57
NIT

Tender invitation for Design Engineering Supply Installation Commissioning & 5 Years Comprehensive Operation & Maintenance of 35 KW Solar Photovoltaic Power Plant including Distribution

Embed Size (px)

Citation preview

NIT

Print Tender Details

Basic Details

Organisation Chain UP New and Renewable Energy Development Agency

Tender Reference Number UPNEDA/Minigrid SPP/Bachuwa Khera/UNNAO/2016

Tender Id 2016_UPNED_23229_1 Tender Type Open Form Of Contract Turn-

key Tender Category Works No. of Covers 2 General Technical Evaluation Allowed No ItemWise Technical Evaluation

Allowed No

Payment Mode Offline Is Multi Currency Allowed For BOQ No Is Multi Currency Allowed For Fee No

Payment Instruments

Offline S.No Instrument Type

1 DD - Demand Draft

2 BG - Bank Guarantee

Covers Information, No. Of Covers - 2

Cover No Cover Type Description Document

Type

1 Fee/PreQual/Technical Tender Fee and EMD .pdf

Annexure 2 to Annexure 8 .pdf

Annexure 9 to Annexure 16 .pdf

Annexure 17 to Annexure 22 .pdf

2 Finance BOQ .xls

Tender Fee Details, [Total Fee (INR)* -

2,100]

Tender Fee(INR)

2,100

Fee Payable To

Director UPNEDA

Fee Payable At

Lucknow

Tender Fee Exemption Allowed

No

EMD Fee Details

EMD Amount (INR)

1,00,000 EMD Exemption Allowed

No

EMD Fee Type

fixed EMD Percentage

NA

EMD Payable To

Director UPNEDA

EMD Payable At

Lucknow

Work Item Details Title Tender of Minigrid SPP Bachuwa Khera UNNAO

Work Description

Design Engineering Supply Installation Commissioning And 5 Years Comprehensive Operation And Maintenance Of 35 KW Solar Photovoltaic Power Plant Including Distribution Net Work in Village Bachuwa khera and Kedar khera of District Unnao U.P.

Pre Qualification Please refer Tender documents

Tender Value INR 1,00,00,000 Period Of Work(Days) 180 Bid

Validity(Days) 90

Product Category

Power/Energy Projects/Products

Product Sub Category NA Contract Type Tender

Pre Bid Meeting Place

UPNEDA Head Office

Pre Bid Meeting Address

UPNEDA Head Office Vibhuti Khand Gomti Nagar Lucknow

Bid Opening Place

UPNEDA Head Office

Location Village Bachuwa khera UNNAO Pincode 226010 Pre Bid

Meeting Date

10-Feb-2016 12:30 PM

Critical Dates

Published Date 25-Jan-2016 06:00 PM Bid Opening Date 02-Mar-2016

03:30 PM Document Download / Sale Start Date

25-Jan-2016 06:00 PM

Document Download / Sale End Date

01-Mar-2016 06:55 PM

Clarification Start Date NA Clarification End Date NA

Bid Submission Start Date 25-Jan-2016 06:00 PM Bid Submission End Date 01-Mar-2016

06:55 PM

Download as zip file

Tenders Documents NIT Document S.No Document

Name Description Document Size (in KB)

1 NIT_1.pdf Tender Notice of Minigrid SPP Bachuwa Khera UNNAO 241.02

Work Item Documents S.No Document Name Document

Type Description Document Size (in KB)

1 BOQ_29443.xls BOQ BOQ 378.0

2 TD-MINIGRID2.pdf

Tender Documents

Tender Document of Minigrid SPP Bachuwa Khera Unnao

700.15

Tender Inviting Authority Name Director UPNEDA Address UPNEDA Head Office Vibhuti Khand Gomti Nagar Lucknow

DOCUMENT 1

Tender Notice Tender Notice No: UPNEDA/Mini grid SPV Plant/Bachuwa Khera/Unnao/2016

Notice inviting Bids through e-Tendering

UPNEDA Invites “On line Bids” (e-tenders) from the prospective bidders for Design,

Engineering, Supply, Installation, Commissioning and comprehensive operation and

maintenance for 5 years period of 35 KW Solar Photovoltaic Power Plant along with

Local Power Distribution Network for Supply of Electricity to the Villages Bachuwa

Khera and Kedar Khera in Block Hilauli of District Unnao of Uttar Pradesh (Hereinafter

refer to as the project) as per scope of work, technical parameters, terms and conditions

mentioned in the Bid document. The bid document can be downloaded from website

https://etender.nic.in.The bid document is available at e-Procurement website

http://etender.up.nic.in from 25 -01-2016 from 07.00 PM . Interested Bidders may view,

download the e-Bid document, seek clarification and submit their e-tender online up to the

date and time mentioned in the table below:

(a) Availability of tender document on website 25 -01-2016 from 07.00 PM at e-Procurement

web site http://etender.up.nic.in and UP Electronics Corporation’s website www.uplc.in

(b) Pre Bid Conference 10-02-2016 ; 12.30 PM at UPNEDA Head Office,Vibhuti Khand,Gomti Nagar,Lucknow-226010

(c) e-Bid submission end date & Time 01-03 -2016 upto 6.00 PM

(d) Online Technical e-Bid opening date & time 02-03 -2016 at 3.30 PM

(e) Online Financial Bid opening date & time

(Only of Technically qualified Bidders) 05-03 -2016 at 3.30 PM

(f) Venue of opening of Technical & Financial e

Bids UPNEDA Head Office,Vibhuti Khand,Gomti Nagar,Lucknow-226010

(g) Cost of e tender document Rs. 2100/-

(h) Earnest money

Rs. 100000/- (One Lakhs) only

The companies/firms who are registered at e-Procurement portal for e-tendering with U.P.

Electronics Corporation Ltd. (UPLC), 10, Ashok Marg, Lucknow (UP) would only be eligible for participating in this e-tender. All companies/firms who have not registered themselves with UPLC for e-tendering till date can get their registration done. The companies/firms may contact U.P. Electronics Corporation Ltd. (UPLC), 10, Ashok Marg, Lucknow (UP) for their Registration.

The bidders need to submit the proof/cost of e-Bid document fees and EMD as stated in the above table through Demand Draft as bid documents fees and bank guarantee as EMD in favour of Director Uttar Pradesh New and Renewable Energy Development Agency (UPNEDA), payable at LUCKNOW. The scanned copy of the Demand Draft and Bank guarantee must be enclosed along with the e-Bids. The original Demand Draft and bank guarantee along with the hard copy of the blank document with enclosures duly signed by bidders must reach the office of UPNEDA at Vibhuti Khand, Gomti Nagar Lucknow before opening date and time of technical e-Bid failing which, tender shall not be considered. Numbers of the system mentioned as above, may increase or decrease. Director, Uttar Pradesh New and Renewable Energy Development Agency, (UPNEDA) reserves the right to reject any or all tenders without assigning any reason thereof. The decision of Director UPNEDA will be final and binding.

.

Director

UPNEDA

DOCUMENT 2

Bid Document for

Design, Engineering, Supply, Installation, Commissioning

And 5 Years Comprehensive Operation And Maintenance

Of 35 KW Solar Photovoltaic Power Plant (Including

Distribution Net Work) in Village Bachuwa khera and

Kedar khera of District -Unnao, Uttar Pradesh

BID No: UPNEDA/Mini grid Solar power plant/Bachuwa Khera/Unnao/2016

UTTAR PRADESH NEW & RENEWABLE ENERGY

DEVELOPMENT AGENCY (Department of Addl. Sources of Energy, Govt. of Uttar Pradesh) Vibhuti

Khand, Gomti Nagar,

Lucknow- 226010, Uttar Pradesh, India. website: neda.up.nic.in Email: [email protected]

2 | P a g e

TABLE OF CONTENTS

TOPIC PAGE-NO.

PART-A

e-tender Notice 3

Covering Letter 4

Checklist of Annexure 5

Particulars of e-tender 8

General Particulars of Bidder 10

Declaration by Bidder 11

PART-2 Instructions to Bidders

Section –1 The e-tender document 12

Section -2 Eligibility condition 14

Section-3 Preparation of e-tender 16

Section-4 UPLOADING of e-tender 20

Section –5 e-tender opening and evaluation

21

Section -6: Procedure for Finalization of BID

22

PART-3 General conditions of contract

23

PART-4 Scope of work & Technical specification

31

PART-5 Warranty, Operation And Maintenance

43

PART-6 Technical Bid

44

PART-B Financial Bid

47

3 | P a g e

Tender Notice Tender Notice No: UPNEDA/Mini grid SPV Plant/Bachuwa Khera/Unnao/2016

Notice inviting Bids through e-Tendering

UPNEDA Invites “On line Bids” (e-tenders) from the prospective bidders for Design,

Engineering, Supply, Installation, Commissioning and comprehensive operation and

maintenance for 5 years period of 35 KW Solar Photovoltaic Power Plant along with Local

Power Distribution Network for Supply of Electricity to the Villages Bachuwa Khera and Kedar

Khera in Block Hilauli of District Unnao of Uttar Pradesh (Hereinafter refer to as the project)

as per scope of work, technical parameters, terms and conditions mentioned in the Bid

document. The bid document can be downloaded from website https://etender.nic.in.The bid

document is available at e-Procurement website http://etender.up.nic.in from 25 -01-2016 from

07.00 PM . Interested Bidders may view, download the e-Bid document, seek clarification and

submit their e-tender online up to the date and time mentioned in the table below:

(a) Availability of tender document on website 25 -01-2016 from 07.00 PM at e-Procurement

web site http://etender.up.nic.in and UP Electronics Corporation’s website www.uplc.in

(b) Pre Bid Conference 10-02-2016 ; 12.30 PM at UPNEDA Head Office,Vibhuti Khand,Gomti Nagar,Lucknow-226010

(c) e-Bid submission end date & Time 01-03 -2016 upto 6.00 PM

(d) Online Technical e-Bid opening date & time 02-03 -2016 at 3.30 PM

(e) Online Financial Bid opening date & time

(Only of Technically qualified Bidders) 05-03 -2016 at 3.30 PM

(f) Venue of opening of Technical & Financial e

Bids UPNEDA Head Office,Vibhuti Khand,Gomti Nagar,Lucknow-226010

(g) Cost of e tender document Rs. 2100/-

(h) Earnest money

Rs. 100000/- (One Lakhs) only

The companies/firms who are registered at e-Procurement portal for e-tendering with U.P. Electronics

Corporation Ltd. (UPLC), 10, Ashok Marg, Lucknow (UP) would only be eligible for participating in this e-tender. All companies/firms who have not registered themselves with UPLC for e-tendering till date can get their registration done. The companies/firms may contact U.P. Electronics Corporation Ltd. (UPLC), 10, Ashok Marg, Lucknow (UP) for their Registration.

The bidders need to submit the proof/cost of e-Bid document fees and EMD as stated in the above table through Demand Draft as bid documents fees and bank guarantee as EMD in favour of Director Uttar Pradesh New and Renewable Energy Development Agency (UPNEDA), payable at LUCKNOW. The scanned copy of the Demand Draft and Bank guarantee must be enclosed along with the e-Bids. The original Demand Draft and bank guarantee along with the hard copy of the blank document with enclosures duly signed by bidders must reach the office of UPNEDA at Vibhuti Khand, Gomti Nagar Lucknow before opening date and time of technical e-Bid failing which, tender shall not be considered. Numbers of the system mentioned as above, may increase or decrease. Director, Uttar Pradesh New and Renewable Energy Development Agency, (UPNEDA) reserves the right to reject any or all tenders without assigning any reason thereof. The decision of Director UPNEDA will be final and binding.

.

Director

UPNEDA

4 | P a g e

2. Covering Letter:

FROM:-

(Full name and address of the Bidder)

………………………..

………………………….

To:

The Director ,

Uttar Pradesh New and Renewable Energy

Development Agency (UPNEDA)

Vibhuti Khand, Gomti Nagar, Lucknow- U. P.

Subject: -Offer in response to e-tender specification No: UPNEDA/Mini grid SPV

Plant/Bachuwa Khera/Unnao/2016

Sir,

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

above e-tender. A blank copy of the e-tender, duly signed on each page is also

submitted as a proof of our acceptance of all specifications as well as terms/

Conditions.

We confirm that, we have the capability to Design, Engineering, Supply,

Installation, Commissioning and comprehensive operation and maintenance for

minimum 5 years period of 35 KW Solar Photovoltaic Power Plant along with Power

Distribution Network for Supply of Electricity at Village Bachuwa Khera and Kedar

Khera District Unnao in Uttar Pradesh as per scope of work, Technical parameters,

terms and conditions mentioned in the Bid document in 6 months. (Supporting

document in proof of capacity should be attached)

The e-tender is to be uploaded in two separate files named Part-I for

technical bid & Part-II for Financial Bid only.

(Signature of Bidder)

With Seal

5 | P a g e

3. Check list of Annexures

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

BID)

S.N. Annexure No Particulars Yes/No, Flag No.

1.

Annexure-I (a) Annexure-I (b)

Details of Tender document fees ( Demand Draft no, date, amount and bank name) Details of Earnest money (bank guarantee no. and date, (valid for four months)

2.

Annexure-II The bidder is a Manufacturing Company/Firm/ Corporation Registered in India of SPV Cells / Modules/ Battery / PV System Electronics (conforming to relevant National / International Standards) OR a PV System Integrator-- At least 100 kW Solar Photovoltaic Solar Power Plants should have been installed / commissioned (A copy of the order and certificate indicating its successful execution to be enclosed)

3.

Annexure-III

III(a) III(b) III(c) III(d)

III(e)

III(f)

Following Test Certificates & Reports for components specified in

technical bid

i. SPV Modules

a) IEC 61215 edition II/ IS 14286 for Crystalline Modules

b) IEC 61730 Part 1 & 2

c) STC Performance Report –I V curve

ii. Batteries –CECRI or MNRE authorized test centre report

iii. PCU/ Inverter

a) IEC 6100

b) PCU housing- IP 65

4.

Annexure-IV Bidder should have Installed and commissioned at

least 20 KW Solar Photovoltaic Power Plant (A copy

of the order and certificate indicating its successful

execution to be enclosed)

5.

Annexure-V A copy of valid CST /State VAT/ TIN registration certificate

6 | P a g e

6

Annexure-VI

Overall Average Annual Turnover of the Company/Firm/ Corporation in the last three financial years (2012-13, 2013-14 & 2014-15) A summarized sheet of turnover of last three Financial Years certified by registered CA.

7.

Annexure-VII

MNRE accredited off- Grid Channel Partner/ Programme Administrator OR Credit Rating (from MNRE Accredited Rating Agency of “SP 2C” and above

8.

Annexure-VIII

A summarized sheet of cumulative experience in PV systems/power plants certified by registered CA

9.

Annexure-IX

Bidder’s cumulative experience* in last 10 years in Supply and installation/commissioning of total number of Solar PV Lighting Systems. Cumulative nos.: >10,000 nos. >20,000 nos..

10.

Annexure-X Value of a “Single Order” of PV Systems / Power Plants executed by the Bidder (A copy of the order indicating its value and certificate indicating its successful execution) Valued more than Rs. 1.00 Crore Valued more than Rs. 2.00 Crore

11.

Annexure-XI

Bidder has Test Certificate for Solar Lanterns, Solar Home lighting System, Solar Street Lighting System, Solar Water Pumping System or SPV Modules, battery, Electronics, LED lighting unit etc from a MNRE authorized testing center. (Test Certificate should have been issued on or after 1 April 2011.) Number of certificates:…..

12.

Annexure-XII

Cumulative Experienceof the Bidder in executing contracts Solar Photovoltaic Systems/ Power Plants(Installed & Commissioned) >500KWp >1000KWp

13.

Annexure-XIII

The bidder has ISO 9001 certification

14.

Annexure-XIV

The bidder has ISO 14001 certification

15.

Annexure-XV

Authorization letter of the Bidder, for the person representing his firm, that he is authorized to discuss and with specific mention of this e-tender

16.

Annexure-XVI

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

7 | P a g e

17 Annexure-

XVII The bidder is a SPV Modules Manufacturing Company, Registered in India ,with a min. Capacity of -- 25 MWp per annum --- 50 MWp per annum

18 Annexure-

XVIII The bidder is a SPV cells Manufacturing Company, Registered in India, with a min. Capacity of --- 5 MWp per annum --- 10 MWp per annum

19 Annexure-

XIX Others XIX(i). An undertaking that the service centres will be opened in allotted district .

20 Annexure-

XX The bidder should have at least last three years(i.e. FY 2012-13, 2013-14, and 2014-15) experience in executing contract of Solar Photovoltaic Systems/Power Plants (Installed and commissioned). Proof of Work order and its satisfactory completion certificate should be enclosed.

21 Annexure-XXI

Affidavit of not ever have been debarred by any Govt. Deptt.

22 Annexure-

XXII Supporting document in proof of capacity should be

attached.

* Please flag the annexure and write flag number in the box. Note:- Bids received without supporting documents for the various requirements mentioned in the tender document may be rejected.

(Signature of Bidder)

With Seal

8 | P a g e

4. Particulars of e-tender

1. e-tender no. UPNEDA/Mini grid SPV Plant/Bachuwa Khera/Unnao/2016

2. Particulars of the work Design, Engineering, Supply, Installation, Commissioning, comprehensive operation and maintenance for minimum 5 years period of 35 KW Solar Photovoltaic Power Plant along with Power Distribution Network for Supply of Electricity at Village Bachuwa Khera and Kedar Khera District Unnao in Uttar Pradesh as per scope of work, Technical parameters, terms and conditions mentioned in the bid document

3. Period of work Within 6 months from the date of work order. 4. Last date and time of uploading of

e-tender on NIC website 01-03 -2016 upto 6.00 PM

5. Pre-bid meeting date, time & venue

10-02-2016 ; 12.30 PM at UPNEDA Head

Office,Vibhuti Khand,Gomti Nagar,Lucknow-226010

6. Period of validity of rates for acceptance

3 months from opening of Financial Bid

7. Date and Time of opening of e-tender (Technical bid.)

02-03 -2016 at 3.30 PM

8. Date and Time of opening of e-tender (Financial bid.)

05-03 -2016 at 3.30 PM

9. Place of opening of e-tender UPNEDA, Head Office,Vibhuti Khand,Gomti Nagar, Lucknow,Uttar Pradesh.

1. Bidders are advised to study the tender Document carefully. Submission of e-Bid against this tender shall be deemed to have been done after careful study and examination of the procedures, terms and conditions of the tender Document with full understanding of its implications.

2. The e-Bid prepared in accordance with the procedures enumerated in ITB Clause 15 of Section-I should be submitted through e-Procurement website http://etender.up.nic.in.

3. The e-Bids will be electronically opened in the presence of bidder’s representatives, who choose to attend at the venue, date and time mentioned in the above table. An authority letter of bidders’s representative will be required to be produced.

4. In the event of date specified for e-Bids opening being declared a holiday for UPNEDA’s office then the due date for opening of e-Bids shall be the following working day at the appointed time and place.

5. All the required documents including Price Schedule/BOQ should be uploaded by the e-Bidder electronically in the PDF/XLS format. The required electronic documents for each document label of Technical (Fee details, Qualification details, e-Bid Form and Technical Specification details) schedules/packets can be clubbed together to make single different files for each label. All the enclosures should be scanned and uploaded with bid.

6. The companies/firms who are registered at e-Procurement portal for e-tendering with U.P. Electronics Corporation Ltd. (UPLC), 10, Ashok Marg, Lucknow (UP) would only be eligible for participating in this e-tender. All companies/firms who have not registered themselves with UPLC for e-tendering till date can get their registration done. The companies/firms may contact the UPLC officials on phone numbers 0522-2286809, 0522-2288750 (O) 0522-4130303 (Extn: 303, 304 & 307), for their Registration/Digital Signature Certificate related queries.

(Signature of Bidder) With Seal

9 | P a g e

5. GENERAL PARTICULARS OF BIDDER

1 Name of Bidder

2 Postal Address

3 Mobile no.

4 Telephone, Telex, Fax No

5 E-mail

6 Web site

7 Name, designation and Mobile Phone No. of the representative of the Bidder to whom all references shall be made

9 Name and address of the Indian/foreign Collaboration if any

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

11 Have the Bidder to pay arrears of income tax? If yes up to what amount?

12 Have the Bidder ever been debarred By any

Govt. Deptt. / Undertaking for undertaking any

work? The Bidder has to furnish an affidavit to

that effect along with its Bid.

13 Details of offer (please mention number of pages and number of Drawings in the hard copy)

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

( Signature of Bidder) with Seal

10 | P a g e

6. DECLARATION BY THE BIDDER

REGARDING e-tender NO. UPNEDA/Mini grid SPV Plant/Bachuwa Khera/Unnao/2016

I/We______________________________________________________ (hereinafter referred to as the Bidder) being desirous of e-tendering for the work under the above mentioned e-tender and having fully understood the nature of the work and having carefully noted all the terms and conditions, specifications etc. as mentioned in the e-tender document, DO HEREBY DECLARE THAT 1. The Bidder is fully aware of all the requirements of the e-tender document and agrees

with all provisions of the e-tender document. 2. The Bidder is capable of executing and completing the work as required in the e-

tender. 3. The Bidder accepts all risks and responsibilities directly or indirectly connected with the

performance of the e-tender. 4. The Bidder has no collusion with other Bidders, any employee of UPNEDA or with any

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

of its employees, but only by the e-tender document. 6. The Bidder is financially solvent and sound to execute the work. 7. The Bidder is sufficiently experienced and competent to perform the contract to the

satisfaction of UPNEDA. 8. The information and the statements submitted with the e-tender are true. 9. The Bidder is familiar with all general and special laws, acts, ordinances, rules and

regulations of the Municipal, District, State and Central Government that may affect the work, its performance or personnel employed therein.

10. The Bidder has not been debarred from similar type of work by UPNEDA and or Government undertaking/ Department.

11. This offer shall remain valid for acceptance for 03 Months from the date of opening of financial bid of e-tender.

12. The Bidder gives the assurance to execute the e-tendered work as per specifications terms and conditions.

13. The Bidder confirms the capability to Design, Engineering, Supply, Installation, Commissioning and comprehensive operation and maintenance for 5 years period of 35 KW Solar Photovoltaic Power Plant along with Local Power Distribution Network for Supply of Electricity to the Villages Bachuwa Khera & Kedar Khera in Block Hilauli of District Unnao of Uttar Pradesh in 06 (Six) Months.

(Signature of Bidder) with SEAL

11 | P a g e

PART-2 : INSTRUCTION TO BIDDERS

SECTION 1: THE TENDER DOCUMENT 1.1 CONTENT OF e-tender DOCUMENT 1.1.1 The e-tender procedure and contract terms are prescribed in the e-tender Documents. In addition to the e-tender Notice the Bidding documents include.

PART-A Part-I 1 e-tender Notice 2 Covering Letter 3 Checklist of Annexures 4 Particulars of e-tender 5 General Particulars of Bidder 6 Declaration by Bidder Part – 2 : Instruction to Bidders Section -1 Contents of e-tender document Section -2 Eligibility condition Section-3 Preparation of e-tender Section-4 Submission of e-tender Section -5 e-tender opening and evaluation Section-6 Procedure for Finalisation of Bid Part – 3 : General Condition of Contract Part – 4 : Scope of Work & Technical specifications Part – 5 : Details of Warranty Part – 6 : Technical Bid

Part – B : Financial Bid

The Bidder is expected to examine all instructions, forms, terms and specifications as mentioned in the e-tender document. Failure to furnish all information required by the e-tender documents or submission of a bid not substantially responsive to the Bid Document in every respect will be at the Bidder's risk and is likely to result in out-right rejection of the e-tender

12 | P a g e

1.2 LOCAL CONDITIONS

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

1.3 CLARIFICATION: A prospective Bidder requiring any clarification of the e-tender Documents may contact UPNEDA in writing or by Fax at the UPNEDA's mailing address indicated in the Invitation for e-tender. .All are requested to remain updated with the website. No separate reply/ intimation will be

given elsewhere. Verbal clarifications and information's given by the UPNEDA or its employees

or its representatives shall not be in any way entertained

Enquiries/clarifications may be sought by the Bidder from:

Director, Uttar Pradesh New & Renewable Energy Development Agency, Vibhuti Khand, Gomti Nagar, Lucknow Phone: 0522-2720652 Fax: 0522-2720779, 2720829 Email: [email protected] Website: http://neda.up.nic.in

1.4 AMENDMENT OF e-tender DOCUMENTS

At any time prior to the submission of the e-tender the UPNEDA may for any reason, whether at its own initiative or in response to a clarification requested by the Bidder,modify the e-tender documents by amendments. Such document shall be made available on websites: http://neda.up.nic.in.; http://etender.up.nic.in and www.uplc.in. All are requested to remain updated with the website. No separate reply/ intimation will be given elsewhere.

13 | P a g e

SECTION 2: ELIGIBILITY CONDITIONS

Eligibility Conditions for Bidders

A. Minimum Eligibility Conditions:

1.The Bidder should be

A Registered Manufacturing Company/Firm/ Corporation in India of SPV Cells / Modules

Or Battery Or PV System Electronics or LED Lights

(Conforming to relevant National / International Standards)

OR

A PV System Integrator empanelled as channel partner accredited by the MNRE for

off grid and decentralized solar application under JNNSM with MNRE.

(At least 20 KW Solar Photovoltaic Power Plant should have been installed /commissioned

2. Bidder should furnish a performance certificate issued by the Concerned

Authority; clearly mentioning that the Bidder has successfully Designed,

Engineered, Procured, Constructed, Installed, Tested, Commissioned projects as

mentioned above, duly signed and stamped. (Certificate should have been issued on or after 01 April 2014.) 3. The bidder should have at least last three years(i.e. FY 2012-13, 2013-14, and 2014-15)

experience in executing contract of Solar Photovoltaic Systems/Power Plants (Installed

and commissioned).

4. Cumulative Experience* of the Bidder in executing contracts of Solar Photovoltaic

Systems/Power plants(Installed & Commissioned ) should be at least 25% of the

tender value.

5. The Bidder should have valid CST /State VAT/ TIN registration certificate. A copy of which

should be enclosed.

6. Overall average annual turnover shall be at least of Rs. 30,00,000/- (Rupees Thirty

Lakh only ) of the Company/Firm/Organization in the last three financial years(i.e. FY

2012-13, 2013-14, and 2014-15). (This must be the individual company’s turnover and

not that of any group of companies). A summarized sheet of turnover of last 03 years

certified by registered CA should be compulsorily enclosed.

14 | P a g e

B. Other Eligibility Conditions

The “Financial bids” of only those bidders shall be opened, who qualify in “Minimum Eligibility

Conditions” as above and score at least 60 Points in “technical evaluation”. The “Points” for the

“technical evaluation” shall be assigned as under:

S.N. Criteria Point .

1 MNRE accredited off- Grid Channel Partner/ Programme Administrator OR Credit Rating (from MNRE Accredited Rating Agency ) of “SP 2C” and above

10

2 Cumulative Experienceof the Bidder in executing contracts of Solar Photovoltaic Systems/Power Plants(Installation & Commissioning of PV Systems/ Power Plants) >500KWp >1,000KWp

5 10

3 Bidder’s cumulative experience in last 10 years in supply and installation/commissioning of total number of Solar PV Lighting Systems. Cumulative nos.: >10,000 nos. >20,000 nos.

5 10

4 Value of a “Single Order ” of PV Systems / Power Plants executed by the Bidder : Valued more than Rs. 1.00 Crore Valued more than Rs. 2.00 Crore

5 10

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

5 10

6 Bidder has Test Certificate for Solar Lanterns, Solar Home lighting System, Solar Street Lighting System, Solar Water Pumping System or SPV Modules, battery, Electronics etc .from a MNRE authorized testing centre. (Test Certificate should have been issued on or after April 2011.) Certificate for any two of the above Certificate for more than two of the above

5 10

15 | P a g e

7 The bidder is a SPV Modules Manufacturing Company, Registered in India, with a min. Capacityof --- 25 MWp per annum --- 50 MWp per annum

5 10

8 The bidder is a SPV cells Manufacturing Company, Registered in India, with a min. Capacity of --- 5 MWp per annum --- 10 MWp per annum

5 10

9 The bidder has ISO 9001 certification 10

10 The bidder has ISO 14001 certification 10

Bidder’s experience should be in supply, installation/commissioning (contracts executed, completed and handed over) of Solar Photovoltaic Systems/ Power Plants for : MNRE supported Schemes / Programmes, (including Projects executed by channel partners availing MNRE support)

OR

Any Government Organisation/ Agency/ SNA/PSU.

16 | P a g e

SECTION 3: PREPARATION OF e-tender

3.1 Introduction

About UPNEDA:

Uttar Pradesh New & Renewable Energy Development Agency (UPNEDA) is a

registered society under the Department of Additional Sources of Energy, Government

of Uttar Pradesh. UPNEDA is a nodal agency for development, implementation,

awareness etc. of Renewable Energy programmes in the State of Uttar Pradesh.

UPNEDA is willing to establish Mini Grid Solar Power Plant along with local grid

network for supply of electricity in Energy deficit area of the State.

About the Project Solar Photovoltaic Solar Power Plant has significant potential to

support the electricity supply of the rural community and offers a better solution for

their growth. Solar Photovoltaic technologies are suitable and viable option for rural

electrification and are considered to be an ideal alternative to grid electricity. These

systems also provide more reliable electricity as any outages or interruption to

electricity supply can be quickly corrected, considering its needs in rural areas with

business opportunity. UPNEDA has planned to setup solar energy electricity supply

unit as solar power plant in rural areas. This is an initiative of the Government of Uttar

Pradesh towards use of green energy in the State.

To carry out the above Project in village Bachuwa Khera & Kedar Khera, Unnaoi,

UPNEDA proposes to establish a 35 kW Plant Capacity Solar Power plant including

development of land, buildings, plant, machinery, ancillary equipment, material,

switch-gear, battery, protection equipment along with local power distribution network

and the like necessary to deliver the electricity generated to the consumer end.

The details of the Facilities/Project which the UPNEDA requires to be set up in the

present instance and for which Bids are hereby invited. The overall responsibilities of

complete Scope of Work rests with the Bidder in the same approaches which are listed

below:-

1. Site survey, designing and engineering solar power plant and its component within

the boundary limit stipulated in this Bid document.

2. Preparation of necessary information required for in this Bid document for Bidding.

3. Land for proposed project shall be provided by UPNEDA.

4. Engineering, procurement, supply, Installation and commissioning of power plant

including all civil work as per specifications laid down in this Bid document and

accepted by UPNEDA.

5. Design, engineering, procurement, installation and commissioning of grid

compatible power distribution network.

6. Consultation with Prospective consumers willing to utilize the generated electricity

for their commercial and other uses.

7. Laying of transmission and distribution line up to the various consumers load

points for Service connection and house wiring to each household of villages for

illumination of BPL and others houses with operation of one ceiling fan and point

for mobile charging as per scope of work.

8. Supply of electricity as per demand of Consumers which includes mandatory

supply of electricity as per scope of work.

9. Monthly billing to the various Consumers and collection of electricity charges.

However this can be done with prepaid metering or other suitable methodology.

17 | P a g e

10. Day to Day operation, routine maintenance, preventing maintenance and breakdown

maintenance of power plant and transmission and distribution lines for minimum

period of 5 years.

11. Preparation of evaluation and monitoring report and submission to UPNEDA on

regular basis.

Local Conditions

The Bidder is advised to visit and examine the site conditions, traffic, location,

surroundings, climate, availability of power, water and other utilities for construction,

access to site, handling and storage of materials, weather data, applicable laws and

regulations, and obtain for itself on its own responsibility all information that may be

necessary for preparing the Bid and entering into the Contract Agreement. The costs of

visiting the Site shall be at Bidder's own expense. It is strongly recommended that the

Bidder must visit the site before attending the Pre- Bid meeting.

Local Regulatory Frame Work

It shall be imperative for each Bidder to fully inform itself of all local conditions, laws

and factors which may have any effect on the execution of the Contract as described in

the Bidding Documents. The UPNEDA shall not entertain any request for clarification

from the Bidder, regarding such local conditions.

It is the responsibility of the Bidder that such factors have properly been investigated

and considered while submitting the Bid proposals and that no claim whatsoever

including those for Financial adjustment to the Contract awarded under the Bid

document shall be entertained by the UPNEDA and that neither any change in the time

schedule of the Contract nor any Financial adjustments arising thereof shall be

permitted by the UPNEDA.

3.2 LANGUAGE OF BID AND MEASURE

3.2.1 The e-tender prepared by the Bidder and all correspondence and documents relating to the bid

exchanged by the Bidder and UPNEDA shall be written in the English provided that any printed

literature furnished by the Bidder may be written in another language so long as accompanied

by an English translation of its pertinent passages in which case, for purpose of interpretation

units of measurement shall be MKS system.

3.3 DOCUMENTS COMPRISING THE BID

3.3.1 The e-tender prepared by the Bidder shall comprise the following components

(a) Covering letter as provided in e-tender document.

(b) General particulars of bidder, as provided in e-tender document.

(c) Declaration by The Bidder, as provided in e-tender document

(d) Documentary evidence establishing that the bidder is eligible to Tender and is qualified to

perform the contract if its tender is accepted. Check list of Annexures as provided in e-tender

document

(e) A blank copy of the in e-tender document signed on each page, as a confirmation by the Bidder

to accept all technical specifications / commercial conditions along with all necessary

enclosures.

(f) Authorization letter of the Bidder, for the person representing his Company/Firm/ Corporation,

that he is authorized to discuss and with specific mention of this e-tender

18 | P a g e

3.4 BID PRICE

3.4.1 The Bidder shall indicate prices on the appropriate financial bid schedule.

3.4.2 DUTIES AND TAXES

The price quoted should include all taxes and duties, custom duty, excise duty, service tax, sales

tax, C.S.T., local taxes, Trade Tax/VAT, Income Tax, Surcharge on income tax etc. if any. A

Bidder shall be entirely responsible for all taxes, duties, license fees, etc. All taxes payable as

per Government income tax & service tax norms will be payable by the Bidder. TDS will be

deducted from the payment of the Bidder as per the prevalent laws and rules of Government of

India and Government of Uttar Pradesh in this regard.

3.5 BID CURRENCIES

3.5.1 Prices shall be quoted in Indian Rupees (INR) only

3.6 Security deposit/ Performance Guarantee:

3.6.1 The successful Bidders, who execute the agreement with UPNEDA for the work, shall have to furnish a security amount equivalent to 10% of total value of the contract in the form of Bank Guarantee valid for a period of 66 months from the date of execution of agreement. The bank guarantee may be issued by a nationalized bank or State Bank of India or its subsidiary bank. Bank Guarantee shall be in favour of "Director, UPNEDA". The aforesaid Bank Guarantee shall be furnished prior to the execution of agreement.

3.7 PERIOD OF VALIDITY OF e-tender 3.7.1 Validity of the offer should be 3 months from the date of opening of the financial bid of

the e-tenders. Without this validity the e-tenders will be rejected. 3.7.2 In exceptional circumstances; the UPNEDA will solicit the Bidder’s consent to an

extension of the period of validity. The request and the response there of, shall be made in writing. The contract performance security provided under clause 3.5.1 above shall also be suitably extended.

3.8 BID SECURITY (Earnest Money) 3.8.1 The bidder shall furnish, as part of its bid, bid security of Rs. 5.00 lakhs ( Five Lakh) in

the form of Bank guarantee issued by a nationalized bank, or State Bank of India and its subsidiary banks. The bank guarantee shall be valid for a period of 4 months from the opening of technical bid.

3.8.2 Any bid not secured with the tender fee and earnest money will be rejected by the UPNEDA as

non-responsive.

3.8.3 No Interest shall be payable on the amount of earnest money and the same will be

released, after the e-tenders have been decided, to those Bidders who fail to get the contract.

3.8.4 The e-tender security (earnest money) may be forfeited:

19 | P a g e

a) If a Tenderer withdraws its e-tender during the period of e-tender validity specified by the Bidder in the e-tender.

b) If the successful Bidder fails to sign the contract within stipulated period. 3.8.5 EMD of successful bidder shall only be released after signing of agreement and

submission of 10% Security bank guarantee. 3.9 FORMAT AND SIGNING OF e-tender 3.9.1 The bid must contain the name, residence and places of business of the persons making the e-

tender and must be signed and sealed by the Bidder with his usual signature. The name and

designations of all persons signing should be typed or printed below the signature.

3.9.2 e-tender by corporation/ company must be signed with the legal name of the corporation/ company/firm by the ‘President’, Managing director or by the ‘Secretary’ or other designation or a person duly authorized

3.9.3 The original copy of the e-tender shall be typed or written in indelible ink and shall be

signed by the Bidder or a person duly authorized to bid and bidder to the contract. The letter of authorization shall be submitted along with power-of-attorney. All the pages of the bid shall be initialed by the person or persons signing the e-tender.

3.9.4 The bid shall contain no interlineations, erasures or overwriting except as necessary to

correct errors made by the Bidder in which case such corrections shall be initialed by the person or persons signing the e-tender.

(Signature of Bidder) with SEAL

20 | P a g e

SECTION: 4: UPLOADING OF e-tender

4.1 Uploading of e-tender : The bid shall be uploaded online as per guide lines of U

PElectronics Corporation Ltd. (UPLC), 10, Ashok Marg, Lucknow (UP). 4.1.1 The tender must be complete in all technical and commercial respect and should

contain requisite certificate, drawings, informative literature etc. as required in the specification.

4.1.2 First part-1 (part-A) should contain technical specification, brochure literature etc. All

parts of tender documents except financial bid should be uploaded as per e-procurement mode in due date and time. Scanned copy of Requisite earnest money in the form of Bank Guarantee should be enclosed.

4.1.3 The Bidder should submit price bid in Second part. Second part (part-B) should contain

financial bid only should be uploaded as per e-procurement mode in due date and time. Anything in regard of financial condition, payment terms, rebate etc. mentioned in financial bid may make the tender invalid. Therefore, it is in the interest of the Bidder not to write anything extra in part-II except price.

4.1.4 The original copy of uploaded document i.e. First part-1 (Part-A) is to be submitted by

Post /courier/by hand to UPNEDA HQ before opening of technical bid. 4.2 EXPENSES OF AGREEMENT: A formal agreement for a period of 01 (one) year shall

be entered into between UPNEDA and the contractor/ bidder for the proper fulfillment of the contract. The expenses of completing and stamping of the agreement shall be paid by the successful bidder.

4.3 DEADLINE FOR SUBMISSION OF BIDS: Bids must be uploaded by the tenderer in the date; time and address specified in the e-tender notice/ tender documents.

(Signature of Bidder)

with SEAL

21 | P a g e

SECTION 5: e-tender OPENING AND EVALUATION 5.1 OPENING OF e-tender The procedure of opening of the e-tender shall be as under: 5.1.1 First part-I (part-A) uploaded having e-tender specification no. and super scribed as

“Technical bid” shall be opened at the time and date mentioned in the e-tender notice by UPNEDA’s representatives in the presence of Bidders, who choose to be present.

5.1.2 Second part-II (Part-B) containing Financial Bid shall be opened (after obtaining

clarifications and establishing technical suitability of the offer) as per schedule. Second part of only those Bidders shall be opened whose first part (part-B) shall be found commercially clear and technically suitable.

CLARIFICATION OF e-tender 5.2.1 To assist in the examination, evaluation and comparison of bids the UPNEDA may at

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

5.3 UPNEDA reserves the right to interpret the Bid submitted by the Bidder in accordance

with the provisions of this document and make its own judgment regarding the interpretation of the same. In this regard UPNEDA shall have no liability towards any Bidder and no Bidder shall have any recourse to UPNEDA with respect to the selection process. UPNEDA shall evaluate the Bids using the evaluation process specified in this document or as amended, at its sole discretion. UPNEDA’s decision in this regard shall be final and binding on the Bidders.

Signature of Bidder

with seal

22 | P a g e

SECTION-6: PROCEDURE FOR FINALIZATION OF BID

6.0 The Procedure for Finalization of BID would be as follows: 6.1 Finalization of BID:

First the Technical bids shall be opened and evaluated.

Then the price bid of technically qualified bidders shall be opened.

The lowest rate (L-1) will be the approved rates.

6.2 Finalization of Empanelment:

The lowest rate (i.e. L-1) received (and in turn approved by the competent authority) would be the “Approved Rate”.

Lowest Rate bidder (L1) shall be awarded the contract. Training of the users will be arranged by the contractor/ bidder.

After work order is placed for work, should be executed within the time schedule stipulated in work order. In case of delay (for any reason other than due to Force Majeure conditions or any extension thereof granted to him by UPNEDA) a penalty equal to 1.0% of the price of the unperformed services for each week (For the purposes of calculation of delay, part of week shall be treated as week) of delay until actual performance up to a maximum deduction of 10% of the delayed services.

6.3 If required UPNEDA reserves the right to negotiate with (lowest) L-1 bidder before finalization of the tender.

6.4 UPNEDA reserves the right to accept any bid and to reject any or all bids. 6.5 NOTIFICATION OF AWARDING THE CONTRACT : List of successful Bidder for contract shall be displayed on UPNEDA's website and shall

be intimated in writing to the contractor. 6.6 CONTRACT Before execution of the work, a contract agreement for execution of the work shall be

signed by the Bidder with UPNEDA within 15 days of communication from UPNEDA. In case agreement is not executed within the stipulated time, the earnest money will be forfeited.

Signature of Bidder with seal

23 | P a g e

PART 3 : GENERAL CONDITIONS OF CONTRACT

1.0 In the deed of contract unless the context otherwise requires:- 1.1 UPNEDA shall short list the successful bidder (s) on “Turn-key basis " basis after

verifying their capacity. The Project shall be executed by UPNEDA. The successful bidder (s) shall have to sign the Contract with Uttar Pradesh New and Renewable Energy Development Agency, U.P. (UPNEDA).

DEFINITIONS 1.2. “UPNEDA’ shall mean The Director of UPNEDA or his representative and shall also

include its successors in interest and assignees. The “Contractor” shall mean (successful bidder) i.e. the person whose e-tender has been accepted by UPNEDA and shall include his legal representatives and successors in interest.

1.3 The agreement shall be on turn-key basis. The work shall be completed within 06 (fSix)

months from the date of placement of work order. However “UPNEDA” may in case of urgency ask the bidder to complete the work earlier, with the mutual consent of the contractor/ bidder. In case the contractor/ bidder fails to execute the said work within stipulated time, “UPNEDA” will be at liberty to get the work executed from the open market without calling any tender/ e-tender and without any notice to the contractor/ bidder, at the risk and cost of the contractor/ bidder. Any additional cost incurred by “UPNEDA” shall be recovered from the contractor/ bidder. If the cost of executing the work as aforesaid shall exceed the balance due to the contractor/ bidder, and the contractor/ bidder fails to make good the additional cost, “UPNEDA” may recover it from the contractor/ bidders’ pending claims against any work in “UPNEDA” or in any lawful manner.

1.4 That on the request of the contractor/ bidder and also in the interest of the organization

the “UPNEDA” is authorized to extend the validity of the agreement, subject to that the request of the contractor/ bidder is received before the expiry of the agreement period, or any extended period granted to the contractor/ bidder. Maximum period of extension shall be 2 months on the same terms and conditions as contained in this agreement.

1.5 The agreement shall be deemed to be extended till the date of completion of last work

order subject to the completion period as provided in the clause 1.3. 1.6 The contractor/ bidder, (i.e. the successful bidder), may operate in the State of Uttar

Pradesh through a single authorized dealer for execution of the orders placed on authorized dealer. It will be the sole responsibility of the contractor/ bidder, to execute orders placed as per time schedule, and to ensure quality parameters, specifications and other requirements provided in the e-tender document and as per agreement.

. 1.7 In the interest of the work and the programme, agreement executed between the

contractor/ bidder and the “UPNEDA” may be extended to a mutually agreed period, if the need so arises. It shall be sole responsibility of the contractor/ bidder to get verified the quality & quantity of the supplied material at the site of delivery.

24 | P a g e

2 LIQUIDATED DAMAGES 2.1 If the contractor/ bidder fails to perform the services within the time periods specified in

the contract (In case of delay for any reason other than due to Force Majeure conditions or any extension thereof granted to him by UPNEDA) the “UPNEDA” shall without prejudice to its other remedies under the contract deduct from the contract price as liquidated damage, a sum equivalent to 1.0% of the price of the unperformed services for each week (For the purposes as calculation of delay, part of week shall be treated as week) of delay until actual performance up to a maximum deduction of 10% of the delayed services. Once the maximum is reached, the “UPNEDA” may consider termination of the contract. In the case of violation of contract, UPNEDA may confiscate pending payments/ dues of the contractor/ bidder assigning specific reasons and shall also have the power to debar/ blacklist the contractor/ bidder in similar circumstances. UPNEDA may also invoke performance/security bank guarantee of 10%.

3 The contractor/ bidder shall have to comply with all the rules, regulations, laws and by-

laws for the time being in force and the instructions if any, of the organization, in whose premises the work has to be done. “UPNEDA” shall have no liability in this regard.

4 FORCE MAJEURE 4.1 Notwithstanding the provisions of clauses contained in this deed; the contractor/ bidder

shall not be liable for forfeiture of its performance security, liquidated damages, termination for default, if he is unable to fulfil his obligation under this deed due to event of force majeure circumstances.

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

contractor/ bidder and not involving the contractor/ bidder's fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of Government either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and fright embargoes.

4.3 However, If a force majeure situation arises, the contractor/ bidder shall immediately

notify the “UPNEDA” in writing. The decision of the competent authority of UPNEDA in above conditions shall be final.

5 The High court of Judicature at Allahabad and Courts subordinate thereto, at Lucknow,

shall alone have jurisdictions to the exclusion of all other courts. 6 The contractor/ bidder shall not, without the consent in writing of “UPNEDA”, transfer,

assign or sublet the work under the contract or any substantial part thereof to any other party.

7 “UPNEDA” shall have at all reasonable time access to the works being carried out by the

contractor/ bidder under the contract. All the work shall be carried out by the contractor/bidder to the satisfaction of “UPNEDA”.

8 If any question, dispute or difference what so ever shall arises between “UPNEDA” and

the contractor/ bidder, in the connection with the agreement except as to matters, the decisions for which have been specifically provided, either party may forthwith give to the other notice in writing of existence of such question, dispute or difference and the same shall be referred to the sole arbitration of the Principal Secretary/Secretary of the Uttar

25 | P a g e

Pradesh or a person nominated by him not below the rank of Secretary. This reference shall be governed by the Indian Arbitration and Conciliation Act 1996, and the rules made there under. The award in such arbitration shall be final and binding on both the parties. Work under the agreement shall be continuing during the arbitration proceedings unless the “UPNEDA” or the arbitrator directs otherwise

9 “UPNEDA” may at any time by notice in writing to the contractor/ bidder either stops the

work all together or reduces or cut it down. If the work is stopped all together, the contractor/bidder will only be paid for work done and expenses distinctly incurred by him as on preparation or the execution of the work up to the date on which such notice is received by him. Such expenses shall be assessed by “UPNEDA”, whose decision shall be final and bidding on the contractor/ bidder. If the work is cut down the contractor/ bidder will not be paid any compensation what so ever for the loss or profit which he might have made if he had been allowed to complete all the work included in the contract.

10 INSPECTION AND TESTS 10.1 The following inspection procedures and tests are required by the “UPNEDA” in the

presence of “UPNEDA”’s representative if so desired by “UPNEDA”. 10.2 The “UPNEDA” or its representative shall have the right to inspect and / or to test the

goods to confirm their conformity to the contract. The special conditions of contract and/ or the Technical specifications shall specify what inspections and test the “UPNEDA” required.

10.3 INSPECTION AT WORKS. 10.3.1 The “UPNEDA”, his duly authorized representative shall have at all reasonable times

access to the contractor/ bidders premises or works and shall have the power at all reasonable time to inspect and examine the materials and workmanship of the works during its manufacture.

10.3.2 The contractor/ bidder shall give the “UPNEDA” , 15 day's written notice of any material

being ready for testing. It shall be mandatory that such notice should reach “UPNEDA” within 30 days of placement of work order. Such tests shall be on the contractor/ bidder's accounts/ expenses except for the expenses of the inspector. “UPNEDA” reserves the full rights, to waive off inspection of material.

10.3.3 The contractor/ bidder are required to get the entire lot of the ordered material

inspected at one time, before the supply of the materials. In case the contractor/ bidder fails to get the entire lot inspected at one time, the total expenses of the further inspection will be borne by the supplier/contractor/ bidder.

10.3.4 UPNEDA will bear the inspector cost at only one manufacturing plant. If a

component is produced in more than one location, then the cost of positioning the inspection in the second and subsequent plants would be borne by the successful Bidder at their cost.

10.3.5 The inspection by “UPNEDA” and issue of dispatch instruction there on shall in no

way limit the liabilities and responsibilities of the contractor/ bidder in respect of the agreed quality assurance programme forming a part of the contract.

26 | P a g e

11. WARRANTY 11.1 The contractor/ bidder shall warrant as per standards for quality that anything to be

furnished shall be new, free from all defects and faults in material, workmanship and manufacture, shall be of the highest grade and consistent with established and generally accepted standards for material of the type ordered, shall be in full conformity with the specifications, drawing or samples, if any and shall if operable, operate properly. Nothing in clause 10 above shall in any way release the contractor/ bidder from any guarantee or other obligations under this contract.

11.2 Performance of Equipment: In addition to the warranty as already provided, the

contractor/bidder shall guarantee satisfactory performance of the equipment and shall be responsible for the period or up to the date specified in clause 11.3 hereof after the equipment has been accepted by the “UPNEDA” to the extent for any defects that may develop such defects shall be removed at his own cost when called upon to do so by the “UPNEDA”

11.3 The Warranty period shall be 25 Years for the PV modules and 5 years for Other components like PCUs, Battery, electronics, Power distribution network etc from the date of commissioning and handing over of the system. The contractor/ bidder shall rectify defects developed in the system within Warranty period promptly. In case the defects are not rectified within a week of the receipt of the complaint by the contractor/ bidder “UPNEDA” shall have full liberty to restore the system in working condition. The expenditure so incurred by “UPNEDA” shall be deducted from the contractor/ bidder pending claims, security/performance guarantee deposit or in other law full manner.

11.4 At the end of mandatory operating period i.e. 5 years, the plant shall be handed over to UPNEDA in good running conditions. However in the interest of consumer/people and projects UPNEDA may consider for extension of the O & M beyond the mandatory 5 years periods based on the performance of the project and contractor on mutually agreed terms and conditions.

12. Notice statement and other communication send by “UPNEDA” through registered post

or telegram or fax or Email to the contractor/ bidder at his specified addresses shall be deemed to have been delivered to the contractor/ bidder.

13. Any work which is not covered under this contract but is essential required for the

completion of job (To the satisfaction of UPNEDA) shall be carried out by the contractor as extra item or which payment shall be made separately at the rates decided by UPNEDA

14. The work shall be carried out by the contractor/ bidder as per design and drawings

approved by “UPNEDA”, wherever, necessary, the contractor/ bidder shall submit relevant designs and drawings for approval of “UPNEDA”, well in advance. Work carried out without “UPNEDA”’s approval shall not be accepted and the “UPNEDA” shall have right to get it removed and to recover the cost so incurred from the contractor/ bidder.

27 | P a g e

16. The contractor/ bidder shall not display the photographs of the work and not take advantage through publicity of the work without written permission of “UPNEDA”.

17. PATENT RIGHT AND ROYALTIES. The Contractor/ bidder shall indemnify the “UPNEDA” against all third party claims of

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

18. PACKING FORWARDING 18.1 Contractor/ bidders, wherever applicable, shall after proper painting, pack and crate all

the equipment in such manner as to protect them from deterioration and damage during rail and road transportation to the site and storage at the site till time of installation. Contractor/bidder shall be held responsible for all damage due to improper packing.

18.2 The contractor/ bidder shall inform the “UPNEDA” of the date of each shipment from his

works, and the expected date of arrival at the site for the information of the “UPNEDA” project offices at least 7 days in advance.

19. DEMURRAGE WHARF AGE, ETC

All demurrage, wharf age and other expenses incurred due to delayed clearance of the material or any other reason shall be to the account of the contractor/ bidder. 20. INSURANCE The goods supplied under the contract shall be fully insured against loss or damage incidental to manufacture or acquisition, transportation, storage during transportation shall be included in the bid price. 21. TRANSPORTATION The contractor/ bidder is required under the contract to deliver the goods to the site.

Transportation, storage, safety and security of the supplied material, issuance of road permit etc. shall be the sole responsibility of the contractor/bidder. 22. TERMINATION FOR INSOLVENCY “UPNEDA” may at any time terminate the contract by giving written notice to the contractor/bidder without compensation to the contractor/ bidder, if it becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the “UPNEDA”. 23. TERMINATION FOR CONVENIENCE The “UPNEDA”, may by written notice sent to the contractor/ bidder, terminate the contract, in whole or in part at any time for its convenience. The notice of termination shall specify that termination is for the purchaser’s convenience in the interest of “UPNEDA”.

28 | P a g e

24. APPLICABLE LAW The contractor/ bidder shall be interpreted in accordance with the laws of the purchaser’s country i.e. India. The station of “UPNEDA” Headquarter shall have exclusive jurisdiction in all matters arising under this contract. 25. NOTICE 25.1 Any notice given by one party to the other pursuant to the contract shall be sent in writing or by fax and confirmed in writing to the address specified for that purpose in the special condition of contract. 25.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later. 26. TAXES DUTIES AND INSURANCE: The price quoted should include all taxes, duties and Insurance expenditure, custom duty,

excise duty, service tax, sales tax, C.S.T., local taxes, Income Tax, Surcharge on income tax etc. if any.Supplier/ contractor/ bidder shall be entirely responsible for all taxes, duties, license fees, etc. All taxes payable as per Government income tax & service tax norms will be payable by the contractor/ bidder what so ever. If any new tax/duty is levied during the contract period the same will be borne by the contractor exclusively. TDS will be deducted from the payment of the contractor/ bidder as per the prevalent laws and rules of Government of India and Government of the Uttar Pradesh in this regard.

27. OTHERS:

27.1 All the LED's use in luminary should have same characteristics. 27.2 I-V curve of the each module technical details such as Voc, Isc, FF, cell efficiency and

Pmax etc shall be supplied along-with each consignment and copy should be sent to “UPNEDA” HQ for records.

27.3 The Contractor/ bidder in consultation with concerned Project Officer of “UPNEDA” will conduct training programme for users, focusing on main features.

27.4 It shall be the sole responsibility of the contractor/ bidder to get verified the quality & quantity of the supplied material at the site of delivery.

28. PAYMENTS:

The payments shall be made as per the following terms and conditions: i) 30% of the total contract value shall be paid after supply of Solar PV module, Battery

Bank and PCU at the site and duly verified by the concerned district officer of UPNEDA.

ii.) The 40% of the total contract value shall be paid after completion of all installation and civil work as per agreement and short testing of plant for one week.

iii) 15 % of the contract value shall be paid after satisfactory commissioning and 2 month successful operation of the plant.

iv) The balance 15% payment to be released @3% at the end of each year for 5 years, on satisfactory performance and timely submission of quarterly performance report. However this can be released immediately after installation and commissioning of the system against bank guarantee of 3 % each valid respectively for 1,2,3,4 & 5 years.

29 | P a g e

29. Special Terms and Condition

29.1 Definition 29.1.1 The General and Special Conditions of Contract are complementary to each other

and where they are in conflict, the special condition shall prevail. 29.2 Project Site 29.2.1 Details of the Project Site is given in Annexure I. 29.3 Scope of Service 29.3.1 The item of work to be performed on all equipment and accessories shall include

but not limited to the following: 29.3.2 Development of land provided by village panchyat/UPNEDA 29.3.3 Site survey, data collection, designing and engineering 29.3.4 Procurement, transportation, unloading, receiving and storage at site. 29.3.5 Arranging to repair and/or re-order all damaged or short-supply items. 29.3.6 Final check-up of equipment, construction and commissioning and putting the

system into successful operation, feeding power to the local internal grid. 29.3.7 Operation and maintenance of the plant. 29.4 Training of UPNEDA’s Personnel 29.4.1 The Contractor shall provide training on Plant operations and maintenance

to one team of 3 personnel of UPNEDA. 29.5 Mode of Execution 29.5.1 The entire work shall be executed on turnkey basis. Any minor item(s) not included

in the Schedule but required for completion of the work shall have to be carried out/supplied without any extra cost. Such works, not listed in the Schedule of works but elaborately described to perform or to facilitate particular operation(s) required for completion of the Project shall deemed to have been included in the scope of this work and the Contractor shall supply, install the same without any extra cost.

29.6 Starting of Work 29.6.1 The Contractor shall be required to start the work within 21 (Twenty one) days

from the date of issue of Letter of Intent and shall thereof, report to the UPNEDA accordingly.

29.7 Price Escalation 29.7.1 The rate(s) quoted against the work shall remain firm during the entire Contract

period. 29.8 Procurement of Materials 29.8.1 The Contractor shall procure all necessary material required for the Project work

and arrange to store them properly. 29.9 Labour Engagement 29.9.1 The Contractor shall be responsible to provide all wages and allied benefits

to its labours engaged for execution of the Project work and also to carry out Operation &Maintenance service. The Contractor shall remain liable to the authorities concerned for compliance of the respective existing rules and regulations of the Government for this purpose and shall remain liable for any contravention thereof.

29.10 Miscellaneous

30 | P a g e

29.10.1The site In-Charge of Contractor shall not be replaced without the prior written approval of the UPNEDA.

29.10.2 Any site Engineer or member of the Contractor at Site shall be replaced within a period of 48 hours of intimation by the UPNEDA without assigning any reason thereof and will be replaced by as more qualified Engineer or more efficient member by the Contractor with in Zero hours of such replacement.

29.11 WORKING AREA & CLEANLINESS The Contractor shall keep the site of work in a clean and sanitary condition. After

the completion of the entire work, the Contractor shall arrange to remove all the temporary structures, surplus materials, dirt, debris, etc. from the site.

29.12 SITE DISCIPLINE Strict discipline shall be observed by all Contractors' personnel inside the

premises of the Site. The contractor and his personnel shall abide by all the rules and regulations of the good conduct.

29.13 SITE OFFICE & STORES The contractor will make necessary arrangements for erection of his site office and

site stores structure at his own cost. 29.14 Hypothecation of project: The Project in full or in part or its any component should not be hypothecated to

bank or any individual or organization for browning of capital against their own financial contribution.

30. In case of any ambiguity in interpretation of any of the provisions of the tender, the decision

of “UPNEDA” shall be final. (Signature of Bidder)

with seal

31 | P a g e

PART -4

SCOPE OF WORK AND TECHNICAL SPECIFICATIONS

1.0 General Scope of Work 1.1 The general scope of work involves Design, Engineering, Procurement,

Supply, Installation, Construction, commissioning of the solar photovoltaic power plant including power distribution net work (PDN) with Plant Capacity of 35 kWp and comprehensive operation and maintenance of plant for 5 years on turnkey basis.

Capacity of SPV Plant: 35 KWp Capacity of Battery for night time electricity supply 240 Volt 1500 Ah

Capacity of PCU Inverter: 30 KVA. 2.0 Photovoltaic Modules 2.1. Individual Solar PV Module should be of capacity 200Wp or higher

conforming to IEC: 61215Ed 2 or latest – Edition II, IEC: 61730 – I: 2007, IEC: 61730 – II: 2007, manufactured in India in a plant certified under ISO 9001: 2008 & ISO 14001 and also type tested by any of the accredited test laboratories in India or abroad. The Solar PV Module should be made of mono/ multi crystalline Silicon Solar Cell connected in series/parallel.

2.2. The supplied modules preferably should be PID resistance; a certificate should be submitted with the bid document.

2.3 SPV modules of similar output with +/- 2% tolerance in single string shall be employed to avoid array mismatch losses.

2.4 SPV module shall contain preferably 72 crystalline silicon cell with high efficiency (≥16%) .

2.5. Fill factor of the module shall not be less than 73%. 2.6. Module terminal box (weather resistant) and UV, IR protected shall be

designed for long life outdoor operation in harsh environment. 2.7 SPV module shall be highly reliable and shall have a service life of more

than 25 years. There shall be a warranty against supplied SPV modules for 10 years against limited power loss of not more than 10% of nominal output and for 20 years against limited power loss of not more than 15% of nominal output, from the date of supply.

2.8 The PV modules shall be equipped with bypass diode(s) to minimize power drop caused by shade.

2.9 The PV modules shall be resistant to abrasion, hail impact, rain, water and environmental pollution. The PV modules shall be of latest technology, and shall incorporate all features anti- reflection coating, etc., to increase conversion efficiency.

2.10 It shall withstand relative humidity up to 85% and module temperatures up to 85°C of the site location.

2.11 Each module shall compulsorily bear following information in the form of ID encapsulated with solar cell in the manner so as not to cast shadow on the active area and to be clearly visible from the top.

Name of the manufacturer of the PV module

32 | P a g e

Name of the manufacturer of Solar Cells.

Month & year of the manufacture (separate for solar cells and modules)

Imp, Vmp, Isc, Voc, temperature co-efficient of power and FF for the

module

Unique Serial No. and Model No. of the module

Name of the test lab issuing IEC certificate

Other relevant information on traceability of solar cells and module as

per ISO 9001 and ISO 14001

2.12 since the modules would be used in a high voltage circuit, the high voltage insulation test shall be carried out on each module and a test certificate to that effect provided.

2.13 The panel should be supplied with UPNEDA logo inside the glass laminations or in the form of aluminum strip riveted on the SPV panel along with the remark "Manufactured for UPNEDA”.

2.14 The module should be from reputed Indian make Tata Solar, BHEL, BEL, REIL, CEL, Moser Baer, Maharsi solar, Vikram Solar, premier solar and Websol or equivalent tested as per IEC standard.

3.0 BATTERY BANK:

Flooded lead acid low maintenance high capacity battery bank. These

batteries should be certified as per IEC 61427 or IEEE1013 or IEC

1361 or IS 1651 or equivalent standard. Each battery bank should

consist of required number of batteries connected in series (Example:

120 number of 2V, 1500 AH) to form the required battery bank. Parallel

connection of the cell should be avoided to the extent possible.

The battery should be reputed made of Exide, Amco, Luminious,

Sukam, HBL Hyderabad, Tata solar and Southern or equivalent.

The cells shall be capable of deep discharge and frequent cycling

with long maintenance intervals and high columbic efficiency.

The self-discharge rate of the battery bank or individual cell shall not

exceed four (4) percent per month.

The permitted maximum depth of discharge (DOD) shall be 80% of

rated capacity .

The cells shall include explosion proof safety events.

The cells shall include the required number of corrosion resistant inter-

cell connector.

A lightning protection coil in each sub-array line shall be provided to

prevent the high current transients from entering into the DC bus.

Battery Rack: Battery rack should be of matured treated

Sal wood, single/double tier (as required), duly painted. Placement of

battery should be such that maintenance of the battery could be carried

out easily. The non-reactive acid proof mat should be provided to

33 | P a g e

cover the entire floor space of the battery room. Battery rack should

compulsorily be placed on the appropriate rubbers pads to avoid the

contact of wooden

racks with the floor, to protect wooden rack particularly from termite.

Tools Kit: Necessary tool kits to be provided along with each system

for any immediate maintenance compositions.

Ah meter :

for measuring Ah of the battery (for measuring both import & export of Ah) should be installed on charging as well as discharging route of

the battery bank, between PCU & Battery Bank, in DCDB.

4.0 Inverter and Power Conditioning Unit (PCU) General Design

SPP Capacity

Nominal PCU Output Rating

Nominal Battery /string Voltage

AC Output With 50 Hz frequency

Integrated MPPT Solar Regulator

Battery operated Systems household supply

PV array size 35 kWp ( with battery bank)

30 kVA 240V 400/415V, 3 phase

30 kWp (Range150V to 800V)

for string operated Systems for commercial load supply

Output Regulation Frequency ± 5%

Surge Rating 150% for a period of 30 seconds 200% for a period of 2 seconds

Minimum Efficiency above 30% of load Type of Loads

85%, should support all types of loads, resistive, inductive, complex and non-linear

Cooling Fan Forced

Protections Output peak overload, short circuit, phase imbalance, over voltage, under voltage of the grid, Battery: Low voltage, Over voltage, reverse polarity of battery, PV array reverse polarity etc. Surge protections(input and output SPD)

4.1 Power Conditioning Unit (PCU) shall be of both string inverter type and

battery operated type consists of an electronic inverter along with associated control, protection and data logging devices. Both PCU may be synchronized to maximize the output energy from SPV module.

4.2 All PCUs should consist of remote monitoring hardware, software for complete system monitoring.

34 | P a g e

4.3. The PCU should be of reputed made from EMERSON, OPS, Power one Micro Systems SMA, DELTA, REFUSOL, STURDER, Optimal Power or equivalent installed in India of similar capacity and working for not less than 2 years satisfactorily, in such case users reports for satisfactorily performance of PCU should be provide along with technical bid.

4.4 The minimum European efficiency of the inverter shall be 94%, measured at 100% load as per IEC 61683 standard for measuring efficiency.

4.5 The PCU shall be tropicalzed and design shall be compatible with conditions prevailing at site. Provision of exhaust fan with proper ducting for cooling of PCU’s should be incorporated in the PCU’s, keeping in mind the extreme climatic condition of the site.

4.6 The inverters shall have minimum protection to IP 65(Outdoor)/ IP 21(indoor) and Protection Class II.

4.7 Maximum power point tracker shall be integrated in the power conditioner unit to maximize energy drawn from the Solar PV array. The MPPT should be microprocessor based to minimize power losses. The MPPT must have provision for constant voltage operation. The MPPT unit shall confirm to IEC 62093 for design qualification.

4.8 PCU should have sinusoidal current modulation with excellent dynamic response.

4.9 Unit wise & integrated Data logging 4.10 Dedicated Prefabs / Ethernet for networking 4.11 The PCU shall include appropriate self protective and self diagnostic feature to

protect itself and the PV array from damage in the event of PCU component failure or from parameters beyond the PCU’s safe operating range due to internal or external causes.

4.12 The PCU shall have the required protection arrangements against earth leakage faults.

4.13 PCU shall have arrangement for adjusting DC input current and should trip against sustainable fault downstream and shall not start till the fault is rectified.

4.14 The PCU inverter shall have provision for galvanic isolation. Each solid state electronic device shall have to be protected to ensure long life of the inverter as well as smooth functioning of the inverter.

4.15 The PCU shall have anti islanding protection. 4.16 The system shall tend to balance unequal phase voltage (with 3- phase

systems). 4.17 PCU shall conform to IEC 60068-2 standards for Environmental Testing. 4.18 All inverters shall be IEC 61000 compliant for electromagnetic

compatibility, harmonics, etc. 4.19 All inverters shall be safety rated as per IEC 62109, EN 50178 or equivalent

DIN or UL standard. 4.20 The PCU shall have local LCD (Liquid crystal display) and keypad for system

control, monitoring instantaneous system data, event logs, data logs and changing set points. Control and read-out should be provided on an indicating panel integral to the Inverter. Display should be simple and self explanatory. Display to show all the relevant parameter relating to PCU

35 | P a g e

operational data and fault condition in form of front panel meters/ LEDs or two line LCD Display.

5.0 Others: 5.1 The Contractor shall estimate the water requirements for cleaning the

photovoltaic modules at least once in every week in order to operate the plant at its guaranteed performance- ratio. The Contractor shall make all provisions for water including installation of overhead storage facility, a network of GI pipes, and outlets with manual isolating valves, flexible UV resistant pipe, wipers etc. for convenient cleaning of photovoltaic modules. The overhead tank shall be of a standard make Sintex.

6.0 Site Development: 6.1 Area grading / earthen works: The Contractor shall carryout of the necessary

earth works i.e. cutting / filling, carriage of excavated material as per requirement of site.

6.2 Internal Roads & Pathways: Contractor shall provide internal roads and pathways to access at site. Necessary work to be undertaken to pass necessary electrical cables, services viz. electrical cables, water supply and fire hydrant network, natural or artificial drainage, etc.

6.3 Cable Trench: The Cable trench shall be excavated as per norms to lay necessary electrical cables, from Solar PV Module mounting structure to battery and Inverter room to local grid supply point. The Cable shall be laid the cable in the trench with required protection of sand / bricks at required depth. After completion of laying works, the trenches shall be backfilled with good quality of soil with required course of compaction.

6.4 Civil Foundation for Solar PV Module Mounting Structure (MMS): The foundations shall be designed considering the weight and distribution of the structure and assembly, and a maximum wind speed of 200 kmph. Seismic factors for the site to be considered while making the foundation design. Foundations shall be made in accordance with the Indian Standard Codes and soil conditions. Each p a n e l f r a m e s t r u c t u r e s h a l l be fabricated so as to be grouted using cement concrete foundation, on ground or on the roof of the control room or on the RCC columns. The foundation for holding & grouting the module mounting structure shall be done in such a way that 1:2:4 cement concrete column of required depth is maintained. The PCC foundation shall have to be designed on the basis of the weight of the structure with module and maximum wind speed of the site, keeping in view that a minimum clearance (4 feet on ground )

6.5 Construction of Control Room: Construction of control room of SPV

Power Plant has to be done at each site, with regard to the respective capacities of the SPVPPs. contractor should construct the control room

as per the drawings and specifications, which will be got approved from UPNEDA, before start of work. Control room/Battery bank/CPU/inverter

room/ spare part room can also be accepted as pre fabricated.

Solar modules should be fenced by barbed wire fencing of 7 feet height

above ground level with 11 nos. of parallel wires and 2 cross wires between rain forced PCC poles grouted at the distance of 2.5 meter. Rain forced

PCC poles of 10 fit height should be properly grouted 3 fetes in ground with

36 | P a g e

1:2:4 cement concrete mixture. Chain link wiriness could be used between RCC columns. Entrance gate of MS will be provided with lock.

6.6 Fire Extinguishers: Liquefied CO2 fire extinguisher shall be upright type of capacity 10 kg having IS: 2171. 7 IS: 10658 marked. The fire extinguisher shall be suitable for fighting fire of Oils, Solvents, Gases, Paints, Varnishes, Electrical Wiring, Live Machinery Fires, and All Flammable Liquid & Gas. Contractor shall provide 2 no. of portable fire extinguisher .

6.7 Sand Bucket: Sand buckets should be wall mounted made from at least 24 SWG sheet with bracket fixing on wall conforming to IS 2546. The number of sand bucket should be 4.

6.8 Sign Boards: The sign board containing brief description of various components of the power plant as well as the complete power plant in general shall be installed at appropriate locations of the power plant.

6.9 Solar PV Module Mounting Structure (MMS):

Module should to be installed on ground over structure of minimum

4 feet high above ground level.

The array structure for module should be designed for a fixed tilt of

28°Deg . The design and detailed layout of the module mounting

structures should be submitted for approval before start of work.

• The array structure shall be made of hot dipped galvanized iron, the thickness of galvanization should be minimum 2mm thickness and the thickness of angle iron should not be less than 6mm.

• The support structure and the foundation shall be designed to withstand wind speed up to 200 kmph.

• The clearance of the lowest part of the module structure & the developed ground level shall be 4 feet.

• The module alignment & tilt angle shall be calculated to provide the maximum annual energy output. This shall be decided based on the location of array installation.

• All fasteners (nuts and bolts) should be made of stainless steel only. 6.10 Modules shall be isolated electrically from the MMS through EPDM

sheet of appropriate thickness and all the modules shall be separately earthed through proper earthing arrangements.

6.11 Module mounting structures shall also be earthed through proper separate earthing

6.12 Cable should pass from Pipes and Cable-ties shall be used to hold and guide the Pipes (cables/wires) from the modules to inverters or junction boxes.

7.0 Junction/ Combiner Box Junction Boxes for Cables from Solar Array: The junction boxes shall be made up of FRP (Hensel make or equivalent make)/PP/ABS with dust, water and vermin proof. It should be provided with proper locking arrangements. (a) Array Junction Box (AJB): All the arrays of the modules shall be

connected to MJB through AJB. AJB shall have terminals of bus-bar arrangement of appropriate size Junction boxes shall have suitable cable entry with suitable glanding arrangement for both input and output cables. Suitable markings on the bus bars shall have to be provided to identify the bus bars etc. suitable ferrules shall also

37 | P a g e

have to be provided to identify interconnections. Every AJB should have suitable arrangement Reverse Blocking diode connected in such a manner that the diode is mounted on a small heat sink so as to increase the life of diode. Suitable MOV has to be installed in AJB for protection purpose. Cable connection should be done in such a manner that fault findings if any, can be identified easily. AJB should also be marked as A1, A2, & so on.

(b) Main Junction Box (MJB): The terminals shall be of copper bus-bar arrangement of appropriate size Junction boxes shall have suitable cable entry with suitable glanding arrangement for both input and output cables. Suitable markings on the bus bars shall have to be provided to identify the bus bars etc. suitable ferrules shall also have to be provided to identify interconnections. Cable interconnection arrangement shall be such that the faulty array, if any, could be identified easily. MJB shall be installed at suitable place near Array. Inter connections from AJBs to MJB should be clearly marked, for example -“from A1” & so on.

8.0 DC DISTRIBUTION BOARD (DCDB): This shall consist of suitable powder coated metal casting. In this box a separate arrangement which shall consist of MCCB of suitable specifications & which can withstand respective flow of current, with the purpose of providing the option for isolating the battery bank should be made. There shall be copper bus bars of suitable rating. Each incoming and outgoing feeder must be provided with MCB of proper rating. DCDB shall consist of Ammeter & Voltmeter connected in such a way that they indicate the battery charging parameters through SPV Panels in terms of current & voltage, while charging is on & shall indicate the battery voltage & current when charging is full or no charging duration.

9.0 AC DISTRIBUTION BOARD (ACDB): This shall consist of box of suitable powder coated metal casting. At least four feeders shall be provided in ACDB with MCB of suitable capacity installed at each feeder in the ACDB.

10.0 DANGER BOARDS: Two numbers danger boards should be provided as and where necessary as per IE Act/IE Rules as amended up to date, as per the instructions of UPNEDA.

11.0 CABLES/WIRE: All cables should be as per IS and should be of 650V/1.1 KV grade as per requirement. All connections should be made through suitable lug/terminal crimped properly with use of cable glands. The size of cables/wires should be designed considering the line loses, maximum load on line, keeping voltage drop within permissible limit and other related factors.

12.0 All switches and the circuit breakers, connectors should confirm to IEC 60947, part I, II and III or EN 50521 standards. The change over switches, cabling work should be undertaken by the bidder as part of the project

13.0 The junction boxes shall have suitable cable entry points fitted with cable glands of outdoor/weather proof appropriate sizes for both incoming & outgoing cables. Should be IP54 qualified and certified as per IEC 60529 Standard. Suitable markings are provided on the bus bar for easy

38 | P a g e

identification & cable ferrules shall be fitted at the cable termination points for identification.

14.0 DISTRIBUTION: The distribution voltage shall be 440 volt three phase or 35/240 volt s i n g l e p h a s e AC only. The distribution of power from each line shall be made through junction boxes. Separate fuse shall be provided for each line

15.0 Power and Control Cables: Cable Specifications 16.0 Wires with sufficient capacity and parameters shall be designed and used so

that maximum voltage-drop at full power from the PV modules to inverter should be less than 1% (including diode voltage drop).

17. The size of each type of cable selected shall be based on minimum voltage drop; however the maximum drop shall be limited to 2% in AC. Due consideration shall be made for the de-rating of the cables with respect to the laying pattern in buried trenches / on cable trays, while sizing the cables.

18 All cables shall be supplied in the single largest length to restrict the straight-through joints to the minimum number. All the cable except LT line should be copper.

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

20 Cable terminations shall be made with suitable cable lugs & sockets etc, Crimped properly and passed through brass compression type cable glands at the entry & exit point of the cubicles.

21 All cable/wires shall be provided with Aluminum/copper tags only. The marking on tags Shall be done with good quality letter and number ferrules of proper sizes so that the cables can be identified easily.

22 The wiring for modules interconnection shall be flexible pvc pipe of approved make.

23 Cable Ends: 24 Cable end terminations and joint kits shall comply with the latest

version of the relevant Indian standard. 25 The cable ends shall be terminated with adequate size copper lugs and

sockets etc, single/double compression cable glands. Cable glands shall be of robust construction capable of clamping cable and cable armour (for armoured cables) firmly without injury to insulation. The metallic glands shall be earthed at two locations. Suitable lock type crimping lugs shall be used for cable end terminations.

26 General Standards 26.1 The equipment and accessories covered by this specification shall be

designed, manufactured and tested in accordance with the latest relevant standards and codes of practice published by the Bureau of Indian Standards (BIS) as applicable.

26..2 All electrical equipment and installation shall confirm to the latest Indian Electricity Rules as regards safety, earthing and other essential provisions specified for installation and operation of electrical plants.

39 | P a g e

27 Weather Station and Data logger (Remote Monitoring System – RMS 27.1 The system should be equipped with tele-monitoring system for day to day

operational monitoring of plant from UPNEDA head office, Lucknow and district office Unnaoi.

27.2 Contractor shall provide the data over remote web-server with rights to control or modify the same through appropriate arrangement . The PC shall be of Industrial type, rugged & robust in nature to operate in a hostile environment. The PC shall have minimum Intel Core i7 processor having 2 X 150 GB HDD with 2 GB RAM. The PC shall also have 22” TFT Color monitor, DVD, USB drive, Scroll Mouse and UPS for 4 hours Power back up. There shall be two computers one at site and another at PO Unnaoi for remote monitoring purpose.

27.3 The printer shall be of industrial type LaserJet , rugged & robust in nature and of reputed make HP. The printer shall be equipped for printing, scanning, copying and fax.

27.4 Pyranometer: Contractor shall provide two no. of pyranometers for measuring incident global solar radiation, one each on the horizontal surface and in the same orientation (inclination and azimuth) as the photovoltaic modules. The pyranometers shall have following specifications:

Class-II

Spectral Response- 0.31 to 2.8 micron.

Sensitivity- Approx. 9 micro-volt/w/m2

Time response(95%): Max 15 s

Resolution: Min + / - 1 W/m2

Input Power for Instrument & Peripherals: 35 VAC (If required)

Output Signal: Analogue form which is compatible with the data

27.5 The data acquisition system shall measure necessary data for proper monitoring and evaluation of complete system as well as SPV module, Battery and PCU performance.

27.6 Remote Monitoring System (RMS) shall provide all data at a 15 minute interval.

28 Power Distribution Network: The power distribution network approx. 2.5 km should have :

(a) Appropriate load limiting switch/fuse for controlling domestic/street lighting connections, as per requirement of the site

(b) ST Poles ( S T P 8 M - I S 4 1 0 S P - 1 0 ) for overhead distribution network of cables at village/site. All the poles/street lights should be numbered by oil paint.

(c) Overhead cabling from pole to pole & pole to house. Cabling between pole to pole should be done using LT AB cable 3x16+25sq mm cable. Pole to pole distance shall be 35 meter (Average) inside the habitation and 50 meter in non habitant straight roads. Cabling from pole to house should be done using Twin core 2.5sqmm aluminum armored PVC insulated cable of Standard make.

(d) Pole Top Distribution Box A pole top LT distribution box consisting of bus bar and provision of mounting 10nos load limiting switches shall

40 | P a g e

be provided. If the number of consumers exceeds 10,then the connection has to be provided from adjacent pole having separate distribution box. These distribution boxes shall be connected with LT ABC conductor through Piercing Connector. All service connections shall be given through DB only.

(e) Installation of domestic light a n d f a n points a s p e r r e q u i r e m e n t . – using 7 W LED lamp of reputed make (Havells or Philips or equivalent), ceiling Fan not more than 60 W & one socket point (60W) and 1 po in t ( 3w) f o r mob i le cha rg ing with proper f u se a nd switching arrangement, in every selected house hold of the hamlets with complete fittings of wiring in proper manner within conduit installed on saddle / casing capping with prior approval of UPNEDA. In house wiring should be done with Heavy duty wire / cable. P.V.C. insulated twisted bright annealed Copper for working voltage up to 1100 Volts of 1.5 Sq. mm (3x20) size. Make: Finolex or Havell,s or equivalent make. Every light point & socket point should be provided with individual switch of 5A rating. (f) Installation of domestic connection (service connection) to every household as per the standard electrical fittings & UPNEDA’s norms. Shall use Twin core 2.5 sqmm aluminum armored PVC insulated cable, 3.15mm dia GI wire for supporting the service cable and 16 SWG GI wire for running earth from meter board to earth pit (g) Supply & installation of earthing kits, stay wire sets with complete set for poles etc. as per drawing where ever required.

29 Technical specifications for Supply and Erection of LT line with specified LT AB Cable as per CEA guide lines

30 OPERATION & MAINTENANCE: 30.1. Operation & maintenance of SPV Power Plant along with the Power Distribution

Network system installed at site has to be done. Contractor shall be responsible for supplying required quantum of power as per schedule fixed by UPNEDA at the identified timing subject to reasons beyond control but not due to negligence of developer, for a period of five years failing which the contractor will be liable for penalty of deduction of per day average annual operation and maintenance charges claimed yearly for those particular each days for which failure to follow the schedule of supply of power . This amount will be deducted from the yearly payments to the contractor. The period for which power supply will be provided will be as follows:

Sl. No. Purpose Supply Hrs.

1 Domestic 8

2 Industrial 5

3 Agricultural 5 ( As per roaster)

4 Street Light 12 Hrs during winter, 10 Hrs during summer

The exact timings of supply shall be fixed by the UPNEDA depending on the load

curve.

Contractor shall also be responsible for providing training / capacity building to villagers/ users for safe usage of power & running of power plant. Contractor shall also be responsible for collection of tariff from the end users, as per the norms of UPNEDA . The contractor shall be responsible for operation of plant for 5 years with comprehensive maintenance warranty.

41 | P a g e

31 SAFETY MEASURES: i. The contractor has to follow the Indian Electricity Rules, 1956 to avoid

accidents. ii. No unauthorized person should be allowed to work on the lines. iii. Proper clearances (both horizontal and vertical) should be

maintained in case of buildings for low, medium and high voltage while erecting the overhead lines. The contractor will be responsible for any accidents to his men due to unauthorized working at the lines and structures without the knowledge of Departmental Officers and due to non-compliance to safety measures.

iv. The contractor is responsible to make necessary insurance coverage to all the workmen, supervisors etc. engaged for execution of this contract.

v. Load limiting switch: A load limiting switch will be installed in distribution box whose setting will be done at 100 watt.

vi. Meter Board: Suitable meter board shall be fixed at a height of 1.5M from floor level. The meter board should be equipped with necessary fuses/MCB and switches etc.

vii. The use of prepaid metering system will be highly beneficial hence it should in used. Formation of Local Smart Grid: The strings based PCU may also be synchronized and connected the stabilized grid established by the battery based PCU and operated through a PC. This way it may be possible to maximize the use of the generated power from module in a local smart grid concept. This configuration may explore and discussed before designing of grid network.

Earthing Material

The system should be provided with the adequate earthing points.

This includes earthing for lightning, system grounding, separately for

DC and AC active points. The frame of the PV module array should be

earthed at multiple points. To prevent the damage due to lightning,

one terminal of the lightning protection arrangement by way of proper

earthing is to be provided. The provision for lightning & surge

protection of the SPV power source is separately earthed.

In case the SPV Array installed in the field seperate earth has to be

provided for SPV array and System at closer points of the array and

the equipment respectively. It shall be ensured that all the earthing are

bonded together to prevent the development of potential difference

between any two earthing.

Earth resistance shall not be more than 5 ohms. It shall be ensured

that all the earthing are bonded together to make them at the same

potential.

The earthing conductor shall be rated for the maximum short circuit

current & shall be 1.56 times the short circuit current. The area of

cross-section shall not be less than 1.6 sq mm in any case.

42 | P a g e

The array structure of the PV module shall be grounded properly using

adequate numbers of earthing pits. All metal casing/ shielding of the

plant shall be thoroughly grounded to ensure safety of the personal

and power plant.

Automatic ground fault protection circuits to be installed to monitor any

unwanted current flow to the ground and should active to prevent any

damage.

The SPV power plant should be provided with lightening and over

voltage protection. The principal aim in this protection is to reduce the

over voltage to a tolerable value before it reaches the PV or other sub-

systems components. The source of over voltage can be lightening or

any other atmospheric disturbance. The Lighting Arrestor (LA) is to be

made of 1¼" diameter (minimum) and 12 feet long GI spike on the

basis of the necessary meteorological data of the location of the

projects. Necessary foundation for holding the LA is to be arranged

keeping in view the wind speed of the site and flexibility in

maintenance in future. Latest grounding equipment should be used for

this purpose. Each LA shall have to be earthed through suitable size

earth bus with earth pits. The earthing pit shall have to be made as

per IS 3043.

Documentation:

The complete documentation should be as per IEC 62446 and

submitted to UPNEDA.

One set of operation manuals complete with drawing, parts list (with

part codes) circuit diagrams with list ratings of components and list of

do’s and don’ts for the main equipment as well as the sub-systems

should be submitted to UP NEDA.

One set of maintenance manuals with full information on drawings,

circuit diagrams, list of suppliers addresses for bought out parts,

troubleshooting charts, programs of built in controllers etc. for the

main equipments as well as for the sub-system.

These manuals should be in the form of hard(printed) copy in English

language as well as electronic storage form (disc pen drive etc.).

43 | P a g e

PART -5

WARRANTY, OPERATION AND MAINTENANCE OF THE PLANT

The PV modules will be warranted for a minimum period of 25 years from the date of supply. (Output wattage should not be less than 90% at the end of 10 years and 80% at the end of 25 years).

The mechanical structures, electrical components including PCUs, Battery, electronics, Power distribution network etc and overall workmanship of the Solar

Power Plant must be warranted for a minimum of 5 years from the date of commissioning and handing over of the system..

The maintenance service provided by Contractor shall ensure Project functioning of the Solar PV system as a whole and Power distribution System to the extent covered in the Contract. All preventive / routine maintenance and breakdown / corrective maintenance required for ensuring maximum uptime shall have to be provided. Accordingly, the Comprehensive Operation and Maintenance shall have two distinct components as described below:

Preventive / Routine Maintenance: This shall be done by the Contractor regularly and shall include activities such as cleaning and checking the health of the Solar PV system, cleaning of module surface, tightening of all electrical connections, and any other activity that may be required for proper functioning of the Solar PV system as a whole. Necessary maintenance activities, Preventive and Routine for battery and associated switch gears shall also be included.

Breakdown / Corrective maintenance: Whenever a fault has occurred, the Contractor has to attend to rectify the fault & the fault must be rectified within 24 hrs time from the time of occurrence of fault.

The Contractor should ensure adequate insurance of the Project against, fire, robbery, theft and acts of God such as natural calamities; flood etc. till the life of plant.

The Contractor shall keep one full time engineer at the Site and shall engage sufficient number of workers for the timely maintenance of the plant.

The Contractor should also provide necessary spares that shall be kept during the operation and maintenance period at Site to quickly mend the small defects or wear and tear that occurs.

The Contractor should also submit monthly report to the regarding the status of the Power Plant, its functioning, energy generated etc.

During operation and maintenance period of the Solar PV Power plant, if there is any loss or damage of any component due to miss management/miss handling or due to any other reasons pertaining to the deputed personnel, what-so-ever, the supplier shall be responsible for immediate replacement/rectification. The damaged component may be repaired or replaced by new component

44 | P a g e

PART -6

TECHNICAL BID

Sl no. Description Unit As per Bid Offer by

Bidder

% variation Remark

1 SPV Module 35 KW

1.1 Cell material Type Single/Multi

crystalline

1.2 Cell efficiency % ≥16 NA

1.3 No of cell in

each module

nos NA

1.4 Wattage of each

Module Pmax

Watt NA

1.5 Fill Factor ratio ≥0.73 NA

1.6 Manufacturing

year

year After Dec.

2011

1.7 Make of

Module

Name

1.8 Total capacity

of the SPV

plant

KW

2 Voltage

Selection

2.1 String Voltage

2.2 SP output

Voltage for

Battery

Charging

Volt

2.3 SP output

Voltage for

direct

conversion to

AC during day

time

Volt

2.4 Battery Bank

Voltage

Volt

2.5 AC output

voltage and

phase during

day time

Volt

45 | P a g e

2.6 AC output

voltage and

phase during

night time

Volt

3 PCU

3.1 Nos of PCU no

3.2 Capacity of

PCU

KW

3.3 Input DC

voltage

Volt

3.4 Output AC

voltage

Volt

3.5 Efficiency at

full load

%

3.6 Frequency Hz

3.7 Make

3.8 IEC

Certification

4 Battery

4.1 Type of battery Type Lead-Acid

tubular positive

plate stationary

4.2 Capacity of

battery Bank

AH

4.3 No of

cell/battery

nos

4.4 Make

4.5 IEC/BIS test

report

Test report

5 Luminary

5.1 LED luminary watt 7

5.2 LED type White, Mid

flux LED

5.3 Lumens output

of luminaries

Lumens 560

5.4 Make Name

5.5 LM 79 and LM

80 Report

Test report

6 Transmission

Line

6.1 No of circuit

6.2 Total length

transmission

line

6.3 Type of pole

and hight

6.4 Type and rating

of conductor to

be used

46 | P a g e

6.5 Pole to pole

distance

7 Civil Work

8.1 Area of land

8.2 Size of control

room

8.3 Size of other

room

8.4 Boundary wall

9.0 Service

Connection

9.1 Size and rating

of conductor

9.2 Meter type

Signature of Bidder

Seal

47 | P a g e

PART II (Financial Bid)

e-tender NO. UPNEDA/Mini grid SPV Plant/Bachuwa Khera/Unnao/2016

FINANCIAL BID

Name of the Firm: ------------------------------------------------------------------------------

Design, Engineering, Supply, Installation, Commissioning And 5 Years Comprehensive Operation And Maintenance Of 35 KW Solar Photovoltaic Power Plant (Including Distribution Net Work) in Village Bachuwa Khera & Kedar Khera of District -Unnaoi, Uttar Pradesh as per Technical specifications, Terms and Conditions of the e-tender document.

S.N. Item

Unit Rate (in Rs.)

1 Design, Engineering, Finances, Procurement, Supply, Installation, Commissioning, Operation and Maintenance for minimum 5 years period of 35 KW Mini Grid Solar Photovoltaic Electricity Generating Plant along with Grid Compatible Power Distribution Network for Supply of Electricity at Village Bachuwa Khera & Kedar Khera District Unnaoi, Uttar Pradesh on build turnkey basis, as per technical specifications, terms and conditions mentioned in the tender inclusive of all taxes & duties, trade tax/ vat, storage, transportation up to site, insurance etc. and any other job required to properly execute the complete work.

Total Amount (In Figures and Words)

NOTES: 1. Certified that rates quoted above are as per the requirement, specification terms &

condition mentioned in the e-tender document. 2. The rates are inclusive of all taxes & duties, storage, transportation up to site,

insurance etc., and any other job required to properly execute the complete work.

(Signature of Bidder) With seal

To be uploaded in Part II.

Other document / condition, terms if enclosed will liable to be rejection of bid.

48 | P a g e

Annexures-1

Details of villages

1. District : Unnao

2. Block : Hilauli

3. Villages to be covered : Bachuwa Khera & Kedar Khera

4. Name of Main Village : Hilauli

5. Other villages/hamlets : Bachuwa Khera & Kedar Khera

6. Total number of house hold : 94

7. Total population covered under the project : Approx 500

8. The number of street lights : 15 Numbers in both villages.

The street lights should be white

LED based of 15 watt including

driver losses. The luminare

should be Havells, Philips,s

Cromption, Bajaj,GE and Osram

or equivalent.

11. Nearest Railway Station : Unnao

12. Approach to the site : by road 56 km from Unnao

11. Details of proposed Appliances to be operated & Plant Capacity:- (A) Domestic load(8 hrs. daily):

Sl. no.

Load wise House -hold nos.

LED light 7 Watt

LED light 5 Watt.

LED light 5 Watt. Fan 60 watt Socket point 60 watt.

Socket point 25 watt.

1 6 2 2 0 3 1 0

2 4 2 2 0 1 1 0

3 65 0 1 2 0 0 1

4 19 0 1 1 0 0 1

5 4 6 3 4 2 2

6 15 Solar street light for 12 hrs.

7 Other community/Commercial load 2000 w x8 hrs.

8 Control room and plant 2000 w x8 hrs.

49 | P a g e

Annexure-II

Layout of Village Bachuwa Khera, Unnao

50 | P a g e

Layout of Village Kedar Khera, Unnao