit of tools, Spanners, Jacks, Special tools for assembling and dismantling of the Transformer with a rack for holding. Spare parts recommended by the tenderer for the normal operating of the Transformer along with item wised prices shall be indicated in the offer.

XVI. Losses: a. Load losses and No-load losses should be admissible as per IS and within

tolerance limits.

Page 61: SOLAR SPEC 06-12-2010

61

b. Should the losses as measured on the transformer after manufacture are found in excess of the values of the guaranteed losses with plus tolerance indicated in the proposal, contractor shall compensate the Purchaser.

XVII. Rejection: Purchaser may reject Transformer if during tests or guarantee period any of the

following conditions arise: a) No load loss exceeds the guaranteed value by more than 15%. b) Load loss exceeds the guaranteed value by more than 15%. c) Impedance value differs the guaranteed value by more than ±10%. d) Oil or winding temperature rise exceeds the specified value by 5°C. e) Transformer fails on impulse test. f) Transformer fails on power frequency voltage withstand test g) Transformer is provided to have been manufactured not in accordance with the

agreed specifications. h) The Purchaser reserves the right to retain the rejected Transformer and take it

into service until the SUPPLIER replaces the defective Transformer by a new acceptable Transformer at no extra cost to Purchaser. The BIDDER shall repair or replace the Transformer within a reasonable period to the Purchaser’s satisfaction at no extra cost to the Purchaser.

If bidder is offering equipments conforming to the standards other than those stipulated above, he should establish in the bid that standards adopted by him are comparable with relevant Indian Standards or IEC Standards. Further a comparative statement in respect of only those provisions in standards adopted by him, which are different from those provisions in standards, shall be furnished with bid. Also, the bidder must supply copies in English language of the standards and codes adopted by him (If these are in different languages, copies translated in ‘English’ may be furnished).

3.2.15. Guaranteed Technical Parameters: The Bidder shall furnish the data related to Guaranteed Technical Parameters in the prescribed proforma specified in Schedule-1.

3.2.16. 11 KV Switchgear:

11KV switchgear system comprises of protection / interlocking / annunciation / inter-tripping / automatic / manual operation schemes for the purpose of satisfactory and efficient operation of the equipment covered under this scope. The specification also includes cable terminations, foundation channels with hardware etc, It is not the intent of this specification to specify herein complete details of design and construction of equipment. However, the equipments offered shall conform to latest standards of Engineering, design and workmanship in all respects and be capable of performing in commercial operation in a manner acceptable to the owner.

11KV feeder shall consists of following Components: I. 11KV Vaccum Circuit Breaker:

1 No. Outdoor type Vaccum Circuit Breaker (ABB/L&T/Siemens/ any other standard make) with shunt trip release, suitable rupturing capacity and with standard accessories such as operating handle, auxiliary switch with 4 NO+4NC contacts and the required number of sliding disconnects (minimum 3 sets of 6way disconnects).

1 Type : Vaccum CB 2 Voltage Class : 12KV 3 Current Rating : 630 A 4 Short Circuit Current rating : 40KA/1Sec

The Control & Relay panel for the Vaccum Circuit Breaker i. Indicating LEDs for ON/OFF/Auto Trip/Test/Service/Spring Charged/Trip

Page 62: SOLAR SPEC 06-12-2010

62

Coil1 Healthy/ Trip Coil2 Healthy . ii. Push buttons for ON/OFF/RESET /Lamp Test and 1 No. Breaker control

switch Trip / Normal / Close Switch. (spring return type). iii. 1 No. Switch for Local / Remote selection. iv. 1 No. DC supply on/off control switch. v. 1 No. Ammeter with suitable scale along with selector switch for indicating

the incomer current. vi. 1 No. Microprocessor based ABT & Trivector meter suitable for 3 Phase, 4

wire System and secondary ratings of 1 Amp and 110V for current and voltage respectively.

vii. 1 No. Voltmeter of range 0-12 KV along with selector switch. viii. 3 Phase, Non-directional over current relay with inverse characteristics,

micro processor based. The range of adjustment of the Relay should be between 20 to 200% of rated current 1A for Over Current protection of Incomer.

ix. Non-directional Single pole Earth Fault Relay, with the setting range 5 to 80% of current rating.

x. 3 Nos. Under Voltage Relays of reputed make to monitor 3 phase voltages with setting of pick-up voltage at 90% and drop off voltage at 70% of the supply AC Voltage with suitable timer to initiate tripping of Breaker.

xi. Set of static Auxiliary Relays of required range for interlocks.

II. Current Transformers:

1 Set of 11 KV Current Transformers (3 Nos) of Ratio 200-100/1-1A , 0.2 class of accuracy and class 5P10 for Protection, burden shall be >= 15VA.

3 Nos. 1 Ph. Current Transducers of dual output type interfacing with SCADA.

III. Potential Transformers:

1 Set of PTs (3 Nos) of Ratio 11KV/110V with class of accuracy 0.2 for metering and 3P for protection and burden of 30VA for each Core.

3 Nos. 1 phase Voltage Transducers of dual output type giving an output of 4 – 20mA is to be mounted inside the panel at a convenient location for monitoring Bus voltage to be interfaced with SCADA.

IV. AB Isolators: 1 Set of 11KV AB Isolators(Horizontal type).

V. Lightning Arrestors:

The specification covers supply and installation of Non-linear Resister type Lightning Arrestors for use in effectively earthed system with a nominal voltage of 11KV.

a. Applicable Standard: Unless otherwise modified in this specification the Lightning Arrestors shall comply with IS 3070(Pt.1)1974 or the latest version thereof.

b. Voltage Rating: The rated voltage of Lightning Arrestors shall be 9.0KV. This will be applicable to the effectively earthed 11KV system (co-efficient of earth not exceeding 80% as per IS 4004) with Transformer Neutral directly earthed.

c. Nominal Discharge Current Rating: The Lightning Arrestors shall be of pedestal mounting type suitable for outdoor installation on steel pole mounted structures. All the clamps, bolts, nuts and washers etc., required for mounting the Lightning Arrestors on the structure shall be supplied along with the Arrestors and shall be galvanized.

d. Terminal Arrangement: The top metal cap and the base of the Lightning Arrestors shall be galvanized. The top cap shall be provided with terminal arrangement suitable for both horizontal and vertical take-off. The base of the Lightning Arrestors shall be provided with two separate terminals distinctly marked for connection to earth.

e. Sealing and Pressure Release:

Page 63: SOLAR SPEC 06-12-2010

63

The Lightning Arrestors shall be hermetically sealed to avoid ingress of moisture. A suitable pressure relieving device shall be provided to avoid damage to the external insulator in case of a severe discharge.

f. Tests: Type, Acceptance and Routine tests as per section IS-3070 shall be carried out. The Contractor shall submit the test certificates for the Type, Acceptance tests conducted. Following shall constitute the Routine tests:-

a) Dry power frequency voltage spark over test. b) Visual examination of porcelain housing. c) Sealing test. 2 Set of 9KV LAs (3 Nos/each )

VI. Double Pole Structure: Double pole structure shall also accommodate 11 KV, 1 No. AB Isolator, one set

of PTs, one set of Las (3Nos.) which include necessary, conductor, connected line material, Disc/Pin type insulators of 11 KV and to connect to 11 KV line.

VII. Control Supply: a. Each switchgear shall be provided with necessary arrangement for receiving,

isolating, distributing and fusing of 230V AC and 24V DC( or according to battery voltage selection) supplies for various control, lighting, space heating and spring charging circuits. DC supply for control shall be duplicated for each board which shall run through auxiliary bus wires.

b. Necessary hardware shall be provided in the switchgear panel like coupling Relays, Auxiliary Relays, Transducers etc. to affect interlocks, exchange of information status and exercise control from remote.

VIII. General Data Under the seismic conditions, stipulated in this specification, the 11KV and 415V switchgear panels shall meet the following requirements: a. The physical alignment of 11KV and 415V switchgear panels along with

feeder connections, supporting insulators & structures of bus bars should not get disturbed and there should not be any internal flashover and/or electrical fault.

b. All relays, transducers, indicating instruments, devices in switchgear panels should not mal-operate.

c. Current carrying parts, supporting structure, earth connection etc. should not get dislocated and /or should not break or distort.

d. Co-ordination with other systems. e. It will be the responsibility of the Contractor to coordinate the 11KV & 415V

Switchgear with Computerized Plant Control System (SCADA) of the power house.

f. Dispatch of equipments and Handling of equipment at site. g. Care shall be taken for safe handling of equipments at site during transport,

stacking, shifting to erection site, erection at site in order to prevent damages to the equipment.

h. The bidder has to unload the panels in a storage place (store sheds) in the project site area as directed by the Engineer and shall load, re-transport and unload the same from storage place to the erection place at appropriate time.

IX. Tests on Switchgears: A. The following Type test certificates on each type & rating of. Switchgear, MCC

panel and Distribution boards shall be submitted. a. Short time withstand test with Circuit Breaker mounted inside the

switchgear panel. b. Temperature rise test. c. Type II-Short circuit co-ordination test for any three rating of MCC module

as selected by the Employer. d. Test sequence-1 & combined test sequence shall be carried out on each

Page 64: SOLAR SPEC 06-12-2010

64

rating of Circuit Breaker mounted inside the panel. e. Degree of protection tests. f. The manufacturer shall carry out all routine tests as specified in relevant

IS/IEC Standard on all major components and furnish copies of test certificates for Owner's approval.

g. The following tests shall be carried out for panels and its components before dispatch at factory in accordance with latest IS/IEC standards and 3 copies of test certificates shall be supplied. The test certificates shall be approved by the Owner prior to dispatch of materials.

B. Routine Test: a. Visual Check (as per IS: 8623 Cl. 8.3.1.1, 8.3.1.2)

i. Visual inspection of mounting and connecting of various parts. ii. Checking of all Instruments for their positioning and rating.

iii. Checking of internal wiring according to the approved drawings. iv. Checking of connections to ensure adequate contacts.

v. Clearance and creepage distance between Bus Bars, Risers and also between Bus Bars, Risers and Earth.

vi. Functional checking of all control circuits, closing, tripping, interlock and alarm circuits including proper functioning of component equipment such as ACB, MCCB etc.

b. High Voltage Test (as per IS:8623, Cl.8.3.2.1, 8.2.2.4) i. Phase to ground

ii. Phase to phase iii. Auxiliary circuits

c. Insulation Resistance Test i. Bus Bar ii. Auxiliary circuits.

d. Continuity Test A point to point check shall be made to ensure the compliance of the complete wiring as per the approved electrical schematic diagram.

e. Test for Vaccum Circuit Breaker i. Checking alignment of Breaker trucks for free movement and for correct

operations of shutters. ii. Contact Resistance. iii. I R values, Resistance & Minimum pick up voltage of coils. iv. Checking of Electrical & Mechanical interlocks provided such as:

1.Shunt trip Release. 2. Bimetal Release. 3. Under voltage Release. 4. Short circuit Release.

v. Insulation Resistance of each pole of Breaker. vi. HV test. vii. Maximum Terminal voltage drop between terminals at rated currents. viii. Checking of various Interlocks. ix. Interchangeability of Breakers.

f. Tests on Current Transformer IR Test; Polarity test; Ratio test; Magnetization characteristics; secondary winding resistance.

g. Tests on Relays (Release): i. Checking of internal wiring. ii. IR Test iii. Checking operation characteristics by secondary injection. iv. Checking minimum pick up voltage of DC coils.

h. The test certificates for following type tests, which are already performed, on

Page 65: SOLAR SPEC 06-12-2010

65

each type of Circuit Breaker (as per IS 13118/ IEC-62271-100 or latest revision there-of) shall be furnished.

1. Switchgear Assembly and Circuit Breaker

i) Dielectric tests as per IEC 60694

ii) Temperature rise test as per IEC 60694

iii) Measurement of the Resistance of the main circuit as per IEC60694

iv) Short time withstand current and peak withstand current tests as per IEC 60694 & IS 13118.

2. MCCBs For MCCBs, type test reports shall be furnished. MCCBs have to undergo the

following sequence of type tests without any maintenance/adjustment, tests to be conducted as per relevant IS.

Construction test, Operation test, Trip calibration test, Overload test, Temperature rise test, Endurance test, Insulation resistance test, High voltage withstand test, Short circuit test as per IS 13118 or IEC 62271-100.

i.Site Tests: After complete erection at the site, the following tests shall be performed on 11kV Switchgear panels:

Measurement of Insulation Resistance of bus and power circuits. Test & checking of control schemes Operational tests of Breakers-Electrical (Local/Remote) & Manual Testing & checking of interlocking schemes and protection Relays. All testing equipment shall be arranged by the Contractor at his own cost

during the testing.

j. Tests on associated Equipment: All Bushings, Insulators, Bus Bars, Indicating Instruments/devices, Instrument Transformers and associated items of switchgear panels shall be tested by the Contractor in accordance with relevant IS or IEC standard. The test reports shall be furnished for approval before the Routine and Acceptance tests at works.

3.2.18. DC Supply

I. Batteries: One set of DC Battery of minimum 150AH Capacity (or suitable higher Capacity) with suitable Voltage rating.

The Contractor shall take the prior approval of the purchaser for all design and make of the Batteries and the supporting system equipments.

DC system will be used for electrical control of equipment and indications on the control panel, communication system, DC lighting, etc.

The battery is sized considering the following:

(i) Momentary load for 1 minute (ii) Emergency load for 2 hours (iii) Continuous load for 10 hours

The Batteries shall be Maintenance free batteries/Compact Tubular Battery in Transparent container. The Batteries provided shall be suitable for the control and protection, emergency lighting, operation of breakers etc. and shall meet all the requirements of the plant wherever DC supply is required for 10Hours in case of failure of AC Supply.

II. Battery Charger: The Battery charger shall consists of Float and Boost Chargers with latest control

technology to suit the requirement of charging of Battery and for feeding the loads.

Under normal conditions, the Battery will be on Float Charger. The Float Charger will be connected to a Distribution board and meets the requirements of DC load. In case of additional demand of load on AC supply failure, the Battery will meet the

Page 66: SOLAR SPEC 06-12-2010

66

requirement of DC loads. The Boost Charger will charge the fully discharged battery in 12 hours before

bringing it back on float charge.

3.2.19. Illumination System , Internal Wiring, Air Conditioning &Ventilation System:

The entire Solar plant with Grid equipments, line bay compound wall, control room, main gate , approach road etc., shall be provided illumination. The lighting system design shall comply with the acceptable norms and the best Engineering practices. The system design shall consider standard principles of lighting. The lighting layout shall be designed to provide uniform illumination with minimum glare. The layout design shall meet all the statutory requirement, local rules etc.

I. Illumination Levels:

S.No Location Lighting Level

1 MCR 200 Lux

2 DP Structure & other approach Roads 150 Lux

3 Transformer Bay 100 Lux

II. Lighting Fixtures: a. All Lighting fixtures shall be of LED type. The LED Fixture shall be fitted as

per direction of Engineer in-charge. The fixtures should be of reputed make like Philips/Bajaj/Crompton/G.E. etc., however, Contractor shall submit the sample of lighting fixtures to APGENCO for approval before supply & installation.

b. The Design shall take into consideration the appropriate illumination (Lux) level, applicable standards etc.

c. For the yard lighting, suitable poles with LED fixtures distributed suitably shall be provided. The Poles shall be made of standard galvanised structural steel members, suitable ladder for accessing and platform at the lighting fitting levels shall be provided for maintenance.

d. The connector boxes shall be made of stainless steel, Dust & vermin Proof, which are to be recessed at the base of Yard Lighting poles. The connector box shall have suitable brass or copper made connector terminal.

e. Emergency Lighting: Emergency Lighting shall be provided with 230V AC , LED type fixtures on UPS system. The UPS Lighting wiring shall be laid in independent conduit system.

III. Cable Interconnection of Yard Lighting System: a. 3½ core PVC unarmored 6mm² Copper cable shall be used for

interconnection and supply of power to Yard lighting systems. The connection will be staggered in to three phases uniformly. The cable shall be loop in & loop out from the Connector Boxes of each yard lighting system.

b. Cables in the array yard shall be laid direct in ground at a depth of 500mm in the excavated trenches along with approved route and covered with sand cushion. A continuous single brick protective layer of first class brick shall be placed over the entire length of the underground cable before refilling the trench with loose soil. Alternatively, 6” wide continuous layer of 11/2” thick concrete cable markers may also be provided as protective cable cover. The cables shall be laid inside class B, GI pipes of suitable size under road crossings, drains, sewerage lines, entry or exist points of the buildings or where there are chances of mechanical damage.

c. Cable terminations shall be made with suitable cable lugs & sockets etc.

Page 67: SOLAR SPEC 06-12-2010

67

crimped properly and passed through brass compression type cable glands at the entry & exit point of the connector box at the entry point to MCB distribution Box for controlling the yard lighting system.

III. Internal Wiring: This shall include all works necessary for wiring to the point of utilization of the load to be applied for the wiring of light, fan or plug point etc., Point wiring shall include all works necessary in complete wiring of a Piano Type switch Circuit of any length from the tapping point ie Junction Box to the following, via the switch. The followings shall be deemed to be included in the point wiring:

• Earth wire for three pin socket point to the common earth station (iv) all metal blocks, board & boxes sunk type including those required for mounting fan regulator bus excluding those under the DB and control switch.

• Indoor point wiring will be casing capping type with 1.1 kV PVC insulated 2 x 1.5mm2 Copper wire including Wooden switch Board covered with Bakelite Cover, Ceiling Rose supply of wire, casing-capping, appropriate size bare copper earth wire, screw & and other accessories etc., as such where required. The work includes supply of all requisite materials. Standard ISI marked Anchor or equivalent good make materials are to be used for point wiring.

• PVC casing capping and all accessories shall be of Heavy gauge Polyphone with all accessories and white in colour. Conduit / buses through wall shall be flash after cutting wall and including mending well the damages. Casing capping on wall shall be fixed with suitable screws at an interval not less than 300mm.

• All out door point wiring will be with hard PVC conduits of approved make. Suitable hard PVC bends, saddles, Tees etc., are to be used for outdoor wiring.

IV. Air Conditioning &Ventilation System: a. Air Conditioning: 1.5Ton Split Type Air Conditioning System of reputed

make with 5 Star energy rated shall be provided for SCADA Room.

b. Ventilation System: As per the design of the system, proper ventilation system shall be provided for the PCU room with Air Circulators & Roof Exhaust Fans.

3.2.20. Fire & Safety: Fire Fighting System:

Fire fighting equipment to take care of fire at various locations in line with the guidelines of T.A.C shall be provided. Fire detection and Alarm system for cable gallery and control room shall be provided.

Portable fire fighting equipments shall also be provided at strategic locations in the solar plant as well as out door yard.

i) Dry Chemical Powder Fire Extinguishers: The Dry Chemical Powder Fire Extinguisher shall be Upright type of capacity 10 Kg having IS:2171. 7 IS: 10658 marked. The fire extinguisher shall be suitable for fighting fire of Oils, Solvents, Gases, Paints, Varnishes, Electrical Wiring, Live Machinery Fires, All Flammable Liquid & Gas.

ii) CO2 Fire Extinguishers: The CO2 Fire Extinguishers shall be Upright type of capacity 7, 10 Kg having IS: 2878:1986 and IS:8149:1976 marked.

iii) Sand Buckets:

Page 68: SOLAR SPEC 06-12-2010

68

The bucket should be wall mounted made from at least 24 SWG sheet with bracket fixing on wall conforming to IS 2546. iii) Danger Notice Boards: Danger notice plates shall be provided wherever necessary. Suitable size of each Danger Notice plates shall be provided as per statutory requirement , made of mild steel sheet and at least 2mm thick, and vitreous enameled white on both sides, and with inscription in signal red colours on front side as required. The inscriptions shall be in Telugu and English language. iv)Safety Requirements: The switchgears shall be designed to offer adequate level of safety to operating / maintenance personnel. Means shall be provided to prevent access to the live part to avoid accidents during service as well as maintenance period. Bidder shall bring out the safety means provided to achieve above. A detailed instruction plate suitable for wall mounting shall be provided for each switch gear room describing various safe operating procedure / safety precautions for safe operation and maintenance of switchgear. Rubber mats shall be provided in front of each panel.

3.2.21. Energy Metering:

PCU and Interfacing shall be provided with microprocessor based ABT and Tri-vector featured Meters having online data transfer facility to record energy. The accuracy class of energy meters shall be of 0.2 class. The lines shall be provided with main and check meters. The meter shall be capable of metering Active & Reactive energy both Import and Export. The meter shall indicate maximum demand by integrating the energy for the preset period. The meter shall register maximum demand in separate preset periods of the day with provision for recording of tamper/ abnormal events with date and time stampings in its non-volatile memory. Separate PTs and CTs shall be provided for line energy meters. Energy meters shall be approved by the purchaser /Utility. Meter must be provided with the necessary data extracting cables.

2 Sets of microprocessor based ABT and Tri-vector featured Meters of 0.2 Accuracy class.

3.2.22. Completeness of Equipment: All the fittings/Accessories/equipments that might not have been mentioned specifically in the specification but are necessary for satisfactory performance of the plant as per the norms of JNNSM shall be deemed to be included in the specification and shall be supplied and installed by the Contractor without any extra charge.

3.2.23. Civil Works:

i. Scope of the Civil Works: The Solar plant shall be designed so as to conform with the latest Engineering designs , architectural values and aesthetic features etc., in order to establish an ideal solar PV plant.

ii. Topographical Survey: Topographical Survey shall have to be done for the proposed site at suitable interval by Plain Table or any other suitable standard method of survey. Based on the above survey work a general layout drawing with clear demarcation showing Boundary Pillars, location of Control Room, Array Yard, Approach Road and General Drainage etc. has to be prepared. Six sets of drawings and survey reports along with all relevant documents to be submitted.

iii. Soil Test: To ascertain Soil Parameters of the proposed site for construction of 1MW Unit Control room, HT Lines & Array Yard, the Contractor shall carry out Sub Soil

Page 69: SOLAR SPEC 06-12-2010

69

Investigation through certified soil consultant. These reports shall be furnished to APGENCO. The scope of sub soil investigation covers: execution of complete soil exploration including boring, drilling, collection of undisturbed soil sample wherever possible, otherwise disturbed soil samples, conducting laboratory test of samples to find out the various parameters mainly related to load bearing capacity, ground water level, settlement and sub soil condition and submission of detail reports with recommendation regarding suitable type of foundation for each bore hole along with recommendation for soil improvement wherever necessary. The soil test also includes analysis of water sample.

iv. Planning and Designing: a. The Bidder has to plan and design the Plant Array Yard &1MW Unit Control

Room in a proper manner. The bidder has to develop general layout drawing of Plant PV Array Yard, Transformer, Double pole Structure, Control Room, Internal Road & Drainage (ensuring no water logging in the Power Plant Compound) along with Sanitary plumbing layout etc. All Design & drawings has to be developed based on specification given in the tender, soil report and relevant IS unless otherwise specified. All details related to internal electrification, water supply and sewerage system should be clearly shown in the drawings. The work also includes landscaping of the entire Plant Array Yard & Control room area. APGENCO reserves the right to modify the landscaping design at any stage as per local site conditions/requirements.

b. Design should be developed considering optimal usage of space, material and labour without compromising the effect of shadow, cooling, ventilation, accessibility etc. The design of Control Room Building shall also incorporate the outlet openings for ventilation ducting from “Power Conditioning Units”.

c. The bidder shall submit preliminary drawing for approval & based on any modification or recommendation, if any. The Contractor shall submit ten sets of final drawings for formal approval to proceed with construction work.

d. The building shall be with concrete construction in compliance with National Building Code and relevant BIS/International standards.

v. Site Development: Landscaping work of the entire area of the plant premises shall have to be done as per drawing developed by the Contractor and as per approval. All proper attention must be given to the drainage and water run off.

The scope include the following: • Site grading, leveling, drilling exploratory bore holes and consolidation of the

area pertaining to the installation of SPV modules of solar plant. • Embedment of structures suitable for mounting PV modules on ground. • Laying of earthing equipments / structures and connecting to the main

ground mat as per the statutory requirements. • Cutting of cable trenches wherever necessary. • Providing foundation for transformers, structures etc.

vi. Module Structure Foundations

a. Modules structures foundation should be RCC foundation columns made with cement concrete as per design based on site soil condition. The minimum clearance between lower edge of the PV and Ground Level shall be 1000 mm. While making foundations designs due consideration will be given to weight of module assembly, maximum wind speed as per specification. Seismic factors for the site to be considered while making the design of the foundation. The design of array structure shall be based on soil test report of the site and shall be approved by APGENCO.

b. Foundation drawings & designs shall be submitted to APGENCO for approval before starting the work. Foundation digging of Module Mounting Structure shall commence only after the proper leveling of the site.

Page 70: SOLAR SPEC 06-12-2010

70

vi. Water & Arrangement for Modules Washing: a. Water distribution System within the Plant area for cleaning the modules:

Water should be drawn from the single point source provided within the Plant Area by APGENCO. The Bidder should make necessary arrangements of booster pump and laying of network of GI pipe in each row of SPV Panels. Opening from the GI pipe with manual isolating valves should be provided at regular interval in each row of SPV panels.

GI pipes of Medium quality conforming to IS 1239 (Part I-1990) and IS 1795-1982 (reaffirmed 1990) for Mild Steel pipes shall be used for all water supply and plumbing works. The Syntax or equivalent make PVC storage water storage tank conforming to IS:12701 shall be provided over the roof of the control room with adequate capacity for 20 No person and 8 hr requirement complete with all fitting including float valve, stop cock etc.

viii. Control Room Building Of 1MW Solar Plant Unit:

The control room buildings shall have to be designed based on topological survey report & soil testing report, relevant BIS code, National Building Code of India, unless otherwise mentioned in the general scope of work & technical specification in consultation with Project Manager/Site-in-Charge. All kind of Construction work shall follow the appropriate IS standards.

a. Control Room of innovative and appropriate design with at least 1250 Sft (or suitable higher size required) for accommodating the inverters, control panels, etc and additional room/cabin/space for accommodating operating personnel, storage of spares, etc with a height of 5 Mts.. The control room, operator cabin, toilet facilities etc shall be equipped with all accessories.

The bidder has to submit the proposed drawing of control room building along with the bid to the owner for approval.

b. Control Room building shall be equipped with Toilets, Washbasin, and Overhead tank for water storage with proper fresh water and sewage arrangement and septic tank has to be provided. Relevant standards have to be maintained for construction.

For the operation & maintenance of SPV Plant, the central control room has been proposed. It shall have Air conditioned SCADA room, Store Room, Lobby, Toilet and Urinal ,

The bidder has to submit the proposed drawing of control room building along with the bid to the owner for approval. The building shall be designed to meet national building code requirement.

c. RCC WORK - All RCC works shall be M 20 grade concrete design mix as per IS 456-2000 and the materials used viz. Cement reinforcement, steel etc. shall be as per relevant IS standards. In addition IS: 2502 Code of Practice for Bending and Fixing of Bars for concrete Reinforcement must be complied. Reinforcement shall be high strength TMT Fe 415 or Fe 500 conforming to “IS: 1786-1985”.

d. Masonry Work - All brick works shall be using at least II class bricks of approved quality as per IS 2212 and IS: 3495. The cement mortar for brick masonry shall be in the ratio 1 cement and 5 sand, by weight. The cement mortar shall be machine mixed. Bricks required for masonry work shall be thoroughly soaked in clean water tank for approximately two hours. Brick shall be laid in English bond style. Green masonry work shall be protected from rain. Masonry work shall be kept moist on all the faces for a period of seven days.

e. Doors & Windows - Doors, windows and ventilators of air-conditioned areas, entrance lobby of all buildings (where ever provided), and all windows and ventilators of main plant and service building shall have, electro colour dyed (anodized with 15 micron coating thickness) aluminum framework with

Page 71: SOLAR SPEC 06-12-2010

71

glazing. All doors of toilet areas shall be of steel framed solid core flush shutter. All other buildings doors windows ventilators (unless otherwise specified) shall be of steel.

The doors frames shall be fabricated from 1.6 mm thick MS sheets and shall meet the general requirements of IS: 4351. Steel windows and ventilators shall be as per IS: 1361 and IS:1038. All windows and ventilators on ground floor of all buildings shall be provided with suitable grill.

Minimum size of door provided shall be 2.1 m high and 1.2 m wide. However for toilets minimum width shall be 0.75 m and office areas minimum width shall be 1.20m.The main entrance shall include Mild Steel single leaf door. The structural steel shall conform to IS: 7452 and IS: 2062. The holdfasts shall be made from steel flats (50 mm and 5 mm thick). The fixtures, fastenings and door latch are to be made with same materials. Each window unit shall have a solid bronze polished, cam locking handle and strike. All steel windows shall be suitably painted after fabrication in accordance with the relevant Indian Standard(s). Fixing of metalled doors and windows shall be done in accordance to IS: 1081and IS 7452.

Doors and windows on external walls of the buildings (other than areas provided, with insulated metal claddings) shall be provided with RCC sunshade over the openings with 300 mm projection on either side of the openings. Projection of sunshade from the wall shall be minimum 450 mm over window openings and 750 mm over door openings except for main entrance door to the control room where the projection shall be 1500mm.

f. Glazing - All accessible ventilators and windows of all buildings shall be provided with min. 4mm thick float glass, plain or tinted for preventing solar radiations, unless otherwise specified. For single glazed aluminum partitions and doors, float glass of 8mm or 10 mm thickness shall be used. All glazing work shall conform to IS:1083 and IS:3548. 6 mm reflective toughened glass, with following minimum technical characteristics: Solar factor 45% or less, U-value less than 5.7 W/SQMK, VLT min 35%: The glass to be used should be from the manufacturers of glass like Glavebel (Belgium), Saint Gobain (France) or Fort (USA) Or equivalent. The glass should be free from distortion and thermal stress

g. Plastering - All external surfaces shall have 20 mm cement plaster in two coats, under layer 16 mm thick cement plaster 1:4 and finished with a top layer 4 mm thick cement plaster 1:3 with water proofing compound. White cement primer shall be used as per manufacturer‟s recommendation.

At least one coat of plaster shall be applied to interior walls by hand or mechanically, to a total thickness of 12 mm using 1:4, 1 cement and 4 sand. Plastering shall comply to IS: 1542, IS:1661, IS:1630. Oil bound washable distemper on smooth surface applied with 2 mm thick Plaster of Paris putty for control room. Plaster of Paris (Gypsum Anhydrous) conforming to IS:2547 shall be used for plaster of Paris punning.

h. Flooring - The Cement shall be ordinary Portland cement as per IS:269. Base concrete for flooring with a bed of 100 mm thick in CC 1:4:8 using graded concrete of 40mm nominal size HBG metal For pantry slab and control room floor mirror polished (6 layers of polish) Granite stone (slab) of minimum thickness of 18 mm shall be used.

i. Foundations : CC (1:4:8) using graded aggregate of 40mm nominal size HBG metal shall be laid as leveling course under footings. The CC work shall be executed as per the latest IS Codes. Major portion of the site is filled up area which contains majority of boulders with soil muck. Necessary foundation treatment like sand sluice treatment shall be taken and all foundations of structures shall be suitably designed considering the

Page 72: SOLAR SPEC 06-12-2010

72

condition of present site strata.

j. Roofing - Roof of the C.R. Building shall consist of Cast-in-situ RCC slab treated with a water proofing system which shall be an integral cement based treatment conforming to CPWD specification (item no. 25.8 of DSR 1997). The roof of the building shall be water proof with tar felt 5 layer over screeding. The roof shall be designed for minimum superimposed load to 150 kg/m2.

For efficient disposal of rainwater, the run off gradient for the roof shall not be less than 1:100 and the roof shall be provided with RCC water gutter, wherever required. Gutter shall be made water tight using suitable watertight treatment. This gradient can be provided either in structure or subsequently by screed concrete 1:2:4 (using 12.5 mm coarse aggregate) and/or cement mortar (1:4). However, minimum 25 mm thick cement mortar (1:4) shall be provided on top to achieve smooth surface.

k. Paintings Of Walls & Ceilings - The paint shall be anti-fungal quality of reputed brand suitable for masonry surfaces for high rainfall zone. All painting on masonry or concrete surface shall preferably be applied by roller. If applied by brush then same shall be finished off with roller. For painting on concrete, masonry and plastered surface IS:2395 shall be followed. All paints shall be of approved make including chemical resistant paint. Minimum 2 finishing coats of paint shall be applied over a coat of primer.

For painting on steel work and ferrous metals, BS: 5493 and IS:1477 shall be followed. The type of surface preparation, thickness and type of primer, intermediate and finishing paint shall be according to the painting system adopted.

The cement paint as per as per IS : 5410 shall be of approved brand and manufacturer. Ceiling of all rooms except Battery room shall be white washed. The ceiling of Battery room (if provided) shall be acid resistant paint.

l. Plinth Protection - Plinth protection shall be provided around all the buildings with Brickbats and PCC 1:2:4 & smoothly finish of top surface.

n. Plumbing & Sanitary - Each toilet shall have the following minimum fittings. WC (Western type) 390 mm high with toilet paper roll holder and all fittings or WC (Indian Type) with all fittings (both types of WCs shall be provided at alternate locations). Urinal (430 x 260 x 350 mm size) with all fittings. Wash basin (550 x 400 mm) with all fittings. Bathroom mirror (600 x 450 x 6 mm thick) hard board backing CP brass towel rail (600 x 20 mm) with C.P. brass brackets

Soap holder and liquid soap dispenser.

All fittings, fastener, grating shall be chromium plated. Necessary plumbing lines shall be provided for office cum control room building and Security cabin. The floor finish for washroom and toilet shall be vitrified ceramic anti-slip tiles and Dado glaze ceramic tiles upto 2.1m shall be used. The normal size of Ceramic tiles shall be 300 mm X 300 mm X 9 mm and shall comply IS: 15622. The bidder shall design & provide below ground one septic tank and two soak pits and assuming that a total of 10 persons shall be working for O&M in combined three shift.

The pantry shall consist of one number stainless steel pantry sink, as per IS : 13983, of size 610 x 510 mm, bowl depth 200 mm with drain board of at least 450 mm length with trap, with inlet and outlet connections and GI

Page 73: SOLAR SPEC 06-12-2010

73

concealed water supply pipe of minimum 12 mm dia of medium class, sanitary pipe of minimum 75 mm diameter, floor trap with Stainless Steel grating, inlet and outlet connections for supply and drainage, with all bends, tees, junctions, sockets, etc., as are necessary for the commissioning and efficient functioning of the pantry (all sanitary fittings shall be heavy duty chrome plated brass, unless noted otherwise).

o. Stairs - Bidder to provide service ladder to access the roof for maintenance of communication equipment and water tank.

p. False Ceiling - The control room shall be provided with false ceiling of 15 mm thick mineral fiber board, in tile form of size 600mm x 600mm, along with galvanized light gauge rolled form supporting system in double web construction pre painted with steel capping, of approved shade and colour, to give grid of maximum size of 1200x600 mm as per manufacturers details including supporting grid system, expansion fasteners for suspension arrangement from RCC, providing openings for AC ducts(if required), return air grills(if required), light fixtures, etc., all complete.

q. Office Furniture: Adequate and appropriate ergonomically designed furniture of approved make for the control room shall be included in the offer. The furniture should be chosen in such a way that it matches with the décor of the control room. Furniture shall be of reputed approved manufacturer.

r. Signboards: The Signboard will contain brief description of the Power Plant. The Signboard will be made of steel plate of not less than 3 mm. Aluminum strip of 2 mm thickness, 18mm width and length equal to the length of sign board shall be provided with the board for clamping the board on to the RC Poles. Letters on the board have to be with proper illumination arrangement. The design & size of the signboard shall have to be befitting the Control Room.

s. Others: Any Civil work which is not mentioned or included here but necessary for the plant shall be borne by bidder.

3.2.24. Erection, Testing and Commissioning:

The scope of erection, testing and commissioning shall cover the following.

a. Receipt and unloading at site. b. Transportation from place of unloading to stores. c. Storage. d. Transportation from stores to place of erection. e. Erection, testing and commissioning. f. Insurance of equipment for transit, storage and upto one year after

commissioning

3.2.25. Data to be Furnished By Vendor: A. At the time of submission of the bid:

• General Layout drawing of Solar PV power plant locating control room building, module yard, internal roadways, drainage system, fencing, gate, water distribution line mentioning all lines and levels.

• Single line diagram of Solar PV Plant. B. After Award of Contract:

I. Drawings: a. All drawings submitted by the Vendor/Contractor including those submitted

at the time of Bid shall be in sufficient detail to indicate the type, size, arrangement, weight of each component, packing and shipment, the external connections, fixing arrangements required, the dimensions required for

Page 74: SOLAR SPEC 06-12-2010

74

installation and interconnections with other equipment, clearances and spaces required between various portions of equipment and any other information specifically requested.

b. The Vendor/Contractor shall submit to the Corporation for approval, within the times named in the specification such drawings, samples, patterns and models as may be called for therein or as the Corporation may reasonably require, provided that the Vendor/ Contractor shall not be under any obligation to supply copies of shop drawings. Within a reasonable period after receiving such Drawings, samples, patterns and models, the Corporation shall signify his approval or otherwise. Copies of all drawings which require to be approved by the Corporation shall be provided by the Vendor/ Contractor. The Vendor/ Contractor shall supply additional copies of approved drawings.

c. The Corporation shall have the right at all reasonable times to inspect all

drawings at the factory of the Vendor/Contractor. d. Any expenses resulting from an error or omission in or from delay in delivery

of the drawings shall be borne by the Vendor/ Contractor.

e. As the implementation of the plant is time bound programme. The Vendor/Contractor shall submit copies of the list of all relevant drawings he proposes to submit for approval identifying each by a serial number and descriptive title within one week from the date of Purchase order/LOI whichever is earlier and shall submit the detailed drawings within one week or seven days thereafter. And the contractor advised to get approval of drawings duly sitting with APGENCO, so as to obtain the approval of the drawings within the time frame.

f. After placement of purchase order, the Vendor/Contractor shall submit copies of design calculations, material specifications and detailed drawings as called for in the Equipment specification for the Owner/Purchaser for review. The Vendor/ Contractor must satisfy the Owner/Purchaser as to the validity of his design with reference to the requirements of Statutory Code Authorities.

g. Drawings submitted for approval shall be signed by responsible representatives

of the Vendor/Contractor and shall be to any one of the following sizes in accordance with Indian Standards: Ao, A1, A2, A3 or A4.

h. All drawings shall show the following particulars in the lower right hand corner

in addition to the Vendor's/Contractor's name: i) Name of the Purchaser ii) Project Title iii) Order No./Contract Number iv) Title of Drawing Scale vi) Date of Drawing vii) Vendor's/Contractor's Drawing Number viii) Space for the Engineer's drawing number

i. In addition to the information provided on drawings, each drawing shall carry a

revision number, date of revision and brief details of revisions carried out. Wherever any revision is carried out, correspondingly revision number must be updated.

j. All dimensions on drawings shall be in metric units, unless otherwise specified. k. The Owner/Purchaser or the Engineer will return to the Vendor / Contractor

(a) one print stamped 'Approved' or (b) one print stamped 'Approved with comments as noted', or (c) one print marked with comments. In the case of (a) no further submission of the drawings is required. In the case of (b) the Vendor /Contractor shall correct his original Drawing to conform with comments of the Owner /Purchaser, and furnish the corrected drawings to the

Page 75: SOLAR SPEC 06-12-2010

75

Owner / Purchaser for the purpose of records. If the Vendor/ Contractor is unable to incorporate certain comments in his drawings he shall clearly state in his forwarding letter such non-compliance along with valid reasons.

l. Any work performed or material ordered by the Vendor/ Contractor prior to receipt of drawings stamped 'Approved with comments as noted' by the Owner/Purchaser shall be at the risk of the Vendor/Contractor. After print of any drawing has been returned 'Approved', the Vendor/Contractor may release all parts covered by the drawing for production.

m. Upon completion of the installation, the Vendor/Contractor shall furnish a complete set of drawings on Compact Discs. The Vendor/Contractor shall make in a neat and accurate manner, a complete record of all changes and revisions to the original design, as installed in the completed work. These drawings shall be submitted to the Owner/Purchaser for records, these become the property of the Owner/ Purchaser.

n. If, at any time before the completion of the work, changes are made necessitating revision of approved drawings, the Vendor/ Contractor shall make such revisions and submit for approval.

o. The Contractor shall furnish the following drawings and obtain approval. i. General Arrangement and Dimensional Layout of SPV Plant. ii. Drawing showing the layout of SPV panel, Transformers, Mounting etc. iii. Drawing showing the Terminal connection between the SPV Modules, Transformer, 11KV Switchgear, Lines etc. iv. Structural drawing along with foundation details for the structure. v. Arrangement of the Power Conditioning Unit. vi. Drawing showing details of CTs, PTs, Breakers and external connection details. vii. Item wised Bill of material for complete SPV plant covering all the components and associated accessories. viii.Manufactures drawings of all the equipment. ix. Applicable correction factors/curves, model calculations for performance testing etc/and any other related drawings.

II. Instruction Manuals: a. The Vendor/Contractor shall submit the preliminary instruction manuals for all

the Equipment, covered under the 'Contract' as specified from the date of his acceptance of the purchase order to the Corporation. The final instruction manuals complete in all respects shall be submitted by the Vendor/Contractor. The instruction manuals shall contain full details and drawings of all the Equipment, the erection procedures, testing procedures and operation and maintenance procedures of the Equipment.

b. If after the commissioning and initial operation of the Plant, the instruction manuals require any modifications/additions/ changes, the same shall be incorporated and the updated final instruction manuals shall be submitted by the Vendor/Contractor to the Owner/Purchaser.

c. The Operating and Maintenance Instructions together with drawings (other than shop drawings) of the Equipment shall be in sufficient detail to enable the Owner/Purchaser to maintain, dismantle, reassemble and adjust all parts of the Equipment. They shall give a step by step procedure for all operations likely to be carried out during the life of the Plant/Equipment including erection, commissioning, testing, operation, maintenance, dismantling and repair. Each manual shall also include a complete set of approved drawings together with performance/rating curves of the Equipment and test certificates wherever applicable. The `Contract' shall not be considered to be completed for purposes of taking over until such instructions and drawings have been supplied to the Owner/ Purchaser.

d. A separate section of the manuals shall be devoted to each size/ type of

Page 76: SOLAR SPEC 06-12-2010

76

Equipment and shall contain a detailed description of construction and operation, together with all relevant pamphlets, drawings and a list of parts with procedure for ordering spares. Maintenance instructions shall include checking, testing and replacement procedures to be carried out daily, weekly, monthly and at longer intervals to ensure trouble-free operation. Where applicable, fault location charts shall be included to facilitate finding the cause of mal-operation or breakdown. A collection of the Manufacturer's standard leaflets will not be accepted, to mean compliance of this clause. The manual shall be specifically compiled for the concerned Project. Unless otherwise specified, three (3) copies of the final manual shall be mailed at the time of dispatch of Equipment and remaining shall accompany the Equipment.

III. Test Certificates:

a. Type Test Certificates for all the tests specified for the factory built SPV Plant Modules, component parts and for all the equipment shall be submitted by the Contractor. Available Type test certificates for component parts shall be submitted within 15 days.

b. Routine test certificates for all the tests specified for the factory and the component parts shall be submitted by the Contractor.

c. Equipment shall not be dispatched unless the test certificates are duly approved by the Purchaser/Engineer.

3.2.26. Codes And Standards:

Standards of engineering, design and workmanship: The bidder shall note that it is not the intention to specify completely herein all details of the design and construction of equipment. However, the equipment shall conform in all respects to high standards of engineering, design and workmanship and shall be capable of performing in continuous commercial operation. The APGENCO, who will interpret the meanings of drawings and specification, shall have the power to reject any work or material which in his judgment is not in accordance therewith. The equipment offered shall complete with all components necessary for its effective and trouble free operation. Such components shall deemed to be within the scope of Bidder’s supply only, irrespective of whether these are specifically mentioned in the specification, his bid and/or the commercial order or not.

Equipment shall conform to international standards including IEEE for design and installation of Grid connected PV system. The standards cover various aspects such as PV Modules , Cable types and selection , Temperature considerations, voltage ratings, BoS wiring, Inverter wiring, Blocking Diodes, Bypass Diodes, disconnect devices , grounding requirements, Surge and Transient suppression, Load Centre, Power qualities , Protection features and Safety Regulations in addition to practices as mentioned in Data Sheets.

3.2.27. Scope of Annual Maintenance: This is a comprehensive maintenance contract (i.e., regular, preventive, scheduled as per manufactures recommendations and break down maintenance etc.) which includes necessary men, material/spares and consumables.

a. Zero Date of Annual Maintenance period shall begin on the date of actual commissioning of the Power Plant and synchronized with the grid and acceptance of APGENCO.

b. During the initial period of operation and periods of annual maintenance, the contractor shall provide necessary supervisory personnel to make the APGENCO’s operating personnel well acquainted with the regular Operation & Maintenance of the entire plant and thereafter, he shall provide the personnel required for maintaining the plant at optimum service level.

c. It is the responsibility of the Bidder to maintain necessary spares, consumables men, material at site to operate the Plant satisfactorily for a period of 5 years with minimum outages. During the operation, repairs/breakdown of equipment if any shall be rectified with in stipulated time below

Page 77: SOLAR SPEC 06-12-2010

77

For minor repairs : with in 24 Hours For Major Repairs : with in week days

Beyond which APGENCO shall have right to recover the value of proportionate guaranteed energy loss as liquidated damages for the delays beyond above stipulated time from the running bills due to Contractor or from securities with the purchaser.

d. The maintenance contactor shall arrange normal and preventive maintenance of the Power Plant equipment and submit the reports regularly.

e. The maintenance staff of the Bidder shall be available in the power plant for every day.

f. The bidder shall submit the details of maintenance schedules, quality/inspection plan, nature of problems/troubles encountered and their classification, period required for completion etc along with his bid.

SPARE PARTS

All spares shall be supplied by the bidder along with various equipment (required for 5 years satisfactory operation) and such spares shall be new and free from defects in design, material and workmanship and shall be guaranteed. In case of any failure in original/ component of equipment and if such failures are due to bad quality, design, materials and workmanship, spare parts if any, supplied for such components/ parts, shall also be replaced without any extra cost(including Taxes & Duties etc) to the purchaser. If it is, however, proved, that the failure is due to defective quality, design, etc then those spare parts not manufactured along with the original equipment shall also be replaced at no extra cost (including Taxes &Duties etc.) to the purchaser. Such replaced spare parts shall have the same Guarantee as applicable to the replacement made for the defective original parts/ components. The replaced parts will become the property of the bidder.

If any damage occur to any other equipment covered under the contract against this specification or due to defective part supplied under the contract, the supplier shall be responsible for making good the said damage.

3.2.28. Losses:

The equipment to be installed and connectors shall be high quality and High efficient so that losses should be barest minimum.

3.2.29. The following T&P shall also be included in the scope of the supply: a. Tool Box with draw out type Racks b. DE Open type Spanners of all sizes starting from 6-7 to max size required for Plant.

c. Ring type Spanners of all sizes starting from 6-7 to max size required for Plant. d. Screw Driver Set e. Ratchet (Wrench) Box with all Handles & Bits- 1Set f. Hammers – Light, Medium & Heavy duty Each 1No. g. Cutting Pliers- Small, Medium & Heavy duty Each 1No. h. Nose Pliers- Small, Medium & Heavy duty Each 1No. i. Insulation wire strippers- 3Nos j. Rechargeable Torch Lights(Sanyo male)- 3Nos k. Digital Tong Tester(Meco make)- 1No l. Digital Multimeter (Meco make) - 1No m. 1000Volts Megger -1No n. Any special Tools/Instruments required for installation/maintenance of Solar

Power Plant.

Page 78: SOLAR SPEC 06-12-2010

78

SCHEDULE-1

(Details to be filled/Furnished by the Bidder) I. GUARANTEE TECHNICAL PARTICULARS:

1. Capacity proposed (1MWp) :

2. Type of SPV module (Crystalline) :

3. Rating of SPV module (200Wp and above) :

4. PCU (inverters – 250 KW each) :

5. SCADA for diagnosing and monitoring :

6. Schematics and layout drawings. :

7. No. of modules to be used :

8. Array rating :

9. Step up Transformer and switchgear for evacuation

:

10. Area required :

11. Guaranteed annual energy generation per 1MWplant (Minimum 1.4 million units) a) Fixed type with seasonal tilt module mounting structure b) Single Axis Tracking type module mounting structure

:

II. Geographical Details of Project:

a) Latitude b) Longitude c) Height above seal level

III. Meteorological parameters for the site:

a) Solar radiation data b) Temperature data

IV. Technical details of PV Module:

a) Technical Specifications of PV modules (Data sheet to be enclosed) b) Whether meeting the relevant IEC Qualification standards as per the

JNNSM guidelines (copies of IEC Certificates to enclosed) c) PV module power output at STC d) Dimensions of single module e) Conversion Efficiency of PV Module(>13%) f) Year wise % degradation of the modules for the next 25 years from the date

of commencement of plant.

V. SPV Array Details

a) Total PV array capacity b) Details of series / parallel combination c) Total no. of Modules to be used d) Out put of the PV array (s) to be connected to the PCU

Page 79: SOLAR SPEC 06-12-2010

79

VI. Mounting Structure

A. Fixed type with seasonal tilting facility from -150 to + 150 of Latitude

a) Type

b) Material

c) Overall dimensions

d) Coating

e) Wind rating

f) Tilt angle

g) Foundation

h) Number of Module structure

B. Single axis tracking system detailed specifications are to be mentioned Below VII. Power Conditioning Unit:

Input Data Max PV Power : DC Voltage range MPPT : Output Data: : Continuous output power rating : Nominal output voltage : Output frequency : THD : Efficiency (95% and above) : Enclosure : Grid voltage & frequency : Grid Frequency tolerance : Grid Voltage tolerance : No-load loss : Sleep mode loss : Stand by mode loss : 75% and 100% load loss :

i. Whether Indian / International certification obtained for PCU (Please enclose a

copy of the certificates).

VIII. Details for Power Evacuation Arrangements: A. Transformer (Outdoor Type):

a. Manufacturer Make : b. Full load rating KVA : c. Number of Phases : d. Rated No-load voltages: i) HV : ii) LV : e. Type of cooling : f. Percentage impedance : g. Winding connection : i) HV : ii) LV :

iii. Vector group : h. Off Load Tap Changing

i) Total tappings range : % ii) Tapping steps :

Page 80: SOLAR SPEC 06-12-2010

80

i) Maximum temperature rise of a) Oil by Thermometer : ºC b) Winding by Resistance method : ºC j) Maximum Losses: k) Load loss at rated current at 75 deg. C : KW

winding temperature l) No-load losses ( core loss and dielectric : KW

loss at 100% rated voltage and frequency subject to + tolerance as per applicable standards)

m) Magnetic current at rated voltage and frequency: % in percent of full load current

n) Weight i) Copper Winding : Kg ii) Core : Kg iii) Oil : Kg iv) Total : Kg

o) Efficiency at 75 ºC Full Load, UPF : % p) Maximum flux density i) At rated voltage : Wb/m2 ii) At 110% of rated voltage : Wb/m2

B. 11kv Switchgear: a) Vaccum Circuit breaker(Outdoor type):

1. Type 2. Number of poles 3. Rated voltage 4. Rated normal current 5. Rated short circuit breaking current 6. Rated short time withstand current 7. Rated Operating Duty 8. Rated insulation level i) Rated/min power frequency withstand voltage (rms value) ii) Rated lightning impulse withstand voltage (peak value) 9. Rated duration of short circuit 10. Rated control voltage for closing and opening devices and auxiliary circuits 11. No. of Auxiliary Contacts

b) Current Transformers(Outdoor type): IS: 3156 1. Make: 2. Rated Insulation level i) Rated/min power frequency withstand voltage (rms value) ii) Rated lightning impulse withstand voltage (peak value) 3. Instrument Safety Factor(ISF) 4. Minimum creepage 5. Ratio

i) Primary ii) Secondary

6. Class of Accuracy i) Core I (Metering):

ii) Core II (Protection) 7) Burden

i) Core I (Metering): ii) Core II (Protection)

c) Potential Transformers(Outdoor type): IS: 3156 a. Make: b. Rated Insulation level i) Rated/min power frequency withstand voltage (rms value)

Page 81: SOLAR SPEC 06-12-2010

81

ii) Rated lightning impulse withstand voltage (peak value) a. Instrument Safety Factor(ISF)

b. Minimum creepage c. Ratio

i) Primary ii) Secondary

c. Class of Accuracy d. Burden e. Connection(Delta/Delta) Note: Potential transformers shall be single phase units. Each secondary shall be protected by 3 Amps. HRC fuse.

d) Lightning Arrestors: 1) Make: 2) Rated Voltage: 3) Discharge Current:

e) Cables: 1. Name of manufacturer. 2. Type of cable. 3. Standards applicable. 4. i) Voltage grade of cable:

ii) No of cores and sizes: iii) Suitable for earthed/unearthed system

iv) Continuous current carrying capacity: • For standard conditions as per IS • For site conditions.

v) Test voltage (KV/Minute). 5. Conductor:

i. Material ii. Nominal cross sectional area ( sq.mm) iii. Number and diameter of wires (No./mm) iv. Resistance per KM. v. Capacitance per meter. vi. Tensile strength (Newtons/Sq.mm)

6. Insulation: i. Composition of Insulation. ii. Thickness of insulation(mm) iii. Specific insulation resistance at 85 ºC.

7. Colour Scheme for identification of cores: 8. Sheath:

i. Material ii. Type iii. Calculated diameter over inner sheath. iv. Thickness.

9. Over all diameter of the cable (mm) 10. DC Resistance of conductor at 20 ºC. per 1000 meters. 11. AC Resistance of conductor at 20 ºC. per 1000 meters. 12. Insulation resistance at 20 ºC. 13. Reactance at 50 C/S. 13. Conductor temperature corresponding to continuous current (ºC) 14. Short circuit capacity:

i. Short circuit current (amps) ii. Duration of short circuit

iii. Conductor temperature allowed for the short circuit duty (ºC) 15. Tests: Full details of tests proposed to be carried out shall be furnished with

the tender.

Page 82: SOLAR SPEC 06-12-2010

82

16. Reference to standards: i) For cable construction. ii) For conductor iii) For Sheath v) For tests.

f) Trivector Energy Metering Equipment (ABT Compatible):

i) Make: ii) Class of Accuracy: iii) MF

g) AB Isolator: a. Make

b. Rated Voltage: c. Rated Current

IX) Auxiliary supply for operation/control, protection, alarm, indication etc. i) DC supply ii) AC supply

X) UPS for SCADA : a) Battery Bank : i) Make : ii) Capacity : iii) Type : b) Charger & Inverter : i) Make : ii) Capacity : iii) Type : iv) Riple factor v) Output Voltage Range & wave form(Pure Sinewave) : vi) Frequency Range :

XI) DC Control Supply: a) Battery Bank :

i) Make : ii) Capacity : iii) Type :

b) Float cum Boost Charger: i) Make : ii) Capacity : iii) Type :

XII) SCADA : a) Software

i) Functionality: ii) Trends : iii) Reports : iv) GUI :

b) Hardware i. Monitor (22” LCD) ii. Processor(I5 Core) iii. MotherBoard(Intel 55PJ) iv. RAM (4GB DDR3) v. Hard Disk(1000GB SATA) vi. DVD Writer vii. Dot Matrix Printer(TVSE Make) viii. LaserJet Printer/SCAN/Copy/FAX(HP Make) ix. Furniture for the above System and Operators

Page 83: SOLAR SPEC 06-12-2010

83

c) IOs i. DIs ii. DOs iii. AIs iv. AOs d) Monitoring and Data logging Instruments:

XIII) Illumination System Details: a) LED Type Lighting Fixtures: b) Lighting Poles c) Lighting Distribution Board with required MCBs

XIV) Fire Fighting System Details: a) Dry Chemical Powder Fire Extinguishers b) CO2 Fire Extinguishers c) Sand Buckets

XV) Air Conditioner System Details:

XVI) Ventilation System Details:

XVII) Civil Works : a. Details of Control Room: b. Water Distribution System for Service & Module Cleaning System c. Module Structure Foundations

XVIII) Estimated power losses at various stages: XVIX) Maintenance :

No. of different grades of personnel to be posted at site along with proposed maintenance scheduled for a period of five years. Details regarding technical competency /qualification,

Page 84: SOLAR SPEC 06-12-2010

84

SCHEDULE – 2

LIST OF PREVIOUS INSTALLATIONS/CONTRACTOR’S EXPERIENCE

-------------------------------------------------------------------------------------------------------------------------- Sl.No Particulars Description -------------------------------------------------------------------------------------------------------------------------- 1. Name of the Project

2. Name, designation and full Postal address of order placing Authority

3. Date of award of the contract and detailed order No. of the project authority

i. Contractual Date of completion ii. Actual date of completion of work

4. (a) Reasons for delay in completion

of work, if any (b) whether the solar power plant is in trouble free operation for a duration of atleast 12 months after put into commercial operation

5. Nature of arbitration with the project authority, if any

6. Value of the contract --------------------------------------------------------------------------------------------------------------------------

Seal of the Tenderer Signature, Designation And address of the Tenderer.

NOTE: 1. The above information should be furnished contract wise 2. Necessary performance certificates obtained from the executing agency shall

be furnished by the contractor.

Page 85: SOLAR SPEC 06-12-2010

85

SCHEDULE – 3

DETAILS OF MANUFACTURER

BIDDER shall furnish the following particulars for SPV Modules, PCU’s, SCADA, UPS, Transformers, Batteries etc along with his bid. 1. Name of the Company :

2. Address :

3. Year of Establishment under quoted Name

:

4. Telegraphical Address :

5. Type of Organisation : Property/Partnership/Pvt.Ltd./ Public Ltd./Government

6. Name and designation of the Officer of BIDDER to whom all reference shall be made for expeditious technical co-ordination

:

7. Place of manufacture (give equipment-wise list)

:

8. Current registration No. with D.G.S & D :

9. Details of service facilities available :

10. Bidder’s proposal No. & Date :

11. Product manufactured based on indigenous know-how

: YES/NO

12. Any foreign collaborator : YES/NO

13. Name & Address of Foreign collaborator :

14. Extent of collaboration Technical Financial

:

15. Brand Name of product offered :

Seal of the Signature, Designation Tenderer and address of the Tenderer

Page 86: SOLAR SPEC 06-12-2010

86

SCHEDULE-4

Proforma of letter of transmittal (To be furnished on Principal’s Letterhead)

To The Chief Engineer Elecl. (HPC), A.P.Power Generation Corporation Limited, Vidyut Soudha, Hyderabad 500 082. Andhra Pradesh.

Sir,

Sub:- “Design, manufacture, testing at manufacturers works , supply, storage at site, erection, testing ,commissioning and maintenance for five years of grid connected solar PV plant (crystalline technology) of 1 MWp capacity at Jurala Hydro Electric Scheme, Mahaboobnagar District, Andhra Pradesh, along with grid connecting equipment and associated Civil works.” On EPC Basis under JNNSM Scheme-Reg.

Ref:- Tender Specification no. PCH - /2010. - : & : -

1. We have carefully examined the conditions, instructions, specifications, drawings etc. in your tender documents for the “Design, manufacture, testing at manufacturers works, supply, storage at site, erection, testing, commissioning and maintenance for five years of grid connected solar PV plant (crystalline technology) of 1 MWp capacity at Jurala Hydro Electric Scheme, Mahaboobnagar District, Andhra Pradesh, along with grid connecting equipment and associated Civil works on EPC Basis under JNNSM Scheme”

2. Accordingly we hereby submit this Application for assessment of our qualification duly accompanied by an Earnest Money Deposit of Rs ________________ in the form of ___________________

3. We further confirm that our bid contains no deviation from your tender conditions and specifications except those mentioned in the schedule of deviations.

4. Besides furnishing the information in the schedules, we submit additional data/certificates as indicated in the list of Enclosures.

5. We hereby certify that all the statements made and information supplied in the Schedules and additional data etc. furnished are true and correct.

6. We have furnished all information and details necessary for demonstrating our qualification and have no further pertinent information to supply.

Seal of the Signature, Designation Tenderer and address of the Tenderer Encl:- As per list attached

Page 87: SOLAR SPEC 06-12-2010

87

SCHEDULE –5

PROFORMA FOR THE CERTIFICATE TO BE GIVEN BY THE TENDERER I _______________________________________________________certify that all the above typed

in data and information on Sheets _______________________ through _____________________

____________________________are correct and give a true representation of the Equipment

covered by our Proposal Number ___________________ dated ______________

I hereby certify that I am duly authorized representative of the supplier whose

name appears above my signature.

Suppliers Name. Authorized Representative's Name.

Signature with date : Designation : Seal:

Page 88: SOLAR SPEC 06-12-2010

88

SCHEDULE –6

FINANCIAL, BUSINESS AND TECHNICAL CAPABILITY (To be enclosed in prequalification bid)

Name and address the tenderer: Telephone No.: 1. Latest Balance sheet filed with ______________________________ (Copy attached) _______ ____________________________________________________

2. Latest profit and loss statement from _____________to________ on _________________________( Copy attached)

3. Financial Position:

a. Cash b. Current assets c. Current Liabilities d. Working capital e. Current Liabilities 4. Total liabilities a. Current ratio Current assets to Current Liabilities b. Test Ratio : Cash, temporary investment held in lieu of cash and current receivable to current Liabilities c. Total liability to Net worth Capital Authorized Issued

Annual value ( Turn over) of erection/work undertaken for each of the last five year and projected for current year : -------------------------------------------------------------------------------------------------------------- Year Last 2nd last 3rd last 4th last 5th last -------------------------------------------------------------------------------------------------------------- Home Aboard -------------------------------------------------------------------------------------------------------------- 1. Net Profit before tax; a. Current period b. During last financial year c. During the year last financial year.

The profit and loss statements have been certified through _____________ by ______________

2. Financial arrangements( Check appropriate item) a. Own resource b. Bank Credits c. Others (Specify)

3. Certificate of financial soundness from Bankers of applicants.

4. The copies of “Annual Report: of the company for last five years may be attached

Seal of the Tenderer Signature, Designation And address of the Tenderer.

Page 89: SOLAR SPEC 06-12-2010

89

SCHEDULE-7

Proforma for General terms and conditions

(To be enclosed in the Part-I Pre-qualification bid) Bidders are requested to fill in the blank space and send the same along with offer in duplicate otherwise their offer will be either treated as non-responsive or suitable cost compensated for deficiencies as deemed fit by the Corporation.

01. Tender Specification No., date : ___________________________________ and due date

02. Offer/quotation No. & Date : ___________________________________

03. Name of the bidder : ___________________________________

04. Central/State Sales Tax Registration No.: ___________________________________ 05. DGS&D’s Registration No., if any : ___________________________________ (Please enclose copy of rate contract, if any) (please enclose copy of rate contract, if any)

06. NSIC/SSI Registration No., if any : ___________________________________ (Copy of certificate to be enclosed) (copy of certificate to be enclosed)

07. Price Basis (F.O.R.) : ___________________________________

08. Discount, if any : ___________________________________

09. Packing and forwarding charges : ___________________________________ (If price basis ex-works)

10. Excise Duty (if exempted, copy of certificate): Included/Excluded (Indicate rate of Excise Duty) : %

11. Sales Tax/ VAT : Included/Excluded (Also indicate concessional rate against % Form ‘C’ or State Tax concessional form)

12. Freight charges including service tax : Included/Excluded and %

13. Insurance charges including service tax : Included/Excluded and %

14. Whether APGENCO Terms of payment : ___________________________________ acceptable

15. Bank charges : To be borne by seller.

16. Delivery Period : Within _________days/weeks From the date of receipt of Purchase order.

17. Whether delivery is made in whole/ : ___________________________________ Phased delivery

18. Mode of dispatch : ___________________________________ 19. Confirmation of submission of contract performance security : _____________________________ Guarantee for 15% of order value

20. Guarantee Period : ___________________________________

21. Transit Insurance charges : ___________________________________

22. Confirmation of submission of EMD : ___________________________ Guarantee/ Demand Draft for 2.5% of contract value (for satisfactory fulfillment of the contractual obligations) : ___________________________________ 23. We Confirm acceptance towards the following:

Page 90: SOLAR SPEC 06-12-2010

90

24. Validity of offer : 180 days from the date of opening of bids.

25. Recovery of liquidated damages : In case the contractor fails to achieve the successful commissioning of the plant by the due date of completion as indicated in “Clause: 1.2.22 :completion period” then the owner shall levy the liquidated damages on the contractor at the rate of 1% (one percent ) of the contract price per week of delay or part thereof subject to a maximum of 10% of contract price. Liquidated Damages so levied will be recovered from the supply/erection bills of the Contractor

26. Part order : Acceptable

27. Price Variation : The prices quoted shall remain firm till execution of full order (in case of any specific price variation formula the same shall be mentioned)

28. Rate Certificate : It is certified that prices quoted herein are the same as applicable to other Government Departments / Public Sector Undertakings.

29. Guarantee Certificate : Materials quoted shall be guaranteed for a period of 60 months from the date of putting into operation, against any manufacturing defects or poor workmanship as per clause No.1.2.25

30. Interchangeability : It is certified that the quoted items are

interchangeable with the (If applicable) items existing in APGENCO and if fails to interchange the same shall be replaced free of cost

(Signature of Bidder with Name, Designation and Office Seal)

Page 91: SOLAR SPEC 06-12-2010

91

SCHEDULE-8

SCHEDULE OF TESTS

Seal of the Tenderer Signature, Designation And address of the Tenderer.

Page 92: SOLAR SPEC 06-12-2010

92

SCHEDULE – 9 SCHEDULE OF DEVIATIONS FROM THE SPECIFICATION

Tenderer shall carefully state below all points which are not in accordance with the

enclosed specification

-------------------------------------------------------------------------------------------------------------- Sl.No Chapter Section Deviation -------------------------------------------------------------------------------------------------------------- --------------------------------------------------------------------------------------------------------------

The tenderer hereby certifies that the above mentioned are the only deviations from

the specification No.

Seal of the Tenderer Signature, Designation And address of the Tenderer.

Page 93: SOLAR SPEC 06-12-2010

93

SCHEDULE-10

FINANCIAL STATEMENTS FOR THE LAST THREE YEARS

Seal of the Tenderer Signature, Designation And address of the Tenderer.

Page 94: SOLAR SPEC 06-12-2010

94

SCHEDULE - 11

PROFORMA OF GUARANTEE FOR EQUIPMENT PERFORMANCE The tenderer hereby guarantees the requirements of this specification. If any of the requirements of the guarantees given are not fulfilled, the purchaser

has the right to reject the equipment, and if capacity, performance and efficiency obtained

during acceptance tests falls short of that guaranteed by the tenderer, the tenderer

hereby affirms that such deficiency will be made good by rectifying/replacing the defective

parts. All the replaced parts shall be removed from the side. While the facility for making

good the deficiency will be normally given once, the purchaser is entitled to reject the

equipment in case of repeated failure to meet the guarantee as per the specification.

Seal of the Company : Name of the Firm : ______________________________ Signature of the Tenderer : _____________________________ Designation : _____________________________ Date : _____________________________

Page 95: SOLAR SPEC 06-12-2010

95

SCHEDULE -12

SCHEDULE OF PLACES OF TEST AND INSPECTION

The BIDDER shall indicate the item of equipment of supply, name of the

MANUFACTURER or SUB-CONTRACTOR and place of test and inspection as shown

below:

Item of Equipment MANUFACTURER OR SUB-CONTRACTOR

Place of Test and Inspection

SIGNATURE : ___________________

DESIGNATION : ___________________

COMPANY : ___________________

COMPANY SEAL : ___________________

DATE : ___________________

Page 96: SOLAR SPEC 06-12-2010

96

SCHEDULE -13

SCHEDULE OF WEIGHT AND DIMENSIONS

Description Dimensions Weight (In Tonnes)

We, the undersigned hereby undertake to meet above time schedule from the date

of order.

SIGNATURE : ____________________

DESIGNATION : ___________________

COMPANY : ___________________

COMPANY SEAL : ___________________

DATE : ___________________

Page 97: SOLAR SPEC 06-12-2010

97

SCHEDULE –A Proforma of summary price proposal

(To be enclosed in Part-II Price bid only) Name & Address of Bidder: To, ______________________ M/s APGENCO ______________________ __________________________ Dear Sirs,

Ref:- Our offer No ________dated _________against tender enquiry No. ___________ dated __________________.

- : & : - We declare that following are our prices for “Design, manufacture, testing at

manufacturers works, supply, storage at site, erection, testing ,commissioning and

maintenance for five years of grid connected solar PV plant (crystalline technology) of 1

MWp capacity(fixed type mounting structure with seasonal tilt) at Jurala Hydro Electric

Scheme, Mahaboobnagar District, Andhra Pradesh, along with grid connecting equipment

and associated Civil works.” On EPC Basis under JNNSM Scheme. These prices are for

the entire scope of work as indicated in your specification and documents, terms and

conditions mentioned in Bid Documents except deviation incorporated in Statement of

Deviations

Rates in Rupees Sl.

No. Item Description In Figures In Words 1. Ex-works Price 2. Excise Duty% 3. Sales Tax CST (%) VAT(%) LST(%)

4. Service Tax % 5. packing and forwarding charges 6. Transit and Storage cum Erection

insurance charges inclusive of Service tax

7. Third party inspection charges inclusive of Service tax

8. Freight charges inclusive of Service tax 9. Any other Taxes and duties 10. Total

Signature of the Bidder with Seal

Page 98: SOLAR SPEC 06-12-2010

98

SCHEDULE –B

Proforma of summary price proposal S.No Description of work Qty Rate Amount

1. Lumpsum and Firm prices for Design,

manufacture, testing at manufacturers works ,

supply, storage at site, erection, testing

,commissioning and maintenance for five

years of grid connected solar PV plant

(crystalline technology) of 1 MWp capacity

(fixed type mounting structure with seasonal

tilt) at Jurala Hydro Electric Scheme,

Mahaboobnagar District, Andhra Pradesh,

along with grid connecting equipment and

associated Civil works.” On EPC Basis under

JNNSM Scheme

LS

TOTAL (Rupees The above rates are inclusive of all applicable taxes and duties

Signature of the Bidder with Seal

Page 99: SOLAR SPEC 06-12-2010

99

BREAK UP COST FOR SUPPLY, DELIVERY, STORAGE, ERECTION, TESTING AND COMMISSIONING OF SPV SYSTEMS AND GRID CONNECTING EQUIPMENT

SCHEDULE-B1

RATE AMOUNT

Sl. No Description Quantity in

Nos. Material

Storage Erection, Testing &

Commission-ing

Material

Storage Erection, Testing &

Commission-ing

1. Supply, delivery, storage, erection, testing and commissioning of Solar PV system with accessories including insurance coverage at all stages and associated civil works of 1MWp capacity, as per specification, each comprising of the following equipments.

1Set

a) SPV arrays _________ each

4

b) Power conditioning unit with Inverters (250 KW).

4

c) Mounting structures. As required d) Cables and hard wares As required e) Junction box and

distributes boxes. As required

f) Lightening protection, earthing pits, earth mat etc.,

As required

g) PVC pipes and accessories, tool kit

As required

h) Spares for 5 years As required i) SCADA System As required j) Any other equipment

required As required

2. Supply and delivery of grid connecting equipments and accessories as per specification, consisting of following :

1Set

a) XLPE cable 11 KV grade 3Phase, 35 sq mm or suitable size of copper conductor up to 11 KV feeder with in boundary of Solar Plant.

As required

b) 3 Phase ,11 KV out door type Vacuum circuit breaker with control & relay panel (indoor type ),

1Set

Page 100: SOLAR SPEC 06-12-2010

100

c) 3Nos. Current Transformers 200-100/1-1A,

1 Set

d) 3Nos. potential transformers (11KV/110V).

1 Set

e) all necessary Structures including DP structure, insulators and other connected line materials required for installation of 11KVGrid Equipment .

L.S

f) SCADA system, Desk for monitoring etc. Including UPS system with 2Hrs backup battery

1 SET

g) Transformer 1250 KVA, 3 phase, 0.415/11 KV, 50 HZ including all accessories.

1 No

h) 9 KV Lightning arrestors for lightning Protection of Transformer & HT Switch Gear

6 nos. (2sets)

i) 3 Ph AB Isolators 11 KV (group operated)

1 Set

j) 415V power evacuation board with LT Air circuit breaker, 2000 Amps-1no, 400Amps MCCBs-4 No.s feeders along with MFMs and indicating lamps

1 set

k) 415V distribution Board for supply distribution for auxiliaries i.e. Battery charger, UPS, Lighting, Air conditioners and ventilation system etc. with 1 incomer and required outgoing MCCB’s of suitable capacity, meters, lamps etc with a provision of 10% spare feeders.

1 set

l) Air conditioning & ventilation system

1 set

m) Fire fighting equipments as per statutory requirement.

1 set

i)CO2 Fire Extinguishers a. 7Kg Capacity – 5Nos b. 10 Kg Capacity-5Nos ii)DCP Fire Extinguishers a. 7Kg Capacity – 5Nos iii) Sand Buckets – 10 Nos n) Illumination system 1 Lot

Page 101: SOLAR SPEC 06-12-2010

101

o) Lightning protection to system

1 set

p) Danger boards, display boards etc

1 set

q) DC Battery bank 150 AH or suitable higher capacity along with suitable battery charger

1 set

r) 1.1 KV grade XLPE single Core Copper Cable required from 415V power evacuation Board to Transformer

As required

s) 1100V grade XLPE Power and Control cables of different sizes as required in size and length

As required

3. Excise Duty% 4. Sales Tax 5. CST (%) 6. VAT(%) 7. LST(%) 8. Service Tax % 9. packing and forwarding

charges

10. Transit and Storage cum Erection insurance charges inclusive of Service tax

11. Third party inspection charges inclusive of Service tax

12. Freight charges inclusive of Service tax

13. Any other Taxes and duties

TOTAL

Signature of the Bidder with Seal

Page 102: SOLAR SPEC 06-12-2010

102

BREAK-UP COST CIVIL WORKS INCLUDING MATERIALS AND LABOUR COST

SCHEDULE-B2 Sl. No Description Quantity in

Nos. Rate L/S Cost L/S

1. Cutting and clearing of trees/vegetation, site leveling, explorating drills and leveling of ground to enable installation of SPV system and grid equipments in 7 acres of land.

As required

2. Soil test and water analyses As required 3. Embedment of structures suitable for

maintaining SPV modules on ground and structures for switchyard

As required

4. Foundation for control room, transformers, switch gear cubicle, structures, RCC for erection of panels, racks etc.

As required

5. Cutting cable trenches, laying of ground mat, metal spreading inside the yard etc.,

As required

6. Construction of system building in about 1250 s.ft. as per layout drawing

As required

7. Security room, approach roads (temporary) and all miscellaneous works in about 7 acres of land.

As specified

8. Miscellaneous works TOTAL : -

Signature of the Bidder with Seal

Page 103: SOLAR SPEC 06-12-2010

103

SCHEDULE –C

DETAILED SCHEDULE OF PRICES FOR SOLAR POWER PLANT AT JURALA HES, MAHABOOB NAGAR DIST.

S.No Description of work Qty Rate Amount

1. Lumpsum and FIRM Ex-works price for the design, engineering, manufacture, quality surveillance, testing at manufacturer’s works, supply, storage, delivery at site including packing, forwarding, transportation to site for the grid interactive solar PV system of 1 MWp capacity with all accessories, spares (As per SCHEDULE-B1)

2. Total of all applicable taxes, CST/APVAT, levies, local taxes, if any, etc., on Sl. No.1.0 above.

3. Lumpsum and FIRM for storage erection, testing, commissioning of grid connecting equipments/balance of system equipments etc., suitable for above systems, including insurance coverage and all associated civil works . (As per SCHEDULE-B1)

4. Total of all applicable taxes, CST/KVAT, levies, local taxes, if any, etc., on Sl. No.3.0 above.

5. Lumpsum cost of design, engineering, supply of materials, quality surveillance construction and completion of all civil works ( as per SCHEDULE-B2)

6. Total of all applicable taxes, CST/ VAT, Local taxes etc on Sl no 5 above

7. Maintenance charges of plant for 5 years. 8. Total of all applicable taxes, CST/APVAT, local

taxes etc. on sl no.7 above

9. Total Lumpsum and FIRM Contract Price (i:e Total of Sl. No.1 to 8)

Signature of the Bidder with Seal

Page 104: SOLAR SPEC 06-12-2010

104

SCHEDULE-D ADDITIONAL PRICE BREAK UP FOR SINGLE AXIS TRACKING SYSTEM TYPE

MOUNTING STRUCTURE

Description of work Amount in Rs. (Lumpsum)

Additional price implication for supply erection testing and

commissioning of 1 MWp Solar PV Plant with "single axis

Auto tracking system type mounting structure" in place of

1 MWp Solar PV Plant " fixed type mounting structure

with seasonal tilt"

Amount in Words

Signature of the Bidder with Seal

Page 105: SOLAR SPEC 06-12-2010

105

ANNEXURE - A This Bank Guarantee has to be executed on a Non-Judicial Stamped paper worth Rs.100/- PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE SECURITY (Application to the State Bank of India and other Nationalized Banks approved in terms of the Government of India, Ministry of Finance, Office Memorandum No. F(27)-F-1/54, dated the 25th of February, 1965, for guarantee without deposit of the securities up to prescribed limit.)

In consideration of the Andhra Pradesh Power Generation Corporation Limited (herein after called ‘the Corporation’) have agreed to exempt ___________________ (herein after called the ‘said contractors’) from the demand, under the terms and conditions of the P.O.No. ______________________ dt _________ made between the Corporation and M/s ________________ for “Design, manufacture, testing at manufacturers works , supply, storage at site, erection, testing ,commissioning and maintenance for five years of grid connected solar PV plant (crystalline technology) of 1 MWp capacity at Jurala Hydro Electric Scheme, Mahaboobnagar District, Andhra Pradesh, along with grid connecting equipment and associated Civil works.” On EPC Basis under JNNSM Scheme (herein after called ‘the said agreement’) of Contract Performance Security for the due fulfillment by the said contractors of the terms and conditions contained in the said agreement, on production of a Bank Guarantee for Rs _____________ (Rupees ______ ________________________ only). we ___________________ Bank Ltd., do hereby undertake to indemnify and keep indemnified the Corporation to the extent of Rs. ______________ against any loss or damage caused to or suffered by the corporation by reason of any breach by the said contractors of any of the terms and conditions contained in the said agreement.

We ____________________ Bank Ltd., further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Corporation under by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till The Chief Engineer Electrical (Hydel Projects construction) certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said contractors and accordingly discharge the guarantee, subject to however that the corporation shall have no right under this bond after expiry of _________ (period) from the date of its execution.

We the guarantor Bank under take to pay the amount guaranteed here under or such part their of as required with in one week of the sum being demanded by the Corporation with out referring to the supplier and with out questioning the right of the Corporation to make such demand or the propriety or legality of the demand.

Not withstanding anything contained in the foregoing our liability is restricted to Rs. ______________ (Rupees ____________________ only). Our guarantee shall remain in force until __________ unless a claim under the guarantee is made against us within 6 months from that date, all your rights under this guarantee shall be forfeited and we shall be relived and discharged from all liabilities here under.

Further more, we________________ Bank limited accept that This Bank Guarantee is unconditional and absolute

i. Claim against this Bank Guarantee will be honored with out any delay or demur; and

ii. This Bank guarantee covers all the losses, claims, damages and costs suffered by the Corporation against the said agreement.

We __________________ Bank Ltd., lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Corporation in writing. Dated the ____________day of _________2010 for __________________Bank Ltd.,

Signature Designation Address Seal of the Bank

Page 106: SOLAR SPEC 06-12-2010

106

ANNEXURE – B

ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED Article I. BANK GUARANTEE PROFORMA FOR EARNEST MONEY DEPOSIT

This agreement has to be executed on a Non-Judicial stamped paper worth Rs.100/-

Whereas the ______________________here-in-after called (The Bidder) has submitted their bid dated________________________for the “Design, manufacture, testing at manufacturers works , supply, storage at site, erection, testing ,commissioning and maintenance for five years of grid connected solar PV plant (crystalline technology) of 1 MWp capacity at Jurala Hydro Electric Scheme, Mahaboobnagar District, Andhra Pradesh, along with grid connecting equipment and associated Civil works.” On EPC Basis under JNNSM Scheme (Here-in-after called “the Bid”)____________________________. Know all men by these presents that we ____________________________________________(Hereinafter called “the Bank”) are bound unto Chief Engineer Elecl. (HPC), APGENCO, Vidyut Soudha, Hyderabad. Hereinafter called “the purchaser”) in the sum of Rs__________________________for which payment will and truly to be made to the said purchaser, the bank binds itself, its successors and assigns by these presents. Sealed with the common Seal of the said Bank this ______________ _________________________day of_______________________200

THE CONDITIONS OF THIS OBLIGATION ARE:

1. When the successful tenderer does not accept the order after issue of preliminary acceptance letter/letter of intent/purchase order.

2. When the successful tenderer fails to furnish the B.G.for contract performance security within 30 days from the date of issue of preliminary acceptance letter or the letter of intent or Purchase Order.

3. When tender is disqualified. 4. When tenderer alters his prices or withdraws his offer during the validity period.

We undertake to pay to the purchaser the above amount within one week upon receipt of its first written demand without the purchaser having to substantiate his demand, without referring to the supplier and without questioning the right of APGENCO to make such demand or the propriety or legality of the demand provided that in its demand the purchaser will note that the amount claimed by it is due to it owing to any of the occurrence of the above mentioned conditions, specifying the occurred condition or conditions. Notwithstanding any thing contained in the foregoing our liability under this guarantee is restricted to Rs._____________ (Rupees____________________________________ only). Our guarantee shall remain in force until __________. Unless a claim is made within 3 months from that date, all rights of the purchaser under this guarantee shall be forfeited and we shall be relieved and discharged from all liability hereunder. Furthermore, We----------------------Bank Limited accept that, (i) This Bank Guarantee is unconditional and absolute (ii)Claim against this Bank Guarantee will be honored without any delay or demur;: and (iii)This Bank Guarantee covers all the losses, claims, damages and costs suffered by the purchaser against the said tender.

We _________________________ Bank Limited lastly undertake not to revoke this guarantee during its currency except with the previous consent of purchaser in writing.

Date the ________________Day ___________200 for _____________ Bank Ltd.,

Signature: Designation: Address: Seal:

Note:-The Bank Guarantee shall be valid for a period of 270 days from the date of opening of pre-qualification with a claim period of 3 months.

Page 107: SOLAR SPEC 06-12-2010

107

ANNEXURE-C

CHECK LIST for the documents

i. Softcopies are to be uploaded during online bid submission

ii. Hard copies are to be furnished on/before PQB/Technical bid evaluation date/time

S.No. Description of documents SOFT COPY

HARD COPY

Part-I: Pre-qualification(Technical Bid)

1 Bid Security (EMD) √ √

2 Schedule-1: GUARANTEED TECHNICAL PARTICULARS √ √

3

Schedule-2: LIST OF PREVIOUS INSTALLATION/

EXPERIENCE –( Also enclose photocopies of purchase

orders/ work orders/ contracts of the same)

√ √

4 Schedule-3 Details of Manufacturer √ √

5 Schedule-4: letter of transmittal √

6 Schedule-5: : Proforma for the certificate to be given by the

tenderer

7 Schedule-6: Financial Details √

8 Schedule-7: Schedule of general terms & conditions √ √

9 Schedule-8: Schedule of Tests. √

10 Schedule 9: Schedule of deviations from specification √ √

11 Schedule 10: Financial statements for the last three years

12 Schedule 11: Proforma of guarantee for equipment performance

13 Schedule 12 &13 √ √ 14 Documents as per table 1.3.1 √ √

15 Documents to prove that the selected PCU has been in

operation for a period of minimum of 2 years as per 3.2.6.m

√ √

16

Drawings: a. General Arrangement and Dimensional Layout of SPV Plant. b. Drawing showing the layout of SPV panel, Transformers, Mounting etc. c. Drawing showing the Terminal connection between the SPV Modules, Transformer, 11KV Switchgear, Lines etc. d. Single Line Diagram of the system e. Detailed designed calculation on expected electrical energy generation f. General arrangement of Control room g. Any other relevant drawings/documents as may be required for clear understanding of Equipment/ System

√ √