41
Page 1 of 41 STATE BANK OF INDIA LOCAL HEAD OFFICE BANDRA KURLA COMPLEX MUMBAI-400 051 Premises & Estate Department Phone-022-67514337/ 38 Tender No: SBT/PREM/SOLAR/2 DTD 25/09/2017 GRID INTERACTIVE SOLAR PHOTO VOLTAIC SYSTEM FOR STATE BANK OF INDIA COLLECTORATE BRANCH,SATARA TENDER SCHEDULE Pre-bid meeting : 15.30Hrs. (IST) 04.10.2017 at Premises dept, SBI Local Head Office Bandra Kurla complex Mumbai (Detailed Address as above) Last date for submission of Sealed Tender: 15.00 Hrs. (IST) on 18.10.2017 Opening of Sealed Tenders: 15.30 Hrs. (IST) on .18.10.2017 Tender to be submitted to: The Assistant General Manager (P&E) Premises & Estate Department State Bank of India Local Head Office, Synergy 3 rd floor,C-6 G Block Bandra Kurla complex Mumbai-400051 Phone: 022-67514337/38

GRID INTERACTIVE SOLAR PHOTO VOLTAIC … BANK OF INDIA COLLECTORATE BRANCH,SATARA TENDER SCHEDULE Pre-bid meeting : 15.30Hrs. (IST) 04.10.2017 at Premises dept, SBI Local Head Office

Embed Size (px)

Citation preview

Page 1 of 41

STATE BANK OF INDIA LOCAL HEAD OFFICE

BANDRA KURLA COMPLEX MUMBAI-400 051

Premises & Estate Department

Phone-022-67514337/ 38

Tender No: SBT/PREM/SOLAR/2 DTD 25/09/2017

GRID INTERACTIVE SOLAR PHOTO VOLTAIC SYSTEM

FOR

STATE BANK OF INDIA COLLECTORATE BRANCH,SATARA

TENDER SCHEDULE

Pre-bid meeting : 15.30Hrs. (IST) 04.10.2017 at Premises dept, SBI Local Head Office

Bandra Kurla complex Mumbai (Detailed Address as above)

Last date for submission of Sealed Tender: 15.00 Hrs. (IST) on 18.10.2017

Opening of Sealed Tenders: 15.30 Hrs. (IST) on .18.10.2017

Tender to be submitted to: The Assistant General Manager (P&E) Premises & Estate Department State Bank of India Local Head Office, Synergy 3rd floor,C-6 G Block Bandra Kurla complex Mumbai-400051 Phone: 022-67514337/38

Page 2 of 41

STATE BANK OF INDIA Local Head Office: Bandra Kurla complex

PREMISES & ESTATE DEPARTMENT

CONTENTS

1. Notice Inviting Tender 3 – 5

2. SECTION – 1 : Instructions to the Tenderers

6 – 13

3.

SECTION – 2 : General Conditions of the Contract

14-18

4.

SECTION – 3 : Technical Requirements

Annexure-1 : Details of similar works

Annexure-2 : List of Approved make

Annexure-3 : Eligibility Criteria

Annexure-4 : Schedule of Technical Data

Annexure-5 : Details of Manufacturer/Authorized Dealer/Service

centres

Annexure-6 : Format for Undertaking Product and Maintenance

Support

Annexure-7 : Form of Agreement

19-28

29-29

30-30

31-31

32-34

35-35

36-36 37-38

5. SECTION – 4: Price Bid 39-41

Page 3 of 41

NOTICE INVITING TENDER

Sealed quotations are invited from agencies empanelled by Ministry of New and

Renewable Energy , Government of India, having full fledged office/service centres

within Maharashtra and, for the “Design, Supply, Installation, Testing and

Commissioning of grid connected 10 kWp Solar Photo Voltaic Power Plant for SBI

Collectorate Branch, Satara .

Address of location: State Bank of India , Collectorate Branch First Floor,

STATE BANK BUILDING , Pratapganj peth, SATARA

Dist : SATARA

State: MAHARASHTRA

Pin : 415002

Contact Person;Sri A.V.Bachal Branch Manager Phone: (2162) 231057

: Sri Manoj S Manager Electrical at LHO, BKC Mumbai=7777006960

A pre-bid meeting will be organized at 2.30 pm on 04.10.2017 at Premises & Estate

Department, SBI,LHO BKC Mumbai.

1.

Nature of Tender : Competitive, Two bid system

2. Last date for submission of

tenders : 15.00 Hrs. (IST) on 18.10.2017

3. Date & Time for opening of

technical bid : 15.30 Hrs. (IST) on 18.10.2017

4. Date & Time for opening of price

bid :

Will be intimated later after identifying the technically qualified tenderers

5.

Time fixed for execution of work : 2 months (60 days) from the date of issue

of work order is earlier (See cl.22,23 of Instruction to tenderers)

6.

Defects liability Period : 5 years (60 months) from the date of satisfactory completion of the work

7.

Earnest Money Deposit :

Rs.10,000 in the form of Demand draft /Bankers cheque from any Bank in favour

of SBI,payable at Mumbai. MSME registered vendors are exempted from submitting EMD provided Registration

certificate and Circular of Govt of India is submitted along with Technical bid

Page 4 of 41

8.

Initial Security Deposit : 2% of Contract value, including EMD

9.

Deduction from Bills:-

a) Retention Amount : 3% of Contract value

b) Income Tax : As per Statutory norms.

10.

Goods & Service Tax GST

: Applicable as per Statutory norms. GST to be shown separately in each running bill)

11. Liquidated damages for delay in

completion of work. :

0.5% per week subject to max. 5% of contract value

12.

Advance Payments : Nil

13.

Site for carrying out work

State Bank of India , Collectorate Branch

1st Floor, STATE BANK BUILDING ,

Pratapganj peth, SATARA-415002

Contact Person;Sri A.V.Bachal

Branch Manager Phone: (2162) 231057

14.

Address for submission of Tender :

Asst. General Manager (Premises & Estate), Premises & Estate Department State Bank of India, Local Head Office,`Synergy' 3rd floor ,C-6, G Block, Bandra- Kurla Complex Bandra-East,Mumbai-400 051

15.

Place of Opening of Tender : - Same as above –

16. Bank’s Engineer for clarifications on Tender Documents &

Submission :

Manager (Electrical Engg.) State Bank of India, Mob:7777006960

17.

Corrigendum to the tender : See clause 53 of ‘Instructions to Tenderers’

Page 5 of 41

Submission of Tender:- The tender document in the prescribed format issued by this

office shall be submitted with all enclosures in separate sealed covers super-scribing the

name of work, to the address given vide Sl. No. 12 of “Notice inviting tenders”.

The Bank reserves the right to accept or reject any or all the quotations received without

assigning any reason, whatsoever.

Sd/-

Assistant General Manager (Premises)

COVER-I

(Please attach the enclosures in the following order and flag them in serial order for easy identification.)

1 EMD for Rs 10000/- in the form of Demand Draft favouring State Bank of

India,Local Head Office payable at Mumbai or MSME registration Certificate

for exemption.

2 Technical bid document along with NIT duly filled, sealed & signed (Pages

3-40)

3 Detailed technical brochures /catalog/ test certificates etc of relevant sub-

units of the offered system.

4 Proof of empanelment from MNRE for Rooftop Grid Connect Solar PV

module minimum 10kW or above category.

5 Proof of having carried out minimum five numbers of Grid Interactive Solar

panels of 10KW or above in Public sector instituitions, Banks, Private

institutions etc..

6 List of contact persons with designation and full contact details in the

institutions mentioned in clause 5 above for obtaining feedback of

performance of the works carried out. Format given in Annexure I

7 Name of the Account holder, Account Number, Branch Name, IFSC Code of

the Bank Branch to which payments are to be made.

COVER-II

1 Price Bid (Pages 39-41 Only)

Submitted: -

I / We confirm that we are submitting our tender duly filled in and rates have been quoted

after thorough study of site conditions, specifications, instructions to tenderers issued by the

Page 6 of 41

Bank etc., I / We hereby accord our unqualified consent and agreement to the said

conditions. I/ We submit that I/ We have sufficient Men & Machinery to complete the work

within the stipulated time period.

Date: Signature and Seal of Tenderer

SECTION-1

INSTRUCTIONS TO THE TENDERERS

The Tenderers are requested to study the following instructions carefully before submitting

this quotation.

Location for carrying out the work: State Bank of India , Collectorate Branch 1st Floor, STATE BANK BUILDING ,

Pratapganj peth, SATARA-415002

Contact Person;Sri A.V.Bachal Branch Manager Phone: (2162) 231057

This work is in a functioning office building and has to be done without any hindrance to the

functioning of the office/Branch within the Complex.

1. The working time shall be suitably planned to avoid inconveniences to the staff &

office and should be prepared to do it during night hours.

2. All waste materials shall not be permitted to be accumulated at the site in view of

limitation of space. The waste shall be disposed off away from site without any

complaints from Civic authorities and at the contractors risk and cost.

3. Carriage of materials to the work spot and removal of wastes and excess materials

from there shall be done without causing any hindrance to the movement of vehicles

and staff.

4. The electricity & water for the work shall be provided by Bank free of cost, only at

specified outlets.

5. All papers connected with the Tender, including these instructions, Schedule of items

etc. should be signed and returned by the Tenderer to the Bank while submitting the

tenders. Incomplete and tenders not in the given format are liable for rejection.

6. No alteration shall be made on the tender documents including the Schedule of

items by the Tenderers. Any discrepancies noticed in the tender documents shall be

brought to the notice of the concerned official of the Bank and any written

Page 7 of 41

instructions received from the Bank, as reply will be deemed to have been

incorporated herein.

7. Before tendering, the Tenderer should visit the work site and ascertain himself on all

factors pertaining to the scope of works, restrictions on the working hours & days,

facilities available, etc.

8. The Tenderer should quote his rates and amounts for all items in the Tender

Schedule. All the rates & amounts quoted should be written both in figures and words

and where there is a difference between the two, the rates given in words will be

taken as authentic. Should there be any discrepancy between unit rate and amount,

the unit rate will be considered as the correct one. All arithmetical mistakes noticed

during verification of the tender shall be corrected.

9. All entries in tender documents should be in English & in ink or typed. All corrections

should be attested under full signature of the contractor. Corrections where

necessary should be made by scoring the wrong words/figures and attesting with full

signature of the Contractor. These shall not be erased or overwritten.

10. The tenderers are requested to submit Earnest Money of Rs.10,000/- (Rupees Ten

Thousand only) in the form of Demand Draft or Bankers cheque drawn in favour of

State Bank of India, payable at Mumbai drawn on any Scheduled / Commercial

Bank. It shall be attached along with other documents of Technical Bid

enclosed in Cover -I.

11. EMD in any form other than specified above will not be accepted. Tender not

accompanied by the EMD in accordance with clause 12 above shall be rejected.

12. No Interest will be paid on the EMD. EMD of unsuccessful tenderers will be refunded

within 30 days of award of Contract. The EMD shall stand absolutely forfeited if the

tenderer revokes his tender at any time during the period when he is required to keep

his tender open for acceptance by the SBI or after it is accepted by the SBI the

contractor falls to enter into a formal agreement or fails to pay the initial security

deposit as stipulated or fails to commence the work within the stipulated time. EMD

of successful tenderer will be retained as a part of Security Deposit.

13. The Tenders shall be valid for a period of at least 90 days from the date of

submission of the Tender.

14. On acceptance of the tender, the successful Tenderer shall be given the Work order,

in duplicate and the duplicate copy has to be returned duly signed by the Contractor

as a token of acceptance of the work order including the terms of the contract. An

agreement to this effect in non-judicial stamp paper worth Rs. 100/- is to be signed

Page 8 of 41

within 15 days of issue of work order in the given format (Annexure-7) for the

satisfactory execution of the contract.

15. On intimation of acceptance of tender, the successful Tenderer is required to deposit

2% of the contract amount (rounded off to the highest hundred) as Initial Security

Deposit (ISD) including the EMD. Balance of ISD (excluding EMD) is to be submitted

in the form of DD drawn on any scheduled bank within 15 days from the date of issue

of acceptance of tender.

16. If the Contractor fails to return the duplicate copy of the work order duly signed in

token of acceptance & remit ISD and execute the agreement, within 15 days from the

date of issue of work order, the work order shall be cancelled.

17. Besides the ISD as deposited by the contractor in the above said manner, retention

money shall be deducted from the running account bill at the rate of 10 % of the

gross value of work done by the contractor and claimed in each bill provided the total

security deposit i.e the ISD plus Retention money shall both together not exceed 5 %

of the contract value. 50% of the total security deposit (ISD plus Retention money)

shall be refunded to the contractor on satisfactory completion, testing and

commissioning of the system and the contractor’s removal of his materials,

equipment, labour force and on receipt of physical possession of the site by the

Bank. The remaining 50% of the total security deposit without any interest may be

refunded fifteen days after the end of defects liability period as mentioned in the

contract provided the contractor has satisfactorily attended to all defects in

accordance with the conditions of contract including site clearance. Any defects

notified by the Bank during this period shall be rectified/ replaced by the Contractor at

no extra cost to the Bank. No interest shall be paid for the above deposits [ie; ISD

and Retention Amount] during the defect liability period or during any extended

period in which the deposits are with the Bank.

18. Incomplete tenders, conditional tenders, tenders received after the prescribed time &

date through courier/ post or by hand, tenders not conforming to the Terms and

Conditions prescribed in the Tender Documents and those which are not in the given

format shall be rejected.

19. The Bank reserves the right to increase or decrease the tendered quantity of any or

every item and delete any item at any stage of work. Contractor shall execute the

increased quantity at the accepted tender rates. The contractor’s claim for

compensation or damages in this respect shall not be entertained.

20. The Contractor is bound to complete the work within the stipulated period given in the

‘Notice Inviting Tender’ (NIT). The work shall be reckoned as commenced from the 7th

Page 9 of 41

day of date of issue of work order. No extension of time is permissible. However, if

the Contractor does not complete the work within the prescribed time limit, the Bank

may consider extension of time limit for completion of work without prejudice to

Bank’s right to recover liquidated damages as per the terms given in the NIT.

21. Time is the essence of the contract. The work should be completed in all respects in

accordance with the terms of contract within a period of 2 months from the 7th day of

date of issue of work order.

22. If the performance of the Contractor is found to be unsatisfactory, the Bank reserves

the right to cancel in part or whole of the Contract and get the works executed

through alternative means, at the entire risk and cost of the Contractor, by giving 7

days notice. In such cases, the Contractor should make good all losses that the Bank

may incur on account of the same.

23. In case the Contractor abandons the work for any reason what so ever, the Bank

shall issue the final notice to the Contractor to remain present at site on due date and

time as per notice. In spite of such notice, the Contractor remains absent at site on

such due date, the Bank’s Engineer will take measurements of completed part of the

work unilaterally, which will be binding on the Contractor and the balance work will be

got carried out by the Bank through any agency at the entire risk and cost of the

Contractor.

24. All the materials required for execution of work must be got approved by the Bank

before they are brought to site and before actually put on use. Where specific makes

are indicated for certain equipment, no other makes shall be accepted. A letter

mentioning the make of materials intended to be used may be submitted in advance

along with samples for getting our prior approvals. All facilities for prior inspection of

materials and subsequent inspection of work by representatives of the Bank/other

authorized agency must be made available, at the cost of Contractor. Any material

brought without such prior approval shall be entirely at the risk and cost of the

Contractor. It shall be responsibility of Contractor for procurement of all materials /

equipment etc. Delay due to non-availability of any material/ equipment will not be

entertained. If the Contractor brings defective/ sub-standard materials at site, it shall

be the responsibility of the Contractor for the removal and disposal of the same at his

cost. The Bank shall not entertain any claim from the Contractor on this account. In

case the Contractor fails to remove, such materials within 7 days after issue of notice

in writing to the Contractor, the Bank reserves the right to dispose of such materials

at the entire risk and cost of the Contractor.

Page 10 of 41

25. The Bank shall have the exclusive right of rejecting items of works with bad

workmanship, notice of which will be given to the Contractor during execution of the

job. If the Contractor fails to rectify or improve the level of workmanship to the

acceptable standards, suitable recovery as assessed by the Bank shall be made for

those items of works and the decision of the Bank in this regard shall be final. No

requests/claims whatsoever shall be entertained in this matter under any

circumstances.

26. The Contractor shall dispose of / remove all surplus / demolished materials from the

premises at his own expenditure, irrespective of lead and mode of transportation

involved.

27. Any damage caused to the existing work / facilities while carrying out the work shall

be made good by the Contractor at his own risk and cost to the entire satisfaction of

the Bank.

28. At any time during the currency of the contract, if the contractor fails to carry out the

work in accordance with the programme schedule and/or in the case of default or

delay in completion of the work within the stipulated period, the Bank shall have the

right to forfeit the EMD/ Security deposit without any notice to the contractor.

29. Permits and licenses required for the execution of the work shall be obtained by the

contractor at his own expenses. However statutory fees paid on behalf of the bank

will be reimbursed against production of the receipts in original.

30. The contractor shall continuously maintain adequate protection of all his work from

damage and shall protect the Bank’s properties from injury or loss arising in

connection with contract. He shall make good any such damage, injury, loss, (except

due to causes beyond his control) and due to his fault or negligence.

31. The contractor shall take all precautions for safety and protections of his employees

on the works and shall comply with all applicable provisions of Govt. and local bodies

safety laws and building codes to prevent accidents, or injuries to persons or property

on, about or adjacent to his place of work.

32. The contractor should take insurance for the men and materials upto handing over of

the entire system to SBI. The contractor is bound to meet the expenses or defense of

any action of legal proceedings that may be brought by any person for injury

sustained owning to neglect of safety precaution and to pay damages and costs

which may be awarded in consequence as per rules in force. It is the responsibility of

the contractor to ensure that workmen engaged in the work should wear safety

appliances.

Page 11 of 41

33. The contractor shall immediately on occurrence of any accident at or about the site or

in connection with the execution of the work report such accident to the bank’s

Engineer in charge. The contractor shall also submit such report immediately to the

competent authority whenever such report is required to be lodged by the law and

take appropriate actions thereof.

34. Successful bidder / contractor shall comply with the provisions of all labour laws &

regulations as applicable to the contractor and his/their workmen and as amended

from time to time without causing or claiming any responsibility or liability thereof to

the bank.

35. All labour , skilled or unskilled shall be provided by the contractor. Settling any

dispute with the labour / subcontractor will be contractor’s responsibility. The workers

engaged for works should have sufficient knowledge and experience in the

respective fields.

36. The contractor shall bring all necessary machinery, equipments, Tools required for

the work at his cost.

37. The contractor shall be responsible for the true and proper setting out of the works

and for the correctness of the position, levels, dimensions, and alignment of all parts

of the works and for the provision of all necessary instruments, appliances and labour

in connection therewith. If at any time during the progress of the work any error shall

appear or arise in the position, level, dimension or alignment of any part of the work,

the contractor on being required to do so by the Bank, shall at his cost rectify such

errors to the satisfaction of the Bank’s Engineer in charge/authorized representative.

38. All statutory requirements are to be followed by Contractor and it the responsibility of

the contractor.

39. The workmanship shall be first class in every respect both for the equipment supplied

and for the installation works carried out.

40. The contractor shall also take all accessories required for the successful completion

of the work even though not specifically mentioned in the tender.

41. Unless otherwise specified, the contractor should provide himself with all tools,

equipments, machineries, accessories and sundry materials required for completion

of the work.

42. Necessary Power shut down, whenever required, should be obtained by the

contractor well in advance, prior to the commencement of the work from the

Competent Authority from the safety angle and avoid electrical hazards and related

accidents.

Page 12 of 41

43. The quoted price should be inclusive of any extra work which is not specifically

mentioned but essential to be done for the successful completion of the project and

all incidental charges, transportation, loading, unloading, spares required for the

successful installation, testing and commissioning of the system except Goods &

Service Tax. The Contractor shall be responsible to pay all statutory levies imposed

by the State and Central Government such as GST. or any other tax applicable

during the tenure of the contract and the rates quoted in the tender shall allow for the

same. No reimbursement, whatsoever, shall be made to the contractors on account

of any taxes or duties or increase in the taxes/ duties by act of any legislation except

in the case of GST . The rates quoted need not include GST. GST will be paid/

reimbursed by Bank subject to conditions mentioned herein.

44. Deduction at source of Income Tax on works contract etc. shall be made by the Bank

as per the provisions prevailing from time to time from the Running Account or Final

Bills and remitted to the concerned Taxation Authorities/ State Government on behalf

of the contractor.

45. Rate quoted is valid and firm till the completion of the contract period.

Escalation/enhancement of rate will not be allowed.

46. The Bank does not bind itself to accept the lowest tender & reserves the right to

reject any or all of the tenders received without assigning any reason thereof. It also

reserves the right to hold negotiations with the lowest Tenderer before accepting the

same. In case of negotiations, the Tenderer should send the confirmation of such

negotiations in writing so as to reach the Bank within 48 hours from the date of

negotiations.

47. No advance payment shall be given. 85% of the total project cost will be released

against complete acceptance of materials and satisfactory installation and

commissioning at site. The balance 15% of the total project cost will be released only

after completion of liaison works and formalities with CEA/Power Distribution

Company/ Electrical Inspectorate etc. Retention amount will be @ 3% of total

contract value and will be deducted from each running bill and 50% of the total

security deposit (ISD plus retention amount) will be retained till the end of defects

liability. Statutory deductions towards Income tax shall be made as specified.

48. The contractor should furnish proof of GST registration.

49. The Contractor has to furnish proof for the following, before release of payment.

PAN

GST registration certificate.

Page 13 of 41

Name of the Account holder, Account Number, Branch Name, IFSC Code of

the Bank Branch

50. Payment will be made directly to the Account furnished by the contractor through

RTGS/NEFT.

51. All tenderers are requested to constantly verify and monitor Bank’s web site at

www.sbi.co.in under ‘Procurement news’ to ensure that Corrigendum to the tender,

if any, are not missed.

Signature & Seal of Contractor: Date:

SAFETY CODES

1. First aid appliances including adequate supply of sterilised dressing and cotton wool shall be kept in a readily accessible place.

2. An injured person shall be taken to a public hospital without loss of time, in cases where

the injury necessitates hospitalization. 3. Suitable and strong scaffolds should be provided for workmen for all works that cannot

safely be done from the ground. 4. No portable single ladder shall be over 8 meters in length. The width between the side

rails shall not be less than 30 cm. (clear) and the distance between two adjacent rungs shall not be more than 30 cm. When a ladder is used an extra mazdoor shall be engaged for holding ladder.

5. The excavated material shall not be placed within 1.5 meters of the edge of the trench or

half of the depth of trench whichever is more. All trenches and excavations shall be provided with necessary fencing and lighting.

6. Every opening in the floor of a building or in a working platform be provided with suitable

means to prevent the fall of persons or materials by providing suitable fencing or railing whose minimum height shall be one metre.

7. No floor, roof or other part of the structure shall be so overloaded with debris or materials

as to render it unsafe. 8. Workers employed on mixing and handling material such as asphalt, cement mortar or

concrete and lime mortar shall be provided with protective footwear and rubber hand-gloves.

9. Those engaged in welding works shall be provided with welder’s protective eyeshields

and gloves. 10. No paint containing lead or lead products shall be used except in the form of paste or

readymade paint. Suitable facemasks should be supplied for use by the workers when

Page 14 of 41

the paint is applied in the form of spray or surface having lead paint dry rubbed and scrapped.

11. Overalls shall be supplied by the Contractor to the painters and adequate facilities shall

be provided to enable the working painters to wash during the periods of cessation of work.

12. Hoisting machines and tackle used in the works, including their attachments, anchorage

and supports shall be in perfect condition. The ropes used in hoisting or lowering material or as a means of suspension shall be of durable quality and adequate strength and free form defects.

The above list shall not be exclusive and the Contractor shall take all possible and required measures for the safety of all the workers.

SECTION-2

GENERAL CONDITIONS OF THE CONTRACT

(a) The Solar Power Plant is proposed to be set up at Collectorate Branch Satara which

is having an open terrace area of apprx more than 1000sq.ft…….. The connected

load of the building is…around 10kw. All site conditions/parameters required for the

design of the SPV plant to be measured at the actual site by the contractor.

(b) Tenders of only those firms who are empanelled by MNRE under Rooftop Grid

Connected Solar PV Programme and qualified for 10kw or above , 3 Phase

category for the state of Maharashtra will be entertained. The Tenderers should

submit a Proof of empanelment from MNRE under Rooftop Grid Connect Solar

PV module along with the technical bid.

(c) A pre-bid meeting will be organized at 3.30 pm on 04.10.2017 at Premises and

Estate Department, SBI LHO Complex, BKC Mumbai. Maximum of two

representatives from eligible agency could attend the meeting with authorisation on

the firm’s official letterhead. The tender documents will be finalized by including the

modification decided if any after pre-bid meeting at bank’s discretion. Corrigendum

if any will be published at Bank’s Corporate website thereafter.

(d) The offer should fully comply to the Technical requirements mentioned in the Tender

document and specifications insisted by MNRE for Rooftop Solar grid connected PV

Plants and any addendum published , thereafter.

(e) Where specific makes are indicated for certain equipment, no other makes shall be

accepted. Annexure-2 gives details regarding acceptable makes for certain identified

items and offers not complying to the same will be rejected. In case makes other than

Page 15 of 41

those indicated else where in this Tender document are quoted for proof of the same

make being accepted by MNRE/SECI to be submitted.

(f) The Technical data as per Annexure-4 has to be filled and submitted along with the

technical bid. Detailed technical brochures /catalog/ test certificates etc of relevant

sub-units of the offered system shall be submitted along with the technical bid.

(g) The wiring and installation shall be done as per the recommended installation

practices and using components as per MNRE/SECI/CPWD Technical

Specifications.

(h) The system shall be installed considering reasonable access and other required

facilities to the appropriate licensee/inspectorate/ for inspection of the equipments

and for maintenance of the equipment, if any, installed by the appropriate licensee in

the premises of the bank, as the case may be .

(i) The price quoted by the bidder shall cover the pre-installation survey and report,

transportation, handling charges, supply, installation, testing and commissioning of a

standard installation as mentioned by MNRE/SECI except GST component .

(j) The Tenderers are requested to conduct a site visit , read the conditions thoroughly

and understand the works in all respect before quoting.

(k) Additional customisation for installation required if any like cabling exceeds 15 metre

(circuit length) each for the DC side (not considering the module interconnection

cables) and AC side for the proposed system ,can be quoted as additional expense

in Sl. no 6 of price bid. However split up amount for each item is to be mentioned in a

separate sheet.

(l) Earthing & Lightning Protection shall be as per cl. 35- Electrical safety, Electrical

Grounding (Earthing) and protection of Section-3, Technical Requirements.

Conventional globe type lightning arrestor with spikes all around the periphery of

reputed make shall be provided for the protection of the system. The PV array

structure, inverter body, and lightning arrestor shall be grounded properly using

maintenance free earthing kit as per IS: 3043-1987.

(m) The scope of work shall include for supply and installation of an integrating type

pyranometer( class II or better) for measuring solar irradiance, with the sensor

mounted in the plane of the PV array and temperature probes/sensors for recording

the ambient and solar panel temperature. All these instruments shall be of reputed

make and should be integrated with the data logging system.

(n) The submission of a tender by tenderer implies that he has made himself aware of all

the above situations and conditions. Any extra claim on this account later will not be

entertained.

Page 16 of 41

(o) The completion of work may entail working in monsoon period/ rainy season also.

The contractor shall take such an eventuality into consideration while quoting for the

work. No extra rate will be admissible for work in monsoon/rainy season.

(p) The scope of work also includes assisting SBI in obtaining clearance for connectivity

from the Distribution Licensee/Electrical inspectorate/, which can be charged as an

additional expense in Sl. no 6 of price bid. All the technical requirements including

documentation for this purpose has to be done by the agency installing the system

(q) The selected agency should co-ordinate the purchase and testing of Energymeters.

Energy meter for recording Solar electricity generated and the two way meter for net

metering has to be purchased from Distribution Licensee after testing or purchased

by the agency and tested in approved labs by Distribution Licensee as required by

the bank. Cost of purchase of energy meters and their testing and additional Charges

for this services if any has to be remitted to the Distribution Licensee/Electrical

inspectorate on behalf of SBI and the same shall be reimbursed by SBI on production

of necessary receipts and documents.

(r) The responsibility for installation of energymeter and conducting pre-commissioning

test lies with the selected agency. The cost or fees if any, for the testing after

completion of installation for establishing connectivity has to be met by the selected

agency which shall be reimbursed on production of receipt..

(s) The successful agency/tenderer should conduct a pre-installation site survey and

submit a feasibility report of the proposed system in the format prescribed and obtain

connectivity clearance from the Distribution Licensee.

(t) Necessary clearance from Distribution Licensee shall be obtained .

(u) All materials/equipments shall be delivered, stored, protected and handled in

accordance with recommended practices listed in manufacturer’s Installation and

Maintenance Manuals to avoid damaging equipment, installed devices and finish.

(v) The whole system supplied and installed should be given warranty for 5 years.

The performance of solar modules supplied should be warranted for 90% of rated

output at the end of 10 years and 80% of the rated output at the end of 25 years. A

warranty agreement for the entire system in non-judicial stamp paper worth Rs. 100

shall be executed by the agency after successful testing and commissioning of the

system, before the release of final payment.

(w) The Warranty Card to be supplied with the system must contain the details of the

system supplied.

(x) Copy of warrantee certificate from manufacturer of module and PCU has to be

submitted as an attachment of the warrantee certificate of the agency.

Page 17 of 41

(y) Supply and replacement of all spares, consumables and parts required for smooth

operation and serviceability of the system shall be the responsibility of the contractor

during this warranty period.

(z) The contractor has to make quarterly visits during the whole system warranty period

of 5 years. Cleaning/ water washing of the panels, tightening of the connections and

complete health checkup of the installation shall be carried out during these visits. A

report on the monthly routine maintenance carried out shall be submitted to Bank’s

Engineer-in charge during these visits. Water connection at the same floor at one

point shall be provided by the Bank.

(aa) Any complaint or service call has to be attended within 48 hours and problems has

to be rectified within 3 days (72 hours) without any extra cost to the Bank during the

warranty period of 5 years.

(bb) The tenderer should have maintenance/after sales service set-up preferably at a

distance of 250kms from the site . List of service centres and contact details of

service persons should be submitted as per Annexure-5.

(cc) The tenderer shall ensure that necessary spares are always available with their

service centers to provide necessary after sales service during the warranty period

and thereafter.

(dd) Product support for 25 years shall be given. Tenderer shall specifically indicate the

product support offered against this tender and submit an undertaking in this regard

as per Annexure-6.

(ee) Drawings indicating the design of Solar Power Generation System proposed along

with designs for structures / foundations for SPV array duly certified / shall be

submitted to the Bank’s Engineer for approval, within 15days of the receipt of work

order.

(ff) Two complete sets of installation manual/user/operation and maintenance manual

shall be supplied after the successful installation and commissioning of the system.

The manual shall include complete system details such as array layout, schematic of

the system, inverter details, working principle etc. Step by step maintenance and

troubleshooting procedures shall be given in the manuals.

(gg) The Contractor shall also arrange for training Bank’s technical staff for working

procedures and systems covering working norms and quality standards and the cost

thereof shall be borne by the Contractor. The training programme shall include but

not limited to the system description, operating procedures, system limitations, on-

site system inspection, operations and maintenance, system troubleshooting, safety

checks and procedures.

Page 18 of 41

(hh) Deviation / Additions if any has to given in a separate sheet & enclosed in a

separate cover marked Cover-III and should be submitted along with the Tender.

Cover-III need to be submitted only if there is any deviation/addition from the Tender

document. Deviations not acceptable to the bank shall have to be withdrawn for

opening the price bid.

(ii) Technical bids (Cover I and Cover III) will be opened first. Price Bid (Cover-II) of

technically qualified vendors only will be opened. Suppliers who do not satisfy the

essential technical specifications will be rejected as per the discretion of the bank.

(jj) A Tender submitted by a firm who is found to be not satisfying the above criteria will

be rejected .

(kk) Sealed quotation is to be submitted to “Assistant General Manager, Premises &

Estate Department, State Bank of India,Synergy 3 rd floor,Local Head Office, C-6, G

Block, Bandra Kurla complex Mumbai-400051 Phone 67514338“, in three separate

sealed covers marked as, (1) “Quotation for grid interactive SPV System”,

“TECHNICAL BID (COVER-I)”, (2) “Quotation for grid interactive SPV System”,

“PRICE BID (COVER-II)” and (3) “Quotation for grid interactive SPV System”,

“DEVIATIONS/ADDITIONS(COVER-III)””before 3pm on 26.09.2017.

Page 19 of 41

SECTION-3

TECHNICAL REQUIREMENTS

DEFINITION

1. The grid connected solar PV power plant shall comprise of solar PV modules with

inbuilt array optimiser or panel MPPT optimiser, intelligent online inverter which feeds

quality AC power to electrical loads taking energy from PV and feeding the excess

generated electricity to the grid of Distribution Licensee through net metering facility.

The connectivity should be as per CEA (Technical Standards for connectivity of the

distributed generation resources) Regulations, 2013 and MERC (Grid Interactive

Distributed Solar Energy Systems) Regulations, 2014 and amendments thereof if

any.

DUTY CYCLE

2. The system should be capable for operating during day time based on the availability

of sunlight throughout the year.

STANDARDS AND CODES OF PRACTICE

3. The connectivity should be as per (Technical Standards for connectivity of the

Distributed generation resources) Regulation, 2013.

4. MERC (Grid Interactive Distributed Solar Energy Systems) Regulations, 2014.

5. CEA Regulation 2010 has to be followed Safety and Electricity Supply.

6. Metering should be as per CEA regulation 2006.

7. Any amendments thereof will also be applicable.

CONNECTIVITY

8. The system should be connected to the mains - Three phase -through an energy

meter to record the electricity generated from solar power plant. The consumer meter

has to be substituted with a net/export-import meter tested and approved by

competent authority approved by the Distribution Licensee .

SPV MODULES

9. Only indigenous SPV modules are allowed to be used. Imported modules do not

qualify for this programme. The test certificate shall be as per the new

Page 20 of 41

format/procedure by MNRE. The PV modules must be tested and approved by an

IEC approved test centre or one of the MNRE authorised test centres for IEC/ IS

certification. Test certificates can also be from any of the NABL/ BIS accredited

Testing / Calibration Laboratories.

10. The solar PV module should have IEC 61215 / IS14286 qualification certification.

11. In addition, the module must conform to IEC 61730 part-1 requirements for

construction & Part-2 requirements for testing for safety qualification.

12. Test certificate of STC performance of the module should be submitted along

relevant IEC qualifications.

13. PV modules must also qualify salt mist corrosion testing as per IEC 61701/IS61701.

14. The PV modules(s) shall contain crystalline silicon solar cells.

15. PV modules of capacity 250Wp or higher capacity should be used.

16. Shading correction / bypass for optimizing array output is to be incorporated and

shading optimization to be provided.

17. Each PV module used in any solar power project must use a RF identification tag

(RFID), which must contain the following information. The RFID should be inside the

module laminate.( This is as per MNRE guideline- if MNRE extended the date of

adherence it will be made applicable)

1 i. Name of the manufacturer of PV Module

2 ii. Name of the manufacturer of Solar cells

3 iii. Month and year of the manufacture (separately for solar cells and

module)

4 iv. Country of origin (separately for solar cell and module)

5 v. I-V curve for the module

6 vi. Peak Wattage, Im, Vm and FF for the module

7 vii. Unique Serial No. and Model No. of the module

8 viii. Date and year of obtaining IEC PV module qualification certificate

9 ix. Name of the test lab issuing IEC certificate

10 x. Other relevant information on traceability of solar cells and module as

per ISO 9000 series.

18. In additional to the above following details should be provided on the module as

visible to the inspecting person.

11 1. Name and address of manufacturer

12 2. Make, model and Serial No

13 3. Month and Year of manufacture

Page 21 of 41

14 4. Rated Power at STC

15 5. Vmp,Imp,Voc & Isc

19. Details of the scheme shall be provided on the PV module, and also on display

boards placed near the PV array and the inverter.

20. The power output of the module array under STC should be a minimum as per the

requirement .

21. PV modules used in solar power plants/ systems must be warranted for their output

peak watt capacity, which should not be less than 90% at the end of 12 years and

80% at the end of 25 years.

POWER CONDITIONING UNIT

22. Technical data sheet of the PCU (inverter) indicating operating modes, protection,

efficiency etc. should be provided by the bidder.

23. Technical Specification:

Output voltage

3 phase, 415 VAC Inverter/ PCU should be capable of synchronising with grid voltage between 110% and 80% of the rated output. Beyond this system has to stop generating.

Over voltage/under voltage trip When voltage reaches above 110% or below 80% respectively, with clearing time up to two seconds for reconnection.

Frequency 50 Hz. Inverter/PCU should be capable to synchronise with grid for a variation of frequency between 50.5 Hz and 47.5 Hz. Beyond this system has to stop generating.

Over and under frequency Trip High frequency at 50.5 Hz and low Frequency at 47.5 Hz clearing time up to 0.2 seconds

Continuous rating Rated capacity of the configuration

Nominal Power Rated Power should not be less than the rated capacity of the SPV array at STC

Standard conformation 1. IEC 61683 / IS 61683 (Efficiency 95% and above)-Efficiency 2. IEC 60068-2 (1, 2, 14, 30) / Equivalent BIS Std-

environment testing

Page 22 of 41

3. IEC 62116 - islanding prevention measures for utlity-interconnected photovoltaic inverters.

4. Compliance to CEA (Distributed generation) regulation, 2013, 5. IEC 61727 for utility interface

Total Harmonic Distortion Less than 5%

Operating temperature - 5° to 60°C

Housing cabinet PCU to be housed in suitable switch cabinet, IP 21 (Indoor)/ IP 54 (Outdoor)

PCU efficiency 95% and above at full load,

Power Control MPPT

Harmonic current injections Shall not exceed the limits specified in IEEE 519

Direct Current injection Less than 0.5% of the full rated output at the interconnection point.

Flicker Should be within the limits specified in IEC 61000

Synchronisation Automatic (built in to the inverter)

Hysteresis required for re -energizing

Sixty seconds at stabilised condition

Page 23 of 41

Power factor The PCU Power factor at the point of Distribution Licensee service connection shall be 0.95 lagging or leading when operating at above 25 percent of the rated output

Maximum time for cease to Energise in the case of formation of an unintended Island

2 Seconds

24. Generation data and other important parameters should be accessible through web-

based remote monitoring communication link.

25. The PCU shall be capable of operating in parallel with the grid Distribution Licensee

service and shall be capable of interrupting line-to-line fault currents and line-to-

ground fault currents.

26. The PCU shall go to the shutdown/ standby mode with its contacts open before

attempting an automatic restart after an appropriate time delay in insufficient solar

power output.

27. Full protection against accidental open circuit, reverse polarity and AC /DC bus short

circuit shall be provided.

28. The PCU shall not produce Electromagnetic interference (EMI) which may cause

malfunctioning of electronic and electrical instruments including communication

equipment, which are located within the facility in which the PCU is housed.

29. The PCU shall have an appropriate display on the front panel to display the

instantaneous AC power output and the DC voltage, current and power input. Each of

these measurement displays shall have an accuracy of 1 percent of full scale or

better. The display shall be visible from outside the PCU enclosure. Operational

status of the PCU, alarms, trouble indicators and AC and DC disconnect switch

positions shall also be communicated by appropriate messages or indicator lights on

the front of the PCU enclosure.

30. The inverter enclosure shall be weatherproof and capable of surviving climatic

changes and should keep the inverter intact under all conditions in the room where it

will be housed. The inverter shall be located indoor and should be either wall/ pad

mounted. Moisture condensation and entry of rodents and insects shall be prevented

in the inverter enclosure. Components and circuit boards mounted inside the

enclosures shall be clearly identified with appropriate permanent designations.

31. All doors, covers, panels and cable exists shall be provided with gasket or otherwise

designated to limit the entry of dust and moisture.

Page 24 of 41

32. All doors shall be equipped with locks. All openings shall be provided with grills or

screens with openings not larger than 0.95 cm.

33. The Junction boxes, enclosures for inverters/ Charge controllers should meet general

requirements as per IP 54 (for outdoor)/ IP 21 (for indoor) as per IEC 529

34. Components and circuit boards mounted inside the enclosures shall be clearly

identified with appropriate permanent designations, which shall also serve to identify

the items on the supplied drawings.

35. Electrical safety, Electrical Grounding (Earthing) and protection

a) The system should have MOV type of arrestors for higher withstand of

continuous PV-DC voltage during earth fault condition. SPD shall have safe

disconnection and short circuit interruption arrangements.

b) Lightning protection should be provided by using metal oxide arrestors as per

IEC 62305 and suitable earthing such that induced transients find an alternate

route to earth.

c) In addition, a conventional globe type lightning arrestor with spikes all

around the periphery shall be provided at the top of the building for the

protection of the entire system. Lightning rod shall be made of copper and

connected to earthing station through 25 x 3 GI strips

d) In built protection for internal faults including excess temperature,

commutation failure, and overload and cooling fan failure (if fitted) is

obligatory.

e) Fast acting semiconductor type current limiting fuses at the main bus bar to

protect from the grid short circuit contribution.

f) All the Electrical Grounding (earthing) should be as per IS 3043.

Maintenance free Chemical earthing kits with 80mm dia electrode of

approx 3m length shall be used for the same. A total of four earthing stations

need to be constructed. All structures of 30 kWp SPV array shall be

interconnected and finally connected to two dedicated earth pits using 25 x3

mm GI flat. String inverter body and power earthing has to be connected to

one dedicated earth pit. Lightning arrestor shall be connected to the fourth pit

using 25 x 3 GI flat.

g) Installation of the Maintenance Free Earth Electrode after drilling / digging pit,

refilling, providing earth pit chamber with bricks / RCC, cover etc is also under

contractor’s scope.

36. A manually operated isolating switch between the distributed generation resource

and the electricity system, which shall meet following requirements:

Page 25 of 41

a) Allow visible verification that separation has been accomplished;

b) Include indicators to clearly show open and closed positions;

c) Be capable of being reached quickly and conveniently twenty four hours a

day by licensee's personnel without requiring clearance from the applicant;

d) Be capable of being locked in the open position;

e) May not be rated for load break nor may have feature of over-current

protection;

f) Be located at a height of at least 2.44 m above the ground level.

37. Factory Testing /Demonstration

a) The PCU shall be tested to demonstrate operation of its control system and

the ability to be automatically synchronized and connected in parallel with a

Distribution Licensee service.

b) Distribution Licensee service interface protection circuits and functions,

including calibration and functional trip tests of faults and isolation protection

equipment.

c) Operation of start-up, disconnect and shutdown controls shall also be tested

and demonstrate. Stable operation of the PCU and response to control

signals shall also be tested and demonstrated.

DISTRIBUTION BOARDS

38. AC Distribution Panel Board (DPB) shall control the AC power from inverter and

should have necessary surge arrestors.

39. Switches/ Circuits Breakers/ Connectors should meet general requirements and

safety requirements as per IEC 60447 Part I,II &III, IS 60947 Part I, II, III and EN

50521 for AC/DC

CABLING

40. Cabling practice: Cable connections must be made using PVC insulated copper

cables, as per BIS specifications. All cable connections must be made using suitable

terminations for effective contact. Compliance certification as the standard IEC 60227

/ IS 694, IEC 60502 / IS 1554 (Pt. I & II) has to be submitted.

41. PVC insulated copper cables with current rating suitable for AC and DC as per

National Electrical Code.

42. Electrical power cables/wires used shall not have any joints and shall be properly

rated.

Page 26 of 41

43. Cabling on DC side of the system shall be as short as possible to minimize the

voltage drop in the wiring. The size of the cables between array interconnections,

array to junction boxes, junction boxes to PCU etc shall be so selected to keep the

voltage drop and losses to the minimum.

44. Minimum size of cable connecting to the ACDB/SFU shall be 4 x 16 sq.mm PVC

insulated, Cu.

45. All cables out side of terminal/ panels/ enclosures shall be protected by conduits.

46. Cables must be run in UV stabilised PVC conduits in GL trays with covers for

protection.

47. Cables shall be provided with dry type compression glands wherever they enter

junction boxes, panels, enclosures.

48. Cable Marking: All cable/wires are to be marked in proper manner by good quality

ferule or by other means so that the cable can be easily identified.

Mechanical Components – Array Support Structure

49. Structural material shall be corrosion resistant and electrolytically compatible with the

materials used in the module frame, its fasteners, nuts and bolts. Galvanizing should

meet ASTM A-123 hot dipped galvanizing or equivalent, which provides atleast

spraying thickness of 70 microns on steel as per IS 5905, if steel frame is used.

Aluminium frame structures with adequate strength can also be used.

50. Structures shall be supplied complete with all members to be compatible for allowing

easy installation at the site.

51. The structures shall be designed to allow easy replacement of any module.

52. Each structure shall have its angle of inclination to the horizontal as per the site

conditions. Solar module should be inclined towards south direction and installed at

an angle of 10-15° from the horizontal.

53. Each panel frame structure shall be so fabricated as to be fixed on the rooftop

column/ wall structures. The structure should be capable of withstanding a wind load

of 150-160 km/hr after grouting & installation. The lower end of the solar array must

be above the rooftop. Grouting material for SPV structures shall be as per M15

(1:2:4) concrete specification.

54. The structures shall be designed for simple mechanical and electrical installation.

55. The array structure shall support SPV modules at a given orientation and absorb and

transfer the mechanical loads to the rooftop column properly. All nuts and bolts shall

be of very good quality stainless steel.

Page 27 of 41

Warranty

56. 5 years warranty for the entire system should be provided by the supplier as per the

conditions of the contract.

57. The Warranty Card to be supplied with the system must contain the details of the

system supplied, as per format to be prescribed by ANERT. Copy of warrantee

certificate from manufacturer of module and PCU has to be given to the beneficiary

as an attachment of the warrantee certificate of the empanelled agency

58. PV modules used in solar power plants/ systems must be warranted for their output

peak watt capacity, which should not be less than 90% at the end of 12 years and 80

% at the end of 25 years

INSTALLATION DETAILS

59. All the electrical installation shall be certified by a competent licensee of the Electrical

Inspectorate.

60. The supplier shall agree to provide installation details of the PV modules and the

support structures with appropriate diagrams and drawings. Such details shall

include, but not limited to, the following,

a) Determination of true south at the site

b) Array tilt angle to the horizontal, with permitted tolerance

c) Details with drawings for fixing the modules

d) Details with drawings for fixing the junction/ terminal boxes

e) Interconnection details inside the junction/ terminal boxes

f) Structure installation details and drawings

g) Electrical grounding (earthing as per BIS specifications)

h) Inter-panel/ Inter-row distances with allowed tolerances; and

i) Safety precautions to be taken

Connectivity & Clearance from Distribution Licensee

61. The energy meter for recording Solar electricity generated and the two way meter for

net metering has to be got tested from the authorised meter testing facility of the

Distribution Licensee before installation. This may be either supplied by Distribution

Licensee after testing or purchased by supplier and tested in approved labs by

Distribution Licensee.

Page 28 of 41

62. Before establishing connectivity with grid the system has to be tested in the presence

of the representative of the Distribution Licensee by the authorised testing agency

and clearance has to be obtained. The responsibility for conducting pre-

commissioning test lies with the empanelled agency installed the system. The cost or

fees if any, for the testing after completion of installation for establishing connectivity

has to be met by the empanelled agency which shall be reimbursed onproduction of

proof..

Operation Manual

63. The following minimum details must be provided in the Operation, Instruction and

Maintenance Manual,:

About Photovoltaic

About solar power plant – its components and expected performance.

About PV module

About PCU

DO’s and DON’T’s

Clear instructions on regular maintenance and trouble shooting of solar power plant

Name and address of the contact person in case of non-functionality of the solar

power plant.

Minimum Technical requirements summary

Sl No.

System Component Capacity/ rating Minimum Technical Compliance

1.

Solar panel As per the rating of system selected

IEC 61215 / IS14286; IEC 61730 Part 1 & II; IEC 61701

2.

Power conditioning Unit As per the rating of system selected

IEC 61683 / IS 61683 (Efficiency 95% and above) IEC 60068-2 (1, 2, 14, 30) / Equivalent BIS Std. IEC 62116 –for islanding prevention Compliance to CEA (Distributed generation) regulation, 2013, IEC 61727 for utility interface

3.

Cables For 15m wiring length AC & DC SIDE

IEC 60227 / IS 694 IEC 60502 / IS 1554 (Pt. I & II)

4.

Switches/ Circuit Breakers/ Connectors

As required IEC 60947 part I,II, III / IS 60947 Part I,II,III EN 50521

5.

Junction Boxes/Enclosures for Inverters/ Charge Controllers

As required IP 54 (for outdoor)/ IP 21(for indoor) as per IEC 529

Page 29 of 41

6.

Energy Meter for Recording Solar Electricity Generated

As per CEA regulations

7.

Two way meter for Distribution Licensee grid connection

As per CEA regulations or as per local distribution licensees requirement.

8.

Electrical Grounding (Earthing) Module array and the PCU

As per IS 3043

1 Annexure I

2 Details of Similar or higher capacity works carried out :

Sl No Name of Institution Description of

work with total

contract

amount

Name ,full official

address ,contact

number of authorized

person in the institution

Date of award of

work and date of

completion (Pls

enclose completion

certificate of the

client)

1

2

3

4

5

Date: Place: Name, Signature and Seal of the Contractor.

Page 30 of 41

Annexure-2

LIST OF APPROVED MAKE

PV MODULE

SHARP/ BHEL / EMMVEE / TATA – BP or

equivalent specified by MNRE/SECI/CPWD

PCU/INVERTER

SMA/ SCHNEIDER/ ABB/ BHEL or equivalent

specified by MNRE/SECI/CPWD

CABLE (DC)

LAPP / TKD / HELLUKABEL or equivalent

specified by MNRE/SECI/CPWD

CABLE (AC)

V-GUARD/ GLOSTER/ FINOLEX/RALLISON or

equivalent specified by MNRE/SECI/CPWD

JUNCTION BOX

HENSEL / SPELSBERG or equivalent specified

by MNRE/SECI/CPWD

LT SWITCHGEARS

LEGRAND / L&T / SCHNEIDER/ SIEMENS/ GE /

C&S or equivalent specified by MNRE/SECI/CPWD

Date: Place: Name, Signature and Seal of the Contractor.

Page 31 of 41

Annexure-3

ELIGIBILITY CRITERIA :

Sl. No. Required Specifications Confirmation by

the tenderer

1. Proof of empanelment from MNRE under Rooftop Grid Connect Solar Programme enclosed.

YES / NO

2. Warranty clause as demanded is acceptable YES / NO

3. EMD of Rs. 10000/- as specified in tender document is enclosed

YES / NO

4. Do all makes offered comply to the list of acceptable makes as per Annexure-2

YES / NO

5. Detailed technical brochures /catalog/ test certificates etc of relevant sub-units are submitted along with the technical bid.

YES / NO

6. All pages are signed and sealed after duly filling up YES / NO

7. Willingness to comply with Workmens Compensation act and the insurance coverage as mentioned in Tender document

YES / NO

8. Own office & Service facilities within the same district or 250kms from site

YES / NO

Date: Place: Name, Signature and Seal of the Contractor.

Page 32 of 41

Annexure-4

SCHEDULE OF TECHNICAL DATA TO BE FUNISHED BY THE CONTRACTOR A).

SPV MODULE

i) Manufacture’s Name & Address

ii) Type of Modules with cat. Reference

Iii) Design of module at standard test condition

a) Peak power watt

b) Peak power voltage

c) Peak power current

d) Open circuit voltage

iv) No. of SPV Modules proposed to achieve minimum 8KWp DC power

v) Short circuit current of PV module (Amp.)

vi) Open circuit voltage of PV Module (V)

vii) Max. power rating of one PV Module (KWp) (not less than 250Wp )

viii) Photo electrical conversion efficiency of SPV module ( not less than 14% )

ix) Fill factor of the SPV module (> 0.70)

x) Designated life of the SPV modules

xi) Overall dimensions (in mm)

xii)Weight

xiii)Frame materials

xiv) Reference of Standards / approval, if any

xv) Life of SPV Module (Years of Operation)

PV ARRAY CAPACITY

i) Number of Module in series in each array

ii)Peak power rating of one array

Iii) Number of array considered to achieve the specified output

Page 33 of 41

MODULE MOUNTING STRUCTURE

i)Type of structure and its materials used in frame and accessories

ii) Type of mounting structures (Fixed or any other type)

iii) Overall dimensions

iv) Type of mounting

v) Surface azimuth angle of PV Modules (east west orientation of the array in degrees)

vi) Tilt angle (Slope) of PV module

Vii) Confirm structure & module frame shall be designed at wind speed 150 km/hr.

POWER CONDITIONING UNIT/INVERTER

i) Manufacturer’s name & address

ii) Type of PCU (Centralized or string type)

Iii) Number of units proposed

iv) Rated capacity of each PCU

v) Input DC Voltage range

vi)Output voltage

vii) Frequency

viii) Minimum efficiency at full load

ix) Location (outdoor/indoor)

x) Output wave shape

xi) Dimensions in mm

xii) IP protection level

xiii) Type of cooling required

xiv) Type of mounting

xv) Suitability for specified Ambient Temp. range & Humidity at _____________

xvi) Type of Protection provided

Page 34 of 41

xvii) Over Load Condition

xviii) Short Circuit Protection

xix) Low/High Voltage Protection

xx) Power Electronic Component Protection Yes/No

METERING

i) Make and Class of of pyranometer

ii) Make of ambient temperature sensor

iii) Make of module temperature sensor

B). MAKE OF ITEMS QUOTED BY THE BIDDER

PV MODULE

PCU/INVERTER

CABLE (DC)

CABLE (AC)

JUNCTION BOX

LT SWITCHGEARS

Date: Place: Name, Signature and Seal of the Contractor.

Page 35 of 41

Annexure-5

I. DETAILS OF MANUFACTURER, AUTHORIZED DEALER & SERVICING CENTRE:

1 Manufacture’s name and address.

2 List of Service centres

3 Name, address and telephone Number of own office & authorized service centres/service persons.

Date: Place: Name, Signature and Seal of the Contractor.

Page 36 of 41

Annexure-6

Format for undertaking for product & maintenance support (To be submitted by the tenderer)

NAME OF WORK: Design, Supply, Installation, Testing and Commissioning of grid interactive …10…KWp Solar PV System for SBI , Collectorate Branch Satara. Pursuant to a contract awarded by State Bank of India for the full scope of work as contained

under the tender document for the above mentioned work or part thereof, we

…………………………..

…………………………………………………………………………………………………(full

name of the firm with address), hereby undertake the complete responsibility for providing

full product support and also maintenance support for the entire period of the designed life of

the equipments so supplied and installed by us, promptly and expeditiously.

Further, in case any of the component(s), materials or parts used in the system so provided

goes out of production, then we will make available the blue prints, drawings of the spare

parts and specifications of materials at no cost to the SBI, as and when required in

connection with the equipment to enable SBI to procure spare parts from other sources if

required.

Yours faithfully, (Signature of the Contractor / Firm with Company’s Seal)

Date: Place: Name, Signature and Seal of the Contractor.

Page 37 of 41

Annexure-7

FORM OF AGREEMENT

ARTICLES OF AGREEMENT made at this the…………….day of the month of …………..………in the year…………….… BETWEEN M/s… ……………………………………………………………………………………………………………………………… in the state of Maharashtra hereinafter referred to as the ‘Contractor’ (which expression shall unless it be repugnant to the context or meaning thereof be deemed to mean and include for the time being and from time to time of the said Contractor, the survivor or survivors of them, their respective heirs, executors and administrators of the last survivor heirs, his or her assigns) of the one part and State Bank of India, a Bank constituted under the State Bank of India Act 1955,having its Corporate Office at Madame cama Road, Mumbai and Local Head Office at C-6, G Block Bandra-Kurla complex , hereinafter called `SBI’ or `Bank’ or `Employer’ (which expression shall unless it be repugnant to the context or meaning thereof be deemed to mean and include its successors and assignees) of the other part .

WHEREAS the Bank is desirous of carrying out Design, Supply, Installation,

Testing and Commissioning of 10.kwp Grid Connected SPV System at

Collectorate Branch, Satara of State Bank of India, as per schedule to the

agreement and has caused drawings, bill of quantities and specifications showing

and describing the works to be done, to be prepared by the employer

AND WHEREAS the said drawing numbered Nil the bills of quantities and

specifications as per MNRE/SECI/ C.P.W.D specifications/ The Indian Standard

Specification have been signed by or on behalf of the parties hereto.

AND WHEREAS the Contractor has agreed to execute upon and subject to the conditions set forth in the said schedule hereto attached (hereinafter referred to as the said Conditions) the work shown upon the said drawings and described in the said specifications and indicated in the said bills of quantities for the sum of Rs. ……………………….(Rupees…………………………………………………………………… Only) (hereinafter called the Contract sum).

NOW IT IS HEREBY AGREED AS FOLLOWS:

1. In consideration of the said sum of Rs. ………………………(Rupees ……………………………………………..……………….. Only) to be paid at the time and in the manner set forth in the said condition, execute and complete the works shown upon the said drawings and described in the said specification and bill of quantities.

2. The Bank will pay to the contractor the said sum of Rs. ……………….. (Rupees ………………………………………………………………………………. Only) or such other sum as shall be payable hereunder at the time and in the manner specified in the said condition.

3. The term ‘Architect’ in the said conditions shall mean NIL or in the event of their ceasing to be Architects for the purpose by the Employer, not being a person to whom the contractor shall object for reason considered to be sufficient by the Architect provided always that no person subsequently appointed to be Architect under the contract shall be entitled to disregard or

Page 38 of 41

over-rule any decision or approval direction or expressed by the Architect for the time being.

4. The said conditions, general specifications, specifications and priced bills of quantities shall be read and construed as forming part of the agreement and the parties hereto will respectively abide by and submit themselves to the conditions and stipulation and perform their agreements on their parts respectively in such conditions, specification and priced bills of quantities contained.

SCHEDULE:

1. State Bank of India Tender document inviting competitive tenders

2. Letter reference ………………… of …………………………….submitting their tender.

3. Bills of quantities.

4. Letter No ………………………………………………… of the employer addressed to the contractor accepting offer.

5. Scheme No. - ……………………………………………………………….

As witness our hand the day and year first above written.

Signature of the said Employer

In the presence of

1.

2.

Signed by the said Contractor

In the presence of

1.

2.

Page 39 of 41

SECTION-4

PRICE BID – [COVER-II]

…. KWp Grid connected Solar Photo Voltaic Power Plant

Sl No Description Quantity Rate

Amount

1

Design, Supply, Installation,Testing and Commisioning of 10 kWp Grid connected SPV Solar system and accessories as per the attached Technical Specifications (without subsidy).

1 Set

Rate in words:

2

Supply and installation of Maintenance Free chemical earthing kits and all other accessories required including 25 x 3 mm GI strip for inter connecting the system to various earth pits as per cl.(n) of General conditions of the contract.

4 Set

Rate in words:

3

Supply and installation of globe type lightning arrestor and interconnecting the system to dedicated earth pit using 25 x 3mm GI strip as per cl.(n) of General Conditions of the

1 Set

Page 40 of 41

contract .

Rate in words:

4

Supply and installation of integrating type pyranometer and temperature sensors as per cl. (o) of General Conditions of the contract.

1 Set

Rate in words:

5

Charges for assisting in obtaining connectivity clearance from the Distribution Licensee , Electrical Inspectorate and any other government /statutory agencies as per cl (q),(r) &(s) of General Conditions of the contract and all liaison works for the successful completion of the project.

Lumpsum

Rate in words:

6

Charges for additional customization required at site as per cl.(l) & (m) of General conditions of the Contract. (The bidder has to quote item wise split up for additional items/equipments required in separate sheet in

Lumpsum

Page 41 of 41

the same format)

Rate in words:

7

Any other charges (pl. specify in detail)

Rate in words:

Total Project Cost (1+2+3+4+5+6+7)

Total Project Cost in Words Rupees………………………………………………………….……………………………………………Only. Note:

The price quoted should be inclusive of the cost of meeting warranty requirements as

per the warranty conditions of this project.

The quoted price should be inclusive all incidental charges, transportation, loading,

unloading, spares required for the successful installation, testing and commissioning of

the system except GST .

The evaluation & comparison of responsive bids shall be done on the basis of TOTAL

PROJECT COST.

Date: Place: Name, Signature and Seal of the Contractor.