Upload
domien
View
214
Download
0
Embed Size (px)
Citation preview
1
e-tender no. PEDA/2018-19/03
Invitation of Expression of
Interest for Empanelment of
Manufacturers/ System
Integrators for Rooftop Grid
Connected SPV Power Plants of
capacity 1KWp to 500KWp
Submitted by: Name and address of bidder
PUNJAB ENERGY DEVELOPMENT AGENCY
SOLAR PASSIVE COMPLEX
Plot no. 1&2 Sector 33-D
CHANDIGARH 160 034, INDIA
TELEPHONES: (91) 0172 - 2663382, 2663328 FAX : (91) 0172 – 2664502
Website: http://peda.gov.in
2
CONTENTS
Sr. No. Subject Page No.
1 Expression of Interest. 3
2. Detailed Notice Inviting Tender. 4
3. Tender Notice 5
4. Critical Information 6
5. Eligibility Criteria and other terms & conditions. 7-10
6. General Technical Specifications. 11-33
7. Annexures 34
8. Annexure-A:- List of Documents to be enclosed with the bid. 35
9. Annexure-B:- Format for forwarding letter 36
10. Annexure-C: Performa of Warranty Certificate-cum-Comprehensive Maintenance
Contract With Purchaser/Consumer by Empanelled Agencies After
Successful Commissioning of SPV Power Plant
37
11. Annexure-D: Turn Over Record form. 38
12. Annexure-E: Certificate of acceptance from the bidder 39
13. Annexure-F: Performa of performance guarantee 40-41
3
PUNJAB ENERGY DEVELOPMENT AGENCY
SOLAR PASSIVE COMPLEX
Plot no. 1&2 Sector 33-D
CHANDIGARH 160 034, INDIA.
Expression of Interest from EPC companies, manufacturers, suppliers & system
integrators of Solar PV Power Projects for design, manufacture, supply,
installation and commissioning of different capacity Roof Top Grid Connected
Solar Power Projects, varying from 1KWp to 500 KWp are invited.
Punjab Govt. has approved Net Metering Policy for the State under which Roof Top
Solar PV Power Projects of capacities varying from 1kWp to 500kWp are to be installed
on different categories of buildings.
In order to facilitate the public, PEDA, the State Nodal Agency is going to empanel the
EPC companies, manufacturers, suppliers & system integrators of Solar PV Power
Projects for installation of SPV Power Plants anywhere in the State of different capacity
rooftop solar power projects. The residents of Punjab desirous to install SPV power
plant and want to avail subsidy from MNRE through PEDA for the same shall have to
install the SPV Power Plant from any empanelled agency of PEDA. EPC Companies
desirous of getting their information displayed may upload the technical detail of their
systems/ equipment’s in the Performa available upto 11th May 2018. The terms and
conditions alongwith technical specifications are mentioned in DNIT.
PEDA is inviting tender for Empanelment of companies for supply, installation and
commissioning and comprehensive maintenance contract for five years of Solar
Photovoltaic Power Plants in Punjab.The empanelled agencies are to contact & get their
work for private clients directly on their own. The list of the empanelled companies will
be displayed on the website of PEDA.
Chief Executive,
PEDA.
4
DETAILED NOTICE INVITING TENDER
PEDA invites offers for rate standardization for supply, installation and commissioning and
comprehensive maintenance contract for five years of Solar Photovoltaic Power Plants (SPVPP)
in Punjab through e-tendering to be uploaded on the website of Punjab Govt.
www.eproc.punjab.gov.in as per following details:-
Column
No.
I II III
Sr. No. Category of systems Minimum Capacity of single system or
cumulative systems installed during last
three years years i.e 1.4.2015 onwards
Minimum financial turn
over during any one of last
three years
i. 1 KW to 5 KW No experience required (For new
entrepreneurs)
Rs. 10 Lac
ii. 1 kW to 10 kW 10 KW single plant or 30 KW Cumulative. Rs. 30.00 Lac.
iii. > 10 kW to 20 kW 20 kW Single plant or 60 KW Cumulative. Rs. 50.00 Lac.
iv. > 20 kW to 50 kW 50 KW single plant or 150 kW Cumulative. Rs. 100.00 Lac.
v. > 50 kW to 100 kW 100 KW Single plant or 300 kW Cumulative Rs. 200.00 Lac.
vi. > 101 kW to 500 kW 250 KW Single plant or 500 kW Cumulative. Rs. 500.00 Lac.
The Bidder should have satisfactorily completed SPV projects of installation & commissioning of Solar Photo Voltaic power plants with at least one single SPV Power Plant or cumulative of capacity as mentioned in the column No. (2) of the above table, anywhere in country along with minimum financial turn over in any one of last three years as mentioned in Colum no (3). The plant should have been commissioned at least three months prior to date of publishing of NIT. The list of project commissioned at least 3 months prior to date of publishing of NIT, indicating whether the project is grid connected, along with a copy of the Commissioning certificate and Work order / Contract / Agreement/ from the Client/Owner shall be submitted. The plant should be in successful operation prior to 3 month on the date of publishing of NIT and certificate duly signed (also mention Mobile Number or contact number of beneficiary ) by beneficiary/ Govt Department shall be submitted along with bid. The tenderer should have its office cum Service Centre in Punjab/ Chandigarh with qualified staff. Tenderer
can quote for any category, as per their eligibility. The tender document can be downloaded/uploaded by the bidders from the website of
Punjab Govt. at www.eproc.punjab.gov.in from 19th April 2018 to 11th May 2018 upto
05:00 PM. The tender document should be uploaded in the prescribed manner up to 05:00 PM
on 11th May 2018 & the technical bid of tenders shall be opened on 14th May 2018 at 11.30
AM. The tender document is also available at PEDA's website www.peda.gov.in.PEDA reserves
all rights to accept/reject any or all tenders in full/part without assigning any reasons.
Chief Executive
PEDA
5
GO SOLAR PUNJAB
E-tender notice no. PEDA/2018-19/03 for Grid Connected Rooftop Solar Power Plants
Expression of Interest is invited for Empanelment of EPC companies, manufacturers, suppliers & system integrators of Solar PV Power Projects for design, manufacture, supply, installation and commissioning of different capacity Roof Top Solar Power Projects, varying from 1kWp to 500kWp in the State of Punjab as per details below:-
Scope of work Empanelment for Design, Manufacture, Supply, Testing & Commissioning along-with Comprehensive Maintenance contract for 5 years for different capacity Grid-Connected Rooftop SPV Power Plants in Punjab varying from 1 kWp to 500 kWp.
Cost of Tender Documents (Non Refundable)
Rs.5000/- through Online Mode only
E-Processing Fee (Non-Refundable) As applicable through Online Mode only
Date of start of downloading E-tender document 19th April 2018 at 11.00 AM
Last Date & time for submission of E-bids 11th May 2018 upto 5.00 PM
Date & time of opening of Techno-commercial E-bids 14 thMay 2018 at 11.30 AM
1. Eligibility criteria and other terms & conditions for the works are given in the Tender Document which can be downloaded from www.eproc.punjab.gov.in
2. Bidders shall have to get themselves registered with www.eproc.punjab.gov.in and
get user ID and Password. Class-2/3 Digital Signature, mandatory to participate in the e-tendering process. For any clarification/difficulty regarding e-tendering process flow, please contact at 0172-2791326, 2791226.
3. PEDA reserves the right to accept or reject any or all the tenders without assigning any reason thereof.
CHIEF EXECUTIVE
6
CRITICAL INFORMATION
Availability of Bid Document www. eproc.punjab.gov.in
Last date & time for receipt of bids 11th May 2018 upto 5:00 PM
Date and Time for opening of Technical bids
14th May 2018 at 11.30 AM
Tender Document Fee Rs.5000/- through Online Mode only
E-Processing Fee As applicable through Online Mode
only
Submission of E-tender, Bid document fee and EMD (Bid document fee & E-Processing fee deposited through Online Mode only)
Through E-Tender
www. eproc.punjab.gov.in
Place of opening of E-bids Conference Room, Punjab Energy Development Agency, Solar Passive Complex, Plot No -1 &2, Sector -33D, Chandigarh
Contact person for any queries Senior Manager (NM)
Punjab Energy Development Agency,
Solar Passive Complex, Plot No -1 &2,
Sector -33D, Chandigarh
Ph No.0172-2663328,
Fax: 0172-2662865
Email:- [email protected]
7
1. ELIGIBILITY CRITERIA AND OTHER TERMS & CONDITIONS.
1.1 This invitation is open to all EPC companies, manufacturers, suppliers & system
integrators of Solar PV Power Projects who have not been debarred/black listed
by any Govt. organization for design, manufacture, supply, installation and
commissioning of different capacity Roof Top Solar Power Projects.
1.2 The bidder should have installed, commissioned the solar power plant as per
below with minimum financial turnover otherwise the offer will be rejected:-
Column
No.
I II III
Sr. No. Category of systems Minimum Capacity of single system
or cumulative systems installed
during last three years years i.e
1.4.2015 onwards
Minimum financial turn over
during any one of last three years
i. 1 KW to 5 KW No experience required (For new
entrepreneurs)
Rs. 10 Lac
ii. 1 kW to 10 kW 10 KW single plant or 30 KW Cumulative. Rs. 30.00 Lac.
iii. > 10 kW to 20 kW 20 kW Single plant or 60 KW Cumulative. Rs. 50.00 Lac.
iv. > 20 kW to 50 kW 50 KW single plant or 150 kW Cumulative. Rs. 100.00 Lac.
v. > 50 kW to 100 kW 100 KW Single plant or 300 kW
Cumulative
Rs. 200.00 Lac.
vi. > 101 kW to 500 kW 250 KW Single plant or 500 kW
Cumulative.
Rs. 500.00 Lac.
Bidder is required to submit the performance experience and their eligibility. The
bidder is also required to submit the documentary proof like copy of work orders,
completion reports, performance certificate and Balance sheet along with CA
certificate of Turnover. Unaudited balance sheet should not be accepted. The
bidder should have satisfactorily completed SPV projects of installation &
commissioning of Solar Photo Voltaic power plants with at least one single SPV Power
Plant or cumulative of capacity as mentioned in the column No. (2) of the above table,
anywhere in country along with minimum financial turn over in any one of last three
years as mentioned in Colum no (3). The plant should have been commissioned at
least three months prior to date of publishing of NIT. The list of project commissioned at
least 3 months prior to date of publishing of NIT, indicating whether the project is grid
connected, along with a copy of the Commissioning certificate and Work order / Contract
/ Agreement/ from the Client/Owner shall be submitted. The plant should be in
successful operation prior to 3 month on the date of publishing of NIT and certificate
8
duly signed (also mention Mobile Number or contact number of beneficiary ) by
beneficiary/ Govt Department shall be submitted along with bid
The offers shall be accompanied with a set of complete technical literature,
operation and maintenance manual of the product in English/ Punjabi Language.
1.3 Material shall be strictly as per laid down specifications and if there is any left out
specification in the Information Document, the same shall be considered as per
the latest MNRE specifications and guidelines.
1.4 The SPV modules shall be warranted for 25 years and only indigenous modules
shall be allowed. The complete SPV systems would be warranted by the
manufacturer for five years, from the date of commissioning of the Project. After
Installation & Commissioning, Solar rooftop power project shall be jointly visited
by a committee of supplier, user and Officer of PEDA within 15 working days.
1.5 All disputes relating to this work shall be subject to the jurisdiction of Chandigarh
only.
1.6 The bidder should also submit an undertaking on its letterhead that all the terms
& conditions of the DNIT are acceptable to the bidder.
1.7 The bidder should submit a notarized affidavit on Indian Non judicial stamp paper
of minimum Rs.10/- that no case is pending with the police against the Proprietor
/ firm / partner or the Company (Agency). Indicate any convictions in the past
against the company/firm/partner. It should also declare that proprietor/firm has
never been black listed by the organization.
1.8 The validity of empanelment is only for FY 2018-19 or any period extended by
PEDA.
1.9 The empanelled agency shall not claim any subsidy / incentive from MNRE / any
other organization for the project sanctioned by PEDA. An undertaking to this
effect has to be submitted with each completion report/ subsidy claim. PEDA
shall submit all subsidy claim details to MNRE, GOI. The subsidy/CFA will be
given on rates approved by PEDA or bench mark price of MNRE,GOI or actual
expenditure incurred on the plant whichever is less.
1.10 Empanelment of agencies will be made for each category separately (i.e. 1 kWp to 10 kWp, More than 10 kWp to 20 kWp and so on).
1.11 The finally shortlisted agencies shall be empanelled with PEDA for installation of Solar Power Plants in Punjab State only after the submission of performance bank guarantee valid upto 5 years in form of an irrevocable bank guarantee of any scheduled bank situated in India , in favor of PEDA, in prescribed format given at Annexure- E. The Performance Bank Guarantee should be submitted within 15 days from the acceptance of Expression of Interest (EOI). The amount of performance bank guarantee will be as per following manner for different categories:
Sr. No.
Category of System Amount of Performance
VALIDITY OF PERFORMANCE
9
Bank Guarantee BG
1. 1 kWp to 100kWp Rs. 2.00 Lakh 5 years
2. For Others Rs. 5.00 Lakh 5 years
E.G. : If any party is selected for all categories i.e from 1 kWp to 500kWp, then it
has to submit a performance BG of 5.00 lakh. If the Empanelled Company does
not install any plant during empanelment period, then performance BG will be
returned after the completion of the Empanelment period. The companies who
were already Empanelled with PEDA for the FY 2017-18 and had submitted the
required performance BG need not to submit a new PBG. The performance
security /BG shall be encashed by PEDA if the Empanelled company failed to
provide the services towards the CMC of plants installed during Empanelled
period or the plant will not install as per specifications or in the case of any
fraudulent practices.
1.12 The agencies empanelled through this EOI under a particular category shall be upgraded
to higher category, if the empanelled agency, install minimum aggregate capacity of SPV
Power Plants in Punjab under this EOI tender as per technical and Financial criteria
mentioned above.
1.13 The supporting documents to be submitted as proof with the bid should be in
sequence order and page marked. Name of Folder must be written and it should
contain the relevant papers as per name of folder, if not mentioned then BID is liable
to be rejected. The bids found not in order and conditional bids with addition/
omission to original DNIT are liable to be rejected.
1.14 No additional documents will be accepted after opening of the technical bid on
due date. The sole criteria of qualification / disqualification will depend on the
documents uploaded by the bidders. However the Evaluation committee of PEDA
can sought any information regarding the papers/installation of the plant.
2. SCOPE OF SUPPLY.
The SPV power plants should be supplied & installed by the companies as per
specifications given in technical specifications which comply with the MNRE, GOI
Guidelines. Following parts for each SPV projects are mainly required to be
supplied.
1. SPV Module of capacity ranging from 250Wp and above.
2. Power conditioning Unit (PCU) 1KW and above.
3. PVC insulated Copper cables as per BIS Codes for AC & DC inter
connections.
10
4. Junction Boxes with SPD.
5. Structure for solar PV project (i) Aluminum / MS Galvanized
6. ACDB with SPD and MCB/MCCB, Uni-directional solar meter and necessary
protection as per CEI rules and safety regulations.
7. Lightning arrestor.
8. Danger board.
9. Earthing as per BIS/ISI standards required for the SPV Power Plant.
10. Remote monitoring system from 20kWp and onwards with pyranometer.
11. O&M manual and warranty card in English/Punjabi Language.
12. The process and expenditure of meter testing and electrical inspection.
13. Any other part as per site requirement.
3. WARRANTY
i. The Solar power projects shall be warranted for five years after the date of
commissioning of the project for replacement in case of any manufacturing,
operation failure, non performance as per design standards.
ii. The PV module(s) shall be warranted for a minimum period of 25 years from
the date of commissioning of the project. The PV modules must be warranted
for their output peak watt capacity, which should not be less than 90% at the
end of Ten (10) years and 80% at the end of Twenty five (25) years.
iii. The Warranty Card to be supplied with the system must contain the details of
the system. The bidder will have to be furnishing a warranty certificate of the
systems on a required stamp paper for the same.
4. Comprehensive Maintenance Contract during Warranty period of five years.
a) Visit to the site on call basis to provide maintenance services within three
days of lodging of complaint.
b) Corrective & remedial maintenance services to set right the malfunction of the
SPV-projects include supply and replacement of all damaged parts/
components including electronics/ charge controller, Inter connected cables/
parts and fuse etc. with new parts.
5. OPERATION & MAINTENANCE MANUAL
An Operation, Instruction and Maintenance Manual in English/Punjabi
languages should be provided with the Solar PV projects. The following
minimum details must be provided in the Manual:-
Basic principles of Photovoltaic.
A small write-up (with a block diagram) on the Solar PV project - its
components, PV module, inverter, junction boxes and expected
performance shall be provided.
Type, Model number, Voltage & capacity of inverter, used in the system.
11
The make, model number, country of origin and technical characteristics
of all the component are required to be provided.
Clear instructions on regular maintenance and trouble shooting of the
Solar PV Projects.
DO's and DONT's.
Name, address and Mobile No. of the contact person for repair and
maintenance, in case of non-functionality of the SPV Projects
12
GENERAL TECHNICAL SPECIFICATIONS
General Description
The power plant shall provide a reliable and independent power supply to the critical AC
loads in the Building. The power plant shall have a provision to export the excess power
generated to the grid and shall have a provision to import power from grid for localized
use in case of load exceeding the PV generation. The Inverter shall be designed to
convert DC power produced by SPV modules, in to AC power and adjust the voltage &
frequency levels to suit the grid voltage & frequency.
A Grid Tied Solar Rooftop Photo Voltaic (SPV) power plant consists of
SPV array, Module Mounting Structure, Power Conditioning Unit (PCU) consisting of
Maximum Power Point Tracker (MPPT), Inverter, and Controls & Protections,
interconnect cables and switches. PV Array is mounted on a suitable structure. Grid tied
SPV system is without battery and should be designed with necessary features to
supplement the grid power during day time. Components and parts used in the SPV
power plants including the PV modules, metallic structures, cables, junction box,
switches, PCUs etc., should conform to the BIS or IEC or international specifications,
wherever such specifications are available and applicable.
Solar PV system shall consist of following equipments/components.
Solar PV modules consisting of required number of Crystalline PV modules.
Grid interactive Power Conditioning Unit with Remote Monitoring System
Mounting structures
Junction Boxes.
Earthing and lightening protections.
IR/UV protected PVC Cables, pipes and accessories
1. Solar Photovoltaic Modules
(A) Indigenous make only
13
1.1. The PV modules used should be made in India.
1.2. The PV modules used must qualify to the latest edition of IEC PV module qualification test
or equivalent BIS standards Crystalline Silicon Solar Cell Modules IEC 61215/IS14286.
In addition, the modules must conform to IEC 61730 Part-2- requirements for
construction & Part 2 – requirements for testing, for safety qualification or equivalent IS.
a) For the PV modules to be used in a highly corrosive atmosphere throughout their lifetime,
they must qualify to IEC 61701/IS 61701
b) The total solar PV array capacity should not be less than allocated capacity (kWp) and
should comprise of solar crystalline modules of minimum 250 Wp and above wattage.
Module capacity less than minimum 250 watts should not be accepted
c) Protective devices against surges at the PV module shall be provided. Low voltage drop
bypass diodes shall be provided.
d) PV modules must be tested and approved by one of the IEC authorized test centers.
e) The module frame shall be made of corrosion resistant materials, preferably having
anodized aluminum.
f) The bidder shall carefully design & accommodate requisite numbers of the modules to
achieve the rated power in his work order.
g) Other general requirement for the PV modules and subsystems shall be the Following:
I. The rated output power of any supplied module shall have tolerance of +/-3%.
II. The peak-power point voltage and the peak-power point current of any supplied module
and/or any module string (series connected modules) shall not vary by more than 2
(two) per cent from the respective arithmetic means for all modules and/or for all
module strings, as the case may be.
III. The module shall be provided with a junction box with either provision of external screw
terminal connection or sealed type and with arrangement for provision of by-pass
14
diode. The box shall have hinged, weather proof lid with captive screws and cable
gland entry points or may be of sealed type and IP-65 rated.
IV. IV curves at STC should be provided by bidder.
14.1.3. Modules deployed must use a RF identification tag. The following information must be
mentioned in the RFID used on each modules (This can be inside or outside the
laminate, but must be able to withstand harsh environmental conditions)
a) Name of the manufacturer of the PV module
b) Name of the manufacturer of Solar Cells.
c) Month & year of the manufacture (separate for solar cells and modules)
d) Country of origin (separately for solar cells and module)
e) I-V curve for the module Wattage, Im, Vm and FF for the module
f) Unique Serial No and Model No of the module
g) Date and year of obtaining IEC PV module qualification certificate.
h) Name of the test lab issuing IEC certificate.
i) Other relevant information on traceability of solar cells and module as per ISO 9001 and
ISO 14001
14.1.4. Warranties:
a) Material Warranty:
i. Material Warranty is defined as: The manufacturer should warrant the Solar Module(s)
to be free from the defects and/or failures specified below for a period not less than five
(05) years from the date of sale .
15
ii. Defects and/or failures due to manufacturing
iii. Defects and/or failures due to quality of materials
iv. Non conformity to specifications due to faulty manufacturing and/or inspection
processes. If the solar Module(s) fails to conform to this warranty, the manufacturer will
repair or replace the solar module(s), at the Owners sole option
b) Performance Warranty:
i. The predicted electrical degradation of power generated not exceeding 20% of the
minimum rated power over the 25 year period and not more than 10% after ten years
period of the full rated original output.
2. ARRAY STRUCTURE
a) Hot dip galvanized MS mounting structures may be used for mounting the modules/
panels/arrays. Each structure should have angle of inclination as per the site conditions
to take maximum insolation. However to accommodate more capacity the angle
inclination may be reduced until the plant meets the specified performance ratio
requirements.
b) The Mounting structure shall be so designed to withstand the speed for the wind zone
of the location where a PV system is proposed to be installed (like Delhi-wind speed of
150 KM/ hour). It may be ensured that the design has been certified by a recognized
Lab/ Institution in this regard and submit wind loading calculation sheet to PEDA.
Suitable fastening arrangement such as grouting and calming should be provided to
secure the installation against the specific wind speed.
c) The mounting structure steel shall be as per latest IS 2062: 1992 and galvanization of
the mounting structure shall be in compliance of latest IS 4759.
d) Structural material shall be corrosion resistant and electrolytically compatible with the
materials used in the module frame, its fasteners, nuts and bolts. Aluminium structures
also can be used which can withstand the wind speed of respective wind zone.
Necessary protection towards rusting need to be provided either by coating or
anodization.
16
e) The fasteners used should be made up of stainless steel. The structures shall be
designed to allow easy replacement of any module. The array structure shall be so
designed that it will occupy minimum space without sacrificing the output from the SPV
panels
f) Regarding civil structures the bidder need to take care of the load baring capacity of the
roof and need arrange suitable structures based on the quality of roof.
g) The total load of the structure (when installed with PV modules) on the terrace should
be less than 60 kg/m2.
h) The minimum clearance of the structure from the roof level should be 300 mm.
i) No damage in any way should be caused to the roof of the building while
installation of SPV Power Plant. If any damage done it will wholly be the
responsibility of the bidder and cost shall be recovered from the bidder. To
avoid any problem the system of fixing of panel structure shall be got approved.
NOTE: The structural design of the complete system should be compatible with the
structural strength and load bearing capacity of the roof, design calculations and
certificate to this effect shall be provided by a qualified chartered structural engineer
to the beneficiary.
3. JUNCTION BOXES (JBs)
a) The junction boxes are to be provided in the PV array for termination of connecting
cables. The J. Boxes (JBs) shall be made of GRP/FRP/Powder Coated Aluminum /cast
aluminum alloy with full dust, water & vermin proof arrangement. All wires/cables must
be terminated through cable lugs. The JBs shall be such that input & output termination
can be made through suitable cable glands.
b) Copper bus bars/terminal blocks housed in the junction box with suitable termination
threads Conforming to IP65 standard and IEC 62208 Hinged door with EPDM rubber
gasket to prevent water entry. Single / double compression cable glands. Provision of
earthings. It should be placed at 5 feet height or above for ease of accessibility.
c) Each Junction Box shall have High quality Suitable capacity Metal Oxide Varistors
(MOVs) / SPDs, suitable Reverse Blocking Diodes. The Junction Boxes shall have
suitable arrangement monitoring and disconnection for each of the groups.
d) Suitable markings shall be provided on the bus bar for easy identification and the cable
ferrules must be fitted at the cable termination points for identification
17
4. DC DISTRIBUTION BOARD:
e) DC Distribution panel to receive the DC output from the array field.
f) DC DPBs shall have sheet from enclosure of dust & vermin proof conform to IP 65
protection. The bus bars are made of copper of desired size. Suitable capacity
MCBs/MCCB shall be provided for controlling the DC power output to the PCU along
with necessary surge arrestors.
5. AC DISTRIBUTION PANEL BOARD:
g) AC Distribution Panel Board (DPB) shall control the AC power from PCU/ inverter, and
should have necessary surge arrestors. Interconnection from ACDB to mains at LT Bus
bar while in grid tied mode.
h) All switches and the circuit breakers, connectors should conform to IEC 60947, part I, II
and III/ IS60947 part I, II and III.
i) The changeover switches, cabling work should be undertaken by the bidder as part of
the project.
j) All the Panel’s shall be metal clad, totally enclosed, rigid, floor mounted, air - insulated,
cubical type suitable for operation on three phase / single phase, 415 or 230 volts, 50 Hz .
e) The panels shall be designed for minimum expected ambient temperature of 45 degree
Celsius, 80 percent humidity and dusty weather.
f) All indoor panels will have protection of IP54 or better. All outdoor panels will have
protection of IP65 or better.
g) Should conform to Indian Electricity Act and rules (till last amendment).
h) All the 415 AC or 230 volts devices / equipment like bus support insulators, circuit
breakers, SPDs, VTs etc., mounted inside the switchgear shall be suitable for
18
continuous operation and satisfactory performance under the following supply
conditions
Variation in supply +/- 10 %
voltage
Variation in supply +/- 3 Hz
frequency
6. PCU/ARRAY SIZE RATIO:
a) The combined wattage of all inverters should not be less than rated capacity of
power plant under STC.
b) Maximum power point tracker shall be integrated in the PCU/inverter to
maximize energy drawn from the array.
7. PCU/ Inverter:
As SPV array produce direct current electricity, it is necessary to convert this direct
current into alternating current and adjust the voltage levels to match the grid voltage.
Conversion shall be achieved using an electronic Inverter and the associated control
and protection devices. All these components of the system are termed the “Power
Conditioning Unit (PCU)”. In addition, the PCU shall also house MPPT (Maximum
Power Point Tracker), an interface between Solar PV array & the Inverter, to the power
conditioning unit/inverter should also be DG set interactive, If necessary. Inverter output
should be compatible with the grid frequency. Typical technical features of the inverter
shall be as under:-
Switching devices IGBT
19
Control Microprocessor / DSP
Nominal AC output voltage and frequency 415V, 3 phase, 50 Hz
Output Frequency Synchronization range + 3 Hz or more
Ambient temperature considered - 20 Co to 50 Co
Humidity 95% Non-condensing
Protection of Enclosure IP-20 (minimum) for indoor
IP-65(minimum) for outdoor
Grid Frequency Tolerance range + 3 or more
Grid Voltage Tolerance - 20% & + 15%
No-load losses Less than 1% of rated power
Inverter efficiency (minimum) >95% ( in case of 10kW or above)
Inverter efficiency (minimum) >93% ( in case of less than 10kW )
THD < 3%
PF >0.9
a) Three phase PCU/ inverter shall be used with each power plant system (5 kW and/or
above) but In case of less than 5 kW single phase inverter can be used.
b) PCU/inverter shall be capable of complete automatic operation including wake-up,
synchronization & shutdown.
c) The output of power factor of PCU inverter is suitable for all voltage ranges or sink of
reactive power, inverter should have internal protection arrangement against any
sustainable fault in feeder line and against the lightning on feeder.
d) Built-in meter and data logger to monitor plant performance through external computer
shall be provided.
e) The power conditioning units / inverters should comply with applicable IEC/ equivalent
BIS standard for efficiency measurements and environmental tests as per standard
codes IEC 61683/IS 61683 and IEC 60068-2(1,2,14,30) /Equivalent BIS Std.
20
f) The charge controller (if any) / MPPT units environmental testing should qualify IEC
60068-2(1, 2, 14, 30)/Equivalent BIS std. The junction boxes/ enclosures should be IP
65(for outdoor)/ IP 54 (indoor) and as per IEC 529 specifications.
g) The PCU/ inverters should be tested from the MNRE approved test centres / NABL
/BIS /IEC accredited testing- calibration laboratories. In case of imported power
conditioning units, these should be approved by international test houses.
8. INTEGRATION OF PV POWER WITH GRID:
The output power from SPV would be fed to the inverters which converts DC produced
by SPV array to AC and feeds it into the main electricity grid after synchronization. In
case of grid failure, or low or high voltage, solar PV system shall be out of
synchronization and shall be disconnected from the grid. Once the DG set comes into
service PV system shall again be synchronized with DG supply and load requirement
would be met to the extent of availability of power. 4 pole isolation of inverter output
with respect to the grid/ DG power connection need to be provided.
8.1 Technical and interconnection requirements
Overall conditions of
service
State Distribution/Supply Code State Distribution/Supply Code
Overall Grid Central Electricity Authority
(Grid
Central Electricity Authority (Grid
Standard)
Standards Standard) Regulations 2010 Regulations 2010
Equipment BIS / IEC / IEEE BIS / IEC / IEEE
Meters Central Electricity authority
(Installation & operation of
meters) Regulation 2006 as
amended time to time
Central Electricity authority
(Installation & operation of meters)
Regulation 2006 as amended time
to time
Safety and supply Central Electricity
Authority(measures of safety
and electricity supply)
Regulations, 2010
Central Electricity
Authority(measures of safety and
electricity supply) Regulations, 2010
21
Harmonic IEEE 519 CEA (Technical IEEE 519 CEA (Technical
Standards for
Requirements Standards for Connectivity of
the
Connectivity of the Distributed
Generation
Harmonic Current Distributed Generation
Resources) Regulations 2013
Resources) Regulations 2013
Synchronization IEEE 519 CEA (Technical
Standards for Connectivity of
the Distributed Generation
Resources) Regulations 2013
Photovoltaic system must be
equipped with a grid frequency
synchronization device. Every time
the generating station is
synchronized to the electricity
system. It shall not cause voltage
fluctuation greater than +/- 5% at
point of connection.
Voltage IEEE 519 CEA (Technical
Standards for Connectivity of
the Distributed Generation
Resources) Regulations 2013
The voltage-operating window
should minimize nuisance tripping
and should be under operating
range of 80% to 110% of the
nominal connected voltage. Beyond
a clearing time of 2 second, the
photovoltaic system must isolate
itself from the grid.
Flicker IEEE 519 CEA (Technical
Standards for Connectivity of
the Distributed Generation
Resources) Regulations 2013
Operation of Photovoltaic system
should not cause
Frequency IEEE 519 CEA (Technical
Standards for Connectivity of
the Distributed Generation
Resources) Regulations 2013
When the Distribution system
frequency deviates outside the
specified conditions (50.5 Hz on
upper side and 47.5 Hz on lower
side), There should be over and
under frequency trip functions with a
clearing time of 0.2 seconds.
DC injection IEEE 519 CEA (Technical
Standards for Connectivity of
the Distributed Generation
Resources) Regulations 2013
Photovoltaic system should not
inject DC power more than 0.5% of
full rated output at the
interconnection point or 1% of rated
inverter output current into
distribution system under any
22
operating conditions.
Power Factor IEEE 519 CEA (Technical
Standards for Connectivity of
the Distributed Generation
Resources) Regulations 2013
While the output of the inverter is
greater than50%, a lagging power
factor of greater than 0.9 should
operate.
Islanding and IEEE 519 CEA (Technical The photovoltaic system in the
event of fault,
Disconnection Standards for Connectivity of
the Distributed Generation
Resources) Regulations 2013
voltage or frequency variations must
island/disconnect itself within IEC
standard on stipulated period.
Overload and Overheat IEEE 519 CEA (Technical
Standards for Connectivity of
the Distributed Generation
Resources) Regulations 2013.
The inverter should have the facility
to automatically switch off in case of
overload or overheating and should
restart when normal conditions are
restored.
Paralleling Device IEEE 519 CEA (Technical
Standards for Connectivity of
the Distributed Generation
Resources) Regulations 2013.
Paralleling device of photovoltaic
system shall be capable of
withstanding 220% of the normal
voltage at the interconnection point.
9. DATA ACQUISITION SYSTEM / PLANT MONITORING
i. Data Acquisition System shall be provided for each of the solar PV plant.
ii. Data Logging Provision for plant control and monitoring, time and date stamped system
data logs for analysis with the high quality, suitable PC. Metering and Instrumentation
for display of systems parameters and status indication to be provided.
iii. Solar Irradiance: An integrating Pyranometer / Solar cell based irradiation sensor
(along with calibration certificate) provided, with the sensor mounted in the plane of the
array. Readout integrated with data logging system.
23
iv. Temperature: Temperature probes for recording the Solar panel temperature and/or
ambient temperature to be provided complete with readouts integrated with the data
logging system
v. The following parameters are accessible via the operating interface display in real time
separately for solar power plant:
a. AC Voltage.
b. AC Output current.
c. Output Power
d. Power factor.
e. DC Input Voltage.
f. DC Input Current.
g. Time Active.
h. Time disabled.
i. Time Idle.
j. Power produced
k. Protective function limits (Viz-AC Over voltage, AC Under voltage, Over frequency,
Under frequency ground fault, PV starting voltage, PV stopping voltage.
vi. All major parameters available on the digital bus and logging facility for energy auditing
through the internal microprocessor and read on the digital front panel at any time) and
logging facility (the current values, previous values for up to a month and the average
values) should be made available for energy auditing through the internal
microprocessor and should be read on the digital front panel.
24
vii. PV array energy production: Digital Energy Meters to log the actual value of AC/ DC
voltage, Current & Energy generated by the PV system provided. Energy meter along
with CT/PT should be of 0.5 accuracy class.
viii. Computerized DC String/Array monitoring and AC output monitoring shall be provided
as part of the inverter and/or string/array combiner box or separately.
ix. String and array DC Voltage, Current and Power, Inverter AC output voltage and
current (All 3 phases and lines), AC power (Active, Reactive and Apparent), Power
Factor and AC energy (All 3 phases and cumulative) and frequency shall be monitored.
x. Computerized AC energy monitoring shall be in addition to the digital AC energy meter.
xi. The data shall be recorded in a common work sheet chronologically date wise. The
data file shall be MS Excel compatible. The data shall be represented in both tabular
and graphical form.
xii. All instantaneous data shall be shown on the computer screen.
xiii. Software shall be provided for USB download and analysis of DC and AC parametric
data for individual plant.
xiv. Provision for Internet monitoring and download of data shall be also incorporated.
xv. Remote Server and Software for centralized Internet monitoring system shall be also
provided for download and analysis of cumulative data of all the plants and the data of
the solar radiation and temperature monitoring system.
xvi. Ambient / Solar PV module back surface temperature shall be also monitored on
continuous basis.
xvii. Simultaneous monitoring of DC and AC electrical voltage, current, power, energy and
other data of the plant for correlation with solar and environment data shall be provided.
25
xviii. Remote Monitoring and data acquisition through Remote Monitoring System software
location with latest software/hardware configuration and service connectivity for online /
real time data monitoring/control complete to be supplied and operation and
maintenance/control to be ensured by the supplier.
xix. Energy Meter: The solar generation meter and Bi-directional meter along with
CT/PT (if required) with Surge Protection Device (SPD) should be of as per PSPCL
guidelines and is in the scope of bidder.
10. POWER CONSUMPTION:
a) Regarding the generated power consumption, priority need to give for internal
consumption first and thereafter any excess power can be exported to grid..
11. PROTECTIONS
The system should be provided with all necessary protections like earthing,
Lightning, and grid islanding as follows:-
11.1. LIGHTNING PROTECTION
The SPV power plants shall be provided with lightning & over voltage protection. The
main aim in this protection shall be to reduce the over voltage to a tolerable value
before it reaches the PV or other sub system components. The source of over voltage
can be lightning, atmosphere disturbances etc The entire space occupying the SPV
array shall be suitably protected against Lightning by deploying required number of
Lightning Arrestors. Lightning protection should be provided as per IEC 62305
standard. The protection against induced high-voltages shall be provided by the use
of metal oxide varistors (MOVs) and suitable earthing such that induced transients
find an alternate route to earth.
11.2. SURGE PROTECTION
Internal surge protection shall consist of three MOV type surge-arrestors connected
from +ve and –ve terminals to earth (via Y arrangement)
26
11.3. EARTHING PROTECTION
i. Each array structure of the PV yard should be grounded/ earthed properly as per
IS:3043-1987. In addition the lighting arrester/masts should also be earthed inside the
array field. Earth Resistance shall be tested in presence of the representative of PEDA
as and when required after earthing by calibrated earth tester. PCU, ACDB and DCDB
should also be earthed properly.
ii. Earth resistance shall not be more than 5 ohms. It shall be ensured that all the earthing
points are bonded together to make them at the same potential.
11.4. GRID ISLANDING:
i. In the event of a power failure on the electric grid, it is required that any independent
power-producing inverters attached to the grid turn off in a short period of time. This
prevents the DC-to-AC inverters from continuing to feed power into small sections of
the grid, known as “islands.” Powered islands present a risk to workers who may expect
the area to be unpowered, and they may also damage grid-tied equipment. The
Rooftop PV system shall be equipped with islanding protection. In addition to
disconnection from the grid (due to islanding protection) disconnection due to under
and over voltage conditions shall also be provided.
ii. A manual disconnect 4 pole isolation switch beside automatic disconnection to grid
would have to be provided at utility end to isolate the grid connection by the utility
personnel to carry out any maintenance. This switch shall be locked by the utility
personnel
12. CABLES
Cables of appropriate size to be used in the system shall have the following
characteristics:
i. Shall meet IEC 60227/IS 694, IEC 60502/IS1554 standards
27
ii. Temp. Range: –10oC to +80oC.
iii. Voltage rating 660/1000V
iv. Excellent resistance to heat, cold, water, oil, abrasion, UV radiation
v. Flexible
vi. Sizes of cables between array interconnections, array to junction boxes, junction boxes to
Inverter etc. shall be so selected to keep the voltage drop (power loss) of the entire solar
system to the minimum. The cables (as per IS) should be insulated with a special grade
PVC compound formulated for outdoor use.
vii. Cable Routing/ Marking: All cable/wires are to be routed in a GI cable tray and suitably
tagged and marked with proper manner by good quality ferule or by other means so that
the cable easily identified.
viii. The Cable should be so selected that it should be compatible up to the life of the solar PV
panels i.e. 25years.
ix. The ratings given are approximate. Bidder to indicate size and length as per system
design requirement. All the cables required for the plant provided by the bidder. Any
change in cabling sizes if desired by the bidder/approved after citing appropriate reasons.
All cable schedules/layout drawings approved prior to installation.
x. Multi Strand, Annealed high conductivity copper conductor PVC type ‘A’ pressure
extruded insulation or XLPE insulation. Overall PVC/XLPE insulation for UV protection
Armoured cable for underground laying. All cable trays including covers to be provided.
All cables conform to latest edition of IEC/ equivalent BIS Standards as specified below:
BoS item / component Standard.
Description Standard Number Cables General Test and Measuring Methods, PVC/XLPE
insulated cables for working Voltage up to and including 1100 V ,UV resistant for outdoor
installation IS /IEC 69947.
xi. The size of each type of DC cable selected shall be based on minimum voltage drop
however; the maximum drop shall be limited to 1%.
28
xii. The size of each type of AC cable selected shall be based on minimum voltage drop
however; the maximum drop shall be limited to 2 %.
13. DANGER BOARDS AND SIGNAGES:
Danger boards should be provided as and where necessary as per IE Act. /IE rules as
amended up to date. Three signage shall be provided one each at battery –cum- control
room, solar array area and main entry from administrative block.
14. FIRE EXTINGUISHERS:
The firefighting system for the proposed power plant of capacity above than 25 kw for
fire protection shall be consisting of:
a) Portable fire extinguishers in the control room for fire caused by
electrical short circuits
b) Sand buckets in the control room
c) The installation of Fire Extinguishers should confirm to TAC
regulations and BIS standards. The fire extinguishers shall be
provided in the control room housing PCUs as well as on the Roof or
site where the PV arrays have been installed.
15. DRAWINGS & MANUALS:
i. Two sets of Engineering, electrical drawings and Installation and O&M manuals are to
be supplied. Bidders shall provide complete technical data sheets for each equipment
giving details of the specifications along with make/makes in their bid along with basic
design of the power plant and power evacuation, synchronization along with
protection equipment.
ii. Approved ISI and reputed makes for equipment be used.
29
iii. For complete electro-mechanical works, bidders shall supply complete design, details
and drawings for approval to PEDA before progressing with the installation work
16. DRAWINGS TO BE FURNISHED BY BIDDER AFTER AWARD OF CONTRACT
i. The Contractor shall furnish the following drawings Award/Intent and obtain approval
ii. General arrangement and dimensioned layout
iii. Schematic drawing showing the requirement of SV panel, Power conditioning Unit(s)/
inverter, Junction Boxes, AC and DC Distribution Boards, meters etc.
iv. Structural drawing along with foundation details for the structure.
v. Itemized bill of material for complete SV plant covering all the components and
associated accessories.
vi. Layout of solar Power Array
vii. Shadow analysis of the roof
17. SAFETY MEASURES:
The bidder shall take entire responsibility for electrical safety of the installation(s) including
connectivity with the grid and follow all the safety rules & regulations applicable as per
Electricity Act, 2003 and CEA guidelines etc.
18. TOOLS & TACKLES AND SPARES :
After completion of installation & commissioning of the power plant, necessary tools &
tackles are to be provided free of cost by the contractor for maintenance purpose. List of
30
tools and tackles to be supplied by the contractor for approval of specifications and make
from PEDA.
A list of requisite spares in case of INVERTER comprising of a set of control logic cards,
IGBT driver cards etc, Junction Boxes, Fuses, MCCBs etc. along with spare set of PV
modules and batteries be indicated, which shall be supplied along with the equipment. A
minimum set of spares shall be maintained in the plant itself for the entire period of
warranty and Operation & Maintenance which upon its use shall be replenished.
19. CIVIL STRUCTURE
Civil Works and piping, Water pump
General Specification of Work.
Scope : The scope of work includes :
1. Full painting of the control room provided in the building along with necessary
partition with glass and aluminum frame structure works.
2. Providing of pedestals if required for mounting of the INVERTER’s and control
panels
3. Water pump with shed along with full C class piping for water supply on the rooftop
with array level supply points for panels cleaning and washing along with water
discharge piping upto ground level.
4. RCC columns structures to support the structural steel / aluminium frame work /
depending on design approval.
5. Any other work urgently required as per site conditions.
6. Full water proofing of the building rooftop have to be carried out after installation of
structures if required.
7. All structural drawings to be got approved from PEDA.
A) Brick Work :
1. Unless otherwise specified, brick work shall consist of first class bricks laid in the
specified mortar strictly according to drawings and specifications.
2. Bricks required for brick work in cement mortars shall be thoroughly soaked in clean
water immediately before use for one hour or till complete causation of air bubbles
which ever is later, in brick lined or steel tanks of sufficient size. The soaked bricks
shall be kept on wooden planks or brick platforms to avoid earth being smeared on
them. Unless otherwise specified, bricks shall be laid in English bond, with frogs
upwards.
3. All horizontal joints shall be parallel and unless otherwise specified, truly level. All
vertical joint shall be truly vertical and they shall come directly over one another in
alternate courses.
4. The thickness of joints shall be as follows :
“ The thickness of joints shall be 1/4” and shall not exceed 3/8” The height of four
courses (and four joints) as laid, shall not exceed by more than 1” the height of four
bricks as piled dry one upon the other.
31
5. Protection & Cutting : Brick work laid in cement shall be protected from rain by
suitable covering while it is green. Later on it shall be kept moist on all the faces for a
period of two weeks.
B) Cement Plaster
1. Plastering shall be done in mortar of various ingredients mixed in the specified
proportion in the drawing and shall be specified thickness as per drawings.
2. Preparation of surface for the durability of the plaster is of the utmost importance to
obtain satisfactory bond between the background and the plaster coat and also
ensure that the bond is maintained subsequently.
3. The brick wall should be watered for 24 hours before the plaster is applied.
4. After completion, plaster shall be kept wet for 10 days and shall be protected during
that period from extreme of temperature and weather.
5. All the structures above ground level shall be plastered with C.M 1:4 both inside and
outside of thickness 12 mm and 20 mm as required.
C) Cement Concrete/RCC:
The cement concrete /RCC shall be laid (two coats) as per para 10.4/10.7 of Punjab
PWD specifications.
1. Cement : Cement used shall be ordinary portland cement or rapid hardening
portland cement in accordance with specification no 3.14 for portland cement and
shall confirm to the requirement of Indian Standard 269
2. Water : Water used for all construction work shall be clean from objectionable
quantities of suspended material, vegetable or organic impurities, alkali salt and
other deleterious substance likely cause efforescene
3. a) Sand: Sand is important constituent of mortars and for satisfactory
performance, its requirement for cleanliness, freedom will depend upon the
purpose for which the mortar is used. The sand shall consist of natural sand,
crushed stone sand or crushed graded sand or composite of any of these and
should be hard, durable chemically inert, clean and shall not contain any
appreciable amount of clay balls or pellets
b) For concrete /RCC works only sand should be used.
c) For brick works and plastering purposes fine sand shall be used. Fine
sand shall be such that it passes through BS Sieve no 16 (IS Sieve no 15) . For all
concrete /RCC mixes 1:1.5:3 – (M-20), only crushed bajri ½” graded and for
cement concrete 1:8:16 in foundation brick ballast of 50 MM gauge shall be used.
d) Stacking : Sand shall be stacked on wooden or bricks platform and shall
be so stored as to be adequately protected from any admixture or clay, dust.
D) CEMENT, SAND, MORTARS:
Cement and sand shall be spread on a clean dry platform in layers one over the
other in the proportions specified, and mixed dry three times over. The sand
used should be perfectly dry. Water should be added to the dry mix, only when
the mortar is required for use.
32
E) STEEL:
Mild steel cold twisted / thermo-mechanical twisted bars as per Indian Standard
shall be used as per drawings.
F) CEMENT:
The arrangement for storage of cement shall be done by the contractor and
stored to the satisfaction of PEDA in weather tight building or sheds, the floors of
which shall be damp proof and at least 18” above the natural surface of the
ground. Cement shall not be stored in contact with walls and should be stacked
not more than 10 layers high to prevent bursting of bags in the bottom layers and
formation of clods.
G) Structural steel work : The structural steel shall conform to the relevant Indian
Standards IS:226 and IS:2062. Fabrication and erection shall be done as per
approved drawings and in accordance with IS 800. Providing shop primer coat
and finish coats in approved color for steel structure. Grouting of holding down
bolt pocket and below base plates where required.
H) Wood : Sawn timber for various building works specified variety of timber
specified in design and drawing shall be used in work. The well seasoned timber
shall be sawn in the direction of grains and the sawing shall trully straight and
square. Wood work shall conform to IS:883.
I) Stones : The stones shall be of specified variety and shall be obtained only from
an approved quarry. These shall be hard, round, durable, free from any defects.
The percentage of water absorption shall not be more than 5% when tested as
per IS method of testing for water absorption for natural building stones. The
minimum crushing strength shall be 200Kg/Sq.Cm. unless higher minimum
strength is specified in any particular call.
J) Aluminum work : The aluminum sections as per Indian standard shall be used as
per drawings for door, windows, ventilators of any specified glazing work.
K) Jet pump 1 HP (only for 50Kwp and and above capacity SPV Power Plants) :
1nos. 1 HP, BIS approved pump shall be installed at the site if required . Suitable
nos. of water outlets shall be provided through C class GI pipes for cleaning of
the modules. The GI pipes shall be spread along the module arrays for dedicated
water spray for module cleaning on the roof top.
L) Tests : All material to be used for construction and fabrication should be tested
before use. All laboratory/Field tests should be conducted as per relevant Indian
standards and PWD specifications by taking minimum required samples.
20. QUALITY AND ADAPTABILITY OF THE EQUIPMENT:
33
Bidders must verify the grid behavior, solar insolation levels, general site conditions on
their own before bidding, the bidder shall accordingly ensure that the equipment and the
design submitted, shall be able to perform as per guaranteed performance levels in the
available site conditions. The design of the plant and the equipment offered by the
bidders shall be evaluated for its quality and adaptability to the site conditions based on
the purchasers past experience, projects earlier executed by the bidders and from other
sources. Bidders must submit detailed technical operational parameters and latest plant
performance indicators and status complete with the clients address and contact no’s.
with regard to projects of similar nature already executed.
1. SCOPE OF CMC OF SPV POWER PLANT FOR A PERIOD OF 5 YEAR FROM
DATE OF COMMISSIONING:
a. Proper CMC of the SPV Power Plant for a period of five years after
commissioning along with supply of consumable items as and when
necessary and submission of daily performance data of the power plant
shall come, under the CMC contract.
The break down maintenance of the entire system including supply of
necessary spare parts, if any, are already under the coverage of warranty
clause of the specific condition for a period of 60 months from date of
commissioning of power plant. The CMC schedule of the SPV power plant
during the 5 years contract period shall be as detailed below.
b. The security of the power plant will rest with the supplier/agency till such
time operation and maintenance of the power plant is not handed over to
the purchaser/department.
c. The deputed personnel shall be qualified and well trained so that they can
handle any type of operation hazard quickly and timely.
d. The deputed personnel shall be in a position to check and test all the
equipment regularly, so that, preventive actions, if any, could be taken well
in advance to save any equipment from damage. Any abnormal behavior
of any equipment shall be brought to the notice of Engineer-in-Charge
immediately for appropriate action.
e. Normal and preventive maintenance of the power plant such as cleaning
of module surface, tightening of all electrical connections etc. the module
cleaning for 50 KW SPV Plant and above capacity should be responsibility
of bidder.
f. During CMC period of 5 years of the power plant, if there is any loss or
damage of any component of the power plant due to miss
management/miss handling or due to any other reasons, what-so-ever,
the supplier/firm shall be responsible for immediate
replacement/rectification. The damaged component may be repaired, if it
34
is understood after examination that after repairing performance of the
component shall not be degraded, otherwise the defective component
shall have to be replaced by new one without any extra cost.
g. It is expected that the average downtime of an item will be less than half the
maximum downtime (i.e. defined as number of days for which an item of
equipment is not usable because of inability of the supplier to repair it) as
mentioned by the bidder in the form of technical details. In case an item is not
usable beyond the stipulated maximum downtime the supplier will be required to
arrange for an immediate replacement of the same till it is repaired. Failure to
arrange for the immediate repair/replacement will be liable for penalty of 0.5% of
the item/items cost per day per item on the date of complaint lodged by
beneficiary. . The amount of penalty will be recovered from performance bank
guarantee during warranty period. If the supplier failed to maintain/repair the
plant during 5 years maintenance period within stipulated time period then PEDA
shall have every right to forfeit the BG lying with PEDA and the company will be
blacklisted.
36
Annexure – A
LIST OF DOCUMENTS TO BE ENCLOSED WITH THE BID.
i) Part-I-Techno-commercial Bid
The Techno-commercial bid Part-I of tender shall be furnished complete in all respects
and documents mentioned therein including the scanned copies of the following documents
should be submitted.
a) Forwarding letter
b) Power of attorney for authorized signatory to sign the documents.
c) Manufacturer’s authorization letter
d) Non debarring/black listing certificate.
e) Copies of IEC certification of Modules,inverter,cables etc
f) Bid document cost 5 000/-.
g) Bid processing fee as applicable.
h) Valid test report
(i) Test report of SPV module
(ii) Test report of PCU
i) Photocopies of satisfactory performance reports of systems supplied to state nodal
agencies/ Govt. departments and other organizations/beneficiaries along with the
copies of purchase orders
j) Annual turnover along with CA certificate
k) Balance Sheet of last three years from 1.4.2014 or 1.4.2015 onwards .
m) manufacturers' authorization form
(other documents required as per bid document)
37
Annexure-B
Format for forwarding letter
(To be submitted /uploaded by bidders on the official letter head of the company)
No. Dated:-
To
The Executive Director Punjab Energy Development Agency Plot No 1 &2, Sector 33D, Chandigarh Bid Submitted for Category :......................
Subject:- EOI in response to Notice inviting Tender for Empanelment for Design,
manufacture, supply, erection, testing and commissioning along with maintenance for 5 years
for different capacities Grid Interactive SPV power plants any where in Punjab given in the bid
document at PEDA Office Chandigarh.
Sir,
We here by submit our offer in compliance with terms and conditions of the e-tender
Notice PEDA/2018-19/03 dated as specified, the offer has been submitted
a) That we are submitting this offer under the above mentioned notice after having fully read
and understood the nature of the work and having carefully noted all the specifications, terms
and conditions laid down in the tender document and submitting the bid for
category..................
b) That we have never been debarred from executing similar type of work by any
central/state/public sector undertaking/department.
c) That we shall execute the work as per specifications, terms and conditions of the tender
document.
d) We are not involved in any major litigation that may have an impact on the delivery
installation & commissioning of the project under this contract
f) I have read and accepted all the terms and conditions of DNIT.
Yours faithfully,
(………..)
Name, Seal &Signature
(Authorized Signatory)
38
Annexure – C
PERFORMA OF WARRANTY CERTIFICATE-CUM-COMPREHENSIVE
MAINTENANCE CONTRACT WITH PURCHASER/CONSUMER BY EMPANELLED
AGENCIES AFTER SUCCESSFUL COMMISSIONING OF SPV POWER PLANT
(On a required stamp paper)
Order No. Date:
We _____(Name of empanelled agency with registered address)_______ do hereby
certify that the _________(make of modules)______ SPV Modules as used for
_______(Name of the project)_____ shall have warranty of 25 years with degradation of
power generated not exceeding 20% of the minimum rated power over the 25 years
period and not more than 10% after 10 years period.(Detail lists of Solar PV Modules
enclosed)
Further, We _____(Name of empanelled agency with registered address)_______ do
hereby certify that the whole system of the ____(Name of the project)______ shall have
warranty and comprehensive maintenance contract for the period of 5 years from the
date of commissioning of the project.
Further, if, we _____(Name of empanelled agency with registered address)_______
fails to provide the 5 years warranty and comprehensive maintenance contract of whole
system and 25 years warranty of SPV Modules as mentioned above, then we are liable
for legal action including blacklisting of the firm by PEDA/ Consumer/ Purchaser.
Signature _____________________
Name ___________________________
Designation with stamp _____________
39
Annexure-D
TURNOVER RECORD FORM
To be certified by Chartered Accountant
Name of Company:-
Annual turnover data for past three years
Sr. No. Year Turnover (Rs. In Lacs) Profit Loss
1 2 3 4 5
1. 2014-15
2. 2015-16
3. 2016-17
Signature with seal of the company
Signature with seal of the Chartered Accountant
40
Annexure-E
(On the letter head of the bidder)
CERTIFICATE OF ACCEPTANCE FROM THE BIDDER.
I, the bidder __________________________________ agrees / accepts
to the terms and conditions of DNIT.
Name & Seal of the Authorized
Person of the Company
41
Annexure – F
PERFORMA OF PERFORMANCE GUARANTEE BG No. ------------------------- Date of Issue----------------- Date of Expiry----------------
In consideration of the Punjab Energy Development Agency having offered to accept the terms and conditions of the proposed agreement between M/s…...........................…....................(hereinafter called “the said contractor(s)” and Punjab Energy Development Agency (hereinafter called “PEDA”) for the acceptance of empanelment issued vide letter No._________________________________________ (hereinafter called “the said agreement”) having agreed to production of an irrevocable Bank Guarantee for Rs. ……...............................(Rupees …….................................only) as a security/guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement. 1. We…...............................................................(hereinafter referred to as the “Bank”) hereby undertake to pay to the Punjab Energy Development Agency (PEDA) an amount not exceeding Rs.……........................ .(Rupees ……..........................only) on demand by the PEDA. 2. We…...........................................do hereby undertake to pay the amounts due and payable under this Guarantee without any demur, merely on a demand from the PEDA stating that the amount claimed is required to meet the recoveries due or likely to be due from the said contractor(s). Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs.……........................ (Rupees….................................only). 3. We, the said Bank, further undertake to pay to the PEDA any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under, and the contractor(s) shall have no claim against us for making such payment. 4. We…....................................further agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement, and it shall continue to be enforceable till all the dues of the PEDA under or by virtue of the said agreement have been fully paid, and its claims satisfied or discharged, or till the Executive Director , PEDA on behalf of the PEDA, certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said contractor(s), and accordingly discharges his guarantee. 5. We…...........................................further agree with the PEDA that the PEDA shall have the fullest liberty without our consent, and without effecting in any manner our obligations hereunder, to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the PEDA against the said contractor(s), and to forbear or enforce any of the terms and conditions relating to the said agreement, and we shall not be relieved from our liability by reason of any
42
such variation or extension being granted to the said contractor(s) or for any forbearance, act of omission on the part of the PEDA or any indulgence by the PEDA to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, bur for this provision, have effect of so relieving us. 6. This Guarantee will not be discharged due to the change in the constitution of the bank or the contractor(s). 7. We….................................................lastly undertake not to revoke this (indicate the name of the bank) Guarantee except with the previous consent of the PEDA in writing. 8. This Guarantee shall be valid up to…............................unless extended on demand by the PEDA. Notwithstanding anything mentioned above, our liability against this Guarantee is restricted to Rs.……...............................(Rupees …….................................only), and unless a claim in writing is lodged with us on or before__________________ on the date of expiry or extended date of expiry of this Guarantee all liabilities under this Guarantee shall stand discharged. Dated the…............................. day of…...................For….................................