51
International Institute of Information Technology Naya Raipur – 492002 OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT IIIT-NR INVITATION OF BIDS FOR 200Kva ROOF TOP SOLAR PV PLANT AT IIIT NR OPEN TENDER ENQUIRY No IIITNR/PO/SPP/2017/ DATED 09 Jan 2017 1. Refer to the EOI called by IIIT-NR and opened on 10/11/2016 for Roof top solar PV plant ,Bids in sealed cover are invited for supply, installation,Commisioning,Maintenance and Operation of items listed in Part III of this TENDER. Please super scribe the above mentioned Title, TENDER number and date of opening of the bids on the sealed cover to avoid the bid being declared invalid. 2. The address and contact numbers for sending bids or seeking clarifications regarding this TENDER are given below – Bids/queries to be addressed to: Purchase officer,IIIT-Naya Raipur Postal address for sending the bids: IIIT-Naya Raipur, Plot no 7 ,Sector-24,Naya Raipur-492002 Name/designation of the contact personnel:R K MISHRA EO Telephone numbers of the contact personnel: 07712474036 E-mail ID's of contact personnel: [email protected] 3. This TENDER is divided into five Parts as follows:- (a) Part I. Contains general information and instructions for the Bidders about the TENDER such as the time, place of submission and Opening of tenders, validity period of tenders, Eligibility, etc. (b) Part II. Contains essential details of the items/services required, such as the schedule of requirements (SOR), Technical specifications, delivery period, mode of delivery and consignee details. (c) Part III. Contains standard conditions of TENDER, which will form part of the contract with the successful Bidder. (d) Part IV. Contains special conditions applicable to this TENDER and which will also form part of the contract with the successful Bidder. (e) Part V. Contains evaluation criteria and format for Price 4. This TENDER is being issued with no financial commitment and the buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the TENDER, should it become necessary at any stage. 5. No tender document shall be sold by the institute. Prospective bidder may download the tender paper from the institute website and submit the bid in the institute in due time &date as mentioned in the tender document. Purchase Officer IIIT-NR

OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

  • Upload
    vohanh

  • View
    214

  • Download
    0

Embed Size (px)

Citation preview

Page 1: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

International Institute of Information Technology Naya Raipur – 492002

OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT IIIT-NR INVITATION OF BIDS FOR 200Kva ROOF TOP SOLAR PV PLANT AT IIIT NR

OPEN TENDER ENQUIRY No IIITNR/PO/SPP/2017/ DATED 09 Jan

2017

1. Refer to the EOI called by IIIT-NR and opened on 10/11/2016

for Roof top solar PV plant ,Bids in sealed cover are invited

for supply, installation,Commisioning,Maintenance and Operation

of items listed in Part III of this TENDER. Please super scribe

the above mentioned Title, TENDER number and date of opening of

the bids on the sealed cover to avoid the bid being declared

invalid. 2. The address and contact numbers for sending bids or seeking clarifications regarding this TENDER are given below –

Bids/queries to be addressed to: Purchase officer,IIIT-Naya Raipur

Postal address for sending the bids: IIIT-Naya Raipur, Plot no 7

,Sector-24,Naya Raipur-492002

Name/designation of the contact personnel:R K MISHRA EO Telephone numbers of the contact personnel: 07712474036

E-mail ID's of contact personnel: [email protected]

3. This TENDER is divided into five Parts as follows:- (a) Part I. Contains general information and instructions for the Bidders about the TENDER such as the time, place of submission and Opening of tenders, validity period of tenders, Eligibility, etc. (b) Part II. Contains essential details of the items/services

required, such as the schedule of requirements (SOR), Technical specifications, delivery period, mode of delivery and consignee

details. (c) Part III. Contains standard conditions of TENDER, which will

form part of the contract with the successful Bidder. (d) Part IV. Contains special conditions applicable to this TENDER and which will also form part of the contract with the successful Bidder.

(e) Part V. Contains evaluation criteria and format for Price

4. This TENDER is being issued with no financial commitment

and the buyer reserves the right to change or vary any part

thereof at any stage. Buyer also reserves the right to withdraw

the TENDER, should it become necessary at any stage.

5. No tender document shall be sold by the institute. Prospective bidder may download the tender paper from the

institute website and submit the bid in the institute in due

time &date as mentioned in the tender document.

Purchase Officer IIIT-NR

Page 2: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Part I: General Information

1. Last Date and Time for Depositing the Bids 30 Jan 2017 By 14:30. The sealed bids (both technical and commercial) should be

deposited/reach by the due date and time. The responsibility to

ensure this lies with the bidder.

2. Pre Bid Meeting:- Pre Bid meeting is scheduled on 24 Jan

2017 at 1400 Hrs in IIIT-NR Board room

3. Manner of Depositing the Bids. The Technical and the Financial

Bid of the Tender should be covered in a separate sealed cover super

scribing the wordings ―Technical Bid‖& ‗Financial Bid‖. The Technical and Commercial offer should be submitted on the due dates on the

FIRM‘s letter head in a separate sealed envelope clearly marked

“QUOTATION FOR 200KVA ROOF TOP SOLAR PV PLANT AT IIIT-NR”. Sealed

bid should be dropped in the Tender Box marked as IIIT-NR. Cost of

Tender Document will be Rs 5000/-(non refundable) in the form of a

DD/ Banker cheque (not personal cheque) in favour of IIIT NAYA

RAIPUR Payable at Raipur and the same is to be submitted along

with the Technical bid. 3. Time and Date for Opening of Bids 30 Jan 2017 By 15:00 Hrs. (If due to any exigency, the due date for opening of the Bids is

declared a closed holiday, the Bids will be opened on the next

working day at the same time or on any other day/time, as

intimated by the Buyer). 4. Location of the Tender Box. IIITNR-Naya Raipur Chamber of

Estate Officer 5. Place of Opening of the Bids. IIITNR (Naya Raipur) The bidders may depute their representatives, duly authorized in

writing, to attend the opening of Bids on the due date and time.

Rates and important commercial/technical clauses quoted by all

Bidders will be read out in the presence of the representatives of

all the Bidders after the commercial bid is opened. This event

will not be postponed due to non-presence of your representative.

6. Two-Bid System. Technical Bid would be opened and the tenders found eligible will go for opening of Commercial Bid on the same day or the day as decided by the competent authority and Ineligible tenders commercial bids will not be opened.

7. Clarification Regarding Contents of the TENDER. A prospective

bidder who requires clarification regarding the contents of the

bidding documents shall notify to the Buyer in writing about the

clarifications sought not later than 24 Jan 2017 (06 days prior to

the date of opening of the Bids).Clarification if any shall be

notified on the IIIT-NR website in the form of Corrigendum and no

separate paper publication shall be made. Bidders are advised to

be in constant touch with institute website.

(a) Rejection of Bids. Canvassing by the Bidder in any form,

Page 3: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

unsolicited letter and post-tender correction may invoke summary

rejection with forfeiture of EMD. Conditional tenders will be

rejected.

(b) Validity of Bids. The Bids should remain valid till 90 days

from the date of opening of the commercial bid.

(c) Earnest Money Deposit. Bidders are required to submit Earnest Money Deposit (EMD) for amount of Rs. 500000.00(Five Lakh rupees) along with their bids. The EMD may be submitted in the form of an Account Payee Demand Draft in favour of IIIT, Naya Raipur Payable

at Raipur, EMD is to remain valid for a period of 90 days. EMD of

the unsuccessful bidders will be returned to them at the earliest.

The Bid Security of the successful bidder would be returned,

without any interest whatsoever, after the receipt of Performance

Security from them as called for in the contract. The EMD will be

forfeited if the bidder withdraws or amends impairs or derogates

from the tender in any respect within the validity period of their

tender.

8. Cost of Tender. Cost of Tender Document will be Rs 5000/-(non

refundable) in the form of a DD/ Banker cheque (not personal

cheque) in favour of The IIIT NAYA RAIPUR Payable at Raipur and

the same is to be submitted along with the Technical bid. 9. Eligibility Criteria:- Firm/bidders blacklisted at any stage or by any NITs/IITs/IIITs/ Central Universities/Central/State

Government body/PSUs etc. need not to apply.

(a) The bidder should be an Indian registered company

engaged in respective area of works. The bidder should have

sufficient Infrastructure, technical expertise and financial

strength to undertake the contract.

(b) Minimum AVERAGE ANNUAL TURNOVER of Rs. 50 lakh in the

last 2 financial years. (Balance sheet/CA certificate to be

enclosed, duly supported by the income tax return for

financial years 2013-14, 2014-15,2015-16).

(c) The bidder should have experience of similar work

experience of installing and commisioning similar capacity

roof top solar PV plant with reputed organization, in last 03

years and should be an authorised channel partner of

MNRE/CREDA or any other state government agency involved in

installation of solar power plant. The nature of completed

work should be supply & satisfactory completion of project in

various Government Institutes/Reputed Firms/PSUs. [NOTE: The

documentary proof of Purchase orders in respect of works

mentioned in bid MUST be submitted along with the bid.]

(d) Tenderer should submit documents in support of minimum

eligibility criteria along with the tender/bid. NO document

in support of minimum eligibility criteria will be accepted /

entertained after opening of tender.

Page 4: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

(e) The Bidder/Tenderer should provide the following

mandatory information:

i. Bidder/Tenderer must provide the information on

the similar works completed successfully &

satisfactory in last 3 years. Bidder/Tenderer must

submit satisfactory documentary proof from end-

users.

ii. List of Organizations/Customers dealt by them.

iii. Last three year‘s copies of Income Tax Return Form and PAN number.

iv. Copy of Registration of Firm. v. Certificate of authorized channel partner of

MNRE/CREDA or any other state government agency

involved in installation of solar power plant

vi. Bidders should submit the performance report of

installed plant for last two years duly certified

by the user.

(f) Tenders/bids not meeting any of the above ―Eligibility

Criteria‟ shall be rejected.

10. PERFORMANCE GUARRANTE:-Successful Bidders must have to submit

the performance security @ 25 Lakhs(Twenty Five Lakh) or 10 % of the

purchase order value or Contract value which ever is higher in the

form of Fixed Deposit, Bank guarantee from a schedule commercial bank

and will be retained up to the warranty Period i.e 05 years .

Part II: Essential Details of Items/Services required

1. Schedule of Requirements. List of items / services required is as mentioned in Annexure-B 2. Technical Details/Scope of work.

(a) Scope of work

i. Site survey and Layout Planning. ii. Design, development and supply of all components of

the SPV Power system.

iii. Transportation of SPV Power system up to a Project location.

iv. Installation and Commissioning of SPV Power system up to AC Distribution Board with necessary arrangement

for integration with Grid and protection during

absence of grid supply. v. Training of the staff deputed by IIIT-NR.

vi. Maintenance(CMC) during the warranty period of 5years vii. Operation of plant for period of 05 years

Note:- All equipment/ tools/ accessories/ safety gears in concern will be provided by the firm.

3. Delivery Period. Delivery period for supply and completion of

works would be 60 DAYS from the effective date of placing

Work/Purchase Order. Please note that Purchase order can be

Page 5: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

cancelled unilaterally by the Buyer in case items are not received

within the contracted delivery period. Extension of contracted

delivery period will be at the sole discretion of the Buyer, with

applicability of LD clause. 4. INCOTERMS for Delivery and Transportation. FOR The definition of delivery period for the TENDER will be on

receipt of Purchase Order.

5. Consignee Details. Director,IIIT-Naya Raipur,Plot No-7,

Sector-24 ,Naya Raipur-492002

Page 6: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

PART III – STANDARD CONDITIONS OF TENDER ENQUIRY

1. The Firm is required to give confirmation of their acceptance of the

Standard Conditions of the contracts which will automatically be considered

as part of the Contract concluded with the successful Firm (i.e. Seller in

the Contract) as selected by the Client. Failure to do so may result in

rejection of the Bid submitted by the Firm. The standard conditions of the

contract may be perused in the office of tenderer prior to submission of

quotation.

2. Law. The Contract shall be considered and made in accordance with the laws of the Republic of India. The Contract shall be governed by and

interpreted in accordance with the laws of the Republic of India.

3. Arbitration. All disputes or differences arising out of or in connection

with the tender shall be settled by bilateral discussions. Any dispute,

disagreement or question arising out of or relating to the

Supply/Installation/performance, which cannot be settled amicably, may be

resolved through arbitration. In case of arbitration with the firm and this

unit on any issue the final decision would be of The Director, IIIT-NR. The

arbitration will be governed by following:- (a) All disputes or differences arising out of or in connection with the

present contract including the one connected with the validity of the

present contract or any part thereof should be settled by bilateral

discussions. (b) Any dispute, disagreement of question arising out of or relating to this

contract or relating to construction or performance (except as to any matter

the decision or determination whereof is provided for by these conditions),

which cannot be settled amicably, shall within sixty (60) days or such

longer period as may be mutually agreed upon, from the date on which either

party informs the other in writing by a notice that such dispute,

disagreement or question exists, will be referred to a sole Arbitrator. (c) Within sixty (60) days of the receipt of the said notice, an arbitrator

shall be nominated in writing by the authority decided by the Director,IIIT-

NR,however a list of empanelled arbitrator shall be offered to the parties

for selection. (d) The sole Arbitrator shall have its seat in Raipur. (e) The arbitration proceedings shall be conducted under the Indian

Arbitration and Conciliation Act, 1996 and the award of such Arbitration

Tribunal shall be enforceable in Indian Courts only. (f) Each party shall bear its own cost of preparing and presenting its case. The cost of arbitration including the fees and expenses shall be shared equally by the parties, unless otherwise awarded by the sole arbitrator.

(g) The parties shall continue to perform their respective obligations under this contract during the pendency of the arbitration

proceedings except in so far as such obligations are the subject matter of

the said arbitration proceedings. 4. Penalty for use of Undue Influence. The Firm undertakes by bidding for

Page 7: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

the Tender Enquiry, that he has not given, offered or promised to give,

directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the BUYER or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the

present Contract or any other Contract with the Government of India for

showing or forbearing to show favour or disfavor to any person in relation

to the present Contract or any other Contract with the Government of India.

Any breach of the aforesaid undertaking by the Firm or any one employed by

him or acting on his behalf (whether with or without the knowledge of the

Firm) or the commission of any offers by the Firm or anyone employed by him

or acting on his behalf, as defined in Chapter IX of the Indian Penal Code,

1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for

the prevention of corruption shall entitle the Client to cancel the contract

and all or any other contracts with the Firm and recover from the Firm the

amount of any loss arising from such cancellation. A decision of the Client

or his nominee to the effect that a breach of the undertaking had been

committed shall be final and binding on the Firm. Giving or offering of any

gift, bribe or inducement or any attempt at any such act on behalf of the

Firm towards any officer/employee of the Client or to any other person in a

position to influence any officer/employee of the Client for showing any

favour in relation to this or any other contract, shall render the Firm to

such liability/ penalty as the Client may deem proper, including but not

OPEN to termination of the contract, imposition of penal damages, forfeiture

of the Bank Guarantee and refund of the amounts paid by the Client.

5. Agents/Agency Commission. The Client confirms and declares to the Firm

that the Firm is the original manufacturer of the stores/provider of the

services referred to in this Contract and has not engaged any individual or

firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or Any Of its

functionaries, whether officially or unofficially, to the Award Of the contract to the Firm; nor has any amount been paid, promised or intended to

be paid to any such individual or firm in respect of any such intercession,

facilitation or recommendation. The Firm agrees that if it is established at

any time to the satisfaction of the Client that the present declaration is

in any way incorrect or if at a later stage it is discovered by the Client

that the Firm has engaged any such individual/firm, and paid or intended to

pay any amount, gift, reward, fees, commission or consideration to such

person, party, firm or institution, whether before or after the signing of

this contract, the Firm will be liable to refund that amount to the Firm.

The Firm will also be debarred from entering into any supply Contract with

the Government of India for a minimum period of five years. The Client will

also have a right to consider cancellation of the Contract either wholly or

in part, without any entitlement or compensation to the Firm who shall in

such an event is liable to refund all payments made by the Firm in terms of

the Contract along with interest at the rate of 2% per annum above LIBOR

rate. The Client will also have the right to recover any such amount from

any contracts concluded earlier with the Government of India.

5.6 Access to Books of Accounts In case it is found to the satisfaction of

the IIIT-NR that the seller has engaged an agent or paid commission or

influenced any person to obtain the contract as described in clauses

relating to agents/agency commission and penalty for use of undue

influence, the Seller, on a specific request of the IIIT-NR, shall provide

necessary information/ inspection of the relevant financial

Page 8: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

documents/information

5.7 Liquidated Damages. In the event of the Firm‘s failure to provide

services and maintain the agreed uptime etc as specified in this contract,

the Client may, at his discretion, withhold any payment until the completion

of the contract. The Client may also deduct from the Firm as agreed,

liquidated damages to the sum of 0.5% of the contract price of the

delayed/undelivered stores/services mentioned above for every week of delay

or part of a week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the value of payable amount as per the scheduled terms of payment.

6.4 Non-disclosure of Contract Documents. Except with the written consent

of one party, the other party shall not disclose the contract or any

provision, specification, plan, design, pattern, sample or information

thereof to any third party.

6.5 Notices. Any notice required or permitted by the contract shall be

written in the English language and may be delivered personally or may be

sent by FAX or email or registered pre-paid mail/airmail, addressed to the

last known address of the party to whom it is sent.

10. Premature Termination of Contract. A contract may be terminated in the following circumstances:-

i. When the FIRM fails to honor any part of the contract including failure to deliver the contracted stores/render services in time.

ii. When the FIRM is found to have made any false or fraudulent

declaration or statement to get the contract or he is found to be

indulging in unethical or unfair trade practices.

iii. When both parties mutually agree to terminate the contract.

iv. When the item offered by the FIRM repeatedly fails in the

inspection and/or the supplier is not in a position to either rectify

the defects or offer items conforming to the contracted quality

standards.

v. Any special circumstances, which must be recorded to justify the cancellation or termination of a contract.

vi. The delivery of the material is delayed for causes not

attributable to Force Majeure for more than (01 month) after the

scheduled date of delivery.

vii. The FIRM is declared bankrupt or becomes insolvent.

viii.The delivery of material is delayed due to causes of Force

Majeure by more than (02 months) provided Force Majeure clause is

included in contract.

ix. The customer has noticed that the FIRM has utilized the services

of any Indian/Foreign agent in getting this contract and paid any

commission to such individual/company etc.

As per decision of the Arbitration Tribunal.

23. Transfer and Sub-letting. The seller has no right to give, bargain,

Page 9: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

sell, assign or sublet or otherwise dispose of the contract or any part

thereof, as well as to give or to let a third party take benefit or

advantage of the present contract or any part thereof without prior consent

in written from IIIT-NR).

The FIRM may subcontract any part of Scope of Work on mutual agreement

with the CUSTOMER. The FIRM can under no circumstance sub-contract the

complete Scope of Work to a Third Party.

The FIRM would be entirely responsible for quality / standard and

timely execution of the sub-contracted work. The FIRM is to draw up a

suitable Quality Assurance (QA) Plan with the Sub- FIRM and a copy of the

same along with Record of Inspection in accordance with such QA Plan shall

be submitted to the CUSTOMER.

(c) The supervision of work for the sub-contracted jobs is to be done by the

FIRM. The FIRM is not permitted to seek any extension of Completion Date

citing delay on the part of Sub- FIRMs or re-work arising out of Sub-

Contracted work.

12. Patents and other Industrial Property Rights. The prices stated in the

present Contract shall be deemed to include all amounts payable for the use

of patents, copyrights, registered charges, trademarks and payments for any

other industrial property rights. The Seller shall indemnify the IIIT-NR

against all claims from a third party at any time on account of the

infringement of any or all the rights mentioned in the previous paragraphs,

whether such claims arise in respect of manufacture or use. The Seller shall

be responsible for the completion of the supplies including spares, tools,

technical literature and training aggregates irrespective of the fact of

infringement of the supplies, irrespective of the fact of infringement of

any or all the rights mentioned above.

13. Amendments. No provision of present Contract shall be changed or

modified in any way (including this provision) either in whole or in part

except by an instrument in writing made after the date of this Contract and

signed on behalf of both the parties and which expressly states to amend the

present Contract.

14. Taxes and Duties. All the rates quoted should be inclusive of all

taxes.

15. Transportation and Material Handling. The FIRM (supplier) will

arrange necessary transport and labour at own cost for loading and

unloading of the items.

Page 10: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

PART IV – SPECIAL CONDITIONS

1. Option Clause. This contract has an Option Clause, wherein the Client

can exercise an option to procure an additional quantity of items in

accordance with the same terms & conditions of the present contract. This

will be applicable within the currency of contract. It will be entirely the

discretion of the Client to exercise this option or not.

2. Repeat Order Clause. This contract has a Repeat Order Clause, wherein

the Client can order as desired quantity of the items / services under the

present contract within six months from the date of successful completion

of this contract, cost, terms & conditions remaining the same. It will be

entirely the discretion of Client to place the Repeat order or not.

3. Tolerance clause. To take care of any change in the requirement during

the period starting from issue of Tender Enquiry till placement of the

supply/work order, Client reserves the right to increase or decrease the

quantity of the required goods/ services without any change in the terms &

conditions and prices quoted by the Firm. While awarding the contract, the quantity/services ordered has been increased or decreased by the Client within this tolerance limit.

4. Payment Terms. It will be mandatory for the Bidders to indicate their bank account numbers and other relevant e-payment details so

that payments could be made through ECS/EFT mechanism instead of

Payment through cheques.No Advance payment will be Made.Payment shall be

done in three phases as mentioned below:-

a) 80% of the cost of civil work on completion of civil works.

b) 50% of the Bill of material on receipt and satisfactory

inspection report of equipment‘s at IIIT-NR.

c) Final payment on successful installation and commissioning of the

Plant.

5. Paying Authority. The payment of bills will be made by IIIT-NR within 45 days of submission of the following documents by the SELLER to the

Paying Authority:

(a) 02 ink-signed copies of Commercial invoice / SELLER‘s bill

(b) A work completion certificate post Supply / Installation / User Satisfaction certificate from IIITNR (c) Measurement bill for civil work (d) Bill of material and Lab certificate for Panel and other balance of system equipment.

(e) Photocopy of Performance Bank guarantee to be submitted with the

first bill.

(f) Details for electronic payment viz Account holder‘s name, Bank

name, Branch name and address, Account type, Account number, IFSC code,

MICR code (if these details are not incorporated in contract).

(g) Submission of all test certificate from MNRE approved laboratory.

Page 11: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

6. Risk & Expense Clause. Should the services or any installment thereof

not be delivered with the time or time specified in the contract documents,

or if unsatisfactory delivery are made in respect of the services or any

installment thereof, the BUYER shall after granting the SELLER 45 days to

cure the breach, be at liberty, without prejudice to the right to recover

liquidated damages as a remedy for breach of contract, to declare the

contract as cancelled either wholly or to the extent of such default.

7. Force Majeure Clause.

(a) Neither party shall bear responsibility for the complete or partial nonperformance of any of its obligations (except failure to

pay any sum which has become due on account of receipt of goods under

the provisions of the present contract), if the non-performance

results from such Force Majeure circumstances as flood, fire, earth

quake and other acts of God as well as other circumstances beyond the

parties control that have arisen after the conclusion of the present

Contract.

(b) In such circumstances the time stipulated for the performance of

an obligation under the present contract is extended correspondingly

for the period of time action of these circumstances and their

consequences.

(c) The party for which it becomes impossible to meet obligations

under this contract due to Force Majeure conditions, is to notify in

written form to the other party of the beginning and cessation of the

above circumstances immediately, but in any case not later than 10

(ten) days from the moment of their beginning.

(d) Certificate of a Chamber of Commerce (Commerce and Industry) or

other competent authority or organization of the respective country

shall be a sufficient proof of commencement and cessation of the above

circumstances.

(e) If the impossibility of complete or partial performance of an

obligation lasts for more that 06 (six) months, either party hereto

reserves the right to terminate the contract totally or partially upon

giving prior written notice of 30 (thirty) days to the other party of

the intention to terminate without any liability other than

reimbursement on the terms provided in the agreement for the goods

received.

8. Quality Assurance. Assurance of quality is the responsibility of the firm and firms are to indicate exclusively and submit proofs of quality

assurance norms being followed.

9. Inspection. The inspection of delivered items would be carried out by the IIIT NR representative.

10. Period of Contract. The contract shall be valid for a period of warranty period i.e 60 months and additional 02 Months, from the date of issue of Purchase Order.

Page 12: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

11. Extension Clause. The contract agreement may be extended further

for a period mutually agreed between the buyer & seller, without any

changes in rates quoted, and, on same terms and conditions mentioned in

the extant tender document. However, charges in taxes/Government levies

incorporated from time to time would be catered in concluding extension

in contract. Any such extension would be processed only after submission

of a certificate by the seller mentioning ―No Downward trend in price‖

and with the approval of the competent financial authority.

12. Comprehensive Maintenance and Operation. The contract shall include

a comprehensive maintenance and operation of Solar roof top plant for a

period of 05 years and may be extendable for further period on mutual

agreed terms and condition.Details on maintenance and operation are

placed at Annexure-B(Technical Specification)

Part V – OTHER/MISCILLANEOUS INFORMATION

The Broad Guidelines for Evaluation of Bids.

(a) Only those Bids will be evaluated which are found to be fulfilling all

the eligibility and qualifying requirements of the tender Enquiry. (b) If there is a discrepancy between the unit price and the total price

that is obtained by multiplying the unit price and quantity, the unit price

will prevail and the total price will be corrected. If there is a

discrepancy between words and figures, the amount in words will prevail for

calculation of price. (c) Prices quoted by the FIRM should be precise and unambiguous. Rate per

unit is to be quoted individually as per format for submission of ‗Q‘ bid at Annexure D. Clarifications, if any, may be obtained from this office prior

to submission of tender. (d) FIRM is to quote for all categories mentioned in the ‗Q‘ bid submission

format. (f)Evaluation of the bid shall be carried out separately for all three categories as mentioned in ‗Q‘Bid I.e Category A,B,C.However procedure devised by the financial bid evaluating committee shall be final and binding on all the bidders. 3. Price Bid Format: The rates for Items /services & spares are to be quoted as per Enclosure to „Q‟ bid Format. CUSTOMERS are required to forwarded 'Q' bid (Annexure D).

4. Technical Bid Format:- The Technical Bid is to submitted as per format

attached with this tender document appended at Annexure E

Page 13: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

CHECK LIST (ON THE LETTER HEAD OF THE BIDDER) The Bid will be the compilation of following documents, along with required

supporting documents. No document in support of minimum eligibility

criteria will be accepted / entertained after opening of tender.

Sl.

No Documents

1. Cover letter by bidder (On the Letter Head of the Bidder)

2. Tender Fee

3. Earnest Money Deposit (EMD)

4. Cliental List for quoted item

5.

Annexure-A : Bid Proposal Sheet (On the Letter Head of the

Bidder)

6. Annexure-B : Technical Specification

7. Annexure-C : AFFIDAVIT REGARDING BLACKLISTING FIRM

8. Annexure-D : PRICE BID (On the Letter Head of the Bidder)

9.

Annexure-E : Technical Bid(on the letter head of the

Bidder)

Page 14: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

ANNEXURE-A

BID PROPOSAL SHEET

(ON THE LETTER HEAD OF THE BIDDER) To

Purchase Officer

IIIT—Naya Raipur

Subject: Supply,Installation,commissioning,Operation and Maintenance for

05 Years of 200 kwp SPP at IIIT—Naya Raipur.

Dear Sir,

We, the undersigned Tenderers, having read and examined in detail the

specifications as specified in this document in respect of

Supply,Installation,commissioning,Operation and maintenance for 05 Years of

200 kwp SPP at IIIT— Naya Raipur do hereby propose to supply the required

products and services.

Tender No.

Tender Fees YES / NO

(Please strike off whatever

is not

submitt

ed applicable)

Amount Mode Date of Issue Name of Bank

Valid up

to

Demand

Draft

EMD submitted

YES / NO

(Please strike off whatever

is not

applicable)

Amount Mode Date of Issue Name of Bank

Valid up

to

Demand

Draft

viii. ADDITIONAL PURCHASE/WORK ORDER: We understand that the IIIT—Naya

Raipur, in case of the requirements may also place repeat purchase

order/work order. In such cases, we shall accept and execute all the

purchase/work order placed on us by IIIT— Naya Raipur. ix. BID PRICING: We further declare that the prices stated in our proposal

Page 15: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

are in accordance with your Terms & Conditions in the bidding

document. We further understand that the quantities as specified in

this Tender may increase or decrease at the time of Award of Purchase

Order as per the requirements of IIIT—Naya Raipur. x. QUALIFYING DATA: We confirm that we satisfy the qualifying criteria and

have attached the requisite documents as documentary proofs. In case

you require any further information/documentary proof in this regard

during evaluation of our bid, we agree to furnish the same in time to

your satisfaction. CONTRACT PERFORMANCE SECURITY: We hereby declare that in case the contract

is awarded to us, we shall submit the performance Guarantee Bond in the form

of Bank Guarantee/Fixed Deposit for the amount of Rs 25 Lakh(Twenty Five

Lakh) or 10% of the total order value which ever is higher for a period of

05 Year. 6.6 PAYMENT TERMS: We hereby declare that in case the contract is awarded

to us, we agree with payment terms specified in the tender documents. 6.7 CERTIFICATE AND DECLARATION:

I/We certify that no addition/modification/alteration has been made in

the Original Tender Document. If at any stage addition /modification

/alteration is noticed in the Original Document. I/We will abide by

the terms and conditions contained in the original tender document,

failing which IIIT—Naya Raipur reserves the right to reject the tender

and/or cancel the contract

It has been certified that all information provided in tender form is

true and correct to the best of my knowledge and belief. We hereby

declare that our proposal is made in good faith, without collusion or

fraud. No forged /tampered document(s) are produced with tender form

for gaining unlawful advantage. We understand that IIIT—Naya Raipur is

authorized to make enquiry to establish the facts claimed and obtained

confidential reports from clients.

In case it is established that any information provided by us is false

/ misleading or in the circumstances where it is found that we have

made any wrong claims, IIIT— Naya Raipur is authorized to blacklist

our firm/company/agency and debar us in participating in any

tender/bid in future.

I / We assure the Institute that neither I /We, nor any of my /our

workers, will do any act which is improper / illegal during the

execution, in case the tender is awarded to us.

I / We assure the Institute that I / We will NOT be outsourcing any

work specified in the tender document, to any other firm.

Our Firm / Company / Agency is not been blacklisted or banned by any

Govt. Department, PSU, University, Autonomous Institute or any other

Govt. Organization.

I/We certify that, I have understood all the terms & conditions, as

indicated in the tender document, and hereby accept all the same

Page 16: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

completely.

I/We, further certify that I/We, possess all the statutory /non-

statutory registrations, permissions, approvals, etc., from the

Competent Authority for providing the requisite services,

I/We hereby declare that this tender on acceptance communicated by you

shall constitute a valid and binding contract between us.

I/We certify that the submitted quotation is duly paginated and

contains from page no. 1 to ……………….

Date: Signature and Seal of the Manufacturer/Bidder

Page 17: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Annexure-B

Technical Specification of 200 kWp Grid Tied Solar PV Power Plant at IIIT-NR

1.0 Title of the Work

Design, Manufacture, Supply, Erection, Testing and Commissioning including

five (5) years comprehensive maintenance and Operation of roof top ―Grid

Tied Solar PV Power Plant of PV array of cumulative capacity 200 kWp at

IIIT, Naya raipur. This installation shall run in parallel to the grid (LT

Bus), as a supplement, to save on conventional energy supply from the grid

during solar energy generation from the plant.

2.0 Outline of the Scheme of the Project:

a) The PV array shall be installed at the suitable space of available roof

area at different project site/ building of IIIT, Naya Raipur campus.

Capacity of each solar photo-voltaic system installation shall be as per

space available on individual site and existing electrical loads, details

of which are mentioned in Annexure-I.However priority should be given to

the proposed vehicle garage and maximum possible panel should be

installed on the proposed garage.

b) The power generated from PV array shall be fed to the MPPT Tracker of

Three Phase Grid-Tied Solar String Inverters of capacity compatible with

the PV array capacities of respective project site/ building through

Array Junction Box (AJB).

c) Each MPPT Trackers of the inverters shall be protected with Type-II Surge Protection Device (SPD) installed at Array Junction Box. PV fuse of 1.5

times of ISC rating, 1000 V and DC isolator (1000V) to disconnect the PV

string shall be provided with each PV String.

d) The Array Junction Boxes, Grid-tied Inverters, Inverter Interfacing Panel etc. shall be installed with proper safety as per individual site

requirement.

e) Output from the Grid-tied Solar String Inverter shall be fed to the

supply mains of the consumer (connected with grid) through Grid

Interfacing LT Panel/ACDB installed near the inverter and through 4 Pole

MCB of suitable current rating installed near the Grid Coupling Point.

f) The outgoing side of the Grid Interfacing LT Panel shall be protected with Type-I+II Surge Protection Device (SPD).

g) Unidirectional energy meter of 5 – 30 A current rating shall be provided

at the output feeder of Grid Interfacing LT Panel to monitor the Solar PV

Generation along with properly matched CT/PT. The meter shall display the

voltage, current, frequency, power factor, kW, kWh, kVAR, kVARh etc.

h) Earthing System (equipment and body earthing) with Lightning Arrestors

shall be installed at the plant area as required.

i) Safety Sign as per relevant Indian Standard and Project Information

Signage and Schematic Diagram as per approved design from IIIT,Naya

Page 18: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Raipur shall be installed at each site.

j) Necessary cleaning arrangement (plumbing system, hosepipe, wiper, bucket, mug etc.) shall be provided. Cleaning of Solar PV Modules shall be done

by the contractor at-least once in a Week. k) The installed Solar PV power plant should be Robust, Economic and

Efficient.

3.0 Scope of Work

The Scope of work is divided into three parts which includes:

Part-A:- Installation of Solar Panel on Roof Top of various Building of

IIIT-NR

Preparation of Detailed Project Report (DPR), Design, Manufacture,

Supply, Packing & Forwarding, transportation to site in properly packed

condition of all equipment, materials and miscellaneous item required to

complete the project.

Unloading at site, installation, testing & commissioning of grid Tied

roof top Solar PV Power Plant of 200 kWp capacity.

Tenderer has to provide the minimum assured generation from 200 KWp

installation.

Comprehensive Maintenance Contract (CMC) for a period of five (5) Years from the date of handing over of complete system which shall include

preventive/routine maintenance and Breakdown/corrective maintenance

ensuring servicing & replacement guarantee for parts & components of

Solar Power Plant including Solar PV module.

The equipment and materials for each grid Tied Solar PV Power Plant shall

include but not limited to the following:

1. Solar PV Modules (Poly Crystalline)

2. Module Mounting Structure and frames.

3. Array Junction Box (AJB)

4. Grid Tied Inverters 5. Grid interfacing LT Panel / AC Distribution Box (ACDB) with Export

Meter with necessary arrangement for integration with Grid and

protection during absence of grid supply with separate arrangement

for interaction with in house DG supply during Grid power failure

6. Cable & Wires

7. Chemical Earthing (Maintenance Free) system including Lightning & Surge

Protection arrangement.

8. Civil works for Foundation of PV Array

9. On line data logger and Remote Monitoring Unit through LAN Base or GSM

network.

10. Weather Station (One set Common for all systems) 11. Protection Systems (Lightning, Surge, Earthing & Grid Islanding) 12. Fire Buckets & Extinguishers 13. Signage 14. Tools, Measuring instruments and Spares 15. Users and Training Manual 16. Periodic Maintenance Log Book 17. Recommended spares.

Part-B:-Erection of civil structure for vehicle Garrage and mounting and

Page 19: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Integration of Solar Panel on top of vehicle Garrge

1. All works other than the Module Mounting structure and Frames shall be similar to Part-A mentioned above.

2. The civil structure shall be erected as per the design and drawing

enclosed with this tender documents placed at Annexure-G

3. The work shall comprise of :- a. Construction of 28 nos Car garage each of Size 2.75*4.00Mtr with

profile sheet roofing fixed on GI pipe truss with GI pipe 150 &125

mm dia(as per drawing) including providing chain link fencing of

2.10 Mtr height fixed to steel frame work on three sides except at

entrance and paver block floor.

b. Construction of 16 Nos Scooter parking shed of overall size

9.25812.25 Mtr with profile sheet roofing fixed on GI pipe

truss9with GI Pipe 150&125 mm dia)including paver block floor.

Part-C:-Installation of standalone street light

1.Supply and installation of solar LED street light as per the technical

specification mentioned at Annexure-H.The supply shall include street light

with pole and with out pole.

4.0 Submission of Detailed Design Report:

The contractor shall submit the Detailed Design Report for according

approval from IIIT, Naya Raipur. The Detailed Design Report shall

contain but not limited to the following details: i. Roof plan indicating the suitable area for installation of solar plant,

dimension, north-south direction and any other relevant information for

each site. ii. All technical particulars along with Single Line Diagram (SLD).

iii. Module Mounting Structure Details with Design, Drawings and

STAAD-PRO analysis. iv. Bill of Materials (BOM) and Detailed Time Schedule.

v. Type Test Report and all other relevant certificates for various

equipments proposed to be used in the plants.

Vi. All relevant drawings, data sheets, technical catalogues on each piece of

equipment. 5.0 Scope of Service

The item of work to be performed on all equipment and accessories shall

include but not limited to the following:

i) Receiving, unloading and transportation at site.

ii) Replacement of all damaged equipment and accessories with new one or

short supply items. iii) Final check-up of equipment and commissioning and putting the system

into successful functional operation.

All civil works associated with the installation & commissioning of roof

top PV Array shall have to be done by the Contractor. IIIT, Naya Raipur

will arrange for control room and required space for installation of

various items like SPV modules, LT Panels, Inverters etc. The Contractor

Page 20: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

shall specify and submit detail drawings indicating minimum space to be

required for installation of indoor equipments as well as PV Array.

Such works, not listed in the schedule of works but required for completion

of the project shall deemed to have been included in the scope of this bid.

The Contractor shall also maintain the PV Power Systems for a period of 5

(five) years from date of handing over of complete system. The scope of

maintenance shall include supply of spare parts within the cost of

Comprehensive Maintenance Contract (CMC). The down time of PV System should

not be more than 24 hours from time of reporting to the Contractor. In case

of non-rectification of the problem after 24 hours from reporting the

complaint, IIIT, Naya Raipur may consider repairing/replacing such

defective system on the cost of the contractor. Notwithstanding the same,

contractor shall continue to have the responsibilities and obligations of

the subject contract.The bidders should have a local office/dealer at

Raipur for attending the complaints. 6.0 Codes and Standards

All equipment and materials to be furnished under this specification shall

be designed, manufactured and tested in accordance with the latest

revisions of the relevant Indian Standard (IS)/IEC as per MNRE, Govt. of

India standards.

The electrical installation shall meet the requirement of Indian

Electricity Act, and Indian Electricity Rules as amended up-to-date and

also the applicable section of the latest revision of the relevant IS Code

of Practice.

Material shall be as per this document of technical specification. Any left

out specification(s) (if any) shall be as per the guidelines/specification

of the On-grid SPV scheme of the JNNSM of the MNRE, GOI. Contractor shall

fulfill MNRE guidelines/specifications in above respect and thereby assist

IIIT, Naya Raipur in getting applicable Financial Assistance(s)

(Central/State, as the case may be). 7.0 Authorized testing Laboratories/Centers

PV modules must qualify (enclose test reports/ certificate from IEC/NABL

accredited laboratory) as per relevant IEC standard. Additionally the

performance of PV modules at STC conditions must be tested and approved by

one of the IEC / NABL Accredited Testing Laboratories including Solar

Energy Centre.

The BOS items / components of the SPV power plants/ systems deployed must

conform to the latest edition of IEC/ Equivalent BIS Standards/ MNRE

specifications. Test certificates / reports for the BoS items/ components

can be from any of the NABL/ IEC Accredited Testing Laboratories or MNRE

approved test centers.

8.0 Completeness of Supply

It is not the intent to specify completely herein all details of the

equipment. Nevertheless, the equipment shall be complete and operative in

all aspects and shall conform to highest standard of engineering, design

and workmanship in order to suit with installation site with optimal

output.

The Contractor shall supply all brand new equipment and accessories as

specified herein.

Page 21: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Contractor shall inform IIIT, Naya Raipur prior to material dispatch to

site. IIIT Naya Raipur at its sole discretion may go for factory inspection

prior to dispatch. Contractor shall submit all the relevant test

certificates and final test reports for various components/material of the

Solar PV System to IIIT, Naya Raipur before dispatch.

Page 22: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Part-A 9.0 System / Equipment Details:

1. SOLAR PHOTOVOLTAIC (PV) MODULES

Standards: The PV modules must conform to the latest edition of the following IEC / equivalent BIS Standards for PV module design qualification and type approval:

Sl. No. Standard Description

1.

IEC: 61215/IS:

14286

Crystalline silicon terrestrial photovoltaic modules –

Design

qualification and type approval.

2.

IEC: 61730 –

Part 1

Photovoltaic (PV) module safety qualification –

Requirements for

construction.

3.

IEC: 61730 –

Part 2

Photovoltaic (PV) module safety qualification –

Requirements for

testing.

4. IEC: 61701/IS:

61701 Salt Mist Corrosion Testing of the module.

The proposed PV Module must have the Test Certificate issued from accredited test laboratories of Ministry of New and Renewable Energy, Government of India. Type test certificates issued from IEC accredited laboratories shall be

acceptable. The manufacturers should get their samples tested as per the new format /

procedure which is effective from 1st April 2013 onwards as per MNRE, Govt. of

India Guideline.

Identification and Traceability: Each PV module must use a RF identification tag (RFID), which must contain the

following information:

i. Name of the manufacturer of PV Module. ii. Name of the Manufacturer of Solar cells. iii. Month and year of the manufacture (separately for solar cells and

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

v. I-V curve for the module.

vi. Peak Wattage, Im, Vm and Fill Factor for the module.

vii. Unique Serial No and Model No of the module. viii. Date and year of obtaining IEC PV module qualification certificate.

ix. Name of the test lab issuing IEC certificate.

x. Other relevant information on traceability of solar cells and module as per ISO 9000 series.

RFID shall be available with each solar module and must be capable to withstand

environmental conditions as per latest Guideline of MNRE, Govt. of India.

Page 23: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Warranty:

A. Material Warranty: 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 ten (10) years from the date of sale to the original customer (i.e. EPC

Contractor).

i. Defects and/or failures due to manufacturing ii. Defects and/or failures due to quality of materials

iii. 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 Owner‘s sole option. The

contractor shall be responsible to contact with the contractor if any of the

above mentioned cases occurred.

B. Performance Warranty: The manufacturer should warrant the output of

Solar Module(s) for at least 90% of its rated power after initial 10 years &

80% of its rated power after 25 years from the completion of trial run at

site/date of final commissioning. The contractor shall collect the Warranty

Certificate for performance of the modules from the manufacturer and submit the

same to IIIT, Naya Raipur prior to delivery of the products to the respective

sites.

If, Module(s) fail(s) to exhibit such power output in prescribed time span,

the Contractor will bound to either deliver additional PV Module(s) to

replace the missing power output with no change in area of site used or

replace the PV Module(s) with no extra cost claimed at Owner‘s sole option.

Penalty Clause:- During operation of Plant any shortfall in the efficiency of

panel/Plant mentioned in para-B shall be penalized to the successful bidder for

the reduced output at the rate of electricity charged to the institute by the

electricity board till the time desired efficiency is achieved.

Note: Only indigenously manufactured PV Modules should be used in Grid

Connected Rooftop Solar PV Power Plants under this scheme. However,

other imported components can be used, subject to adequate disclosure

and compliance to specified quality norms and standards.

Specification: (As per MNRE, Govt. of India specification) SI.

No. Item Description

1 Type

Crystalline Silicon – Poly (Minimum Capacity

of 300Wp)

2 Efficiency of module Minimum 17 % at STC

3 Cell efficiency Minimum 17 % at STC

4 Fill Factor Minimum 72 %

5

No. of cells per

module 72

Page 24: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

6 Module Frame

Non-corrosive and electrolytically

compatible with the structural material,

preferably anodized Al.

7 Termination box Thermo-plastic, IP 65, UV resistant

9 Bypass Diode Yes, as required

10 Power Rating

The nominal power of a single PV module

shall be min 300 Wp or higher.

11 Power tolerance Up to +5 % (Only +ve tolerance is acceptable)

12 Temperature co-efficient of i.Power:(-0.43%)/ K

ii.Voltage:(-0.37%)/ K

iii.Current:( 0.03%)/ K

13 Glass

High transmittance glass

Shall be provided inside or outside the module And must be able to withstand environmental conditions and last the lifetime of the solar

module as per MNRE Norms.

14

RF Identification tag for each Solar Module

Other General Requirements: i. 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) percent from the respective arithmetic means for all

modules and/or for all module strings, as the case may be. ii. 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 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.

The contractor shall deliver the product to the site only after receipt of

dispatch clearance in writing from IIIT, Naya Raipur.

Page 25: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

2. PV ARRAY

Specification:

Sl.

No.

It

em Description

1

Nominal

Capacity As per Annexure-F.

For installation of Solar PV Array in a site,

modules having same capacity, rating specification

shall be used. Mixing of modules having different

capacity,rating / specification will not be

allowed.

2

Type of Solar

Modules

3

PV Module

interconnection 4 Sq. mm double insulated cable with MC - 4

Terminal.

4

PV Module

interconnection

cable and array

cable

PV 1-F standard / NEC standard

"USE - 2 or RHW - 2" type.

5 PV array String Voltage Compatible with the MPPT channel of inverter

3. MODULE MOUNTING STRUCTURE & FRAMES.

The Solar Module mounting structure shall be made of hot dipped galvanized MS

angles & Pipes. The minimum thickness of galvanization shall be 80 microns. All

nuts & bolts shall be made of very good quality stainless steel(SS 304). The

minimum clearance of the lowest part of the module structure and shall be 300

mm minimum from the roof level or shall match inverted beams on the roof. The

array structure shall be made of hot dip galvanized MS angles of size not less

than 50 mm x 50 mm x 6 mm size.

i. All nuts & bolts shall be made of very good quality stainless steel (SS 304 minimum)

ii. The structure shall be designed to allow easy replacement of any module

and shall be in line with site requirements.

iii. The structure shall be designed for simple mechanical and electrical

installation.

iv. It shall support SPV modules at a given orientation, absorb and transfer the mechanical loads to the ground properly.

v. 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.

vi. There shall be no requirement of welding or complex machinery at site. vii. The array structure shall be designed to occupy minimum space and to

withstand wind speed up to maximum 180 km/h. Wind analysis simulation

report to be attached in the Technical offer. viii. The supplier/manufacturer shall specify installation and foundation

Page 26: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

details for the structures.

ix. Structure drawing should be submitted in the Technical Offer.

x. Structure shall be suitable for mounting of the SPV modules on rooftop. The module details are attached with the document as Annexure – F.

xi. Provision for installing the Solar Inverters, Array Junction Box and ACDB

shall be available on the Module mounting structure. PCC for Solar PV Array foundation:

a. The legs of the structures made of GI angles shall be fixed and grouted in

the PCC foundation columns made with 1:2:4 cement concrete. The minimum

clearance of the lowest part of any module structure shall not be less than

1 (300mm) meter from ground level. While making foundation design, due

consideration shall be given to weight of module assembly, maximum wind

speed of 180 km/hr.

b. Contractor to confirm that no damage to existing water proofing of the roof shall be made during the course of installation of the structure on roof

top. Any damage to the water proofing found during the above should be

rectified to the existing roof condition at Contractor‘s cost. All

pedestals shall be finished to the existing roof condition to prevent any

water seepage later. Contractor shall commence the work only after

clearance of drawings by IIIT, Naya Raipur. Note:- A vehicle garage with roof top with solar pv array is proposed to be constructed in the IIIT-NR.A indicative drawing of proposed garage is placed at Annexure-G.The Bidders are advised to visit the site and submit the complete design of structure considering the wind speed of 180 Km/hr, shadow analysis with stadd pro anaylisis.

4. PV ARRAY JUNCTION BOX (AJB) Array Junction Box (AJB) shall have to be used for termination of string prior

connecting array with each inverter. The string combiner box / array junction

box shall be dust, vermin, and water proof and made of Polycarbonate Plastic.

The number of PV Array Junction Box will be as per plant configuration.

Standards:

The Array Junction Boxes shall conform to the latest edition of following

Standards except where specified otherwise in this specification: i. Junction boxes should be equipped with fuses on both positive & negative

input to protect the PV module from short circuits.

ii. Input termination through VDE/UL/TUV approved PV connectors made of

Polyamide with (IP65) protection and Output termination through VDE/UL

approved Glands made of Polyamide with (IP65) protection.

iii. Copper bus bars/terminal blocks housed in the junction box with suitable

termination threads.

iv. Earth terminal Block for earthing.

v. Surge Protection Devices are to protect the PV modules as well as the

Page 27: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

other electrical / electronic systems from transient over voltages created

due to lightning and to reduce insulation breakdowns due to lightning. The

SPDs shall be of 3 nos of pluggable type installed in a star connected

common base. The SPD‘s should be tested and approved according to IEC

61643-11 and EN 50539-11: 2013-03 for the following parameters to be used.

Type of connection: Between Positive, Negative and Earth in star connection

Voltage: up to 1000 volts DC, Maximum Discharge current: 40 KA (8/20mS) Nominal Discharge Current: 20 KA (8/20mS), Voltage Protection Level: 2.6 KV

(for 600 volt system), 4.0 KV (for 1000 volt system); Response Time: 25 nS

vi. Isolator suitable for 1000 volts DC solar application at the outgoing

side. It should comply with IEC 60947–3, IEC 61364–4-410 and IEC 60364-7-

712.

vii. SELECTION OF FUSES:-

It is important to coordinate the power dissipation of fuse-links with the

acceptable power dissipation of fuse holders. Rated voltage of fuse-link and

fuse holder should be at least 20% higher than open circuit voltage of

photovoltaic installation. Typical rated voltage of fuse-links and fuse

holders is 1000 V DC. Rated current of fuse-links ≥ 1.4 ISC. (ISC = short

circuit current of photovoltaic modules). (Ref annex of IEC60269-6)

Rated voltage 1000V DC

Rated breaking capacity

30 kA

Utilization category gPV (protection against overload and short-circuit) Equipment meeting with other authoritative standards which ensure an equal or

better quality is also acceptable.

Specification:

SI.

No. Item Desired Data

1 Enclosure

Degree of Protection IP 65 with UV Protected

Material Polycarbonate

Withstanding voltage 1000 V DC

Withstanding

Temperature 1000 C

Accessories mounting

arrangement DIN Rail

Number of Strings

entry As may be required

Approved Make

Hensell/Spelsberg/Ensto or

equivalent make

Page 28: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

2 Cable Entry and Exit

Position

Bottom at cable entry and exit

MC 4 / Tyco Connector (PV Array String cable). All wires / cables must be terminated through cable lugs.

Cable Entry and Exit connector type

Cable gland

Input & output termination Shall be made through suitable cable glands.

3 Surge Protecting Device (SPD)

Type DC (Class-II)

OBO Bettermann / Citel / Mersen or equivalent

Approve Make make.

Rating 1000 V, 20 kA

Number of set As may be required as per string Design

4 Fuse with fuse holder

Position +ve and -ve terminal for each series string

Type PV fuse, for PV Use only

Current: Minimum 1.5 times of the ISC

Rating of

Rating the string

Voltage: Minimum

1000 V DC

Approved make

Coop

er

Bussman/ETI/

Noark/ Or

equiv

alent

make

5 Earthing

Earthing Provision

Terminal blocks will have

to be provided

6 Terminals, lugs and

Page 29: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

bus bar

Material Tinned copper

5. GRID TIED/CONNECTED STRING INVERTER The power generated from PV array shall be fed to the MPPT Tracker of Three

Phase Grid-Tied Solar String Inverter or multiple inverters of nominal capacity

(Maximum 30kW Power output each) as per the individual solar PV system capacity

through Array Junction Box (AJB). Standards:

Sl.

No. Standard Description

1.

IEC/IS:

61683

Photovoltaic systems – Power

Conditioners – Procedure for

measuring efficiency 2. IEC 60068 Environmental Testing

3. IEC 62116 Islanding Prevention Measurement

4. IEC 61727 Interfacing with utility grid

Type test certificate issuing authorities should be any NABL/IEC Accredited

Testing Laboratories or MNRE approved test centers. Equipment meeting with other authoritative standards which ensure an equal or

better quality is also acceptable. Specification:

Desired specification of each inverter shall include but not limited to the

following:

SI. No.

Operating Parameter

Desired specification

1 Type Grid connected String Inverter

2 Input (DC)

PV array connectivity capacity

As per site requirement

MPPT Voltage range Compatible with the array voltage

Number of MPPT Channel 2 Nos. (Minimum)

3 Output (AC)

Nominal AC Power output

As per the capacity of individual SPV system mentioned

in Annexure-I

Page 30: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Phase Three Phase+N

The inverters shall continue generation for grid voltage

Adjustable AC voltage range

variation from + 10 % to at least – 10 % of the rated

system voltage.

The inverters shall

continue generation for

grid

Frequency range

frequency variation from + 5

% to – 5 % of the rated

system frequency.

The limits on voltage

harmonics are 3 % for THD.

Current harmonics for various

power output conditions

THD

shall be limited as per the

values provided in relevant

Indian Standard.

Switching

H.F. transformer /

transformer less

4

General Electrical

data

Maximum Efficiency 96 % (minimum)

Night mode

consumption Less than 2 W

5 Protection

DC Side

Reverse-polarity,

reverse current

to PV

array,

ov

er

voltage, under

voltage, over

current

AC side

Over voltage and

under voltage,

over

current

,

ov

er

and under grid frequency,

ground fault

Isolation Switch

PV array Isolation switch

(integrated)

Earthing Provision of Body Earthing

6 LCD Display

Page 31: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Parameters

General Unit Temperature

DC Voltage, Current, Power

On grid connected mode

Line status, Grid voltage, Grid frequency, Export

Power, Cumulative Export Energy

7 Switching Devices IGBT / MOSFET

8 Control Microprocessor / DSP

9

Interface Suitable port must be provided

in the inverter for

(Communication protocol)

onsite dumping data from the memory

10 Storage of Data

At least for 1 year. data logger

may be provided in

the Inverter

11 Mechanical Data

Protection Class IP 65 or higher

Cooling Natural / forced air cooling

6. GRID INTEFACING LT PANEL (ACDB) Output from the Grid-tied Solar String Inverter shall be fed to the Grid

Interfacing Panel (ACDB) installed adjacent to the inverter through 4 Pole MCB

of suitable current rating and multi function export kWh meter.

i. ACDB shall control the AC power from inverters, and should have necessary surge arrestors (Class-I+II). The ACDB should be interconnected to the

Building LT Panel / Substation while in grid tied mode. ii. All switches and the circuit breakers, connectors should conform to

IEC 60947, part I, II and III/ IS60947 part I, II and III iii. The ACDB should be outdoor type, metal clad, totally enclosed, rigid,

floor mounted, air - insulated, cubical type suitable for operation on

three phase 415V, 50 Hz. iv. Unidirectional Energy Export Meter along with CT/PT shall be provided at

the output feeder of ACDB to monitor the solar PV generation. v. The ACDB shall be designed for minimum expected ambient conditions of Naya

Raipur, Chhatisgarh.

Page 32: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

vi. All the 415 AC or 230 volts devices / equipment like bus support

insulators, circuit breakers, VTs etc., mounted inside the switchgear shall

be suitable for continuous operation and satisfactory performance under the

following supply conditions Variation in supply voltage +/- 10 %

Variation in supply frequency +/- 3 Hz

vii. Carbon emission saving against energy generation is to be monitored

through CO2 Meter installed in the ACDB.

viii. The bidder should take care of avoiding excess power from solar PV Plant being fed to the Grid.

7. CABLES & WIRES. Specification:

Copper Cables of appropriate size to be used in the system shall have the

following characteristics:

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

b. Temp. Range: -10 Deg C to +80 Deg C.

c. Voltage rating 650/1100V

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

e. Flexible i. The size of the cables between array interconnections, array to junction

boxes, junction boxes to Inverter etc shall be so selected to keep the

voltage drop and losses to the minimum. The cables (as per IS) should be

insulated with a special grade PVC compound formulated for outdoor use. ii. All installation accessories, which are required to install and

successfully commission the power plant, are to be provided.

iii. All cables must be identified by Rubber / Plastic tags. Cables must

be neatly enclosed in conduits. iv. All cable/wires are to be routed in a GI cable tray and suitably tagged

and marked with proper manner by good quality ferrule or by other means

so that the cable can be easily identified. The GI cable trays with

covers should be suitably mounted on the roof.

v. Multi Strand, Annealed high conductivity copper conductors with PVC type

‗A‘ pressure extruded insulation or XLPE insulation should be used.

Overall PVC/XLPE insulation should be provided for UV protection Armored

cable for underground laying. vi. 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%. vii. 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 %.

viii. The cable from ACDB on rooftop to the Building LT Panel / Sub

Station has be armored copper cable.

ix. All cable sizes shall be as indicated in the SLD.

Guideline for Cable Installation: i. For installation of DC Cables, sufficient gaps shall be provided in between

the module connectors and the module mounting structure. ii. All AC cables must be stranded flexible copper (As per IS-1554-I & II) iii. Conductor size of cables and wires shall be selected based on efficient

design criteria. The wiring size of shall be designed such that maximum

voltage drop at full power from the PV Array to Inverter(s) should be less

than 2%. From Inverter to AC Grid interfacing panel should be less than 3%. iv. Cable terminations shall be made with suitable cable lugs & sockets etc,

crimped properly and cables

Page 33: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

shall be provided with dry type compression glands wherever they enter

junction boxes / panels / enclosures at the entry & exit point of the

cubicles. The panel bottoms should be properly sealed to prevent entry of

snakes / lizard / insects etc. inside the panel. All cables shall be

adequately supported. Outside of the terminals / panels / enclosures, shall

be protected by conduits. Cables and wire connections shall be soldered,

crimp-on type or thimble or bottle type. v. Only terminal cable joints will be accepted. vi. The cable must be laid through PVC conduit on roof and indoor.

Wherever the cables (either AC & DC) are to be laid in the roof, the

PVC Conduit shall be placed at least 30 mm height

from the roof. Necessary permanent support / base should be provided on the

PVC Conduit to maintain the gap from the roof. Maximum distance between two

adjacent support / base shall be 2 m. vii. All cable / wires / control cable shall be marked with good quality letter

and number ferrules of proper sizes so that the cables can be identified

easily. viii. All cable shall be suitably marked or coded for easy identification.

Cables and wires shall confirm to the relevant standards suppliers to

specify the specification. ix. Cable tray (metallic preferably galvanized/Fiber) of suitable size must be

used for laying of cable on the floor, wherever required. x. All fasteners shall be made of Stainless steel xi. Minimum two (02) number loop must be provided at the start and end each

span of cable laying. Loop length shall be as per relevant Indian Standard.

8. PROTECTION SYSTEM 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. The

protection against induced high-voltages shall be provided by the use of

Surge protection devices (SPDs) and suitable earthing such that induced

transients find an alternate route to earth.

Surge Protection:

Internal surge protection shall consist of three surge-arrestors connected

from +ve and –ve terminals to earth (via Y arrangement) / SPDs.

Earthing Protection:

a. Earthing System shall connect all non-current carrying metal receptacles,

Page 34: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

electrical boxes, appliance frames, chassis and PV module mounting

structures in one long run. The earth strips should not be bolted or

interrupted. Earthing GI strips shall be interconnected by proper welding.

b. The complete earthing system shall be electrically connected to provide return to earth from all equipment independent of mechanical connection.

c. The equipment grounding wire shall be connected to earth strip by proper fixing arrangement. The earth strip shall be continued upto at least 500 mm

from the equipments.

d. Earthing system design should be as per the standard practices and should conform to the latest edition of IS 3043.

e. Masonry enclosure with the earth pit of size not less than 400 mm X 400

mm X 400 mm (depth) complete with cemented brick work (1:6) of minimum 150

mm width duly plastered with cement mortar (inside) shall be provided.

Hinged inspection covers of size not less than 300 mm X 300 mm with

locking arrangement shall be provided. Suitable handle shall be provided

on the cover by means of welding a rod on top of the cover for future

maintenance. f. Necessary provision shall be made at bolted isolating joints of each

earthing pit for periodic checking of earth resistance. An earth bus and a

test point shall be provided inside control room. Test point shall also be

provided at each earth pit. g. Minimum four (04) numbers of interconnected earth pit needs to be provided

in each location. Minimum required gap shall be provided in between earth

pits as per relevant standard. Body earthing shall be provided in Inverter,

each panel, module mounting structure, kiosk and in any other item as

required. h. Earthing system must be interconnected through GI Strip to arrive

equipotential bonding. The size of the GI earth strip must be minimum 25 mm X

6 mm. Chemical earthing may be considered.

Grid Islanding:

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. 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.

9. ON LINE DATA LOGGER & REMOTE MONITORING

Remote Monitoring complete systems including hardware and Modem/Router shall

facilitate monitoring of the performance of the Inverter /inverters , energy

yield, temperature, irradiance level etc through LAN based or GSM based

network. PC based inverter monitoring is also required for local monitoring of

each system. Some of the salient features of the monitoring system shall be:

a) Central recording of all system data

b) Data transfer remotely for monitoring and evaluation c) High data backup d) Expansion possible with additional measuring modules

Page 35: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

e) Communication to the most diverse systems with different interfaces f) Compatible with the products of all leading inverter manufacturers

10. WEATHER MONITORING

Metrological instruments: Contractor shall provide following measuring instruments with all necessary

software and hardware and data logging devices required to make it compatible

with Monitoring Equipment.

a) Pyranometer Contractor shall provide Pyranometer for measuring incident global solar

radiation and it should be supplied with necessary cables and calibration

certificates

Spectral response - 0.31 to 2.8 micron Sensitivity- 17micro-volt/W/m2 Calibration range- -40deg C to + 60deg C

b) Thermometer Contractor shall provide at least one RTD type ambient temperature measuring

instrument at suitable place in PV array. Instrument shall have a range of -5°C

to 60°C.

c) Anemometer Contractor shall provide double cup anemometer on tubular type made up of hot

dipped galvanized iron. The anemometer shall have valid calibration

certificates which should be produced after the installation. Velocity range

upto 25m/s, accuracy limit of 0.1 m/s. The anemometer shall have valid

calibration certificates which should be produced after the installation.

11. FIRE BUCKETS & EXTINGUISHERS 01 (One) numbers of Fire Bucket (10 litres) with 02 (Two) Bucket Stand shall

be provided at each location. The stand shall be installed at suitable

location. One number of 9 kg ABC type dry power portable fire extinguisher shall be

provided at each location. The installation of Fire Extinguishers should

confirm to TAC regulations and BIS standards. Standards:

Fire Extinguisher IS 13849 (with latest amendments) Fire Bucket IS 2546 (with latest amendments)

12. SIGN BOARDS

Project information Signage:

For signage, water resistant, anti-corrosive paint shall be used over

permanent suitable back sheet. The sheet shall be rigidly fixed on a FRP

made sheet of minimum 5 mm thickness. Size of the signage shall be minimum

3‘ x 2‘. The signage should be fixed on a separate permanent structure made

Page 36: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

of MS angle /

channel with proper fixing arrangement. The whole set including the

designing of the signage shall be approved by IIIT,Naya Raipur.

The Project Information Signage shall be installed at a prominent place of

each project location/ building.

Safety Sign:

Safety Sign must be provided mentioning the level and type of voltage

and symbols as per Indian Electricity Rule at different places of a

site as may be required.

13. TOOLS, MEASURING INSTRUMENTS AND SPARES:

The measuring instruments for each location will include but not limited to: Sl. No. Description

Quantity

1

Digital Multimeter to measure AC & DC parameters

1 no.

2 Screw driver (Taparia / Eastman or Equivalent) 1 set

3 Spanner (Taparia / Eastman or Equivalent) 1 set

4 Pliers 1 no.

User Manual & Training Book with Periodic Maintenance Log Book:

User Manual & Training Book with Periodic Maintenance Log Book must be

provided for each of the solar PV system.

10.0 Maintenance

The Contractor shall undertake necessary maintenance work of the Solar PV

Power Systems. Adequate measures should be taken for prevention of wear and

tear of the parts/components. Solar PV Power System is to be designed to

operate with minimum of maintenance.

The scope of maintenance work within the contract period shall include

preventive/routine maintenance activities to ensure proper functioning of

solar photovoltaic power plant as a whole as well as break down/corrective

maintenance in the event of malfunctions/breakdown, which prevent the

operation of the power system or part of it & free replacement of spares

required for such maintenance in stipulated time period.

A broad scope under preventive/routine maintenance shall include but not

limited to the following:

I. Cleaning and checking the health of SPV system II. Regular painting if required to avoid corrosion. III. Routine maintenance of PV Array including cleaning of modules,

checking for physical damage of PV module, tightening of electrical

connections, changing of tilt angle of module mounting

Page 37: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

structure IV. Routine maintenance of Inverter and all other electrical Distribution

Boards, Junction Boxes, Isolating Switches, Meters

V. Checking of Earthing pit resistance and maintaining optimum level VI. Submission of Monthly Generation Report

In case of non- rectification of the problem after 24 hours) from reporting

the complaint, IIIT,Naya Raipur may consider repairing/replacing such

defective system on the cost of the contractor. Notwithstanding the same,

contractor shall continue to have the responsibilities and obligations of

the subject contract.

PROVISION FOR MODULE CLEANING Necessary equipments and water supply lines are to be provided with suitable

number of outlets in the array field from existing water source of the same

building to facilitate easy cleaning of the PV Modules. Plumbing arrangement

should be provided at each location. Hosepipe of maximum 15 m length, bucket,

mug, wiper (2 nos.) shall be supplied at each site by the contractor for

cleaning of solar modules. The whole work shall be executed within the contract value. If any special tools, spares and measuring instruments are required at a site,

those shall be provided by the contractor within the contract value. Necessary

spares for comprehensive maintenance for 5 years shall be supplied by the

contractor.

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.

11.0 Handing Over

The work shall be taken over by IIIT, Naya Raipur upon successful

completion of all tasks to be performed at site(s) on equipment supplied,

installed, erected & commissioned by the Contractor in accordance with

provision of this order. During handing over complete project work, the

Contractor shall submit the followings for considering final payment.

i. All As-Built Drawings

ii. Detailed Engineering Document with detailed specification, schematic

drawing, circuit drawing and test results, manuals for all deliverable

items, Operation, Maintenance & Safety Instruction Manual and other

information about the project iii. Bill of material iv. Inventory of spares at projects site v. Operation and maintenance manual and schedule

vi. Deployment of engineers and technician with qualification details.

12.Operation:- The plant shall be operated by the contractor with qualified

engineers and technician round the clock. Daily generation record should be

maintained in the log book and shall be produced to the authority on demand.

Page 38: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Part-B Technical specification of structure as per drawing and plan placed at annexure-G

All other equipment‘s, Panels as specified above for Part-A

SCHEDULE OF QUALITY

NAME OF WORK: VEHICLE GARAGE

S.No DESCRIPTION OF ITEM QUANTITY UNIT

SH: EARTH WORK

1

Earth work in excavation by mechanical means

(hydraulic excavator)/ manual means by

infoundation trenches or drains (not exceeding

1.5m in width or 10Sqm on plan) including

dressing of sides and ramming bottoms including

getting out the excavated soil and disposal of

excavated soil as directed within a lead of 50m

(a) All kinds of soil. 231.00 One Cubic

meter

2

Supplying and filling in plinth with local sand

under floors, including watering, ramming,

consolidating and dressing complete

30.00 One Cubic

meter

3

Supplying and filling in plinth with moorum

under floors, including watering, ramming,

consolidating and dressing complete as per

direction of Engineer-in-charge

182.00 One Cubic

meter

SH: CEMENT CONCRETE WORK

4

Providing and laying in position cement concrete

of specified grade excluding the cost of

centering and shuttering-All work upto plinth

level:

(a) 1:5:10 (1 cement: 5 coarse sand: 10 graded stone

aggregate 40 mm nominal size)

115.00 One Cubic

meter

5

Providing and laying cement concrete in

retaining walls, return walls, walls (any

thickness) including attached pilasters,

columns, piers, abutments, pillars, posts,

struts, buttresses, string or lacing courses,

parapets, coping, bed blocks, anchor blocks,

plain window sills, fillets, sunken floor, etc.

up to five level, excluding the cost of

centering, shuttering and finishing:

(a) 1:2:4 (1 cement: 2 coarse sand: 4 graded stone

aggregate 20 mm nominal size)

2.50 One Cubic

meter

SH: REINFORCED CEMENT CONCRETE WORK

6

Providing and laying in position specified grade

of reinforced cement concrete excluding the cost

of centering, shuttering, finishing and

reinforcement-All work upto plinth level:

(a) 1:1.5:3 (1 cement: 1.5 coarse sand: 3 graded

stone aggregate 20 mm nominal size)

51.50 One Cubic

meter

7 Centering and shuttering including strutting,

propping etc and removal of form for

(a)

Foundations, footings, base of columns, etc for

mass concrete

70.50 One

Square

Meter

Page 39: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

(b)

Lintels, beams, plinth beams, girders,

bressumers and cantilevers

80.25 One

Square

meter

(c)

Columns, pillars, piers, abutments, posts and

struts

88.25 One

Square

meter

(d) Edges of slabs and breaks in floors and walls

(i) Under 20cm wide 497.00 One meter

8

Reinforcement of R.C.C. work including

straightening, cutting, bending, placing in

position and binding all complete:

(a) Thermo-Mechanically Treated bars 3280.50 One

Kilogram

SH: MASONARY WORK

9

Masonary work with best available precast flyash

blocks of size 40x20x15 cm of crushing strength

not less than 50 kq/sqcm complete as per

manufacturers specifications & as per the

directions of the Engineer-in-charge in

foundation and plinth in:

(a) Cement mortar 1:4 (1 cement: 4 coarse sand) 47.00 One Cubic

meter

SH: STEEL WORK

10

Structural steel work riveted, bolted or welded

in built up sections, trusses and framed work,

including cutting, hoisting, fixing in position

and applying a priming coat of approved steel

primer all complete

3095.00 One

Kilogram

11

Steel work in built up tubular (round, square or

rectangular hollow tubes etc) trusses etc.

including cutting, hoisting, fixing in position

and applying a priming coat of approved steel

primer, including welding and bolted with

special shaped washers etc. complete

(a) G.I. pipes (Medium grade) 15392.00 One

Kilogram

SH: ROOFING

12

Providing and fixing precoated galvanized iron

profile sheets (size, shape and pitch of

corrugation as approved by Engineer-in-charge)

0.50 mm (+0.05%), total coated thickeness with

zinc coating 120 gm per sqm as per IS:277 in 240

mpa steel grade, 5-7 microns epoxy primer on

both side of the sheet and polyster top coat 15-

18 microns. Sheet should have protective guard

film of 25 microns minimum to avoid scratches

during transportation and should be supplied in

single length upto 12 meter or as desired by

Engineer-in-charge. The sheet shall be fixed

using self drilling/self tapping screws of size

(5.5x55mm) with EPDM seal, complete upto any

pitch in horizontal/vertical or curved surfaces

excluding the cost of purplins, rafters and

trusses and including cutting to size and shape

wherever required.

SH: FINISHING

Page 40: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

13 12 mm cement plaster of mix:

(a)

1:6 ( 1 cement: 1 coarse sand) 81.00 One

Square

meter

14 Finishing walls with acrylic smooth exterior

paint of requires shade:

(a)

New work (two or more coat applied @1.67 lit/10

sqm) over and including priming coat of exterior

primer applied @2.20kg/10sqm

81.00 One

Square

meter

15 Painting with synthetic enamel paint of approved

brand and manufacture to give an even shade:

(a)

Two or more coat on new work over and under coat

of suitable shade with ordinary paint of

approved brand and manufacture

587.00 One

Square

meter

SH: ROAD WORK

16

Preparation and consolidation of sub grade with

power road roller of 8 to 12 tonne capacity

after excavating earth to an average of 22.5cm.

depth, dressing to camber and consolidating with

road roller including making good the

undulations etc, and re-rolling the sub grade

and disposal of surplus earth with lead upto 50

meters

732.50 One

Square

meter

17 Supplying and stacking at site

(a) 90 mm to 45 mm size stone aggragate 152.00 One Cubic

meter

18

Laying, spreading and compacting stone aggregate

of specifies sizes to WBM specifications in

uniform thickness, hand picking, rolling with 3

wheeled road/vibratory roller 8-10 tonne

capacity in stages to proper grade and camber,

applying and brooming requisite type of

screening/binding material to fill up

interstices of coarse aggregate, watering and

compacting to the required density

182.00 One Cubic

meter

19

Providing and layering 60mm thick factory made

cement concrete interlocking paver block of M-30

grade made by block making machine with strong

vibratory compaction, of approved size, design

and shape, lid in required colour and pattern

over and including 50mm thick compacted bed of

coarse sand, filling the joints with fine sand

etc. all complete as per the direction of

Engineer-in-charge

1213.00 One

Square

meter

20

Providing and fixing G.I. chain link fabric

fencing of required width in mesh size 50x50 mm

including strengthening with 2mm dia wire or

nuts, bolts or washers as required complete as

per the direction of Engineer-in-charge

(a)

Made of G.I. wire of dia 4mm 339.00 One

Square

meter

Page 41: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Part-C Technical Specification

43W Standalone with Dimming LED Solar Street Light

Model

Luminaire

System wattage (including

driver) 43W LED

System Output (after accounting

all losses) 3500 lumen

LED make CREE / Philips Lumileds

LED efficacy 130 lumen / watt

Driver type DC – DC

Driver efficiency 92%

Luminarie housing

Aluminum pressure die-cast

with fins

Ingress Protection IP65

THD Zero

Distribution of light Street light distribution

Solar Charge Controller

Type MPPT (microprocessor based)

Temperature compensated

charging provided

Rating 24V, 7.5A

Efficiency > 94%

Enclosure for charge controller IP 65 protection

Solar Panel (Only Indian Make)

Capacity 160Wp

Solar cells Multi crystalline silicon

Solar cell efficiency 14% - 15%

Page 42: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Standard IEC 61215

Battery

Capacity 160Ah

Container Poly Propylene

Permitted depth of discharge 75%

Standard IEC / BIS approved

Battery box material and

protection

Pre-coated galvanized sheet

of 0.6mm thickness

Battery box protection

Powder coating of 60 micron

thickness

Pole

Height 7m height above ground

Type

MS GI / Octagonal Galvanized

Pole

12 hrs working each night

with 40% Dimming (6hrs at

100%

Duty Cycle Load and 6hrs at 60% Load)

Automatic switch on / off

System Autonomy 36 hrs back-up

Inbuilt Protections

Overcharge protection for

battery

Deep discharge protection for

battery

Reverse polarity protection

for panel and battery

Temperature compensated

charging for battery

Page 43: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

The street light complies with

the following standards

Solar Panel

IEC 61215

Electronics

EN50530 : MPPT Performance

evaluation

IEC62124 : Solar standalone

system performance

IEC61347-2-13 : LED driver

safety

IEC 62384 : LED driver

performance

CISPR 15 : Radio disturbance

characteristics

IEC61547 : EMC Immunity

requirements

IEC60598 : General

requirements and tests

Page 44: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

ANNEXURE-‘C’

AFFIDAVIT REGARDING BLACKLISTING/ NON-BLACKLISTING FROM TAKING PART IN GOVT.TENDER BY

DOT/GOVT. DEPT (To be executed on Rs.10/- Stamp paper & attested by Public Notary/Executive Magistrate by the

bidder)

I / We Proprietor/ Partner(s)/ Director(s) of M/S.

--------------------------------------- hereby declare that the

firm/company namely M/S.--------------------------------------------------------

has not been blacklisted or

debarred in the past by IIIT—Naya Raipur or any other Government organization from taking part in Government tenders.

Or

I / We Proprietor/ Partner(s)/ Director(s) of M/S. ------------------- hereby declare that the

firm/company namely M/S.-------------------------------------- ---------------------------------------

was blacklisted or debarred

by IIIT—Naya Raipur, or any other Government Department from taking part in Government tenders

for a

period of ----------

years w.e.f.--------- --------.

The period is over on--------------

and now the firm/company is entitled to take part

in Government tenders. In case

the above information found false I/We are fully aware that the tender/ contract will be rejected/cancelled by IIIT—Naya Raipur, and EMD/SD shall be forfeited. In addition to the above IIIT—Naya Raipur, will not be responsible to pay the bills for any completed/ partially completed work.

Signature………………………………………………….……......................

Name…………………………………………………………….....................

Capacity in which assigned: ………………………………………………..

Name & address of the firm: ………………………………………………...

Date:

Signature of Bidder with seal.

Page 45: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Annexure-D Price Bid-Part-A

Name of Work: Design, Manufacture, Supply, Erection, Testing and Commissioning of Grid Tied Solar Photovoltaic Power plant of 200kwp (cumulative) capacity on Building Roof top.(Mention total capacity - )

Sl. No.

Description

Unit

Rate/KW (Rs.)

Total (Rs.)

01

Design, Manufacture, Supply of SolarPV Module with Module Mounting,Balance of System (BOS) as per tender specification,Remote Monitoring Unit, Weather Station along with Data logger hardware & software as per Tender.including Installation, Testing & Commissioning Of Solar PV Systems.

Building

Roof top

Capacity

02 Annual Maintenance Contract for 5

years for the entire system Year

03

Operation of Plant for 05 Years

24x7 Year

Total

In Figures: Rs……………………………………………………………………………….………………….…………………………………Only

Price Bid-Part-B Name of Work: Design, Manufacture, Supply, Erection, Testing and Commissioning of Grid Tied Solar Photovoltaic Power plant of 200kwp (cumulative) capacity on vehicle Garage.(Mention total capacity - )

Sl. No.

Description

Unit

Rate/KW (Rs.)

Total (Rs.)

01

Design, Manufacture, Supply of SolarPV Module with Module Mounting,Balance of System (BOS) as per tender specification,Remote Monitoring Unit, Weather Station along with Data logger hardware & software as per Tender.including Installation, Testing & Commissioning Of Solar PV Systems.

Max

Installed

Capacity

02 Structure for solar PV mounted vehicle garage as per Design and Drawing.

03 Annual Maintenance Contract for 5

years for the entire system Year

04

Operation of Plant for 05 Years

24x7 Year

Total

In Figures: Rs……………………………………………………………………………….………………….…………………………………Only

Page 46: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Price Bid-Part-C

Name of Work: Supply and Installation of Solar LED street Light-43 W as per technical specification

Sl.No Description Qty Unit Rate Total Rate

01 43 w

standalone

with dimming

LED solar

street light

(with Pole)

30

02 43 w

standalone

with dimming

LED solar

street light

(with out

Pole)

30

Total

In Figures: Rs……………………………………………………………………………….………………….…………………………………Only

Total Of Part-A,Part-B and Part-C =_______________________________(in words)

Note: The rates quoted above are inclusive of all applicable taxes &duties,

transportation, insurance & levies.

Place:

Date:

……………………………………

Authorised Signatory

Name:

Designation:

Page 47: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Annexure „E‟

„Technical‟ BID FORMAT

S.No Description YES/No Proof of

Documents

Attached

1 Minimum Average Annual

Turnover as per tender

Documents

Annexure-A

(balance

sheet/CA

certificate)

2 Similar work experience Annexure-B

(copy Of

Purchase Order)

3 Black Listed by any

NIT/IIT/Central

Universities/State

Government

Affidavit

4 Indian registered

Company

Annexure-C

(copy of

registration)

5 Availability of

Technical and Financial

strength to undertake

the work

Furnish Details

in Annexure-D

6 Income Tax return Annexure-E

7 List Of organization

/customer dealt

Annexure-F

8 Technical specification

of Module and balance of

system (Deviation if

any should be spelt out

clearly),Technical

specification for solar

street light,Technical

specification for

vehicle garage mounted

panel

Annexure-G

9 Annual Turnover of PV

module Manufacturer

Annexure-H

10 List of installation by

PV Module Manufacturer

Annexure-I

11 MNRE/NABL Lab

Accreditation

certificate

Annexure-J

12 Stadd-Pro Analysis

report for structure

Annexure-K

13 Shadow analysyis report Annexure-L

14 Wind analysis report for

project area

Annexure-M

Page 48: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian

Annexure-F

PROPOSED BUILDING WISE SOLAR PV SYSTEM CAPACITY

PROPOSED

SL.NO. NAME OF THE BUILDING SPVPP

CAPACITY

(kWp)

1 Academic Building 100

2 Boys Hostel 60

3 Girls Hostel 40

4 Proposed Vehicle garage

Max Installed capacity as

per indicative drawing of

Garrage.(The installed

capacity may be reduced from

any of the above three

building with consent of

IIIT-NR)

TOTAL CAPACITY 200

Page 49: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian
Page 50: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian
Page 51: OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT … any NITs/IITs/IIITs/ Central Universities/Central/State Government body/PSUs etc. need not to apply. (a) The bidder should be an Indian