36
Tender Document: C-2(b)/RC/0700/4468/2017 FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sect or Ent erprise) TENDER DOCUMENT for SUPPLY OF BOS, DESIGN, MANUFACTURING/INTEGRATION, INSTALLATION, COMMISSIONING, WARRANTY AND O&M OF 20KWp GRID TIED SPV POWER PLANTS AT CHANAKYAPURI SUB-STATION, NEW DELHITender Notice No.C-2(b)/RC/0700/4468/2017 dated 7 th October, 2017 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.in Page 1 of 36

Tender Document: C-2(b)/RC/0700/4468/2017 FORMAT …celindia.co.in/drupal7/sites/default/files/07-4468-17-F.pdf ·  · 2017-10-07Tender Document: C-2(b)/RC/0700/4468/2017 FORMAT

  • Upload
    lydan

  • View
    224

  • Download
    0

Embed Size (px)

Citation preview

Tender Document: C-2(b)/RC/0700/4468/2017

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

CENTRAL ELECTRONICS LIMITED

(A Public Sector Enterprise)

TENDER DOCUMENT

for

“SUPPLY OF BOS, DESIGN, MANUFACTURING/INTEGRATION, INSTALLATION,

COMMISSIONING, WARRANTY AND O&M OF 20KWp GRID TIED SPV POWER

PLANTS AT CHANAKYAPURI SUB-STATION, NEW DELHI”

Tender Notice No.C-2(b)/RC/0700/4468/2017 dated 7th

October, 2017

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.in

Page 1 of 36

Tender Document: C-2(b)/RC/0700/4468/2017

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/0700/4468/2017 7th

October, 2017 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 for “SUPPLY OF BOS, DESIGN,

MANUFACTURING/INTEGRATION, INSTALLATION, COMMISSIONING, WARRANTY AND O&M OF

20KWp GRID TIED SPV POWER PLANTS AT CHANAKYAPURI SUB-STATION, NEW DELHI”

Scope of Work SUPPLY OF BOS, DESIGN, MANUFACTURING/INTEGRATION,

INSTALLATION, COMMISSIONING, WARRANTY AND O&M OF 20KWp

GRID TIED SPV POWER PLANTS AT CHANAKYAPURI SUB-STATION, NEW

DELHI

Earnest Money

Deposit

Rs. 12,200/- (Rupees Twelve Thousand Two Hundred Only)

Interested parties may view and download the tender document containing the

detailed terms & conditions, free of cost from the website www.eprocure.gov.in and

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 36

Tender Document: C-2(b)/RC/0700/4468/2017

Annexure-1

Document Control Sheet & Important dates

Tender Reference No. C-2(b)/RC/0700/4468/2017

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 07/10/2017 (18:00 Hrs)

Document Download/Sale Start Date 07/10/2017 (18:00 Hrs)

Document Download/Sale End Date 10/10/2017 (15:00 Hrs)

Bid submission Start Date 07/10/2017 (18:00 Hrs)

Last Date and Time for Submission of Bids 10/10/2017 (15:00 Hrs)

Date and Time of Opening of Bids 10/10/2017 (15:30 Hrs)

ELIGIBILITY CRITERIA

In order to be 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. Copy

of following documents is to be submitted with bid:

Other requirements

1. Each page of the technical specification of tender submitted should be signed by the legally empowered

and designated person of the tenderer otherwise tender shall be treated as invalid and rejected. (Power of

Attorney for the authorized person signing the bid shall be submitted with the bid)

Note: 1.This is a zero deviations tender, any deviation will be treated as non-responsive and bid will not be

considered and no communication/correspondence will be entertained by CEL in this regard.

S.No. ELIGIBILITY CRITERIA COMPLIANCE

01. The bidder must be approved empanelled EPC contractor for

Solar systems with CEL in Delhi NCR Region. (letter of

empanelment must be attached with the technical bid)

02. The bidder must be a company registered under GST.

All compliance of GST is to be made by vendors.

(All details must be submitted with the technical bid)

03. The bidder must not have been debarred/blacklisted from any

Govt. Organization or PSU. In proof of the same, a self certificate

notarized affidavit is to be submitted with the technical bid.

Page 3 of 36

Tender Document: C-2(b)/RC/0700/4468/2017

Important Instructions: - 1. The following documents/Annexures are part of tender document:

a. Tender notice b. Document Control Sheet Annexure -1 c. Detailed Specifications & Drawing & Special Conditions Annexure ‘A’ d. Price bid format given in Annexure ‘A’ e. Operation & Maintenance Annexure ‘B’ f. Monthly O&M Report Annexure ‘C’ g. Standard Terms & Conditions Annexure ‘D’ h. Special Terms & Conditions Annexure ‘E’ i. Format for submission of Vendor Data Annexure ‘F’ j. Tender acceptance letter Annexure ‘G’

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), 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”.

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

6. Any deviations whether technical or commercial stated 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 F. 8. Quotation should be submitted in Single bid system. 9. Bulk quantity of material shall be procured from approved vendor as per list available with CEL. In case of

quotation of un-approved vendor being lowest, an educational order for the sample quantity may be placed for vendor development purpose.

10. Quotation should be submitted in sealed envelope. There will be Single sealed covers/envelops in the quotation and following are to be submitted in your quotation:

i. Earnest Money Deposit demand draft /RTGS or TT acknowledgement or the documents for exemption from submission of EMD.

ii. Technical catalogue, literature and approval/registration certificate, if any, required as per eligibility criteria given in the tender.

iii. Filled up Format for Submission of Vendor Data as per format at Annexure F. iv. Tender acceptance letter as per format at Annexure G v. Finance: This must contain only the Price Bid on company’s letter head as per Price Bid format

given in Annexure A.

Page 4 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

Annexure – A

SUPPLY OF BOS, DESIGN, MANUFACTURING/INTEGRATION, INSTALLATION, COMMISSIONING,

WARRANTY AND O&M OF 20KWp GRID TIED SPV POWER PLANTS AT CHANAKYAPURI SUB-STATION

NEW DELHI

ELIGIBILITY CRITERIA

In order to be 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. Copy of following documents is to be submitted with bid:

Other requirements

1. Each page of the technical specification of tender submitted should be signed by the legally

empowered and designated person of the tenderer otherwise tender shall be treated as invalid and

rejected. (Power of Attorney for the authorized person signing the bid shall be submitted with the

bid)

Note:

1. This is a zero deviations tender, any deviation will be treated as non-responsive and bid will not be

considered and no communication/correspondence will be entertained by CEL in this regard.

.

S.No. ELIGIBILITY CRITERIA COMPLIANCE

01. The bidder must be approved empanelled EPC contractor for

Solar systems with CEL in Delhi NCR Region. (letter of

empanelment must be attached with the technical bid)

02. The bidder must be a company registered under GST.

All compliance of GST is to be made by vendors.

(All details must be submitted with the technical bid)

03. The bidder must not have been debarred/blacklisted from any

Govt. Organization or PSU. In proof of the same, a self

certificated notarized affidavit is to be submitted with the

technical bid.

Page 5 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

TENTATIVE BILL OF QUANTITIES FOR 20KWp Grid Interactive Solar Power Plant

S.No. Description

Qty Compliance

1. Supply of MS Galvanized Module Mounting Structures along with

necessary hardware. The bidder has to submit the design along-

with layout plan with all the calculations considering wind velocity

of 150KMPH. (Stadd-pro analysis report to be submitted for

approval by CEL before manufacturing)

01 set

2. Supply of DCCB (IP65) with suitable no. of HRC fuse with base

(1000VDC, 12A), Min. 12A Diodes, SPD’s with RCA connector (IP

65) Hensel Make or equivalent as per the requirement/design -

based on Inverter selection

01 set

3. Supply, Installation of similar capacity of string Inverters (as per

Array size) with RS232/RS485 port and LAN/WAN interface along-

with accessories & cabling as per approved makes. (As per

applicable IEC standard/MNRE Specifications)

(Vendor has to submit minimum 03 makes of Inverter along-with

specifications & literature for approval by CEL to be submitted along-

with technical bid)

01 set

4. Installation of communication system (Same make as of Inverters)

with accessories along with termination (cabling etc.) upto

customer’s computer using suitable data cables i.e CAT 6 (Web-

monitoring).

01 set

5. Supply of copper cable PVC insulated, Flexible multistrand,

annealed copper conductor un-armoured 1100V grade,

conforming to relevant IEC/IS of following sizes as per technical

specifications

• 6 mm2 for Interconnection & up-to inverter

• Suitable size of 3.5/4.0 core cable from Inverter coll. Panel to LT

Panel (ACDB) if required multiple runs may be used as per

requirement

• Suitable size of 3.5 core cable from LT Panel (ACDB) to Grid LT

Panel of customer (Al. Armoured) as per requirement

• shielded data cables (CAT 6)

• Suitable size of earthing wire on DC & AC side

As per

final

design and

site

conditions.

6. Supply of Inverter collector panel with bus bar & suitable circuit

breaker (If required as per design) & LT Panel (ACDB) with suitable

Bus bars, circuit breaker, Multi-function Meter, glands etc. (Make

Hensel or equivalent)

(IP-65 for outdoor & IP-54 for Indoor)

01 set

7. Supply and installation of earthing systems (Maintenance free

chemical earthing) for complete array field, DCCB, Inv. Coll. panel,

inverters and LT panel (ACDB) etc. as per relevant IS:3043-1987

including using suitable GI strip (Min.25x3 mm). (Make of materials & Drawings for the earthing layout/location must be

got approved from CEL before start of work)

01 job

Page 6 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

8. Supply and installation of Lightning arrestor system as per relevant

IEC - 62305 including separate earthing using suitable GI strip.

(Make &Drawings for the Lightning arrestors locations along with

earthing layout/ location must be got approved from CEL before

start of work)

01 job

9. Other Misc. work like installation of Bird spikes on Modules,

cleaning arrangement with pipe etc., 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.

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 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 CEL. All the materials supplied by contractor are warranted as per the

tender conditions. (Drawing of Structure, civil Foundations, Drawing& BOM of AJB, Bus Bar Box& ACDB

& other materials must be got approved by CEL before manufacturing)

DRAWINGS/DOCUMENTS TO BE FURNISHED BY BIDDER AFTER AWARD OF CONTRACT:

The qualified bidder shall furnish the following drawings/documents after award of work and obtain

approval from CEL

1. General arrangement and dimensioned layout

2. Schematic drawing showing the requirement of SV panel, Power conditioning Unit(s)/inverter,

Junction Boxes, AC and DC Distribution Boards, meters etc.

3. Structural drawing along with foundation details for the structure.

4. Itemized bill of material for complete SPV plant covering all the components and associated

accessories.

5. Layout of solar Power Array

6. Shadow analysis of the roof

Job Work:

1. Construction of pedestals for module mounting structures as well as fixing of the above structure at

the roof top including supply of civil foundation materials. Drawings for Mounting structures and

civil foundation design must be approved from CEL before start of the work for which design

details approved by chartered engineer shall be submitted along-with staad- Pro report. The

support structure, design and foundation shall be designed to withstand wind speed upto 150

KMPH.

2. Regarding civil structures the bidder need to take care of the load bearing capacity of the roof and

need arrange suitable structures based on the quality of roof. The total load of the structure (when

installed with PV modules) on the terrace should be less than 60 kg/m². The clearance of the

structure from the roof level should be minimum 250 mm.

3. 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.

4. Mounting & fixing of SPV Modules (supplied by CEL at site upto store) on the above installed

structure. (The entire fixed module should be aligned systematically)

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

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

Page 7 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

a) Each source-circuit to have suitable number of modules in series using 6 mm²wires (Interconnects

supplied with modules and cables interconnection is to be carried out using UV conduit pipe/cable

trays)

b) Output of series connected modules to be taken to PJB’s/DCDB using wires as mentioned in BOM.

c) Output of PJB/DCDB to be taken to corresponding Inverter using wires as mentioned in BOM.

d) Output of inverters is to be taken to Inv. Coll. Panel/ACDB using wires as mentioned in BOM.

e) Output from ACDB to be connected to LT Panel of building using wires as mentioned in BOM.

Note: All the cables interconnection is to be carried out using UV conduit pipe/ UV cable trays/GI

cable tray as per site.

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

i. Shall meet IEC 60227/IS 694, IEC 60502/IS1554 standards

ii. Temp. Range: –10°C to +80°C.

iii. Voltage rating 660/1000V

iv. Excellent resistance to heat, cold, water, oil, abrasion, UV radiation

v. Flexible

vi. Sizes of cables between array interconnections, array to junction boxes, junction boxes to Inverter

etc. shall be so selected to keep the voltage drop (power loss) of the entire solar system to the

minimum. The cables (as per IS) should be insulated with a special grade PVC compound formulated

for outdoor use.

vii. Cable Routing/ Marking: All cable/wires are to be routed in a UV conduit pipe/ UV cable trays/GI

cable tray and suitably tagged and marked with proper manner by good quality ferule or by other

means so that the cable easily identified.

viii. The Cable should be so selected that it should be compatible up to the life of the solar PV panels i.e.

25 years.

ix. Bidder has to indicate size and length as per system design requirement. All the cables required for

the plant is to be provided by the bidder. If desired by the bidder, any change in cable sizes is to be

incorporated after citing appropriate technical reasons and approval from CEL. All cable schedules /

layout drawings must be approved from CEL prior to installation.

x. Multi Strand, Annealed high conductivity copper conductor PVC type ‘A’ pressure extruded

insulation. The cable shall be overall PVC insulated for UV protection and armoured for underground

laying. All cable trays including covers to be provided. The cables must conforms to latest edition of

IEC/ equivalent BIS Standard.

xi. The size of each type of DC cable selected shall be based on minimum voltage drop however the

maximum drop shall be limited to 2%.

xii. The size of each type of AC cable selected shall be based on minimum voltage drop however the

maximum drop shall be limited to 2 %.

7. Installation and commissioning of inverters with suitable cable tray etc. along-with the cabling for

respective data communication throughout the Power Plant up to customer’s computers using

suitable data cables.

8. Installation of earthing and lightning arrestor system as per relevant IS:3043-1987 & IEC-62305 for

the entire PV array field & Inverter etc..

9. Installation of bird spikes as required after approval of CEL officials.

10. Other Misc. work like Plastering, cleaning, painting, cleaning arrangement with pipe etc., 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.

Page 8 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

SAFETY MEASURES:

The bidder shall take entire responsibility for electrical safety (including manpower deployed) of the

installation(s) including connectivity with the grid and follow all the safety rules & regulations applicable

as per Electricity Act, 2003 and CEA guidelines etc.

SCOPE OF WORK:

The broad scope of the work includes supply of balance of system, installation, testing & commissioning,

warranty, operation & Maintenance for 5/25 years for a complete / composite work of Grid Tied Solar

Power plant adhering to the latest standardized norms of BIS /MNRE specification.

a) Bidders must conduct detailed site survey after issue of purchase order along with CEL official and

submit the design with relevant calculations & drawings, layout plan, complete bill of materials with

makes and execution schedule as per tender conditions within one week. b) Bidder must start the work at site immediately after approval of design & site clearance.

c) Contactor has to prepare all required site drawings and the same are to be got approved from

concerned authorities & CEL officials after award of order.

d) To arrange for pre-dispatch inspection by CEL officials.

e) To deliver the materials at CEL-site.

f) Contractor shall make their own arrangement for safe storage of their as well as CEL material (Which

will be supplied to them by CEL) at site.

g) To co-ordinate with CEL officials for verification of completed works along-with all the required

documentation.

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 official.

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

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

k) In case of any losses, theft or damage of material (CEL’s & their own), the contractor shall alone be

responsible to make alternate arrangement for completion of the project within contractual delivery,

Installation, commissioning, insurance of all the materials & handing over of systems for energy

generation to our customer within quoted price. The purchaser shall in no way, whatsoever,

responsible to compensate the contractor in this account till completion of project.

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

shall be paid by CEL.

m) While implementing the project the physical condition of the area on roofs/ground should be taken

into consideration for installation of Solar Module.

n) There should not be any damage what so ever on the roof top due to installation of the solar

systems, if so any the same shall be the responsibility of the contractor. If power plant is to be

installed on ground than all the walkways between array rows and entry to Power plant is to be

constructed by vendor as per instruction of CEL officials.

o) While cabling the care must be taken such that no loose cables lie anywhere related to the works.

p) To co-ordinate with CEL officials for verification of completed works.

q) Any other work as required on the site for completion of the project upto the satisfaction of the CEL

or designated officials.

Weekly progress report:

Page 9 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

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 colored diagram wherever applicable. Beside this bidder has to submit monthly

progress report.

O&M Manual/Maintenance Manual:

The supplier shall provide easy-to-use illustrated installation and operation manual (4 copies in hard

bound & 1 copy in pen drive) 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.

During Warranty & O&M contractor has to perform the following duties:

1. The Contractor and CEL jointly impart training to the users on day to day repair and maintenance of

the systems.

2. 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.

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

period.

4. The Contractor shall undertake the periodical maintenance work of complete Solar Power plant

which also includes cleaning of all the equipments and submit report to CEL countersigned by the

concerned officials of beneficiary. The cleaning of Modules is to be done accordingly so that

generation should be optimized as per the minimum guaranteed generation.

5. 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 immediately.

6. If Module is found defective during the warranty/O&M period the same shall be made available at

CEL and back to site.

7. Separate bills/invoices in triplicate are to be submitted by the contractor for effecting payment after

end of the each year from the date of maintenance of the systems along-with quarterly report.

8. It will be the liberties of the CEL to cross check the system maintained by the contractor. Random

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

9. For routine maintenance during O&M kindly refer Annexure D & E.

PROGRESS REPORT

The bidder shall submit the progress report monthly to CEL in Prescribed Performa. CEL will have the

right to depute its representatives to ascertain the progress of contract at the premises of works. During

such visits, it is the responsibility of the Successful Bidder to answer the queries/ clarifications raised by

CEL and submit all the required documents regarding quality of work and purchase procedure followed

for the execution of work.

SUBMISSION OF PROJECT COMPLETION REPORT (PCR)

The bidder shall submit the Project Completion Report in (soft copy and signed hard copy) after

commissioning of the project as per the Scope of contract to CEL as per the Format given. Non-

submission of the report shall be considered as “Breach of Contract” and shall attract punitive actions as

per the relevant provisions of the Contract. However, the decision of the project owner shall be final in

this regard.

Page 10 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

BREACH & CANCELLATION OF THE CONTRACT

In case of non-Performance, in any form or change of the agreement and conditions of the Contract by

the Contractor, CEL shall have the power to call off, withdraw, cancel or terminate the order and upon

its notifying in writing to the Contractor that it has so done, this Contract shall absolutely determine. The

decision of CEL/ Employer in this regard shall be final and binding.

The following conditions shall contribute to the breach of contract:

i. If the Contractor fails to deliver any or all of the deliverables within the period(s) specified in the

Contract from the date of signing of contract.

ii. If the Contractor fails to perform any of their obligations(s) under the Contract.

iii. If the Contractor, in either of the above circumstances does not rectify his failure within a period

after receipt of the default notice from CEL.

iv. If the Contractor fails to submit the comprehensive performance guarantee and unable to

commence the scheduled work as per the contract from the date of issue of letter of award.

APPLICABILITY OF LABOUR LAWS

The Bidder shall ensure payment of minimum wages as per labour laws, and shall comply with all labour

laws applicable to it under Indian law. Bidder shall ensure all safety guidelines, rules and regulations,

labour laws etc. Bidder will indemnify CEL for any incident, injury met by labour, employee or any other

person working on behalf of the bidder. Any compensation sought by labour, employee or any other

person working on behalf of the bidder shall be solely paid by the bidder as per settlement. CEL has no

role to play in this matter.

TAXES & DUTIES

The prices quoted are inclusive loading, unloading, transportation to site, insurance, and other costs

incidentals to delivery. GST (IGST/CGST/UGST) will be as per the Government rates where the supply is

made and will be paid extra to the vendor. Vendor should mandatorily register themselves with

respective sales tax department of particular state, where the supply is going to be made. Any other

charges/cost/TA/DA is also included in the contract prices.

PAYMENT TERMS:

Payment shall be released on Back to Back basis on Pro-rata basis as per the following

A. In case PO is placed with Five years O&M

a. 70% of material value after delivery & acceptance of material at site duly certified/verified by

CEL/EIC.

b. 30% of the material value after successful installation and commissioning of the system at site

duly certified/verified by CEL/EIC.

c. 40% of Installation and Commissioning and O & M value at the end of successful completion of

Installation and Commissioning of system duly certified by CEL/EIC.

Page 11 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

d. 60% of Installation and Commissioning O & M value for operation and maintenance for 5 years (1st

year to 5th year), shall be paid on equated annual installments on certification by CEL/EIC.

Documentation required for Payment:

For Part (a) payment, the supplier shall provide the minimum following documentation:

1. Technical data sheets

2. Test reports and commissioning protocols

3. Flash test Report

4. Installation and maintenance manual

5. Factory testing quality protocol

6. Performance Guarantee

7. Certificate from EIC

For Part (b+c) payment, the supplier shall provide the minimum following documentation:

1. Commissioning Certificate

2. O&M manual

a. Basic principles of Photo Voltaic technology

b. Type & Model number, used in the system

c. Routine maintenance and trouble-shooting of the installed solar PV

system

d. Preventive maintenance schedule

e. Detail information about warranty coverage

f. DO's and DONT's

3. Name and address of the contact person for replacement / repair and

maintenance, in case of non-functionality of the equipment

For Part (d) payment, the supplier shall provide the minimum following documentation:

1. Month wise energy generation reports consolidated for 12 months from

the date of Commercial Operation Date

B. Incase PO is placed with Twenty Five years O&M

a. 70% of material value after delivery & acceptance of material at site duly certified/verified by

CEL/EIC.

b. 30% of the material value after successful installation and commissioning of the system at site

duly certified/verified by CEL/EIC.

c. 40% of Installation and Commissioning and O & M value at the end of successful completion of

Installation and Commissioning of system duly certified by CEL/EIC.

d. 60% of Installation and Commissioning O & M value (i.e. C) for operation and maintenance for 5

years (1st year to 5th year), shall be paid on equated annual installments on certification by

CEL/EIC.

e. 100% of O & M value (i.e. D) for operation and maintenance for 20 years (6th year to 25th year)

shall be paid on equated quarterly installments starting from 6th year onwards on duly certification

by CEL/EIC.

Documentation required for Payment:

For Part (a) payment, the supplier shall provide the minimum following documentation:

1. Technical data sheets

2. Test reports and commissioning protocols

3. Flash test Report Page 12 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

4. Installation and maintenance manual

5. Factory testing quality protocol

6. Performance Guarantee

7. Certificate from EIC

For Part (b+c) payment, the supplier shall provide the minimum following documentation:

1. Commissioning Certificate

2. O&M manual

a. Basic principles of Photo Voltaic technology

b. Type & Model number, used in the system

c. Routine maintenance and trouble-shooting of the installed solar PV

system

d. Preventive maintenance schedule

e. Detail information about warranty coverage

f. DO's and DONT's

3. Name and address of the contact person for replacement / repair and

maintenance, in case of non-functionality of the equipment

For Part (d+e) payment, the supplier shall provide the minimum following documentation:

1. Month wise energy generation reports consolidated for 12 months from the date

of Commercial Operation Date

2. Consolidated month wise energy generation data and estimated energy

generation data

Price will remain firm till the duration of the contract.

COMPLETION TIME: The entire job has to be completed within 20 days from the date of clearance of

site by CEL. The project (s) will be designed and implemented as per the site requirement. The Design,

Engineering, Supply, Installation, Testing and Commissioning of the project(s) shall be completed in 20

days from date of intimation of project site by CEL.

Comprehensive Performance Guarantee (CPG): 10% of order value as performance guarantee must be

submitted with acceptance of the purchase order within ten days of issuance of purchase order in the

form BG/DD valid for five years subject to extendable for twenty years in block of five years if PO is

placed with 25 years O&M.

The bank Guarantee must be renewed 90 days before expiry. Any delay in submission of SD/CPG shall

be deemed as accruing of financial benefit to the supplier and CEL may take necessary interest penalty

recovery action (interest @ SBI’s MCLR + 2%) from the payments due to the supplier for the period of

delay. However, this provision does not bind CEL in any way from proceeding against the supplier

(including forfeiture of EMD, cancellation of the empanelment/LOA, etc) for non-compliance towards

non-submission of the CPG.

Bank Guarantee shall be from any Nationalized Banks/other scheduled private banks. CEL shall at his

discretion have recourse to the said Bank Guarantee for recovery of any or all amount due from the

bidder in connection with the contract including of guarantee obligations. Failure of the successful

Bidder to comply with the requirements of PO shall constitute sufficient grounds for the annulment of

the award and forfeiture of the Contract Performance Guarantee.

Page 13 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

If any shortfall in performance is observed, as per the criteria mentioned in PO, CEL shall have right to

INVOKE BANK GUARANTEE.

In case of non-submission CPG by bidder during the period of supply and installation, CEL, reserves the

right to withhold an amount equivalent to the amount covered under CPG till the submission of CPG and

acceptance of the same by CEL after due verification

FORCE MAJEURE:

In no event shall either Party have any liability for failure to comply with this Agreement, if such failure

results directly from the occurrence of any contingency beyond the reasonable control of the Party,

including, without limitation, strike or other labor disturbance, riot, major power failure, war, natural

calamities including but not limited to floods, earthquakes, fire, volcanic eruptions, epidemics, National

Emergency, interference by any government or governmental agency, embargo, seizure, or enactment

or abolition of any law, statute, ordinance, rule, or regulation (each a " Force Majeure Event"). In the

event that either Party is unable to perform any of its obligations under this Agreement because of a

Force Majeure Event, the Party who has been so affected shall as soon as may be, after coming to know

of the Force Majeure Event, inform the other Party and shall take reasonable steps to resume

performance as soon as may be after the cessation of the Force Majeure Event. If the period of

nonperformance due to a Force Majeure Event exceeds thirty (30) days, the Party whose ability to

perform has been so affected may, by giving written notice, terminate this Agreement.

SPECIAL CONDITIONS

1. 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. The Successful bidder or its subcontractors shall not make any other use of any of

the documents or information of this contract, except for the purposes of performing the

contract.

2. Service level agreement has to be signed on 100/- stamp paper after award of PO.

Liquidated Damages:

In case of any delay in the execution of the SUPPLIES, INSTALLATION, TESTING and Commissioning

beyond the stipulated time schedule, CEL reserves the right to recover from the bidder a sum equivalent

to 0.5% of the value delayed equipment, installation/unexerted portion of each week of delay and part

thereof subject to a maximum of 10% of the total value of the contract. However, the LD will not be

applicable for the period if delay is not on vendors part.

Alternatively, CEL reserves the right to purchase of the material and completion of the works from

elsewhere at the sole risk and cost of the successful bidder/contractor and recover all such extra cost

incurred by CEL in procuring the material from resources available including EMD/Bid security/

encashment of the bank guarantee or any other sources etc. Further, if any extra cost is incurred by CEL

due to delay in work completion by the party beyond the completion time as per PO the same shall be

recovered from the party’s lnvoice/EMD/BG etc.

Page 14 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

Alternatively, CEL may cancel the order completely or partly without prejudice to his right under the

alternatives mentioned above.

Penalties for deviation in Guaranteed Energy Generation

The Contractor shall guarantee the energy generation from the project as per the table Annexed, In case

the contractor is not able to meet the guaranteed energy generation per the table Annexed then the

contractor shall be liable to pay the penalties as per below mentioned formula:

Description Calculation

Penalty 1.15 x No. of kWh shortfall in a year X Rs./kWh (Tariff in a Year)

as per calculation in the Table Annexed

The Penalty amount calculated shall be adjusted to the next O&M bill amount payable by CEL to the

contractor.

In case the Project fails to generate any power continuously from the plant for period of one month in

any time during the O&M period, apart from the force majeure and grid outages as certified by

competent authority from STU, it shall be considered as “an event of default”. In the case of default the

CPG will be en-cashed on pro-rata basis.

Performance and Functional Warranty:

The mechanical structures, electrical works and overall workmanship of the grid connected Solar

Power Plant must be warranted for a period of 05/25 years from the date of Commercial operation

Date.

The Contractor must ensure that the goods supplied under the Contract are new, unused and of most

recent or current models and incorporate all recent improvements in design and materials unless

provided otherwise in the Contract.

During the period of Warranty Guarantee the Contractor shall remain liable to replace any defective

parts, that becomes defective in the Plant of its own manufacture or that of its sub- Contractors, under

the conditions provided for by the Contract under and arising solely from faulty design, materials,

workmanship or any reason attributable to works carried out by the contractor, provided such defective

parts are not repairable at Site. After replacement, the defective parts shall be returned to the

Contractors works at the expense of the Contractor unless otherwise arranged.

During the operation & Maintenance and guarantee period, the Contractor shall be responsible for any

defects in the work due to faulty workmanship or due to use of sub-standard materials in the work. Any

defects in the work during the guarantee period shall therefore, be rectified by the contractor without

any extra cost to the CEL within a reasonable time as may be considered from the date of receipt such

intimation from the CEL failing which the CEL reserves the right to take up rectification work at the risk

and cost of the Contractor.

Warranty certificate issued by the manufactures shall be submitted and individual Factory test report of

manufactures shall also to be submitted along with invoice of the supply order after delivery. Every item

should bear serial number provided during the manufactures process. These serial numbers should be

Page 15 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

mentioned by manufacturer in all the following documents, while submission of bills after delivery of

the order items:-

a. Invoice

b. Factory test reports (In house test reports generated during manufacturing)

c. Warranty certificate

If contractor do not rectify/supply the said problem after written notices than the defected equipment

as per BOM noticed shall be rectified/purchased through CPG amount of contractor deposited in CEL.

At the end or guarantee period, the Contractors liability shall cease. In respect of goods not covered

under this PO, the CEL shall be entitled to the benefit of such guarantee given to the Contractor by the

original Contractor or manufacturer of such goods.

During the first year of assured performance demonstration and operation & Maintenance thereafter,

the Contractor shall be responsible for any defects in the work due to faulty workmanship or due to use

of sub-standard materials in the work. Any defects in the work during the guarantee period shall

therefore, be rectified by the contractor without any extra cost to the CEL within a reasonable time as

may be considered from the date of receipt of such intimation from the CEL failing which the CEL shall

take up rectification work at the risk and cost of the Contractor

Adjudicator

Adjudicator under the contract shall be appointed by the Appointing Authority i.e. CMD (CEL). If the

bidder does not accept the Adjudicator proposed by CEL it should so state in its bid form and make a

counter proposal of an adjudicator. If on the day contract agreement is signed, the CEL and contractor

have not agreed on the appointment of adjudicator, the adjudicator shall be appointed, at the request

of either party by the appointing authority specified.

Arbitration

Arbitration shall be carried out as per Arbitration Act 1996 and its subsequent amendment. The Contract

shall be governed by and interpreted in accordance with the laws in force in India. The courts of Delhi

shall have exclusive jurisdiction in all matters arising under the contract.

Packing: The material should be securely packed for dispatch to avoid damage during transit.

Insurance: The Goods supplied under the contract shall be fully insured in Indian Rupees against loss or

damage incidental to manufacture or acquisition transportation, storage and delivery. For delivery

goods at site, the insurance shall be obtained by the Contractor, for an amount not less than the

Contract Price of the goods from "warehouse to warehouse” (final destinations) on “All Risks” basis

including war risks and strikes.

Transportation, Demurrage wharfage, Etc.:

You are required under the Contract to transport the Goods to place of destination defined as Site.

Transport to such place of destination in India inducing insurance, as shall be specified in the Contract,

shall be arranged by the Contractor and the related cost shall be included in the Contract Price

Page 16 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

You shall ensure interchangeability supplied for replacement during warranty and maintenance period

and even when it is purchased from open market. In case due to change in technology, the supplied is

not available during warranty / maintenance period than the improved version of product can be used

in warranty/ maintenance period with same or improved technical parameters or the combination there

of after written communication of Engineer in Change at same cost& terms conditions. Please note and

that the prices of improved version of product is not lesser than the original product or its parts in

comparison

Attachment-1

Technical Specifications

A. Design, Manufacture/Assembly, Testing and Supply:

The supplier shall be responsible for supply the BOS for solar Power Plants in accordance to the

technical specifications and latest standards as per MNRE. The supplier shall be responsible for

design, manufacture/assembly, testing and supply of BOS for Solar PV system.

B. Required Documentation

Complete documentation shall be provided for the design, manufacturing/assembling, testing,

installation, commissioning, start-up, operation, maintenance, repair and disposal of the PV

Modules and their components.

The supplier shall provide the minimum following documentation:

1. Technical data sheets

2. Test reports and commissioning protocols

3. Installation and maintenance manual

4. Factory testing quality protocol

5. Performance Guarantee

C. Quality

For the BOS, the quality certificates in accordance to the technical specifications as per MNRE

shall be provided. The internal test report of each inverter shall be submitted to CEL in a form of

spreadsheet and pdf.

The Quality Management System of inverter manufacturer shall be certified according to ISO

9001 by an internationally recognized Certification Authority.

D. Operation & Maintenance (O&M):

D.1 Supplier has to submit an Operation, Instruction and Maintenance Manual, in English and

the local language, should be provided with the Installed System. The following minimum details

must be provided in the Manual:

1. Basic principles of Photo Voltaic

2. Type & Model number, used in the system

3. Routine maintenance and trouble-shooting of the installed solar PV system

4. Preventive maintenance schedule

5. Detail information about warranty coverage

6. DO's and DONT's

7. Name and address of the contact person for replacement / repair and maintenance, in

case of non-functionality of the equipment

Technical Specifications & Standards for Inverters and BOS

Page 17 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

Parameter Explanation Standards

Constructions and Safety Safety of power converters for use in

photovoltaic power systems -Part 1:

General requirements

IEC 62109-1 (Standalone

inverter & MPPT/Charge

controller

Anti-Islanding test Test procedure of islanding prevention

measures for utility-interconnected

photovoltaic inverters

IEC 62116 up to 10 kVA

Test related to utility Photovoltaic (PV) systems -

Characteristics of the utility interface

IEC 61727

Paralleling of inverter Verify that a synchronization control

function will cause the paralleling device

to close only when key synchronization

parameters are within allowable limits.

Determine the synchronization magnitude

of start-up current.

Cl 5.4 IEEE 1547.1/ IEC

61727

Technical

S. No. Parameters Explanation Standard

1 Harmonics Harmonic current injections should not

exceed the limits specified in IEEE 519

(recommendation by CEA)

IEEE 519 / IEC 61727

2 Flicker Flicker should not go beyond the limits

specified in IEC 61000

(recommendation by CEA)

IEC 61000 / IEC 61727

3 DC Injection DC injection into the grid should not be

greater than 0.5°/o of the full rated

output at the interconnection point

CEA (Technical Standards for

connectivity of the

Distributed Generation

Resources)

4 Power Factor It should be within the limits of 0.95

lagging and 0.95 leading

CEA (Technical Standards to

for Connectivity to the grid)

Amendment Regulations,

2013

5 Reactive power Inverter should be capable of supplying

dynamically varying reactive power

support to maintain the power factor of

0.95 lagging to 0.95 leading

CEA (Technical Standards to

for Connectivity to the grid)

Amendment Regulations,

2013

General specifications

S. No Parameters Explanation Standard

Page 18 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

1 Parameters

Display

• DC Voltage (V)

• DC current (A)

• DC power (W)

• AC voltage (V)

• AC current (A)

• Apparent AC power (W)

• Power Factor (Cos)

• Active AC power (W)

• Reactive AC power (W)

• Daily energy generation (kWh)

• Cumulative generation (kWh)

• Cumulative run time (Hours)

2 Efficiencies Efficiency Measurement

procedure as per IS/IEC

61683

Efficiency > 96%

MPPT Efficiency >98%

Euro-Efficiency > 95%

3 Operating -15°C TO +60°C

4 Operating 0% To 95%

5 Communication

Interfaces

RS 485 interface / RF / PLC / Others as per

site requirement

6 Max Power

Factor (at rated

power)

Near to unity

7 THD <3% at rated power

Safety Compliance

S. No Parameters Explanation Standard

Page 19 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

1 Protective

systems

• Over and under voltage trip functions if voltage

reaches above 110% or below 80% respectively

with a clearing time up to 2 seconds

• Over and under frequency trip functions, if

frequency reaches 50.5 Hz and below 47.5 Hz

with a clearing time up to 0.2 seconds

• Inverter should cease to energize the circuit to

which it is connected in case of any fault in the

circuit

• A voltage and frequency sensing and time-delay

function to prevent inverter from energizing a de-

energized circuit, and preventing inverter to

reconnect to the electricity system unless voltage

and frequency reached prescribed limit and are

stable for 60 seconds

• A function to prevent the inverter from

contributing to the formation of an unintended

island, and cease to energize the electricity

system within two seconds of the formation of an

unintended island .

• leakage current monitoring unit

• Every time the inverteris synchronized to the

electricity system, it shall not cause voltage

fluctuation greater than ±5% at the point of

connection

As per MNRE / CEA

2 Main Surge

protection

Should be provided

3 Lightning

protection

Should be provided

4 Electronics

degree of

Protection

Protection of electronics against dust, accidental

contact, and water by mechanical Casings and

electrical enclosures

IEC 60529 (IP 20,

54,65) or as per

MNRE

5 Degree of

protection

Degree of protection for stationary use at non-

weather protected locations

IP4X and/or IEC

60721-3-4,

6 Environment

Testing

Should be provided (MNRE guidelines) As per MNRE

Identification and Traceability of Grid Tie Inverters

The following information must be mentioned on each inverter (This can be inside or outside the

laminate, but must be able to withstand harsh environmental conditions)

i. Name of the manufacturer of string inverter

ii. Month and year of the manufacture

iii. Country of origin

iv. Unique Serial No. and Model No. of the string inverter

v. Name of the test lab issuing IEC certificate

Page 20 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

vi. A disclaimer note of not for sale in retail market / Anti-theft mechanism etc. The

instructions to successful bidder(s) shall be provided by the CEL at the later stage.

Support Structures

The Module mounting Structures shall be as per MNRE standard. The panels will be mounted on support

structures fabricated from drawn steel. The structure will be hot dip galvanized to make them non

corrosive and long lasting. Each structure will carry suitable number of solar panels depending upon

series configuration to form a panel and will be capable of withstanding a horizontal wind speed of

150 kmph after grouting and installation

Junction Boxes

The junction boxes shall be dust, vermin and water proof with degree of protection of IP65. The junction

boxes will have suitable cable entry points fitted with cable glands of appropriate sizes for both

incoming and outgoing cables. The wiring for panel interconnection shall be done with medium duty

PVC conduit as per BIS. Proper cable routes shall be placed in the suitable shall be provided in the array

field and cable inside the control room shall be placed in the suitable way. Cable termination shall be

made with suitable cable lugs and sockets etc. and crimped properly.

All cables shall have proper markers.

Earthing System

The earthing for array and power evacuation system shall be done in appropriate manner as per

provision of IS 3043. Each array structure of the SPV yard shall be grounded properly.The array

structures shall be connected to earth pits through appropriate size GI strip. The earthing of the power

plant equipment shall be made with proper strip.

Other Items:

Any other equipment / items required for successful commissioning and operation of the plant shall be

installed. All the equipment shall meet the MNRE latest standards.

Required Testing

Factory Acceptance Tests (FAT)

The test program for the Factory Acceptance Tests (FAT) shall be submitted to CEL for approval at least 2

weeks prior commencing of tests. The test report shall be submitted prior to shipment of material.

Site Tests

The testing should be performed during the following phases of the project:

1. Pre-commissioning

2. Commissioning and test on completion

3. Performance tests

The site tests shall be witnessed by the CEL. The commissioning test program shall be submitted at least

2 weeks prior in advance of any testing.

Authorized Test Centers

Page 21 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

The equipment deployed shall have valid test certificates for their qualification as per above specified

IEC/ BIS Standards by one of the NABL Accredited Test Centers in India. In case of equipment for which

such Test facilities may not exist in India, test certificates from ,reputed ILAC Member Labs abroad will

be acceptable.

Inspection

CEL reserves the right to test the equipment before the dispatch to confirm their standards to the

contract specifications. If enquired, the pre dispatch testing of the Solar PV Modules, inverters, BoSetc

shall be done at the manufacture's place. These tested parameters should match the IEC/ISI/ MNRE/

BEE standards. If components of the system are not as per the standards, entire lot has to be replaced

with new components which shall confirm to the standards mentioned in the tender at Supplier's cost.

Page 22 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

Attachment-2

Applicable Tariff for 25 years from the date of commissioning

Year INR per kWh Year INR per kWh Year INR per kWh Year INR per kWh

1 3.87 7 4.62 13 5.52 19 6.59

2 3.99 8 4.76 14 5.68 20 6.79

3 4.11 9 4.90 15 5.85 21 6.99

4 4.23 10 5.05 16 6.03 22 7.20

5 4.36 11 5.20 17 6.21 23 7.42

6 4.49 12 5.36 18 6.40 24 7.64

25 7.87

Minimum Guaranteed Energy Generation by the solar power project for 25 years

Year Calculated per kW at 17% Capacity Utilization

Factor (CUF)

1st year generation (kWh) 1489.2000

2nd year generation (kWh) 1474.3080

3rd year generation (kWh) 1459.5649

4th year generation (kWh) 1444.9693

5th year generation (kWh) 1430.5196

6th year generation (kWh) 1416.2144

7th year generation (kWh) 1402.052 2

8th year generation (kWh) 1388.0317

9th year generation (kWh) 1374.1514

10th year generation (kWh) 1360.4099

11th year generation (kWh) 1346.8058

12th year generation (kWh) 1333.3377

13th year generation (kWh) 1320.0044

14th year generation (kWh) 1306.8043

15th year generation (kWh) 1293.7363

16th year generation (kWh) 1280.7989

17th year generation (kWh) 1267.9909

18th year generation (kWh) 1255.3110

19th year generation (kWh) 1242.7579

20th year generation (kWh) 1230.3303

21st year generation (kWh) 1218.0270

22nd year generation (kWh) 1205.8467

23rd year generation (kWh) 1193.7883

24th year generation (kWh) 1181.8504

25th year generation (kWh) 1170.0319

Page 23 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

PRICE BID

SUPPLY OF BOS, INSTALLATION AND COMMISSIONING OF 20KWp SPV POWER PLANT

S.No.

Description Prices in INR

1.

Supply of Materials

2. GST on supply

3.

Installation, commissioning

charges including O&M

Charges for 5 years

4.

GST on 3 above

5. O & M Charges for 6th

to

25th

year

6. GST on 5 above

7.

Total Price

In Figure:

In Words:

Note: 1. All the materials supplied must be warranted for the respective O&M period.

2. Installation, commissioning charges including O&M Charges for 5 years should not be less than 5% of

S.No.1. Any shortfall shall be adjusted at the time of placement of PO.

(Signature with seal)

Name:

Designation:

Page 24 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

GST has been implemented effective from dated 01-7-20l7. As per guidelines of CBEC, invoices must be

covered following contents, "Rule 54 of CGST Rules, 2017. Tax invoice referred to in section 31 of CGST

Act shall be issued by the registered person containing the following particulars":-

a) Name, Address and GSTIN of the supplier.

b) A consecutive serial number, in one or multiple series, containing alphabets or numerals or

special characters hyphen or dash and slash symbolized as "-" and "/" respectively, and any

combination thereof, unique for a financial year.

c) Date of its issue

d) Name, Address of the recipient and the address of delivery, along with the name of State and its

code, If such recipient is unregistered and where the value of taxable supply is fifty thousand

rupees or more

e) Name, Address and GSTIN or UIN, if registered of the recipient.

f) HSN code of goods or Accounting Code of services

g) Description of goods or services

h) Quantity in case of goods and unit or Unique Quantity Code thereof

i) Total value of supply of goods or services or both

j) Taxable value of supply of goods or services or both taking into account discount or abatement,

if any

k) Rate of tax (Central tax, State tax, integrated tax, Union territory tax or cess).

l) Amount of tax charged in respect of taxable goods or. services (Central tax, Statetax, Integrated

tax, Union territory tax or cess)

m) Place of supply along with the name of State, in case of a supply in the course of inter-State

trade or commerce

n) Address of delivery where the sane us different from the place of supply

o) Whether the tax is payable on reverse charge basis

p) Signature or digital signature of the supplier or his authorized representative

q) HSN Code (for the class of persons as may be required)

Page 25 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

Annexure-B

OPERATION & MAINTENANCE (O&M)

The bidder shall be responsible for operation and maintenance of the Rooftop Solar PV system for a

period of 5/25 years for the projects as per the condition of PO, during which CEL will monitor the

project for effective performance in line with conditions specified elsewhere in the bid document.

During this period, the bidder shall be responsible for supply of all spare parts as required from time to

time for scheduled and preventive maintenance, major overhauling of the plant, replacement of

defective modules, inverters, PCUs etc and maintaining log sheets for operation detail, deployment of

staff for continuous operations and qualified engineer for supervision of O&M work, complaint logging

& its attending.

SUBMISSION OF O&M REPORT (OMR)

The bidder shall submit the Monthly O&M Report mandatorily to the Employer as per the Format

enclosed at Annexure E. Non submission of the report shall be considered as “Breach of Contract” and

shall attract punitive actions as per the relevant provisions of the Contract. However, the decision of the

CEL shall be final in this regard.

OPERATION OF THE SYSTEM DURING WEEKENDS AND GENERAL HOLIDAYS AND CALCULATION OF

CUF:

During grid failure, the SPV system stops generating. Any instances of grid failure need to be mentioned

in the monthly report and those instances need to be authorised by local DISCOM/CEL. Then the period

will be excluded in calculation of CUF.

Operation and Maintenance Guidelines of Grid Connected PV Plants

For the optimal operation of a PV plant, maintenance must be carried out on a regular basis.All the

components should be kept clean. It should be ensured that all the components are fastened well at

their due place. Maintenance guidelines for various components viz. solar panels, inverter, wiring etc.

are discussed below:

1. SOLAR PANELS

Although the cleaning frequency for the panels will vary from site to site depending on soiling, it

is recommended that

� The panels are cleaned at least once every fifteen days.

� Any bird droppings or spots should be cleaned immediately.

� Use water and a soft sponge or cloth for cleaning.

� Do not use detergent or any abrasive material for panel cleaning.

� Iso-propyl alcohol may be used to remove oil or grease stains.

� Do not spray water on the panel if the panel glass is cracked or the back side is perforated.

� Wipe water from module as soon as possible.

� Use proper safety belts while cleaning modules at inclined roofs etc.

� The modules should not be cleaned when they are excessively hot. Early morning is

particularly good time for module cleaning.

� Check if there are any shade problems due to vegetation or new building. If there are, make

arrangements for removing the vegetation or moving the panels to a shade-free place.

� Ensurethatthemoduleterminalconnectionsarenotexposedwhilecleaning as this poses a risk of

electric shock.

� Never use panels for any unintended use, e. g. drying clothes, chips etc.

� Ensure that monkeys or other animals do not damage the panels. Page 26 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

2. CABLES AND CONNECTION BOXES

� Check the connections for corrosion and tightness.

� Check the connection box to make sure that the wires are tight, and the water seals are not

damaged.

� There should be no vermin inside the box.

� Check the cable insulating sheath for cracks, breaks or burns. If the insulation is damaged, replace

the wire.

� If the wire is outside the building, use wire with weather-resistant insulation.

� Make sure that the wire is clamped properly and that it should not rub against any sharp edges or

corners.

� If some wire needs to be changed, make sure it is of proper rating and type.

3. INVERTER

� The inverter should be installed in a clean, dry, and ventilated area which is separated from, and not

directly exposed to sky.

� Remove any excess dust in heat sinks and ventilations. This should only be done with a dry cloth or

brush.

� Check that vermin have not infested the inverter. Typical signs of this include spider webs on

ventilation grills or wasps’ nests in heat sinks.

� Check functionality, e.g. automatic disconnection upon loss of grid power supply, at least once a

month.

� Verify the state of DC/AC surge arrestors, cable connections, and circuit breakers.

4. SHUTTING DOWN THE SYSTEM

� Disconnect system from all power sources in accordance with instructions for all other components

used in the system.

� Completely cover system modules with an opaque material to prevent electricity from being

generated while disconnecting conductors.

� To the extent possible, system shutdown will not be done during day time or peak generation.

Page 27 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

Annexure C

Monthly O & M

Report

Month and year:

Name of the bidder& PO ref no.:

Site Details:

Part --I

Section of

Area

Activity to be

done

Description Date Name /

Signature

*Remarks

PV Module

Cleaning

& Routine

Inspection

Clean any Bird droppings/

dark spots on module

immediately.

Clean PV modules with plain

water or mild detergent.

Inspection for hot spots &

bypass diode failure.

PV Array

Inspection &

Removal

Check the PV modules

And structure for any

damage.

If any new objects, such as

vegetation growth etc., are

causing shading of the

array. Remove if any.

Remove bird nests or

vermin from array area.

Junction Boxes

Inspection

• Inspect Junction boxes for

oxidization, imposition of

water or vermin.

• Check situation of

switches and breakers.

• Check condition of all

protection devices.

Wiring

Inspection

Inspect cabling for loose

connections, signs of

cracks, corrosion,

overheating, other defects

and ground faults

Page 28 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

Inverter

Inspection

• Observe instant operational

indicators on the LCD Panel.

• Inspect Inverter housing or

shelter for any physical

maintenance.

• Check for connection

tightness.

• Clean or replace any air

filters.

Instruments

Validation

Verify monitoring

instruments with standard

instruments to verify their

operation within tolerance

limits.

Plant

Monitoring

Record

Daily Operation and

Performance Monitoring.

Spare Parts Record Manage inventory of spare

parts.

Log Book Documentation Maintain daily log records.

*Provide details of any damages, plant/inverter shut down (planned/forced), breakdown,

replacement of systems/components, ,etc under remarks.

*Daily register is to be maintained by the vendor at site and must have the information about the

daily generation, Inverter downtime if any, Grid outages. Recordings may be inspected by CEL

officials at any time during O&M period.

Page 29 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

Part--II

Date

Expected

Generation

Actual

Generation

Grid Failure

(hh:mm)

Inverter down period

(hh:mm)

Remarks

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

Total generation for the month in kWh:

Cumulative generation since commissioning in kWh:

CUF for month in %:

Cumulative CUF since commissioning in %:

Date: (Signature of the Auth. Rep.)

Name

Phone

Seal

Page 30 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

Annexure- D

Standard terms and conditions:

1. Terms of Price: The terms of price would be FOR CEL site unless specified otherwise in Annexure-A.

Packing, forwarding, freight and insurance charges up to CEL site are to the account of supplier/bidder.

2. No Deviation from Specifications, Terms & Conditions of the tender is allowed. Quotations having

deviation from our specifications, terms & conditions would 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, if required as per the terms of the purchase order.

4. Inspection: 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. CEL reserves the right to inspect the material during manufacturing and/or before dispatch as per specifications and test protocols. Internal inspection report and inspection certificate must accompany the supply. (This clause will be superseded by Inspection clause, if any, in Annexure A).

5. Price variation Clause: Price variation will not be permitted and quotations having Price variation clause will be rejected. (This clause will be superseded by Price Variation Clause, if any, in Annexure A).

6. 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.

7. Determination of Lowest quoting bidder: The lowest quoting bidder would be decided on the basis of lowest landing cost of items to CEL at site.

8. Splitting of tender quantity in two or more bidders: CEL reserves the right to split the quantity and award on two or more vendors as per the production / project requirement. The following norms would be adopted in case of spilt of quantity:

If the lowest quoting vendor is an approved vendor and the second lowest and third lowest bidders are also approved vendors to CEL 100% of tender quantity would be split amongst the approved vendors only. In case of split of quantity in two approved vendors, the same shall be applicable for lowest (L1) & second lowest (L2) in the ratio of 70:30 at the rate & terms applicable to L1 approved vendor, keeping in view the objective that the per unit landed cost to CEL in case of purchase from L1 or L2 approved vendor remains same. In case of split of quantity 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 approved vendors in the ratio of L2’s quantity > L3’s quantity subject to acceptance of L1 rate by L2 and L3 vendor. If the L2 vendor does not accept the L1 approved vendor’s rate and terms then the quantity will be split between L1 approved vendor and L3 approved vendor.

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”). If price quoted by a MSE is within L1+15% and such MSE is L4 or higher (provided L1, L2 and L3 are not the MSEs) and agrees to the rates & terms quoted/agreed by L1 bidder, then the splitting of quantities may be done as: MSE bidder: 20%, other bidders: 80% of tender quantity as given in above paragraph.

9. NEW / UNAPPROVED VENDOR POLICY: Only approved vendors/contractors of CEL are eligible for participation in this tender.

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

Page 31 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

11. Earnest money deposit (EMD): EMD amount mentioned in Annexure E (and also in tender notice) must be submitted through demand draft/RTGS/NEFT/TT/SWIFT favoring Central Electronics Limited. The demand draft must be valid for three months and should be payable at Delhi. The EMD amount must be submitted on or before the due date of opening of quotations. No interest shall be payable on the EMD. The details of CEL’s bank account for RTGS/NEFT of EMD amount are as below:

Beneficiary Name: Central Electronics Limited Beneficiary Account Number/IBAN: 87761250000014 Beneficiary Bank SWIFT Address/BIC: SYNBINBB161 Beneficiary Bank Name: Syndicate Bank (IFSC Code: SYNB0008776) Beneficiary Bank Address: Sahibabad Branch, CEL Complex, Plot No. 1, Site 4, Sahibabad 201010, U.P., INDIA

The EMD (after deduction of bank charges, if any) of unsuccessful bidder 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 two months of successful completion of order. In case the successful bidder is exempted from submission of EMD (as described below), Security Deposit @2% of the order value has to be submitted through a DD/BG valid till completion of the project within ten days of placement of purchase order. If such successful bidder does not submit the Security Deposit within ten days of placement of order on them it would be presumed that they are not interested in executing the order and appropriate action would be taken against them.

Exemption from submission of EMD: 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 are exempted from submission of EMD. If any bidder is eligible for exemption from submission of EMD as per above, such bidder must submit a copy of valid registration certificate from NSIC/DIC along with technical bid of quotation. Registered and approved vendors of CEL may refer to special terms & conditions at Annexure E for clarifications/instructions regarding exemption from EMD, if any.

12. 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.

13. 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.

14. Quantity Enhancement: CEL Reserves the right to enhance the quantity of material ordered by up to 50% by amending the purchase order(s), if any, awarded on the basis of this tender at the rate and terms and conditions mentioned in such purchase order(s).

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

16. 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 within 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. The laws prevailing in India would be applicable.

Page 32 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

Annexure- E

SPECIAL TERMS & CONDITIONS

1. NEW / UNAPPROVED VENDOR POLICY: Bidders who are not yet registered and approved in CEL for Delhi NCR region are not eligible to quote in this tender.

2. Delivery Schedule: Within 20 Days from the date of purchase order.

3. Payment terms: As mentioned in Annexure A.

4. Earnest Money Deposit: INR 12,200.00 (Rupees Twelve Thousand Two Hundred only).

5. Security Deposit: NA but CPG has to submitted during the award of PO

6. Warranty period: The materials supplied shall be under warranty for a period of 66 months from the date of supply.

Guarantee/Warrantee certificate shall be submitted along with the material.

7. Performance Bank guarantee (PBG): As Mentioned in Annexure A

8. Price reduction for delayed delivery: As Mentioned in Annexure A

9. Submission of bid: The bids must be submitted on or before the 10.10.2017, 15:00 hrs. IST. There will be Single Cover in the quotation and following are to be submitted your quotation:

i. Earnest Money Deposit demand draft /RTGS or TT acknowledgement or the documents for exemption from submission of EMD.

ii. Technical catalogue, literature and approval/registration certificate, if any, required as per eligibility criteria given in the tender.

iii. Filled up Format for Submission of Vendor Data as per format at Annexure F. iv. Tender acceptance letter as per format at Annexure G v. Finance: This must contain only the Price Bid on company’s letter head as per Price Bid

format given in Annexure A.

10. Opening of bids: Technical bids will be opened on 10.10.2017 at 15:30 Hrs. IST. Financial bids (price bids) of only those bidders would be opened who qualify the eligibility criteria and whose bids meet the technical and commercial parameters mentioned in the tender.

Page 33 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

Annexure-F 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

9. Income Tax related information

PAN No.

Page 34 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

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

PAN reference no. (in case PAN applied for)

PAN Status (in case PAN applied for)

10. GST related information

GST No.

Address

State

11. Registration No. with Directorate of Industries

12. SSI Reg. No. (if Small Scale Industrial Unit)

13. 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 35 of 36

in the Institutions of Ministry of Earth Sciences (Under RESCO model)

Tender Document: C-2(b)/RC/0700/4468/2017

Annexure – G TENDER ACCEPTANCE LETTER

(To be given on Company Letter 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 document(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 hereby by the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too have also been taken into consideration, while submitting this acceptance 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 this department/ organisation shall without prejudice to any other right or remedy be at 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 36 of 36