Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no...

61
Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sect or Ent erprise) TENDER DOCUMENT For “Supply of Balance of System, Installation, Commissioning, Testing and Warranty for 5 years 10KWp Off-Grid SPV Power Plants (Hybrid) along-with all the necessary accessories including all the required parts, complete in all respect, FOR sites in Haryana” Tender notice no. C-2(b)/RC/0700/4346/2015 dated October 30, 2015 Assistant General Manager (Materials) Materials Management Division Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.inz Page 1 of 61

Transcript of Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no...

Page 1: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Tender Document: C-2(b)/RC/0700/4346/2015

FORMAT NO. : CEL/FR/MMD/03(01)

CENTRAL ELECTRONICS LIMITED

(A Public Sector Enterprise)

TENDER DOCUMENT

For

“Supply of Balance of System, Installation, Commiss ioning, Testing and Warranty for

5 years 10KWp Off-Grid SPV Power Plants (Hybrid) al ong-with all the necessary accessories including all the required parts, compl ete in all respect, FOR sites in

Haryana”

Tender notice no. C-2(b)/RC/0700/4346/2015 dated October 30, 2015

Assistant General Manager (Materials) Materials Management Division Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.inz

Page 1 of 61

Page 2: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Tender Document: C-2(b)/RC/0700/4346/2015

FORMAT NO. : CEL/FR/MMD/03(01)

CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise) 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA

Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.in

TENDER NOTICE

Tender Notice no. C-2(b)/RC/0700/4346/2015 October 30, 2015

Central Electronics Limited invites sealed bids (Technical & Financial) from eligible bidders which are valid for a minimum period of 90 days from the date of opening (i.e.,05/11/2015) for “ Supply of Balance of System, Installation, Commissioning, Tes ting and Warranty for 5 years 10KWp Off-Grid SPV Power Plants (Hybrid) along-with all the necessary accessories including all the required parts, complete in all r espect, FOR sites in Haryana”

Scope of Work “ Supply of Balance of System, Installation, Commissi oning, Testing and Warranty for 5 years 10KWp Off-Grid SPV Power Plants (Hybrid) along-with all the necessary access ories including all the required parts, complete in all r espect, FOR sites in Haryana”

Earnest Money

Deposit

Rs. 55,000/- (Rupees Fifty Five Thousand Only)

Interested parties may view and download the tender document containing the detailed terms &

conditions, free of cost from the website http://eprocure.gov.in/ or http://www.celindia.co.in

Please see document control Sheet at Annexure-1

For CENTRAL ELECTRONICS LIMITED

Sd-

Assistant General Manager (Materials)

Materials Management Division

Page 2 of 61

Page 3: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Tender Document: C-2(b)/RC/0700/4346/2015

Annexure-1

Important dates

Tender Reference No. C-2(b)/RC/0700/4346/2015 Name of Organization Central Electronics Limited

Tender Type

(Open/Limited/EOI/Auction/Single)

Limited

Tender Category (Services/Goods/works) Goods

Type/Form of Contract (Work/Supply/

Auction/Service/Buy/Empanelment/Sell)

Buy

Payment Mode (Online/Offline) Offline

Date of Issue/Publishing 30/10/2015(13:00 Hrs)

Document Download/Sale Start Date 30/10/2015(13:00 Hrs)

Document Download/Sale End Date 05/11/2015(15:00 Hrs)

Bid submission Start Date 30/10/2015(13:00 Hrs)

Last Date and Time for Submission of Bids 05/11/2015(15:00 Hrs)

Date and Time of Opening of Bids 05/11/2015(15:30 Hrs)

Note:

1. This is a limited tender and only EPC Contractors/ Channel Partners registered in CEL are

eligible to quote in this tender. Other prospective bidders who deal in similar field and are

interested to supply these items may apply through our EOI No. C-2(b)/EOI/704/001/2014 and

EOI No. C-2(b)/EOI/0704/002/2014 published on our website www.celindia.co.in for supplying

these or similar items in our future tender.

Page 3 of 61

Page 4: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Tender Document: C-2(b)/RC/0700/4346/2015

TENDER DOCUMENT for Tender notice no. C-2(b)/RC/0700/4346/2015 Important Instructions: - 1. The following documents/Annexures are part of tender document:

a. Tender notice b. Document Control Sheet - Annexure -1 c. Price bid format Annexure –2 d. Detailed Specifications & Eligibility Criteria Annexure ‘A’ e. Commercial terms & conditions: - Annexure ‘B’ f. Format for submission of Vendor Data: Annexure ‘C’ g. Tender acceptance letter: Annexure ‘D’

2. Quotations shall be liable to be rejected if there is/are any deviation(s) from the specifications. 3. Escalation in price (except where price variation clause is applicable and given as per Clause 12of annexure B

of tender), deviation from delivery schedule, terms and conditions will not be permitted in your quotation. Statutory Taxes & Duties should be shown separately from the price.

4. Bidder who is Micro & Small Enterprise should enclose copy of valid Certificate of Registration with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India to avail benefits under the “Public Procurement Policy for Micro & Small Enterprises (MSEs) Order 2012”, as per Eligibility Criteria.

5. Catalogue, literature, specification details should accompany the quotation. Incomplete quotations are liable to be rejected.

6. Any deviations whether technical or commercial stat ed anywhere in the bid shall not be taken into account and may render the bid non-responsible and liable to be rejected .

7. Vendor Data should be submitted in the Format for submission of Vendor Data as per annexure C. 8. Quotation should be submitted in Single bid system . 9. Tender/Quotation/Bid should be submitted in sealed cover super-scribing the tender notice no., name of

the item and due date should be delivered at the Office of the Asstt. General Manager, Materials Management Division, Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201010 (U.P), INDIA. Last date of receiving of tenders/quotations is 5th Nov. 2015 duly up to 15:00 hrs IST. There will be two sealed covers/envelopes in the quotation. The following are to be submitted in your quotation signed and stamped on all pages:

i. Demand Draft/FDR/RTGS details towards Earnest money deposit/copy of NSIC/DIC certificate

(should be enclosed along with bid) ii. Filled up Format for Submission of Vendor Data as per format at Annexure C. iii. Data sheet/catalogue clearly showing that the offered material is meeting the specifications given

in the tender. iv. Tender acceptance letter as per format at Annexure D. v. Documents with respect to fulfilling of eligibility criteria.

vi This must contain only price bid as per given Annexure-2

Page 4 of 61

Page 5: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Annexure - A Tender for Supply of balance of system, Installation, commissioning, Testing and warranty for 5 years of 10KWp Off-Grid SPV Power Plants (Hybrid) along-with all the necessary accessories required as per tender at following locations including all the required parts, complete in all respect, F O R site”

LOCATIONS OF POWER PLANTS

Provision of 10 KWp SPP at 3Nos. of stations non-electrified section ( Non-RE )

S.N. Rly. Division State Name of Station Category of Station

Sub Group-R (Haryana)

1 NWR

BKN Haryana Pervejpur

E

2 Haryana Sohansara

E 3 Haryana Satnali

E

Eligibility Criteria In order to the eligible to participate in the tender, the bidder must fulfill the following eligibility criteria. Any discrepancy or departure from the same shall make the bidder ineligible for participating in the tender:

1. The bidder must be approved EPC contractor/channel partner for Solar Modules with CEL.

2. The bidder’s company/firm must have designed, manufactured, tested, and commissioned 20KWp of Solar Power Plants for any Government Department/PSU/Registered Cooperative Society/ NSE Listed company during last 3 financial years. One project of minimum 10KWp (Off-Grid with Battery bank) must be executed by the bidder during last 3 financial years. The PO copies and completion documents are required to be submitted with the bid.

3. The bidder must submit the Authorisation from OEM’s for PCU & Battery Bank for this tender as per the format.

Page 5 of 61

Page 6: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

BILL OF QUANTITIES FOR SUPPLY OF BOS, INSTALLATION AND COMMISSIONING OF SPV POWER PLANTS AT RAILWAY STATIONS

S.No. Particulars QTY. 1 Supply of Balance of system, Installation (Erection), Testing, Commissioning,

including Warranty for a period of 5 years for 10KWp Hybrid Solar Power plant (with battery bank) at respective sites

3 sets

(10KWp – 3Nos. (Off-Grid Type) S.No. Item / Work Quantity

10KWp 01. Supply of 5module type MS Galvanized Module Mounting Structures along

with necessary hardware as per enclosed drawing or as per site. 7 sets

02. Supply of Field Junction Box with 7 nos. of parallel connections consisting of 7 nos. of blocking diode (12Amp), 7 nos. of fuse base with fuse (12 Amp) each , SPD (suitable rating) with IP 65 protection as per enclosed drawing. Preferably Hensel Make (As per Final Design)

01 set

03. Supply of copper cable PVC insulated, Flexible multistrand, annealed copper conductor un-armoured 1100V grade, conforming to relevant IEC of following sizes as per technical specifications (As per RDSO specifications) 1 X 6 mm2 for Interconnection & from module to PJB 1 X 6 mm2 from Modules to FJB 2 X 35 mm2 from FJB to DCDB/PCU 1 x 70 mm2 from PCU to Battery Bank (Red & Black) 2x6 mm2 from PCU to ACDB and LT Panel to ACDB etc. 1 X 6 mm2 for Earthing

80Mtrs. 120Mtrs. 60Mtrs. 20Mtrs. 60Mtrs.

As required 04. Supply of Battery Bank 120V, 480AH @C/10, LMLA as per attached

specifications (Makes: NED/Southern Batteries/Energy Leader) 01 set

05. Supply of Power Conditioning Unit 120V, 10KW (MPPT) & 5KVA (Inverter) as per attached specifications (Makes: Enertech/Consul-Neowatt/OPS)

01 set

06. Supply of DCDB & ACDB (As per Final Design) 01 sets 07. Chemical earthing to cover entire array, PCU etc. with Pit cover (As per

RDSO) As per Site

08. Lightening arrestor alongwith separate earthing as per relevant IS As per Site 09. GI strip 25 x 3 mm As Required 10. GI wire 10 SWG As required 11. Installation & commissioning for the above 01 Job 12. Other Misc. work like cleaning, painting, white wash, plastering etc. related

to installation and commissioning of Power Plant. Testing & Commissioning of system of the whole system prior to hand over of the system.

01 Job

*Note: Size and quantity of items may vary according to the actual site conditions. Any item, which is not specifically mentioned but necessary for making the Solar Power Plant fully functional, shall deemed to be included in the scope of work of the contract and shall be supplied and installed by the successful bidder without any extra cost to the owner.

Page 6 of 61

Page 7: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Annexure B Job Works

1. Construction of pedestals (RCC 1:2:4 or any other combination based on local site conditions) for each of the module mounting structures as well as fixing of the above structure at the roof top/ground including supply of civil foundation materials. Total 7 sets of structure as described above for which 28 nos. of pedestal of size 300mmx300mmx300mm on the roof top to be constructed at relevant sites. The entire pedestals should be plastered and painted properly.

a. The installation of SPV modules should not impact the waterproofing of the existing

terrace structure. The contractor shall be responsible for restoring the waterproofing to its original condition and for provision of additional waterproofing in the areas where RCC blocks are secured onto the terrace.

2. Mounting & fixing of 35 nos. SPV Module of PM 300 each (supplied by CEL) on the above

installed structure. (The entire fixed modules should be aligned systematically)

3. Mounting of above all the junction boxes with suitable arrangement as required for the power plant.

4. Interconnection of modules in series-parallel combinations as per following:

a) Each source-circuit to have 5 (120V System) modules in series (Interconnects supplied

with modules). b) Output of 5 series connected modules to be taken to FJB’s using 1 X 6 mm2 single core

wires. c) 7 Sets of modules strings to be paralleled in FJB as per attached drawing using 1X6mm2

cables. d) Outputs from FJBs to be taken to DCDB using 2 x 35 mm² copper cable. e) Output from MJB to be connected to DCDB, DCDB to PCU, PCU to battery bank or as

required by using 2x 35 mm² cables. From PCU to ACDB and LT side of building to PCU is to be connected using 2x6 mm² cable. (All the cables interconnection is to be carried out using MS galvanized cable tray or conduit as per the site conditions.)

5. Installation of Power conditioning unit/Inverter, Battery Bank, DCDB, ACDB and LT Panel.

6. Installation of earthing system as per site requirement. Number of earth pits covering the

entire PV array field of Power Plant, power conditioning unit, DCDB and ACDB.

Page 7 of 61

Page 8: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

7. Installation of lightning protection system as per RDSO including suitable number of

lightning arrestors covering the entire PV array field.

8. Laying of earth strip, wire to different mounting structure and all junction boxes.

9. Commissioning, training and handing over of system to the concerned department.

10. Providing 03 sets of operation manual in hard bound book shape and also soft copy of the same in pen drive.

Scope of work

The broad scope of the work includes supply of balance of system, installation, testing commissioning, warranty, AMC for 5 years for a complete / composite work of 200Nos. of Hybrid Solar Power plants adhering to the RDSO Specification (RDSO/2009/EM/SPEC/0004 (REV.”1”)-2012 / BIS /MNRE specification.

Note: The SPV Modules shall be supplied by CEL at centralized location in each

region/state.

a) Bidders are advised to conduct site survey before submitting their bids.

b) Bidder must start the work at site within 15 days from the date of issue of purchase order.

c) To arrange for pre-dispatch inspection by CEL/Railway officials.

d) To deliver the materials at site.

e) Contractor shall make his own arrangement for safe storage of their as well as CEL material (Which will be supplied to him by CEL) at site.

f) If required, after award of work or during the execution of project, Bidder shall get registered in the state of Haryana and shall have to obtain a valid VAT/STCC registration.

g) To co-ordinate with CEL/Railway officials for verification of completed works alongwith all the required documentation and collection of payments from Railways .

h) Materials, wherever supplied, shall be provided with fresh quality. Workmanship shall be neat & clean without any blemish. In case of any observation by CEL official regarding materials & workmanship, the same have to replaced and/or repaired to the satisfaction of CEL/Railway official.

i) No extra transportation charges shall be paid during the period of contract.

j) No escalation shall be applicable on the above prices.

k) In case of any losses, theft or damage of material, the contractor shall alone be responsible to

make alternate arrangement for completion of the project within contractual delivery, commissioning and handing over to Railways within quoted price. The purchaser shall in no way, whatsoever, responsible to compensate the contractor in this account.

l) Contractor shall arrange all the utilities required to complete the work. No payment on this

account shall be paid by CEL.

Page 8 of 61

Page 9: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

m) Inspection:- All the materials shall be inspected by CEL officials before despatch to site.

n) Any other work as required on the site for completion of the project.

o) The contractor/bidder shall not display the photographs & content of the work and

also will not take advantage through publicity of the work without written permission of CEL. Noncompliance to this may result in removal from the EPC list and the contractor will be blacklisted.

p) Service level agreement has to be signed on 100/- stamp paper after award of PO. p) Weekly progress report:

The contractor shall furnish on first day of every week, a progress showing progress of finalization of designs and drawings, materials received at site and the works carried out during the preceding weeks and plan for the next week. As far as possible the presentation shall be neat and tabulation form accompanied by coloured diagram wherever applicable. Besides this bidder has to submit monthly progress report as per the format decided mutually.

q) O&M Manual/Maintenance Manual: The supplier shall provide easy-to-use illustrated installation and operation manual in English and local language for easy installation and trouble-free usage. Manual shall contain complete system details such as array layout, schematic of the system, working principle, clear instructions on regular maintenance, trouble shooting of the system and emergency shutdown procedures.

r) During Warranty of 5 years contractor has to perform the following duties: 1. Contractor is fully responsible for the trouble free maintenance and is liable to rectify /

remove any defect noticed within the aforesaid period free of cost for the materials supplied by them.

2. The Contractor and CEL jointly impart training to the user’s on day to day repair and

maintenance of the systems. 4. This includes repair/ replacement of all spares and consumable supplied by Contractor during

the Warranty period. 5. The Contractor shall undertake the periodical maintenance work of complete Solar Power

plant (which includes cleaning of Modules & all equipment) on the 10th of every succeeding quarter duly countersigned by the concerned officials of beneficiary.

6. The Contractor should be in readiness to attend to the defects of any system, as and when

required by the beneficiary and ensure rectification of defects and restore functionality within seven days of lodging the complaints. The Contractor shall furnish the status report after the maintenance work are over, which shall invariably bear the signature of the beneficiaries.

7. It will be the liberties of the CEL to cross check the systems maintained by the contractor.

Random verification of the maintenance may be carried out by the CEL party wherever necessary.

Page 9 of 61

Page 10: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

s). Payment Terms: - Payment shall be made back to back as per the following terms on pro-rata basis:

1. 60% payment towards supply excluding AMC after supply of materials in good condition at site and after submission of Acceptance report by RDSO/Concerned Railway department. 2. 40% towards supply & 100% of I/C after installation & commissioning of system excluding AMC after submission of Acceptance & routine test report and PBG of 20% of total order value valid till the warranty period. 3. Payment towards AMC shall be released after every six month basis on submission of quarterly reports duly signed by concerned Railway officials.

t). Completion Time: The entire work shall be completed by 15th December 2015 u) Liquidated Damages: In the event of delay in affecting the delivery within agreed period, a

reduction in the price shall be levied @ 0.5% of the total order value per week or part thereof subject to maximum of 10% of the total order value.

v) Security Deposit : The successful Bidders will be required to pay an amount equivalent

to 2% of the Order value including taxes and duties as a Security Deposit for satisfactory execution of the ordered complete system. The security deposit shall remain valid till the handing over of the project.

Page 10 of 61

Page 11: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

SUPPLY, INSTALLATION AND COMMISSIONING OF BOS FOR 10 KWp SPV POWER PLANTS

Name of Bidder: _________________________________________________ State: _________________________________________________________

PRICE BID

S.No.

Description Amount (Rs.)

10KWp 1.

Supply of Materials

2.

Tax on supply (VAT or CST)

3.

Installation & commissioning Charges

4.

Service tax on I/C

5. Total Price (A)

6. AMC Charges for 5 years (*Minimum 1.5% per annum of A above)

7. Service tax on AMC

Total for each system

Quantity 3 sets G. Total for supply, installation,

commissioning including 5 years warranty

Grand Total in Words

*Note: 1. If AMC offer is less than 1.5% than it shall be taken as 1.5% of A and offer will be evaluated accordingly.

(Signature of authorized representative)

Page 11 of 61

Page 12: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

MANUFACTURERS' AUTHORIZATION FORM

Ref. No. dated________ To M/s. Central Electronics Limited 4, Industrial Area Sahibabad-201010 (UP) Tender No.: Dear Sir: We who are established and reputable manufacturers of ________________________ (name & descriptions of goods offered) having factories at (address of factory) do hereby authorize M/s ____________________________ (Name and address of Agent) to submit a bid, and sign the contract with you for the goods manufactured by us against the above tender. We hereby extend our full guarantee and warranty as per the General Conditions of Contract for the goods and services offered for supply by the above firm against this tender. Yours faithfully, (Name) (Name of manufacturers) Note: This letter of authority should be on the letterhead of the manufacturer and should be

signed by a person competent to legally bind the manufacturer. It should be included by the Bidder in its bid.

Page 12 of 61

Page 13: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Specification of Battery Bank The Battery bank should consist of 60 Nos. (2V, 480Ah) Cells are to be connected in series along-with necessary accessories.

As per IEC 61427 (Batteries for Solar Photovoltaic Systems) IEC 60896-21/22 (Stationary Lead Acid batteries)

Battery Bank -120V,480Ah

Battery type Positive Plate Tubular Low Maintenance Lead Acid (LMLA)

Battery voltage 120 V

Battery capacity @ C/10 480 AH Mounting MS Rack (Single Tier or Two Tier)

Accessories 1 Set with each Battery Bank

No. of Battery Banks 3 sets

Page 13 of 61

Page 14: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

SYSTEM SPECIFICATIONS OF PCU OPERATING PARAMETERS DESCRIPTION Output Voltage 230 volts 2% single phase, 2 Wire output

Nominal voltage shall be adjusted by 5% via system set points Output Frequency 50Hz 0.5% during standalone inverter operation

Inverter to follow grid frequency up to 3Hz of the nominal output frequency during parallel operation

Continuous Rating 5KVA Surge Rating 150% of the continuous rating for a maximum of 60 seconds

Battery Voltage (nominal) 120 volts DC Control Type Voltage source, microprocessor assisted output regulation Waveform DSP generated PWM for low THD, sine wave output Parallel Operation Power Control Phase Controlled Pulse Width Modulation (PWM) THD Less than 5% Efficiency operating at nominal Battery volts with UPF loads

Min. 90% (Peak Efficiency) Efficiency at various loads as per IEC

Internal Protection System (using electronic detection)

Inverter continuous overload protection Inverter peak current (short circuit) protection Heatsink over temperature protection Over/under voltage AC voltage protection Over/under frequency protection Over/under battery voltage protection Anti Islanding

Alarm Signals Via system fault relay (voltage free contact) Front Panel Display (LCD) LCD panel with membrane keypad displaying the following:

Grid and inverter kW, voltage, pf, freq Grid and inverter on line status Battery voltage, battery current Solar charge current and array yard temperature heat sink temperature Solar radiation Inverter, genset and site kWh summation System set points, event logs and data logs

Front Panel Controls (via keypad) Auto Mode selections Manual Mode Selections – Inverter, Grid, Genset

Front Panel Controls (discrete) Grid Auto Manual Bypass Switch Front Panel Indicators Inverter On Line and Grid On Line

System Fault Circuit Breakers Grid Input

Battery Input Solar Input

RFI Designed to minimise both conducted and radiated RFI emissions Earthing Provisions AC bypassing to earth on inverter

CERTIFICATIONS (IEC) IEC-61683 Efficiency Measurement IEC-60068-2 (1,2,14,30) Environmental Standards IEC-60529 Ingress Protection (IP-21) ENVIRONMENTAL Operating Temperature Range 0-55 degrees Celsius Humidity 0-90% non condensing Enclosure Rated for IP21

SOLAR CHARGE CONTROLLER Control type Single channel PWM (pulse width modulated) with MPPT control MPPT Range 150-240V Maximum DC Link Voltage 300V

Page 14 of 61

Page 15: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Capacity 10 KW peak (83 amps max at the nominal battery volts) must handle 120% of rated current

GRID SPECIFICATIONS Capacity 10 KVA 1 phase Nominal Voltage & Frequency 230 volts 50Hz, 2 wire. BACK UP DG SPECIFICATIONS (OPTIONAL) Capacity 20 KVA 1 phase with remote start / stop feature Nominal Voltage & Frequency 230 volts 50Hz, 2 wire. MONITORING AND CONTROL Computer Port Isolated RS 232 port provided for local access. SCADA package

Allows for real time monitoring, control and data / event logging. Remote Monitoring The system shall include a local access port. SCADA package

shall be Provided.. System Features Adjustable logging repetition from 1 sec to 60 second

Storage capacity of up to 100 days with 5 second logs Time and date stamped log entries Time and date annotated fault log, holding the fault description

and operating statistics View and change system setpoint configurations remotely Bulk log download for data importation into a spreadsheet

where applicable Logging Attributes The control system shall have following provision for

instantaneous viewing and periodic logging : System summations Site kWh Inverter input & output kWh Grid and Genset kWh Battery input & output kWh Solar kWh System Parameters Grid kW, voltage, pf, frequency Inverter kW, voltage, pf, frequency Battery current Battery voltage Array temperature Solar charge current Heat sink temperatures Solar radiation (with external Pyranometer)

Note: The PCU to be supplied shall be in compliance with the attached RDSO specifications

Page 15 of 61

Page 16: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

S. NO. List S. No. CODE PARTY ADDRESS Contact No. Email STATE STATUS

119 B01

Aditya Solar Energy Pvt. Ltd.

82, Anupam Apartments, B-13, Vasundhra Enclave, Delhi 110096

9810073910 [email protected] QUALIFIED

2

2 B02 Rajshree Enterprise

B-3, Siddharth Complex, Nr. Dinesh Hall, B/h. Income tax office, Ashram Road, Ahmedabad-380009

455/2757, SUBHALAXMINAGAR, G.H.BCHANDKHEDA, AHMEDABAD-382424

9925026695 [email protected]

GUJARAT QUALIFIED

314 B03

Seth Sanwariya Electronics & Solar Systems

F-450, Nakul Path, Lal Kothi Schem, Jaipur - 302 015

+91 7737365473 [email protected] QUALIFIED

426 B04

Sway Techno Solutions (P) Ltd.

B-2, SHASTRI NAGAR, BARELY, UP 09810140475 [email protected] QUALIFIED

58 B05 Gears Energy Solurions

H-375, Sitapura industrial Area, Jaipur 8696922133 [email protected] QUALIFIED

6 2 B06 G. S. Enterprises80, F I E Partpar Ganj Delhi-92011-43095361, 9313104202

[email protected] DELHI QUALIFIED AS 'B'

7 4 B07 Minda Energy Pvt. Ltd.111/6, Kartla Ram lila, Hisar,01662-239206, 9896010023,8743888899

[email protected] HARYANA QUALIFIED AS 'B'

8 9 B08OZONE PLANT DESIGN SERVICES PVT. LTD.

UNIT No.-201-204, AGARWAL CITY SQUARE, MANGLAM PLACE, SECTOR-3, ROHINI, NEW DELHI-85Ph. No. 011-46102351, 09958222688

[email protected] DELHI Category - BQUALIFIED

9 13 B09 GEE AAR INTERNATIONALPLOT NO. 21, MAINA PUR INDL. AREA, MEERUT ROAD, GHAZIABADPH.: 0120-3218317, 09810146142

[email protected] UP Category - BQUALIFIED

10 14 B10 STAR ENERGY SYSTEM

210-A, NIRMAN HOUSE, NEAR TIMES OF INDIA, ASHRAM ROAD, AHMEDABAD-380009PH.:079-26581298, 0925014314

[email protected]@STARENERGYINDIA.COM

GUJARAT Category - BQUALIFIED

11 5 B11Control Electric Co. Pvt. Ltd.

A-80, Sector 80, Phase-II, Noida.Cell: 9818689117Ph.: 0120-4217183

Mr. Dinesh Kaul [email protected] UP Category - BQUALIFIED

12

4 B12 Uravashi Enterprises

Plot No. 107, Govind Nagar West, Amber Road, Jaipur - 302002.

9414317072 [email protected]

RAJASTHANUpgrade

from Category-C

List of Qualify Parties under Category - B

Page 16 of 61

Page 17: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

S. NO. List S. No. CODE PARTY ADDRESS Contact No. Email STATE STATUS

116 C01

Solera Eergy Systems (I) Pvt. Ltd,

#1132, Secto 44-B, Chandigarh 09814011966 [email protected] QUALIFIED

225 C02 Vipul Enterprises

17A, CHINAR DRIVE, DLF FARMS CHHATTARPUR, NEW DELHI - 74

09810027056 [email protected] QUALIFIED

313 C03 Roof Top Urja Pvt. Limited

A7-9/2 MILLENIUM TOWERS. SEC-9, SANPADA, NAVI-MUMBAI 4-- 705

9820039468 [email protected] QUALIFIED

421 C04 Novus Re,edies Pvt. Ltd.

17, SHREENATH, IND. ESTATE, MAHAKALI CAVES ROAD, ANDHERI (E), MUMBAI - 400093

9870495460 [email protected] QUALIFIED

53 C05 Hindustan System

UG-25, Kartar Arcade, Raisen Road, Bhopal - 462023

09425004127 [email protected] QUALIFIED

6

4 C06 Uravashi Enterprises

Plot No. 107, Govind Nagar West, Amber Road, Jaipur - 302002.

9414317072 [email protected]

RAJASTHANUpgrade to Category-B

7 24 C07 Rajshree Energy B/3, Ist Floor, Siddharth Complex, B/h, Income Tax Office, Ashram Road, Ahmedabad - 380 009

[email protected]@gmail.com

GUJARAT QUALIFIED AS 'C'

8 2 C08METROPOLITAN INFRABUILD DEVELOPMENT AND SERVICE PVT. LTD

70 YAHAMA VIHAR SECTOR-49, NOIDA--201301 (UP)PH.NO.0120-6999994

[email protected] UP Category - CQUALIFIED

9 6 C09GRANZOR ENGINEERING PVT. LTD.

D-38/B LOWER GROUND FLOOR,ACHARYA NIKETAN,MAYUR VIHAR PHASE-1 DELHI PH.NO.+91-11-22751980

[email protected] DELHI Category - CQUALIFIED

10 7 C10HIGHFLOW INDUSTRIES PVT.LTD.

C-4,INDUSTRIES AREA SITE-2MIMTAZ NAGAR FAZIABAD.UP PH.NO. 05278-236221

[email protected] UP Category - CQUALIFIED

11 18 C11 PASHAVA ENERGY PVT.LTD.

11,SWAR BEHIND NABARD, NEAR RLY.CROSSING, USMANPURA, AHMEDABAD-13PH.:079-27702332, 09909904332

[email protected] GUJARAT Category - CQUALIFIED

12 19 C12 C&S ELECTRIC LIMITED222, OKHLA INDL. ESTATE, PHASE-III NEW DELHI-110020PH.:011-30887520-29,08826363083

[email protected] DELHIShifted to

Category - AQUALIFIED

13 22 C13 AMBAY ENTERPRISESMUNSHI GANJ, NEAR POLICE CHAUKI, RAE BARELI.Ph.: 09415956610. 09335332009

[email protected] UP Category - CQUALIFIED

List of Qualify Parties under Category - C

Page 17 of 61

Page 18: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

S. NO. Code PARTY ADDRESS Contact No. Email STATE STATUS

1A02

Mohan Energy Corporation pvt. Limited

Mohan House, Community Center, 8-9 Zamroodpur, Kailash Colony Extn. New Delhi - 110048

011-45003500, 45003501,

[email protected] QUALIFIED

2A03 S.G.Enterprises

Shradhanand Road, Mahabir Chowk, Ranchi - 834001

09934320603 [email protected] QUALIFIED

3A04

International Marketing Corpotation

418, Swastik Chambers, Sion Trombay Road, Chembur, Mumbai - 400 071

+91 9833404567 [email protected] QUALIFIED

4A05 Enrich Energy Pvt. Ltd.,

B-105, KALPATARU PLAZA, 224, BHAVANI PETH, PUNE 411 042

+91 904996439 [email protected] QUALIFIED

5A06 Surya International

Gandhi Nagar 2nd Lane, Berhampur - 760 001, Odisha, Ganjam

9439525334 [email protected] QUALIFIED

6A07 Lanco SolarEnergy Pv. Ltd

Lanco House, Plot No. 4, Software Units Layout. HITEC city, Madhapur, Hyderabad 500081

0124-4725200 / 6777100 EXTN 2929

[email protected]

/ APQUALIFIED

7A08

Novus Green Energy Systems Pvt. Ltd.

Suite 1,2nd Flor, "SIDDHI" #100, P&T COLONY, TRIMULGHERRY, SECUNDERABAD - 500 015

09866399668 [email protected]

/ APQUALIFIED

8A09

Akshay Jyoti Energies Pvt. Ltd

608, 6TH FLOOR, MARUTI PLAZA, SANJAY PLACE, AGRA - 282002

9897038232 [email protected] QUALIFIED

9 A10 Exicom Tele-Systems Ltd.

8, Electronic Complex, Chabaghat, Solan - 173213, HP.01792-6612000124-6615338

[email protected] HP QUALIFIED AS 'A'

10 A11

Uniline Energy systems Pvt. Ltd.

Uniline House"198/23, Ramesh Market , East of Kailash,New Delhi-110065011-46661111, 011-26481469,9560349120

[email protected]

DELHI QUALIFIED AS 'A'

11 A12 Green Ripples Pvt. Ltd.395, Vinay Bhawan, New Shanti Nagar, Raipur(C.G.)-492001,07714060169,9977689349

[email protected]@grappenergies.in

CHATTISGARH QUALIFIED AS 'A'

12 A13 Ammini Solar Pvt. Ltd.

Plot No. 33-37, Kinfra Small Industries Park, St. Xavier's College Post, Thiruvananthapuram - 695586, Kerala0471-2705588

[email protected] KERALA QUALIFIED AS 'A'

13 A14Sharika Enterprises Pvt. Ltd.

404, Chiranjiv Tower, 43 Nehru Place, New Delhi - 110019.8860006056

[email protected] DELHI QUALIFIED AS 'A'

14 A15PHOTON ENERGY SYSTEMS Plot No. 775-K, Road no. 45.

Jubille Hills, Hyderabad- 33 [email protected]

/ APQUALIFIED AS 'A'

15 A16

RAYS POWER EXPERTS PVT. LTD.

124-125, RECTANGLE ONE SAKET DISTRICT CENTRE,BEHIND SELECT CITY WALK NEW DELHI ,PH.NO.+91-7503052445

[email protected]

DELHI Category - AQUALIFIED

16 A17 C&S ELECTRIC LIMITED222, OKHLA INDL. ESTATE, PHASE-III NEW DELHI-110020PH.:011-30887520-29,08826363083

[email protected] DELHIShifted from Category - CQUALIFIED

17 A18

Akshay Jyoti Solar Pvt LtdJoint Venture with Unnecops Technologies Ltd.

B-59, Sector - 63, Noida - 201301, UP.Cell: 9871411386Ph.: 0120-4818072

Sh. Ketan Jain [email protected] UP

Category - AQUALIFIED

18 A19PLAZA POWER & INFRASTRUCTURE CO.

923/56, Vill. Katha, Tehsil- Baddi, Distt. Solan, Himachal PredeshCell: 9871594123Cell: 9999114385

Mr. Nitin Gupta/ Mr. Imran Khan

[email protected]@[email protected]

HPCategory - AQUALIFIED

19 A20Bhansali Cables & Conductors Pvt. Ltd.

GB-17, Shivaji Enclave, New Delhi-110027Cell: 9810294354Ph.: 011-28113664, 28113665Cell: 9910079507

Mr. Deepak Jain (CMD)Mr. Mahesh Gupta

[email protected]@bhansali.net

ND

Category - AQUALIFIED

20 A21 Zephyr Limited

B-34, Retreet Apartment, Plot No-20, IP Extension, Partparganj, DelhiCell: 9810386542Ph.: 0120-4629200Cell: 9639042222

Mr. Ashok SinghMr. Dharmendra parmar

[email protected]@zephyr.co.in

ND

Category - AQUALIFIED

21 A22Ren-En-Gen Solutions Pvt. Ltd.

301, Rohan Tower, Pune, Mumbai Rd, Dapodi, Pune-411012Cell: 9823339969Ph.: 020-27143118

Mr. Jay Kumar Dhoka

[email protected]

[email protected] Category - A

QUALIFIED

22 A23Su-Kam Power Systems Ltd.

Plot No 54, Udyog Vihar, Phase VI, Sector 37, Gurgaon-122001Ph. 0124-4170500Cell: 9643897537

Mr. Sharad Katiyar

[email protected]@su-kam.com

HR Category - AQUALIFIED

List of Qualify Parties under Category - A

Party from First Evaluation cleared his

Page 18 of 61

Page 19: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 19 of 61

Page 20: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 20 of 61

Page 21: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 21 of 61

Page 22: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 22 of 61

Page 23: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 23 of 61

Page 24: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 24 of 61

Page 25: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

lR;eso t;rs

GOVERNMENT OF INDIA

MINISTRY OF RAILWAYS

Hkkjr ljdkj

jsy ea=ky;

GRID CONNECT SOLAR GENERATING SYSTEM OF CAPACITY 10 KWp to 500 KWp

10 ls 500 fd-ok- ikWoj {kerk ds fxzM la;ksftr

ÅtkZ mRiknu iz.kkyh gsrq fof’kf"V

Specification No. RDSO/PE/SPEC/PS/0092-2008 (Rev. ‘0’), Amdt. 5

fof’kf"V la0 % vkjMh,lvks@ihbZ@Lisd@ih,l@0092&2008 ¼fjoh-*0*½ vesUMesaV-5

S.

N.

Amendment Revision Reason

No. Date No. Date

1. 1st 19.02.09 - - Annexure-A modified as per Rly. Bd’s letter no. 2002/ Elect (G) / 150/Ptdt 30.12.2008

2. 2nd 13.05.09 - - Annexure ’A’ modified as per Railway Board No. letter no. 2002/Elect.(G)/150/9/Pt dated 31.03.2009

3. 3rd 27.09.10 - - Added clause 3.0 in Annexure ‘B’. Modification by additions/deletions in

Clause nos. 1.0, 3.0, 5.4, 6.1, 6.9.1, 6.9.2, 6.9.4, 6.9.5, 6.9.6, 6.9.9, 6.9.13, 6.12.1, 6.12.7, 6.12.14, 6.15, 6.17. Clause No. 10.0 (Guarantee/ Warranty) and Annexure ‘A’ (Eligibility Criterion for Bidding) deleted as per Railway Board’s letter No.

2006/Elect.(G)/150/9/Pt. dated 10.09.2010.

4. 4th 12.10.12 -

- Added clauses 5.8, 5.9, 5.10, 6.9.16, 6.9.17, 6.9.18, 6.12.17, 6.12.18, 6.12.19, 6.12.20, 6.12.21, 6.12.22, 6.12.23, 6.12.24, 6.12.25, 6.12.26,

6.12.27, 6.12.28, 6.13.3, 6.13.4, 6.13.5, 6.17.1, 6.17.2,13, Annexure C and Annexure D. Deleted clause nos. 6.9.14, 6.10.11, 6.10.12, 6.10.13, 6.11, 6.12.3 and 6.12.14.

Modification by additions/deletions in cover page and clause nos. 1.0, 2.0, 3.0, 4.0, 4.2, 4.3, 4.4, 4.5, 4.6, 5.1, 5.2, 5.3, 5.4, 5.6, 6.1, 6.2, 6.4, 6.7.1, 6.7.2, 6.7.3, 6.7.4, 6.8, 6.9.1, 6.9.10, 6.9.12, 6.9.13, 6.10.3, 6.10.4, 6.10.5, 6.10.6, 6.10.8, 6.10.9, 6.10.10, 6.12, 6.12.1, 6.12.2,

6.12.4, 6.12.5, 6.12.6, 6.12.7, 6.12.9, 6.12.10, 6.12.15, 6.12.16, 6.12.17, 6.12.18, 6.13, 6.15, 6.17, 6.18, 9.0 and annexure-B.

5. 5th 19.08.13 - - Added clauses no. 5.3, 6.15(vii)

Deleted clause no. 7.2, 7.3, 7.4 Modification by additions/deletions in cover page and clauses nos. 2.0, 4.3, 4.4, 5.1, 5.2, 5.3, 5.4, 5.9, 6.1, 6.3, 6.5, 6.7.2, 6.7.3, 6.10.2, 6.10.3, 6.10.7, 6.10.8, 6.12, 6.12.4, 6.12.5, 6.12.17, 6.12.27, 6.15, 6.18, 7.0,

12.0 and Annexure-C

tkjhdrkZ

ÅtkZ izcU/ku funs’kky;

vuqla/kku vfHkdYi ,oa ekud laxBu

ekud uxj] y[kuÅ&226011

ISSUED BY

ENERGY MANAGEMENT DIRECTORATE

RESEARCH DESIGNS AND STANDARDS ORGANISATION

MANAK NAGAR, LUCKNOW- 226011

Approved by:

Executive Director/(EM)

Page 25 of 61

Page 26: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 2 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

I N D E X

S. No. DESCRIPTION PAGE NO.

1.0 Foreword 3

2.0 Scope 3

3.0 Reference Standards 3

4.0 System Description 4

5.0 General Requirements 5

6.0 Technical Requirements 7

7.0 Installation & Commissioning 19

8.0 Documentation 20

9.0 After Sales Service 20

10.0 Guarantee/Warranty (Deleted) 20

11.0 Log Books 20

12.0 Annual Maintenance Contract 20

13.0 Test 20

Annexure ‘A’ (deleted) 25

Annexure ‘B’

25

Annexure ‘C’

28

Annexure ‘D’

29

Page 26 of 61

Page 27: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 3 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

SPECIFICATION FOR GRID CONNECT SOLAR GENERATING SYSTEM OF CAPACITY 10 KWp TO 500 KWp

1.0 FOREWORD:

Government of India is laying great emphasis on reducing the country’s carbon footprint. In this pursuance, the Hon’ble Prime Minister of India

has on 30th June, 2008 released the National Action Plan for Climate Change (NAPCC). One of the NAPCC missions is the National Solar Mission and it aims to increase the share of solar energy in India’s overall energy mix. Accordingly, Indian Railways accords high priority to harnessing of solar energy.

The energy generated by grid connect solar photovoltaic system will be

utilized to feed railways’ electrical loads during daytime. As a result, during daytime, the purchase of electricity from the electricity authority will get reduced.

2.0 SCOPE:

This specification provides the generic requirement for grid connect solar photovoltaic (SPV) system capacities in the range 10 KWp to 500

KWp. The user will specify the SPV system’s KWp capacity, after duly considering the MNRE norms for subsidy, electrical load and availability of space for installation of SPV modules. In instances where none of the

standard available Power conditioning unit (PCU) KVA ratingsare commensurate with the purchaser specified KWp of SPV system, in

such case the purchaser can consider accepting the PCU of next higher standard rating.

The specification covers general and technical requirements for design, manufacturing, testing, supply, installation and commissioning of Grid connect solar generating system to be provided at railway premises for

meeting the railway requirements of lighting, ventilation and other electrical services. The solar photovoltaic generating system’s inverter

will operate in parallel with the general electric supply system on railway premises.

3.0 REFERENCE STANDARDS:

IS: 12834:1989 (reaffirmed 2000)

Solar Photovoltaic Energy Systems – Terminology

IEC : 61215 Ed 2 or latest

Crystalline silicon terrestrial photovoltaic (PV) modules – Design qualification and type approval

Page 27 of 61

Page 28: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 4 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

IEC: 61730 Pt 1 & 2 Photovoltaic (PV) module safety qualification

-Part 1: Requirements for construction Part 2: Requirements for testing

IEC: 61701 Salt mist corrosion testing of photovoltaic

(PV) modules

IEC:60904-1(2006) Photovoltaic Devices- Part-I: Measurement of Photovoltaic current-Voltage

Characteristic

IS: 9000

Basic environmental testing procedure for Electronic and electrical items.

IEC:60068 Environmental testing

IEC 61723 Ed1.0

Safety Guidelines for grid connected

photovoltaic systems mounted on the buildings

IEC 60364-7-712

(2002)

Electrical Installations of Buildings Part 7:

requirements for special installations or locations

Section, 712: Photovoltaic power supply systems.

IEC 62446 (2009) Grid connected photovoltaic systems- Minimum requirements for system documentation, commissioning tests and

inspection

Note: Normally latest version of the standards shall be referred to.

4.0 SYSTEM DESCRIPTION:

4.1 Solar Photovoltaic (SPV) grid connect system shall consist of mainly the following: -

i) Solar panels

ii) Module mounting structure

iii) Junction boxes

iv) Power conditioning unit (PCU)

v) Import & Export metering

vi) Cable and other accessories

4.2 The PV array converts the light energy of the sun to DC power. The module mounting structure shall be used to hold the module in position. The DC power shall be converted to AC by PCU to supply AC

loads such as computers, lights, fans, etc. within the railway premises. Solar power shall be integrated with the premises power supply from

electricity authority.

Page 28 of 61

Page 29: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 5 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

4.3 DC distribution board/ combiner shall be provided in between solar array and PCU. It shall have DC Disconnector/MCCB of suitable rating

for connection and disconnection of array section. Type II Surge Arrestor should be incorporated for surge protection. It shall have

meters for measuring the array voltage and array current. Appropriate IP protection shall be provided. In case of string inverters, if the requirements served by DC distribution board are fully taken care of by

string inverter(s), then firms’ proposal (if any) for elimination of DC distribution board from the system design, can be considered.

4.4 AC distribution board shall be provided in between PCU and loads. It shall have an integrated energy meter, voltmeter and ammeter. As for

energy, generally the parameter of interest shall be the aggregate energy output of inverter(s) fed into the individual AC distribution board(s). Though not mandatory, firms are however encouraged to also offer the

facility for recording the energy output data of each inverter (wherever multiple inverters are feeding into an AC distribution board). Class I + II (as per IEC 62305) 100 kA Surge Arrestor should be incorporated for

protection against surges.

4.5 No electrical storage batteries shall be required and accordingly, these are not included in the scope of work.

4.6 The system shall comply IEC 60364-7-712 and 62446.

5.0 GENERAL REQUIREMENTS: 5.1 Solar generating system shall supply part/ full load of railway service

buildings/ areas. Thereby, the PV system shall reduce the electric energy units drawn by railway from the grid and reduce IR’s CO2 emissions.

5.2 Solar panels and array junction boxes shall be installed on shade free

roof while the transformer based PCU and distribution boards, etc. shall be housed inside the room provided by Railways. In case of string inverters, railways should carefully weigh the option of indoor vs.

outdoor installation. The installation of SPV modules on roof-tops must not impact the waterproofing of the existing terrace structure. The

contractor shall be responsible for restoring the waterproofing to its original condition and for provision of additional waterproofing in the areas where RCC blocks are secured on to the terrace. Even though

roof-top mounting of solar panels shall be the preferred option, if necessary, railways can at their option specify a ground mounted solar system for part or full system KWp capacity. In the event that railways

decide on a ground mounted solar system, they must specifically mention this in their tender and also specify the fencing requirements

as will be appropriate to the site (ref. item 6 of Annexure - C). For ground mounted solar systems, railways may need to: carry out site preparation works (e.g. site levelling, removal of obstructions, etc.); plan

Page 29 of 61

Page 30: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 6 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

suitable arrangements for preventing theft, vandalism, etc.; ensure the availability of adequate railway base load; identify a reliable railway grid

power supply line and be responsible for carrying out any supplementary works required for feeding the renewable energy into the

identified railway grid power supply line.

5.3 For individual systems above 20KWp, availability of requisite space on a

single roof-top can at times become a constraint. In such case, the system’s overall KWp capacity can be distributed across multiple roof-tops and each of the rooftops shall then feed to the grid power supply

system. In works involving such distributed systems, the purchaser must mention the KWp of individual constituent solar systems in the

tender (refer item 7 of Annexure - C). If the purchaser doesnot mention anything against item 7 of Annexure - C, it will be deemed that adequate space is available on a single rooftop for the entire KWp

capacity of the system.

5.4 If required, statutory approval of local authorities/state electricity

distribution company, etc. shall be obtained by the Railway Authority. An export meter (for recording the number of units exported to the grid),

if required, shall be either installed by state electricity distribution company or else the respective Railway Authority may include the same in their scope of work. Export metering will be an optional item; it will

be specifically mentioned by purchaser, if the same is required to be within the contractor’s scope of supply (see Annex C item 5). It is

emphasized here, that primary purpose of installing the SPV system covered by this spec., is to meet railway’s own energy requirement, rather than supplying renewable energy to the public grid.

5.5 Railway Authority shall provide a shadow free area @ 125 - 150 sq.

ft./KWp of solar array.

5.6 Array structure of PV yard and all electrical equipments such as PCU,

inverters, etc. shall be grounded properly. Towards this end, the contractor will supply and install an adequate number and appropriate size of IS:3043 – 1987 compliant earthing kits; at least one each for AC

circuit, DC circuit and lighting protection system.

5.7 Suitable marking shall be provided on the bus for easy identification.

5.8 PV modules may be connected in series up to the maximum allowed

operating voltage of the PV modules and the PV inverter, whichever is lower.

5.9 The reverse current of blocking diodes (connected in series), if required/ provided, shall be rated for 2 X VOC STC of the PV string.

5.10 Proper sealing arrangements at the points of cables entering the

enclosures/ buildings should be incorporated. Although not mandatory,

Page 30 of 61

Page 31: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 7 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

manufacturers are however encouraged that the cables entering into the enclosures be sealed with modular EPDM based cable sealing and

protection system based on multi-diameter technology.

6.0 TECHNICAL REQUIREMENTS: 6.1 The DC output from the modules shall be fed to array junction box

and the strings are paralleled at sub Main & Main junction boxes. Then PCU shall convert DC energy produced by the solar array to AC energy. The AC power output of the inverter shall be fed to the AC

distribution board (metering panel & isolation panel), which also houses the energy meter. The AC output of grid-connect SPV system should be

paralleled with railway’s general electric power supply i.e.the power supply received from the electricity authority.

6.2 The system shall automatically wake-up in the morning and supply power, provided there is sufficient solar energy and the grid voltage and frequency are in range.

6.3 When the grid voltage and/or frequency go out of preset range, the

inverter shall be immediately disconnected from the grid. The inverter will reconnect after a pre-determined time when the grid is back in the range.

6.4 Array to inverter voltage drop shall be less than 3% at the maximum

power output of the array. 6.5 Railways shall provide adequate space and ventilation for the inverter. If

string inverters are used, thesecan be installed below the solar array.

6.6 For safety reasons, PV inverter system shall be disconnected from the

network following a fault or loss of supply on the power network.

6.7 The performance and generation data shall be recorded using a data logger. The monitoring system shall comprise of the following main components:

6.7.1 PCU will log the inverter performance data and transmit the same to the

data logger. It shall also monitor basic parameters like power generated, etc.

6.7.2 Data logger shall gather information and monitor the performance of the inverter. It shall also support measurements from the external sensors. Data Logger shall also monitor the Solar Insolation and Temp

of Array Yard. RDSO and the concerned railway shall be afforded free of cost facility for viewing the system performance data on the

manufacturer’s or system integrator’s or railway’s web portal for until the contractual warranty period of the system. It is advisable that the facility of web based system monitoring should continue even after

Page 31 of 61

Page 32: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 8 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

completion of warranty period. After the warranty period, the web based monitoring facility shall be available as a part of AMC, if any (see Cl.

12.0). Else, if the railway desires to enter into a separate new agreement with the contractor solely for post-warranty web based monitoring for a

specified period, then it should provide for the same in special condition of tender and ask the tenderers to quote for the same (refer item 8 of Annexure-C).

6.7.3 Data logging system/software shall enable automatic long-term

storage of measured data from PV plant. It shall allow visualization,

monitoring, commissioning and service of the installation. The data logger shall be web enabled. It should be possible to access the data

logger with any standard web browser like internet explorer, google chrome, etc. and for this purpose, relevant software/ hardware will be supplied by the contractor. In addition to the web portal, it should also

be possible to retrieve the data directly from the data logger. The software for access/ visualization of data from data logger should also be provided by the supplier. Necessary executable files, if any, will be

required to be given free of cost by the supplier on a CD/ any other storage device.

6.7.4 Communication interface

The system should offer RS232/RS485 port and LAN/ WAN interface to facilitate remote monitoring of the system.

6.8 Sizing of the SPV system

Sizing of the system should be decided on the basis of railway’s

electrical load requirement and the availability of space for installation of SPV system.

6.9 SPV Module

6.9.1 Individual Solar PV Module should be of minimum capacity 230 Wp conforming to IEC:61215 Ed 2 or latest, IEC : 61730 – I :2007, IEC :

61730 – II : 2007, manufactured in a plant certified under ISO 9001 : 2008 and type tested by an accredited national/international testing laboratory. The Solar PV Module should be made from mono/poly

crystalline Silicon Solar Cell connected in series. Imported SPV module or cell will not be accepted, unless MNRE’s policy/ rules permit the same. PV modules

to be used in a highly corrosive atmosphere (coastal areas, etc.) must qualify Salt Mist Corrosion Testing as per IEC 61701; this compliance

and certification will not be required, unless the purchaser specifically asks for the same. Cut cells should not be used (see Annex C, item 2).

6.9.2 SPV modules of similar output with +5Wp tolerance in single string shall be employed to avoid array mismatch losses.

Page 32 of 61

Page 33: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 9 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

6.9.3 SPV module shall contain crystalline high power silicon solar cells. The

solar cell shall have surface anti-reflective coating to help to absorb more light in all weather conditions.

6.9.4 Photo-electric conversion efficiency of SPV module shall not be less

than 14%.

6.9.5 Fill factor of the module shall not be less than 72%.

6.9.6 Each module shall have low iron tempered glass front for strength and superior light transmission. It shall also have tough multi- layered

polymer back sheet for environmental protection against moisture and provide high voltage electrical insulation. Transmitivity of glass shall not be less than 91%.

6.9.7 Module junction box and terminal block (weather resistant) shall be

designed for long life outdoor operation in harsh environment.

6.9.8 Bird spike shall be provided so as to avoid bird sitting on the solar

modules at the highest point of the array/module structure. 6.9.9 SPV module shall be highly reliable, light weight and shall have a

service life of more than 25 years. SPV modules shall have a limited power loss of not more than 10% of nominal output at the end of 10

years and of not more than 20% of nominal output at the end of 25 years.

6.9.10 The output of any supplied module shall not be less than the rated output and shall not exceed the rated power by more than 5Wp. Each module, therefore, has to be tested and rating displayed.

6.9.11 Whenever more than one module is required, identical modules shall

be used. 6.9.12 The module shall perform satisfactorily in relative humidity upto 95%

and temperature between -10oC and +85oC.

6.9.13 The solar modules shall have suitable encapsulation and sealing arrangements to protect the silicon cells from the environment. The encapsulation arrangement shall ensure complete moisture proofing

for the entire life of solar modules. The terminal block shall be preferably of Noryl rubber with weatherproof design (min. IP 65) and shall have a provision for opening /replacing the cables if required.

6.9.14 Deleted

Page 33 of 61

Page 34: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 10 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

6.9.15 Marking

Each module shall carry the following clear and indelible markings:-

i) Name, monogram or symbol of manufacturer ii) Type or model number iii) Serial number

iv) Polarity of terminals or leads (colour coding is permissible) v) Open – circuit voltage vi) Operating voltage

vii) Maximum system voltage for which the module is suitable viii) Operating current

ix) Short circuit current x) Date & place of manufacture xi) Weight of the module

xii) Module Wp tolerance (if it is cumbersome to supply this marking, then this marking can be left out)

6.9.16 Each PV module must use a RF identification tag (RFID), which must contain the following information. The RFID can be inside or outside

the module laminate, but must be able to withstand harsh environmental conditions.

i) Name of the manufacturer of PV Module

ii) Name of the Manufacturer of Solar cells iii) Month and year of the 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) Peak 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 per ISO 9000 series

6.9.17 Modules shall be tested as per clause-13.1.

6.9.18 Insulation Resistance of the module shall not be less than 50M-ohm

when measured with a 500V DC megger.

6.10 Module Mounting Structure

6.10.1 The array structure shall be so designed that it will occupy

minimum space without sacrificing the output from SPV panels.

6.10.2 The structure shall be designed to allow easy replacement of any module by authorized personnel and shall be in line with the site requirements.

Page 34 of 61

Page 35: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 11 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

6.10.3 The array structure shall be made of hot dipped galvanized MS angles (or alternate MS sections) of suitable size. Galvanization

thickness shall be of min. 85μm. If the systems are installed in coastal/ corrosive areas, the minimum galvanization thickness of

array structure shall be 120μm. Unless the purchaser has specifically asked for 120 μm thickness, normally 85 μm will be supplied (see Annex C item 3).

6.10.4 The foundation for module mounting structure shall be preferably 1:2:4 RCC construction or any other combination based on the local site condition requirement for which design details shall be

submitted.

6.10.5 The support structure, design and foundation shall normally be

designed to withstand wind speed upto 150 kmph. In coastal/ high wind areas, the support structure, design and foundation shall be designed to withstand wind speed upto 200 kmph. If the purchaser

does not specify anything to the contrary, then 150 kmph wind withstanding capability shall be provided (Refer item 4 of Annexure-C).

6.10.6 The clearance between lowest part of the module structure and the developed ground level shall normally not be less than 500mm.

However, in exceptional cases, lower clearances may be allowed on case to case basis.

6.10.7 The module alignment and tilt angle shall be calculated to provide

the maximum annual energy output. This shall be decided based on the location of array installation.The SPV panel shall have a

provision for angular adjustment of the mounting structure to get maximum utilization of incident sunlight. It shall be mounted facing south and tilted to an angle equal to the latitude (where being used),

for optimum performance.

6.10.8 Generally, fasteners shall be of stainless steel SS304. To prevent pilferage, anti-theft fasteners shall be provided at appropriate

locations.

6.10.9 Junction Boxes

i) The module junction box (if any) shall be certified as per IEC 61215. Else, they should have the same properties as mentioned

for array junction boxes. Array sub-main and main junction boxes, shall have the following properties:

a. They shall be dust, vermin & waterproof and made of Polycarbonate-Glass Fibre Substance (PC-GFS) thermoplastic. The enclosure should be double insulated with protection

class II as per IEC 61439-1. Material and the protection class shall be marked on the enclosure.

b. The enclosure shall have a transparent front lid for enabling

easy visibility.

Page 35 of 61

Page 36: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 12 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

c. The enclosures shall have IP 65/66 protection in accordance with IEC 60529. Third party conformance certificate is

required to be given for IP 65/ IP 66 degree of protection.

d. Minimum requirements for fire protection in the event of

internal faults: Glow wire test in accordance with IEC 60 695-

2-11 at 960C for box and 850C for conducting components.

e. Burning Behavior: Base part of Polycarbonate Enclosure shall be UL94-V-0 compliant and Lid part of PC Enclosure shall be UL94-V-2 compliant.

f. The enclosures shall have IK 08 degree of protection for mechanical load.

g. The material used shall be halogen, silicon free conforming to

RoHS directive 2002/95/EC.

h. The enclosure shall have a usage temperature rating of -10C

to 55C.

i. The enclosure should be chemically resistant to acid, lye,

petrol, mineral oil & partially resistant to benzene.

j. The enclosures shall have a rated insulated voltage of 1000V

DC and dielectric strength of 4.65 KV DC.

k. The material of the enclosure shall be UV stabilized.

l. Though not mandatory, manufacturers are encouraged to

provide breather glands in the array junction boxes to prevent overheating and explosions.

Unless otherwise stipulated, the properties mentioned above should be demonstrated through datasheet of the manufacturer.

ii) SPDs Class II as per IEC 61643-1, shall be used at the terminals of array junction boxes for external surge protection. Internal Surge protection (SPDs) shall consist of three MOV type arrestors

connected from + ve and – ve terminal to earth (Via Y arrangement) for higher withstand of the continuous PV-DC voltage during earth

fault condition. SPD shall have safe disconnection & short circuit interruption arrangement through integrated DC in-built bypass fuse (parallel) which should get tripped during failure mode of

MOV, extinguishing DC arc safely (created by inbuilt thermal disconnection) in order to protect the installation against fire

hazards. Nominal discharge current (In) at 8/ 20 microseconds shall be minimum 10 KA with maximum discharge current (Imax) of minimum 20 KA at 8/20 microseconds with visual indication

(through mechanical flag) in all modules to monitor the life of SPD. TheIscwpv (Short Circuit current withstand capacity of arrester) would be at least 10% more than Nominal output current of the

combiner box and AJB. Detailed internal schematic for the above SPDs, compliant to these specifications, should be submitted by

the manufacturers.

Page 36 of 61

Page 37: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 13 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

iii) The junction boxes shall have suitable cable entry points with cable glands of appropriate sizes for both incoming and outgoing

cables. Though not mandatory, manufacturers are encouraged to provide suitable cable entry points fitted with MC-4 Connectors.

iv) Suitable markings should be provided on the bus bar for easy

identification, and cable ferrules shall be fitted at the cable

termination points for identification. v) The Array Junction Box should preferably have maximum 08 input

and 01 output with SPD and Terminal block.

6.10.10 Earthing for PV array, Balance of System (BOS), lightning protection and other components.

i) The photovoltaic modules, Balance of system (BOS) and other components of power plant require proper grounding for protection against any serious faults as guided by IEC 60364.

ii) The earthing resistance must not exceed the limits generally in practice for such applications.

iii) The Bidder shall submit the detailed scheme of earthing and grounding.

iv) The contractor will supply and install an adequate number and

appropriate size of IS:3043 – 1987 compliant earthing kits; at least one each for AC circuit, DC circuit and lighting protection system.

v) The source of over voltage can be lightning or other atmospheric

disturbance. Main aim of over voltage protection is to reduce the overvoltage to a tolerable level before it reaches the PV or other sub-system components. Lightning protection should be provided

as per IEC 62305.

vi) Necessary concrete foundation or any other arrangement for holding the lightning conductor in position is to be made after

giving due consideration to shadow on PV array, maximum wind speed and maintenance requirement at site in future.

vii) The lightning conductor and structures shall be earthed through flats 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. Else, a matrix of lightning conductors is to be created which will be required to be connected to an earth.

viii) If necessary, more numbers of lightning conductors may be provided.

ix) The Bidder shall submit the drawings and detailed specifications

of the PV array lightning protection equipment.

6.10.11 Deleted

6.10.12 Deleted

Page 37 of 61

Page 38: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 14 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

6.10.13 Deleted

6.11 Deleted

6.12 Power Conditioning Unit (PCU)

PCU shall supply the DC energy produced by array to DC bus for inverting to AC voltage using its MPPT (Maximum Power Point Tracking) control to extract maximum energy from solar array and

produce 415V (+15% and -20%) AC, 3 phase, 50 ± 5% Hz (47.5 to 52.5 Hz) to synchronize with the local grid. For sizing ofgrid connect

inverter,the general guideline will be that the ratio of SPV KWp rating to inverter’s KVA rating shall be within 1.15. The array output should be well within the input voltage range of the inverter so that

the inverter works in MPPT range for most of the solar insolation range. This should be applicable for the whole life of the solar array and needs to be substantiated through design calculations. PCU

should be able to handle maximum open circuit DC voltage of 1,000V.

6.12.1 MPPT controller, inverter and associated control and protection

devices, etc. all shall be integrated into the PCU.

6.12.2 PCU/ string inverter shall provide 3 phase, 415V (with grid tracking

of +15%/-20%), 50 Hz (with grid tracking of ±5% i.e. 47.5 to 52.5 Hz) supply on AC side with voltage THD of less than 3% and current THD of less than 5%.

6.12.3 Deleted

6.12.4 Efficiency of PCU with transformer shall not be less than 92% for systems from 10KWp to less than 30 KWp, 93% for systems from

30KWp to less than 50KWp and 94% for systems greater than or equal to 50KWp. For transformer-less design, it shall be minimum 96%.

6.12.5 Degree of protection will be minimum IP20 for non-electronics

portion where transformer, etc. are mounted, if any and for the rest of the portion including electronics, it will be IP31 for units of capacities upto 15KWp and IP41 for units of capacities greater than

15KWp.For inverters to be installed outdoors, IP65 protection shall be required. In future, RDSO will actively consider upgrading the requirement of IP protection, keeping in view the highly dusty

environment in Indian subcontinent. Therefore, manufacturers are encouraged to develop even higher IP protected systems for future

requirements of IR.

Page 38 of 61

Page 39: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 15 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

6.12.6 Railways should carefully weigh the option of indoor vs. outdoor location for string inverter.

6.12.7 The inverter shall be efficient with IGBT based reliable design. The

control system should be of highest reliability preferably based on Digital Signal Processors.Though not mandatory, the manufacturers are encouraged to provide the control system of redundant type.

6.12.8 The PCU shall be capable of complete automatic operation, including

wake-up, synchronization and shut down.

6.12.9 PCU shall have the facility to display the basic parameters of the

system on a typical 4 line by 20 characters type LED/LCD display. Displays of a bigger size can also be provided.

6.12.10 PCU shall be able to synchronize independently and automatically/ phase-lock with POWER SUPPLY AUTHORITY grid power line frequency to attain synchronization.

6.12.11 Built-in data logging to monitor plant performance through external

PC shall be provided.

6.12.12 Inverter shall be tested for islanding protection performance.

6.12.13 Only isolated inverters shall be grounded on DC side.

6.12.14 Deleted

6.12.15 Indications (through LEDs/ LCD display)

Following is an indicative listof indications (the actual scheme will be

finalized at design stage):

i) Inverter ON ii) Grid ON iii) Inverter under voltage/over voltage

iv) Inverter over-load v) Inverter over-temperature

vi) Earth Fault

6.12.16 Protections

Following is an indicative list of protections (the actual scheme will be finalized at design stage):

i) Over-voltage both at input and output

ii) Over-current both at input and output iii) Over/under grid frequency iv) Over temperature

Page 39 of 61

Page 40: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 16 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

v) Short circuit on AC side vi) Reverse polarity protection

vii) Array ground fault protection viii) Protection against lightning induced surges Class II, 10 kA

as per IEC 61643-1 ix) Protection against surge voltage induced at output due to

external source

6.12.17 Night consumption of the PCU shall be less than 0.2% of the rated

power of the inverter for system capacities of 25KWp or more. It shall

be less than or equal to 50W for system capacities of less than 25KWp.

6.12.18 Noise level of the PCU should be less than 65 dBA (nominal) at 1m.

6.12.19 DC insulation resistance should be more than 50MΩ. 6.12.20 EMI and EMC Requirements:PCU shall comply the following EMI

and EMC requirements:

i) Emitted interference as per IEC: 61000-6-4.

ii) Interference emitted as per IEC: 61000-6-2.

6.12.21 An integrated earth fault detection device is provided to detect

eventual earth fault on DC side and shall send message to the supervisory system.

6.12.22 Idling current at no load shall not exceed 2% of the full load current.

6.12.23 PCU shall withstand high voltage test of 2,000 Vrms between either the input or the output terminals and the cabinet (chassis).

6.12.24 PCU includes ground lugs for equipment and PV array groundings. The DC circuit ground shall be a solid single point ground

connection. 6.12.25 Where PCU hasnot been provided with galvanic isolation, a type B

residual current device (RCD) according to IEC 60755 amendment 2 shall be installed to provide fault protection by automatic

disconnection of supply. Inbuilt RCD will also be accepted. 6.12.26 To allow maintenance of the PCU, means of isolating the PCU from

the DC side and the AC side shall be provided. 6.12.27 PCU can be a centralized unit or a combination of multiple string

inverters.

6.12.28 The PCU should withstand the environmental tests (as per IEC 60068/ IS 9000) listed below with the PCU working at full load for at least last half an hour. For SPV systems of 10 KWp or higher

Page 40 of 61

Page 41: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 17 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

capacity, environmental test results in respect of any similar design PCU for at least 10 KWp SPV systems will be adequate.

a) Dry Heat Test: 50C±2C for 16 hours

b) Damp Heat Test (Steady state): 40C, 93% RH for 4 days

c) Damp Heat Test (Cyclic): 40C, 93% RH for 6 cycles (duration of

one cycle shall be 24hrs)

d) Cold Test: 0C for 16 hours

e) Change of temperature Test: -10C/-5C to 50C for 3 cycles (rate of change in temperature shall be 3oC per minute)

6.13 Cables and Hardwares

The cables used in module/ array wiring shall be TUV 2Pfg 1169/08.2007 or VDE EPV 01:2008-02 or UL4703 certified.

Cables of appropriate size to be used in the rest of the system shall have the following characteristics:

i) Temp. Range –10ºC to +120ºC.

ii) Voltage rating 600/1000V

iii) Excellent resistance to heat, cold, water, oil, abrasion, UV radiation, ozone and weathering

iv) Halogen-free, low smoke, low toxicity.

v) Flame retardant

vi) Flexible

vii) Fulfills IEC 60332-1 requirements. Accredited lab test report/Manufacturer’s test report shall be attached.

viii) Conductor class IEC 60228 class 5. Accredited lab test report/Manufacturer’s test report shall be attached.

6.13.1 Cabling on DC side of the system shall be as short as possible to minimize the voltage drop in the wiring.

6.13.2 Components and hardware shall be vandal and theft resistant. All parts shall be corrosion-resistant.

6.13.3 Voltage drop on the DC side from array to the inverter should not be

more than 3%. Necessary calculations in this regard shall also be

submitted during design approval.

6.13.4 Overload protection may be omitted to PV string and PV array cables when the continuous current-carrying capacity of the cable is equal to or greater than 1.25 times ISC STC at any location. Necessary

calculations in this regard shall be submitted during design approval.

Page 41 of 61

Page 42: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 18 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

6.13.5 Overload protection may be omitted to PV main cable if the continuous current-carrying capacity of the cable is equal to or

greater than 1.25 times ISC STC of the PV generator. Necessary calculations in this regard shall be submitted during design approval.

6.14 The system description, general/technical requirements, etc. are

given for general guidance only. The supplier/manufacturer shall

submit the detailed design of the complete solar generating system by using their software to optimize the combination of modules considering the specific location, insolation, nature of load, etc.

6.15 AC Distribution Board (ACDB):

The ACDB shall be used to terminate single or multiple PCU outputs.The ACDB must have the following features:

i) Cables connecting bus bar should be minimum 3 times capacity of

Solar Power plant.

ii) Input Grid Line should come from such Distribution Board of client

so that the railway load is fed parallely by the grid as well as SPV system.

iii) The Solar Power should be exported to the bus bar inside the ACDB through a LCD display Energy Meter. In case the systems

are installed on multiple rooftops, then for each individual rooftop system, an independent ACDB shall be generally required.

iv) The Designated Load should be routed through ACDB and an Energy Meter to register the Load Energy Consumption from Solar and Grid during Week Days and Holiday.

v) The SPV system will help Railways to obtain GRIHA/ ECBC

certification for the buildings.

vi) ACDB should have Class I + II (as per IEC 62305; IEC 61643 and

IEC 60364-5-53), 100 kA Surge Suppression inbuilt for surge protection. Surge protection on AC side (Type 1 + Type 2) shall

consist of Pre wired metal encapsulated spark gap based solution for fire safe and fire proof operation at site, consisting of base part and plug in protection modules. Total discharge capacity/

Lightning Impulse current (Iimp) at 10/350 μ sec and nominal discharge current (In) at 8/ 20 μ sec shall be minimum 100 KA for three phase power supply system and 50 KA for single phase power

supply system. The discharge capability of L-N connected module shall be 25 KA at 10/350 μ sec and 8/20 μ sec. All the L-N & N-E

connected arresters shall have built in mechanical health indication. Complete solution shall have voltage protection level (Up) of <= 1.5 KV to protect the sensitive electronics inside the

Page 42 of 61

Page 43: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 19 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

Invertors, having follow current extinguishing and limiting capability up to 25 KA rms (at 255V) without tripping of even small

rating 32 AGL/gG fuse and approved from international independent test labs like KEMA or VDE or UL as per latest IEC

61643-1 or equivalent EN 61643-11 standard. SPDs on the ACDB shall be provided if the same haven’t been provided on the PCU.

vii) Appropriate IP protection shall be provided

6.16 Approval of System Design

6.16.1 The concept plan/design of each sub-system shall be submitted to RDSO for approval. The wiring diagram and operation and

maintenance information details shall be given as detailed in IEC 62446.

6.16.2 Quality Assurance Plan should include design control, process control, quality control, testing of sub-system, integration and bill of material intended to be used.

6.17 Prototype Testing

6.17.1 RDSO shall conduct prototype testing of Grid connect Solar Generating System of individual capacity separately. For certain tests, the type testing authority i.e. RDSO may choose to rely upon

previous type test reports/conformance certificates, as long as they pertain to similar design and are of comparable rating. However, the

manufacturer cannot demand this as a matter of right.

6.17.2 Until the railways are able to issue their vendor list, they may in the interim period invite tender/ place order with the provision of

accepting the material on the basis of firm’s written clause-by-clause confirmation of the spec. and acceptance test alone, wherever this is considered necessary by CEE.

6.18 Cleaning of SPV modules

For the purpose of cleaning of SPV modules, railways shall ensure that the Array Yard is equippedwith permanent Water Line, Butterfly

valve and rubber hose. During the warranty period, the contractor shall carry out the cleaning of SPV modules, on an average, once in

three months; in addition, railway on its part will be responsible to arrange for cleaning of SPV modules once in every two weeks.

7.0 INSTALLATION & COMMISSIONING:

The installation shall be done by the supplier/manufacturer who

is responsible for system performance, direction of installation and structural stability. The supplier shall conduct a detailed site

assessment. The PV installer shall obtain data specific to the site, rather than relying on general data. While making foundation

Page 43 of 61

Page 44: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 20 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

design, due consideration shall be given to weight of the module assembly, maximum wind speed at the site, etc.

8.0 DOCUMENTATION:

The supplier shall provide easy-to-use illustrated installation and operation manual in English for easy installation and trouble-free usage. Manual shall contain complete system details such as array

layout, schematic of the system, working principle, clear instruction on regular maintenance, trouble-shooting of the solar generating system, emergency shutdown procedure, etc.

9.0 AFTER SALES SERVICE:

The details of service centers in India shall be provided along with the offer. All essential materials and manpower shall be placed at the

service centers to ensure quick and efficient after sales service.

10.0 GUARANTEE / WARRANTY - (Deleted)

11.0 LOG BOOKS:

Railways shall maintain a logbook detailing inspection and operating activities. This logbook must be kept in a secure place and shall be

made available, whenever required for inspection. Testing of all protection devices shall be carried out at regular intervals (no longer

than six months) by the customer and recorded in the logbook.

12.0 ANNUAL MAINTENANCE CONTRACT:

The contractor will have to quote the rates for Comprehensive Annual Maintenance Contract (AMC). During the AMC period, the contractor

shall also carry out the cleaning of SPV modules, on an average, once in three months; in addition, railway on its part will be responsible to

arrange for cleaning of SPV modules once in every two weeks. Further, unless otherwise stipulated by the purchaser in the tender, during the AMC period, the contractor shall also provide web based monitoring

facility (as detailed in Cl. 6.7.2).

13.0 TESTS: The manufacturer shall carry out routine tests at his works and shall

maintain records for the same. Acceptance testing shall be carried out by the purchaser or his representative or by any agency deputed by the purchaser on his behalf.

Page 44 of 61

Page 45: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 21 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

13.1 Test on SPV Module

S.N. Name of Test Type Test

Routine Test

Acceptance

Test

Method

1. Visual

Examination

√ √ √ Refer Annexure B

2. Design

Qualification

√ √* IEC 61215

3. Safety Qualification

√ √* IEC 61730- I & II

4. Photo Electrical Conversion

Efficiency

By Sun simulator(Refer Cl. 6.9.4)

5. Fill Factor √

By Sun simulator (Refer

Cl. 6.9.5)

6. Transmitivity of

Glass

Refer Cl. 6.9.6

7. Rated output of

module

By Sun simulator. Refer

Cl. 6.9.1

8. Module

mismatch test

Refer Cl 6.9.10

9. Array mismatch test

√ Refer Cl 6.9.2

10. Encapsulation and sealing

√ √ Refer Cl 6.9.13

11. Terminal block √ √ √ Refer Cl 6.9.13

12. Provision of Bird

Spike

Refer Cl 6.9.8

13. Provision of

RFID tag with requisite details

Refer Cl 6.9.16

14. Environmental tests

√** Refer Annexure B

15. Provision of Earthing

√ √ Refer Cl 6.10.10

16. Marking √ √ √ Refer Cl 6.9.15

* Copy of the latest conformance certificates should be asked ** If compliance has already been checked during type testing, the same will

be relied upon, otherwise compliance will be ensured through physical tests

13.2 Tests on Module Mounting Structure

S.N. Name of Test Type Test

Routine Test

Acceptance

Test

Method

1. Visual Examination √ √ √

Page 45 of 61

Page 46: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 22 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

2. Dimension √

As per

manufacturer’s data sheet

3. Design calculation on

wind withstand capability

Refer Cl 6.10.5

4. Clearance between module and ground

Refer Cl 6.10.6

5. Galvanization thickness

Refer Cl 6.10.3

6. Foundation √

Refer Cl 6.10.4

7. Provision of Earthing √

Refer Cl. 6.10.10

8. Fasteners √

Refer Cl. 6.10.8

13.3 Tests on module junction box, Array sub-main and main Junction Box

S.N. Name of Test Type

Test

Routine

Test

Accept

ance Test

Method

1. Visual Examination √

Refer Cl

6.10.9(i),(iii), (iv) & (v)

2. Material √ √ Refer Cl 6.10.9(i)

3. IP Protection √ √ √ Refer Cl 6.10.9(i)

4. Surge Protection √ √ √ Refer Cl 6.10.9(ii)

5. Cable Glands √ √ √ Refer Cl 6.10.9(iii)

13.4 Test on Power Conditioning Unit (PCU)

S.N. Name of Test Type

Test

Routine

Test

Accept-

ance Test

Method

1. Visual Examination √ √ √

2. MPPT range √ √ Refer Cl. 6.12

3. Voltage Range √ √ √£ Refer Cl. 6.12

4. Frequency range √ √ √£ Refer Cl. 6.12

5. Harmonics on AC side

√ √ √ Refer Cl. 6.12.2

6. PCU efficiency √ √ √ Refer Cl. 6.12.4

7. Protection Tests √ Refer Cl. 6.12.16

8. Surge Protection õ à õ Refer Cl. 6.12.16, 6.15(vi)

9. IP protection √ √ Refer Cl. 6.12.5

10. Control Circuit √ Refer Cl. 6.12.7

Page 46 of 61

Page 47: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 23 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

S.N. Name of Test Type

Test

Routine

Test

Accept-

ance Test

Method

redundancy

11. Automatic operation & synchronization

√ √ √ Refer Cl. 6.12.8, 6.12.10

12. Islanding Protection √ √ Refer Cl. 6.12.12

13. Displaying of basic Parameters on LED/LCD display

√ √ √ Refer Cl. 6.12.9

14. Data logging, Communication

interface and web application

√ √ √ Refer Cl. 6.7

15. Night Consumption √ √ Refer Cl. 6.12.17

16. Noise Level √ Refer Cl. 6.12.18

17. Power Factor Measurement

√ √

18. Insulation resistance

√ √ √ Refer Cl. 6.12.19

19. EMI/EMC √ √£ Refer Cl. 6.12.20

20. Idling current √ √ √ Refer Cl. 6.12.22

21. High Voltage test √ Refer Cl. 6.12.23

22. Provision of RCD √ √ √ Refer Cl. 6.12.25

23. Provision of Isolation

√ √ √ Refer Cl. 6.12.26

24. Earthing √ √ √ Refer Cl. 6.12.24, 6.10.10

25. Environmental Test √ √£ Refer Cl. 6.12.28

£ If compliance has already been checked during type testing, the same will

be relied upon, otherwise compliance will be ensured through physical tests µ Datasheet of the manufacturer will be relied upon

13.5 Tests on Cables

S.N. Name of Test Type Test

Routine Test

Accept-ance

Test

Method

1. Visual Examination √ √ √

2. Temperature range √ β √ β √ β Refer Cl 6.13(i)

3. Voltage rating √ β √ β √ β Refer Cl 6.13(ii)

4. Resistance to heat, cold, water, oil,

abrasion, UV radiation, ozone and weathering

√ β

√ β

√ β

Refer Cl 6.13(iii)

5. Halogen –free, √ β √ β √ β Refer Cl 6.13(iv)

Page 47 of 61

Page 48: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 24 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

S.N. Name of Test Type

Test

Routine

Test

Accept-

ance Test

Method

Low smoke and

Low toxicity

6. Flame retardant √ β √ β √ β Refer Cl 6.13(v)

7. Flexible √ β √ β √ β Refer Cl 6.13(vi)

8. IEC 60332-1 requirements

√ β

√ β

√ β

Refer Cl 6.13(vii)

9. IEC 60228 class 5 √ β √ β √ β Ref. Cl 6.13(viii)

10. Module/ array wiring

Ref. Cl 6.13

11. Sizing of cable √

Ref. Cl 6.13.4, 6.13.5

β Manufacturer’s data sheet shall be relied upon

13.6 Other tests

S.N. Name of Test Type Test

Routine Test

Acceptance Test

Method

1. Visual Examination √

Refer Cl 4.3, 4.4, 6.1,6.15,

and 6.16

2. DCDB √

Refer Cl 4.3

3. ACDB √ √ Refer Cl 4.4 and

6.15

4. Configuration of

supply

√ Refer Cl 6.1

5. System design √ √ Refer Cl 6.16, 6.13.4, 6.13.5

6. Data Logger and Web Based

Monitoring

√ √ Refer Cl 6.7

Page 48 of 61

Page 49: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 25 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

Annexure -A

Eligibility Criterion for Bidding – (Deleted)

Annexure-B

Quality Testing of PV-Module Modules used in solar panels shall have IEC 61215 Ed 2 or latest compliance

certificate. The qualification testing procedure is defined in IEC 61215 Ed 2 or latest to examine the impact of mechanical, thermal and electrical stress on power output. The bidder shall submit appropriate type approval

certificate for the offered solar modules from accredited test laboratory.

Method of Testing 1.0 Visual Inspection:

Each module shall be carefully inspected under an illumination of not

less than 1,000 lux for the following conditions:

1.1 Racked, bent, misaligned or torn external surfaces.

1.2 Broken / cracked cells

1.3 Faulty interconnections or joints

1.4 Cells touching one another or the frame

1.5 Failure of adhesive bonds; bubbles or delaminations forming a

continuous path between a cell and edge of the module

1.6 Faulty terminations and exposed live electrical parts

1.7 Junction box should have common terminals with suitable blocking

diode to prevent reverse current flow.

2.0 Performance at STC: (Clause 10.1 of IEC 61215 Ed 2 or latest)

The current-voltage characteristics of the module shall be determined

in accordance with IEC 60904-1 at a specific set of irradiance and temperature conditions. Performance of PV-Module shall be generally

Page 49 of 61

Page 50: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 26 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

evaluated at Standard-Test-Conditions (STC) as defined in IEC 60904 standards:

i) Cell temp. of 25° C,

ii) Incident solar irradiance of 1000W/m2, iii) Spectral distribution of light spectrum with an air mass

AM=1.5

3.0 All PV modules supplied shall be accompanied with I-V curves

(tested in the manufacturing unit, clearly indicating the serial

number, batch number, date and country of origin).

4.0 Environmental Testing:

Following environmental test shall be conducted on offered module or

on module of similar design, for initial clearance of the offered system.

Test Test Details Actual test to be carried out at Govt. Recognized Lab or

manufacturer premises as per standard

Cold Test

Temp. (-) 100C Duration: 16 hrs.

IEC-68-2-1

Dry Heat

Temp. (+) 700C Duration: 16 hrs

IEC-68-2-2

Salt spray*

Temp. (+) 350C, RH 95% Duration: 2 hrs spray and 22 hrs conditioning

No. of Cycle : 01

IEC-68-2-11 Test Ka

Wind Pressure equivalent to an air

velocity of 200 km/hr.

Rain Test as required in the

mentioned standards

JSS: 55555 (Test No. 12)

Dust Temp : 40°C, RH < 50%

Duration – 1 hr

JSS: 55555 (Test No. 14)

Others Electrical Isolation test Routine test

Shall be done at manufacturers place for

every modules offered

* If compliance to IEC 61701 has been asked by the purchaser, then this test will not be required.

Note- Before and after the environmental testing the solar modules shall be

subjected to performance test on sun simulator and insulation

resistance test, and no degradation of maximum output power shall not exceed 5% of the value measured before the test.

Page 50 of 61

Page 51: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 27 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

5.0 Acceptance Criteria:

The module is deemed to have passed the tests if the sample meets the following criteria:

5.1 There is no evidence of a major visual defect such as a cracked or

broken window, bubbles or de-lamination in the encapsulant etc.

5.2 There is no cell breakage and no water infiltration into terminal boxes.

5.3 No sample exhibits any open circuit or ground fault.

5.4 No visible evidence of major defects that may affect performance of the module.

5.6 Insulation Resistance not less than 50M-ohm at 500 V DC.

5.7 Degradation of performance may not exceed 5% after each single test or 8% after the whole sequence.

Page 51 of 61

Page 52: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 28 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

Annexure - C

Technical details to be furnished by the purchaser in his tender

1. System Power Rating (KWp) and place of installation:

2. Is Compliance and certification to salt mist corrosion testing as per IEC 61701 required {Refer Cl. 6.9.1} (Yes/No):

3. Required galvanization thickness (Refer Cl. 6.10.3)

4. Support structure, design and foundation wind withstanding capability required (see Cl. 6.10.5)

5. Is supply of Export Metering required {Refer Cl. 4.1, 5.4} (Yes/No):

6. (a) Is ground mounted solar system required {Refer Cl. 5.2} (Yes/No):

(b) If the answer to 6(a) is ‘yes’, then please specify the ground mounted system’s KWp capacity, site location and fencing requirements.

7. (a) Will the overall rooftop KWp capacity be distributed across multiple

rooftops {Refer Cl. 5.3} (Yes/No):

(b) If the answer to 7(a) is ‘yes’, then please give necessary details i.e. KWp distribution on multiple rooftops, inverters, site locations, etc.

8. In what manner does the railway propose to continue to avail of web

based monitoring service after the completion of warranty period:

(a) As a part of AMC services {Cl. 12.0} (Yes/ No); OR (b) Through a separate new agreement with the contractor for web based

monitoring {Cl. 6.7.2}(Yes/ No)

Note: In the event that the overall KWp capacity (at Sr no. 1) is split between rooftop and

ground based installations, the total of KWp capacities in Sr. no. 6 & 7 shall not

exceed the overall KWp capacity as indicated at Sr. no. 1

Page 52 of 61

Page 53: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Page 29 of 29 Effective from August 2013 Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev.‘0’),Amdt.-5

Annexure-D

Technical data to be furnished by the tenderer in his offer

1. Total Power rating of Solar System a) System power rating(KWp)

2. Solar Panel a) Make and model no.

b) Power rating of the module c) Name of the manufacturer of PV Module d) Name of the Manufacturer of Solar cells

e) Country of origin (separately for solar cells and module- Refer Clause 6.9.1)

f) Peak Wattage, Im and Vm for the module(Refer Clause 6.9.1) g) Operating voltage of array(Refer Clause 6.12) h) Efficiency of the module(Refer Clause 6.9.4)

i) Fill Factor of the module(Refer Clause 6.9.5) j) Variation band of rated output of the module (Refer Clause 6.9.10)

k) Galvanization thickness of the module mounting structure (Refer Clause 6.10.3)

3. Power Conditioning Unit (PCU)

a) Make and Model no

b) Power rating c) Output voltage and frequency range(Refer Clause 6.12) d) Voltage range of grid synchronization (from nominal)

e) Frequency range of grid synchronization (from nominal) f) Communication interfaces offered

g) Data communication protocols h) Input voltage range for MPPT operation(Refer Clause 6.12) i) Efficiency(Refer Clause 6.12.4)

j) Voltage and Current THD(Refer Clause 6.12.2) k) IP protection(Refer Clause 6.12.5) l) Noise level(Refer Clause 6.12.18)

m) Idling current n) Surge protection on DC and AC side

o) Name of URL at which the purchaser can view the system performance data (Refer Cl. 6.7.2)

4. Compliance and certification to salt mist corrosion testing as per IEC61701 {Refer Cl. 6.9.1} (only if the purchaser has asked for this

compliance):

5. Details of Export Meter offered {Refer Cl. 5.4} (only if the purchaser has asked for this item):

6. Details of all cables to be supplied by the firm

7. Details of RCD (in case galvanic isolation doesn’t exist in PCU)

--------------

Page 53 of 61

Page 54: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

SL DESCRIPTION (Each 10KWp) QNT. UNIT MAKE1 SUPPLY OF MS GALVANIZED MODULE MOUNTING STRUCTURE (5 MOD

TYPE) ALONG WITH NECESSARY HARDWARE (As per Drawing) 7 SET CEL's Design

2Supply of Junction Boxes with 7 nos. of parallel connections consisting of 7 nos. of blocking diode (12Amp), 7 nos. of fuse base with fuse (12 Amp) each , SPD (suitable rating) with IP 65 protection as per enclosed drawing. Hensel Make (As per drawing attached)

1 SET CEL's Design

2a SURGE PROTECTION DEVICE CLASS-II (DC side) As Required CITEL3* Supply of Power Conditioning Unit 120V, 10KW (MPPT) & 5KVA (Inverter)

as per attached specifications (Enertech/Consul-Neowatt/OPS )1 SET Enertech/Consul-

Neowatt/OPS

4* Supply of Battery Bank 120V, 480AH @C/10, LMLA with accessories (single tier/two tier arrangements) as per attached specifications ( NED/Southern Batteries/Energy Leader)

1 SET NED/Southern Batteries/Energy Leader

5* SUPPLY OF COPPER CABLE PVC INSULATED, FLEXIBLE MULTISTRAND, ANNEALED COPPER CONDUCTOR UN-ARMOURED 1100V GRADE, CONFORMING TO RELEVANT IS AND IEC AS PER SPECS. OF FOLLOWING SIZED

5a 1X6 MM FOR INTERCONNECTION and upto junction box 200 MTR KEI/APAR/Polycab5b 1X6 MM FOR Earthing (GREEN) As Required MTR KEI/APAR/Polycab5c 2X6 MM FOR PCU to ACDB and LT Panel to ACDB 60 MTR KEI/APAR/Polycab5d 2X35 MM FROM Junction Box to DCDB/PCU 60 MTR KEI/APAR/Polycab5e 1X70 MM FROM PCU to Battery Bank (Red & Black) 20 MTR KEI/APAR/Polycab6 SUPPLY OF DCDB & ACDB as per drawing 1 SET HENSEL

6a SURGE PROTECTION DEVICE CLASS- I + II (AC side) As Required SET CITEL7 SUPPLY AND INSTALLATION OF CHEMICAL EARTHING SYSTEM FOR

COMPLETE ARRAY FIELD AND INVERTERS, LT PANEL ETC. AS PER RELEVANT IS:3043-1987 INCLUDING USING MIN 25X3MM GI STRIP. (AS PER IRS)

As per Site requirement

SET JMV

8 SUPPLY AND INSTALLATION OF LIGHTNING ARRESTOR SYSTEM AS PER RELEVANT IEC-62305 INCLUDING SEPARATE EARTHING USING MIN 25X3MM GI STRIP.

As per Site SET JMV

9 OTHER MISCELLENEOUS WORK LIKE CLEANING, PLASTERING PAINTING, WHITE WASH ETC. RELATED TO INSTALLATION AND COMMISSIONING OF POWER PLANT. TESTING & COMMISSIONING OF SYSTEM OF THE WHOLE SYSTEM PRIOR TO HAND OVER OF THE SYSTEM.

1 SET _

BILL OF MATERIALS (As per Technical Specifications)CENTRAL ELECTRONICS LIMITED, SAHIBABAD

10KWp Off-Grid SPV POWER PLANTS

Note: The firm has to supply all the materials as per the BOM . Size and quantity of items may vary according to the actual site conditions. *Final make of items will be decided by CEL. Any item, which is not specifically mentioned but necessary for making the Solar Power Plant fully functional, shall be deemed to be included in the scope of work of the contract and shall be supplied and installed by the successful bidder without any extra cost to the owner.

Page 54 of 61

Page 55: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Annexure B

Commercial terms and conditions:

1. This is a limited tender and only EPC contractors/C hannel Partners / distributer /Dealer registered in CEL are eligible to quote in this te nder. No Deviation from Specification, Terms & Conditions of Tender allowed. Quotations having d eviation from our specification, terms & condition would be rejected.

2. Basis of price : The offer should clearly indicate units and rates. Prices should be submitted on FOR CEL’s site basis The quotations submitted with basis of price other than the above are liable to be rejected.

3. All requirements of export licensing, Govt. permissions or any other statutory clearance from the country of export as per regulations existing in the supplier’s country shall be the responsibility of supplier.

4. In a tender either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously in the same tender. If an agent submit bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender. Agent quoting on behalf of OEM /Principal shall submit valid authorization certificate along with their offer.

5. Taxes and duties : The taxes and duties are to be clearly mentioned, if any.

6. Delivery/completion schedule: Work is to be completed latest by 15-12-2015 as per Annexure-A .

7. Payment terms: As per Annexure-B.

8. Guarantee/Warrantee period : As per Annexure-B.

9. Performance bank guarantee (PBG) : PBG for 10% order value valid for 5 Years for the guarantee/Warrantee period to be submitted at the time of Supply.

10. Price reduction for delayed delivery In the event of delay in affecting the delivery within agreed

period, a reduction in the price shall be levied @ 0.5% of the total order value per week or part thereof subject to maximum of 5% of the total order value.

11. Inspection: CEL reserves the right to inspect the material during manufacturing before dispatch and/or get it dispatch as per specifications and test protocols. In this case internal inspection report must accompany the supply. Inspection will be done by CEL representative. CEL shall have free access to the supplier’s works during testing and final inspection. Vendor shall inform the purchase not less than one week in advance. All testing arrangements shall be the responsibility of the vendor.

12. Price variation Clause: Variation in quoted rates is not allowed. Quotations having price variation clause would be rejected.

13. Validity of offer : The quotation/tender/bid submitted by the bidder/supplier shall be valid for a minimum period of 90 days from date of opening.

14. CEL reserve the right to split the quantity and award on two or more vendors as per the production requirement. The following norms would be adopted in case of spilt of quantity:

a) If the lowest quoting vendor is an approved vend or and the second lowest and third lowest bidders are also approved vendors to CEL 100 % of tender quantity would be

Page 55 of 61

Page 56: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

split amongst the approved vendors only. In case of split of quantity in two approved vendors, the same shall be applicable for lowest (L 1) & second lowest (L2) in the ratio of 70:30 at the rate & terms applicable to L1 appro ved vendor, keeping in view the objective that the per unit landed cost to CEL in c ase of purchase from L1 or L2 approved vendor remains same. In case of split of q uantity in three approved vendors 60% quantity would be awarded to L1 approved vendor and balance 40% quantity will be awarded to the L2 approved vendor and L3 approve d vendors in the ratio of L2’s quantity > L3’s quantity subject to acceptance of L 1 rate by L2 and L3 vendor. If the L2 vendor does not accept the L1 approved vendor’s rat e and terms then the quantity will be split between L1 approved vendor and L3 approved vendor.

b) Minimum 90% quantity of any open tender would be procured from amongst the approved vendors of CEL at the rate of lowest appro ved vendor as per splitting criteria at S.No.14 (a).

c) Maximum 10% quantity open tender may be procure from unapproved/New vendor to develop bidders as a approved vendor to CEL as per vendor policy S.No.15.

Micro & Small Enterprises quoting price within price band of L1+15 per cent shall also be allowed to supply a portion upto 20% of requirement by bringing down their price to L1 price where L1 is non MSEs (as per “Public Procurement Policy for Micro & Small Enterprises (MSEs) Order 2012”)

15. NEW / UNAPPROVED VENDOR POLICY: Bidders who are not in the approved vendor list of CEL and are unapproved in CEL would be allowed to participate in open tenders. However, the quotation of such bidders would be evaluated based on the eligibility criteria defined in the tenders. If the bidders satisfies the eligibility criteria and meets the specifications and terms and conditions given in the tender then that bidder may be awarded with purchase order/work order of maximum 10% of the tendered quantity in order to develop that bidder as a vendor to CEL for participation in future tenders subject to the following conditions:-

a) The bidder should be either the 1st lowest quoting bidder or 2nd lowest quoting or 3rd lowest quoting bidder.

b) The bidder should agree to supply the tendered material at the lowest quoting bidder’s rate if the bidder is unapproved and is L2 or L3 bidder.

c) The bidder must fillup the vendor registration form and follows the vendor approval procedure.

d) The maximum quantity to be divided between the unapproved bidders would be 10% of the total tendered quantity.

e) Supply from unapproved bidders who are awarded purchase/work order would be taken only after approval of samples, wherever applicable.

f) In case of Capital items/Projects/EPC/Works Contract or even regular procurement for production where splitting of tender is not possible, purchase/work order would be placed on lowest eligible & technically qualified vendor only.

16. Any corrections/alterations in the tender/quotation/bid are to be duly signed by the bidder. CEL does not take any responsibility for delay in receipt or non-receipt or loss of tender(s) in transit.

17. Earnest money amount of ₹ 55,000/-in the form of demand draft/FDR favoring Central Electronics Limited and payable at Delhi and valid for 3 month to be submitted along with tender documents. No interest shall be payable on the earnest money deposited by bidder/ tenderer. The earnest money may be deposited through TT/SWIFT into CEL’s account with Syndicate Bank. The details of account are as below: Beneficiary Name: Central Electronics Limited Beneficiary Account Number/IBAN: 87761250000014 Beneficiary Bank SWIFT Address/BIC: SYNBINBB161 Beneficiary Bank Name: Syndicate Bank

Page 56 of 61

Page 57: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Beneficiary Bank Address: Sahibabad Branch, CEL Complex, Site 4, Sahibabad 201010 INDIA The earnest money (after deduction of bank charges, if any) of unsuccessful bidder / tenderer will be refunded within one month of finalization of tender. The earnest money of successful bidder would be converted into security deposit and would be returned (after deduction of bank charges, if any) to the bidder after 2 months of successful completion of work.

Exemption from submission of EMD : The following type of bidders are exempted from submission of EMD subject to submission of relevant documents mentioned herein: a) Micro & Small Enterprise registered with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India. A copy of valid registration certificate should be submitted with technical bid of quotation.

18. CEL reserves the right to reject any or all tenders/quotations/bids received or accept any or all tenders/quotation/bids wholly or in part. Further, CEL reserves the right to order a lesser quantity without assigning any reason(s) thereof. CEL also reserves the right to cancel any order placed on basis of this tender in case of strike, accident or any other unforeseen contingencies causing stoppage of production at CEL or to modify the order without liability for any compensation and or claim of any description.

19. Submission of Tender : Submission of Tender : Tender/Quotation/Bid in sealed cover super-scribing the tender notice no., name of the item and due date should be delivered at the Office of the Asstt. General Manager, Materials Management Division, Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201010 (U.P), INDIA. Last date of receiving of tenders/quotations is 05th November Oct. 2015 up to 15:00 hrs IST. The offer shall be submitted in one sealed envelope marked with tender number and due date on top:

i. Demand Draft/FDR/RTGS details towards Earnest money deposit/copy of NSIC/DIC certificate (should be enclosed along with bid)

ii. Filled up Format for Submission of Vendor Data as per format at Annexure C. iii. Data sheet/catalogue clearly showing that the offered material is meeting the

specifications given in the tender. iv. Tender acceptance letter as per format at Annexure D. v. Documents with respect to fulfilling of eligibility criteria vi. Price Bid only as per format vide Annexure 2.

20. Opening of Tenders : Technical Bids/Quotations/tenders will be opened on 05th November . 2015 at

1530 hrs (IST). The date for opening of price bids would be fixed after evaluation of the technical bids, usually within a week of opening of technical bids. Price bid of only those bidders would be opened who qualify the technical bid. The date of price bid opening would be intimated to the eligible bidders (qualified in the technical evaluation) at least 1 day in advance.

21. Technical Clarifications: Bidders desiring any technical clarification may visit CEL and contact Assistant General Manager, MMD, Central Electronics Limited, 4, Industrial Area, Sahibabad – 201010 Phone No. 0120-2895145 Fax: 0120-2895148 email: [email protected] by 16:00 hrs on 31st October 2015. However, the tender submission and opening dates would remain unchanged.

22. In case an order placed by the CEL based on the quotation/bid/tender submitted by the bidder/supplier is not executed by the supplier/bidder, CEL may buy the ordered goods from elsewhere and recover the additional amount that CEL may have to spend in procuring the stores plus 10% to cover the overhead & incidental expenses.

23. Replacement of Rejected Material: Any material supplied against order place on basis of this tender and found to be defective on inspection or differing from approved samples or make or specifications will be replaced by the supplier free of cost or full refund made for the amount paid by

Page 57 of 61

Page 58: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Central Electronics Limited including freight and insurance and other incidental charges at our discretion.

24. Arbitration : Any disputes, difference controversies/ difference of opinions, breach and violation arising from or related to this agreement/contract/work order etc. between the parties shall be resolved by mutual discussion/reconciliation in good faith. If disputes, difference controversies/difference of opinions, breach and violation arising from or related to this agreement/contract/work order etc. cannot be resolved with in 30 days of commencement of reconciliations/ discussions then the matter shall be referred to the Sole arbitrator, nominated by CMD, CEL for this purpose and his decision shall be final and binding on both the parties. There will be no objection to any such appointment on the grounds that the Arbitrator is an employee of CEL and no appeal on any order passed by the Arbitrator for this purpose shall be filed in any Court of Law on such ground.

Page 58 of 61

Page 59: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Annexure C

Format for submission of Vendor Data

1. Name of vendor

2. Registered Address

Phone No.

Fax No.

Name of Proprietor/ CEO/Chairman

Phone/Mobile No.

Email id

3. Factory Address

Phone No.

Fax No.

Email id

4. Delhi/NCR Address (if any)

Phone No.

Fax No.

Email id

5. Correspondence Address

6.

Name of Contact Person

Designation

Phone/Mobile no.

Fax No.

Email id

7. Website

Page 59 of 61

Page 60: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

I certify that the information given herein is correct to the best of my knowledge and belief. Signature of Proprietor/CEO/Chairman Seal of the company/concern

8. Sales Tax related information

TIN No.

L.S.T. No.

C.S.T. No.

Sales Tax Exemption No. (if any)

9. Income Tax related information

PAN No.

PAN reference no. (in case PAN applied for)

PAN Status (in case PAN applied for)

10. Excise duty related information

ECC No.

Range

Collectorate

11. Registration No. with Directorate of Industries

12. MSE registration no. (for Mirco & Small Enterprise)

13. Name & address of organization with whom MSE is registered

14. Whether MSE is owned by ST/SC?

Yes / No (please strike-off non-relevant and attach supporting document)

15. Bank related information

Bank name

Branch name

Bank address

Bank phone no.

Bank fax no.

Bank MICR Code (9 digit)

RTGS-IFC Code

Account type

Account no.

Swift Code

Page 60 of 61

Page 61: Tender Document: C-2(b)/RC/0700/4346/2015 FORMAT … DOCUMENT... · Haryana ” Tender notice no ... CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED ... The bidder must be approved

Annexure – D TENDER ACCEPTANCE LETTER

(To be given on Company L etter Head)

Date: To,

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: Name of Tender / Work: -

Dear Sir,

1. I/ We have downloaded / obtained the tender docu ment(s) for the above mentioned ‘Tender/Work’ from the web site(s) namely:

as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page No. to (including all documents like annexure(s), schedule (s), etc .,), which form part of the contract agreement and I / we shall abide h ereby by the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by y our department/ organization too have also been taken into consideration, while submitting this ac ceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated , then your department/ organisation shall without prejudice to any other right or remedy be a t liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Page 61 of 61