You are on page 1of 39

Tender Price: Rs.

1,000/-

TENDER NO. HAREDA/ off grid Solar power plants /2013-14 / 04

DNIT

FOR SUPPLY, INSTALLATION & COMMISSIONING OF GRID INTERACTIVE TWO SOLAR


POWER PLANTS

i.e. Solar power plants of 100 KW capacity at S.H.K.M, Govt. Medical


College, Nalhar, District- Mewat and 50 KW Solar Power Plant with 100 nos.
of 20 watt LED Street Lighting Systems at School Education Board, Bhiwani

IN
HARYANA STATE

HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA)


(DEPARTMENT OF RENEWABLE ENERGY, HARYANA)
Akshay Urja Bhawan, Sector-17, Panchkula
PHONE: 0172-2585733, 2585433 Fax No.0172-2564433
Email: drehareda@gmail.com Website: www. hareda.gov.in

IMPORTANT DATES

LAST DATE FOR SALE OF TENDERS

LAST DATE FOR SUBMISSION OF TENDERS

OPENING OF TECHNICAL AND COMMERCIAL BIDS:

Upto 4.00 PM on 05.09.2013

Upto 3.00 PM on 06.09.2013

At 4.00 PM on 06.09.2013

HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA)


DNIT
SUPPLY, INSTALLATION AND COMMISSIONING OF 100 KW CAPACITY GRID
INTERACTIVE SOLAR POWER PLANT AT S.H.K.M, GOVT. MEDICAL COLLEGE, NALHAR,
DISTRICT- MEWAT AND 50 KW CENTRALIZED SOLAR POWER PLANT WITH 100 NOS. OF
20 WATT LED STREET LIGHTING SYSTEMS AT SCHOOL EDUCATION BOARD, BHIWANI
IN HARYANA STATE
1.

SCOPE OF WORK

The scope of work includes following two projects:(i)

100 KW capacity Solar Power Plant alongwith battery bank at S.H.K.M, Govt. Medical
College, Nalhar, District- Mewat in Haryana with five years warrantee of complete
system including battery bank and PV modules used in the power plant must be
warranted for their output peak watt capacity, which should not be less than 90% at
the end of 10 years and 80% at the end of 25 years.

(ii)

50 KW Centralized Solar Power Plant with 100 nos. of 20 Watt LED Street Lighting
Systems alongwith battery bank at School Education Board, Bhiwani in Haryana State
with five years warrantee of complete system including battery bank and PV modules
used in the power plant must be warranted for their output peak watt capacity, which
should not be less than 90% at the end of 10 years and 80% at the end of 25 years.
The tentative purchase value of both said projects shall be approximately Rs. 300.00 lacs.
*The bidder can submit their bid for both aforesaid projects or he can submit his proposal
for either of said solar power plants.

2.

SPECIFICATIONS OF SYSTEM
The tech. specifications 100 KW capacity Grid interactive Solar Power Plant alongwith
battery bank at S.H.K.M, Govt. Medical College, Nalhar, District- Mewat is enclosed as
Annexure-1.
The tech. specifications of 50 KW Grid interactive Solar Power Plant with 100 nos. of 20
Watt LED Street Lighting Systems alongwith battery bank at School Education Board,
Bhiwani is enclosed at Annexure-2.

3.

MINIMUM ELIGIBILITY CONDITIONS


i)

The bidder should be:

A PV system integrator having experience for installation and commissioning of 2000 solar
photovoltaic lighting systems or at least one or more Solar Photovoltaic Power Plant (s)
aggregating to a total of 20 KWp capacity

ii). The bidder should have valid test report of SPV modules, batteries and power conditioning
unit (PCU) tested as per MNRE, GOI latest guidelines minimal technical requirements /
standards for SPV systems / plants to be deployed (Test Certificates are necessary and
should have been issued on or after April 2009.) *For the 50 KW and 100 KW solar power
plants, no separate test report of PCU/inverter is required if the bidder has test report of 10
KW capacity. However, the self test report of manufacturer is required.
ii)

Bidder should have the cumulative experience in executing contracts for the supply,
installation and commissioning of solar photovoltaic systems / solar power plants at least 75
lacs in Proforma-IV.

iii) The overall average turnover of the company/firm/corporation in the last two financial years
should be at least Rs. 50.0 Lac. Certificate from Chartered Accountant shall be enclosed
with the offer in Proforma-V.
iv) The bidder should have valid CST/ State VAT/TIN registration certificate. A copy of which
should be enclosed.
v) The tenderer shall submit a certificate that their firm has never been debarred by any
Government agencies/departments/PSUs for the item for which they are quoting against this
tender. The bids of the debarred firm will be rejected out rightly.
vii) Consortium, Joint Venture/ Business partnership is not allowed.
viii) The past performance of the firms shall be considered while evaluating the technical bids. If
the bidder has poor record for providing after sales services to the HAREDA during last five
year then their bid shall be rejected out rightly.
ix) Only indigenously manufactured PV modules will be used in the said Projects.
4.

OTHER ELIGIBILITY CONDITIONS

The Financial bids of only those bides shall be opened, who qualify in Minimum Eligibility
Conditions as above and score at least 45 Points in technical evaluation. The Points for the
technical evaluation shall be assigned as under:
SN
1.

2.

3.

Criteria
MNRE accredited off-grid Channel partner/Programme
Administrator
OR
Credit rating (From MNRE Accredited Rating Agency) of SP 2C
and above
Cumulative Experience * of the Bidder in Executing contracts of
Solar Photovoltaic Systems/Power Plant
(Installation & Commissioning of PV Systems/Power Plants)
0 to 100 KWp
100 to 250 KWp
250 to 500 KWp
500 to 1000 KWp
Bidder `s cumulative Experience* in last 10 years in supply and
installation/commissioning of total number of solar PV Lighting

Points
10

5
15
25

4.

5.

6.
7.

Systems Cumulative nos


0 to 3,000 nos.
3,000 to 5,000 nos.
5,000 to 10,000 nos.
10,000 to 20,000 nos.
Value of a Single Order* of PV Systems/ Power Plants
executed by the Bidder:
Valued more than Rs. 25 Lakhs
Valued more than Rs. 50 Lakhs
Valued more than Rs. 1.0 Crore
Valued more than Rs. 2.0 Crore
Cumulative Experience * of the Bidder in executing contracts
(Installed & commissioned) of Stand Alone solar P V Systems/
Power Plants:
At least 50% of the tendered value
At least 75% of the tendered value
The Bidder has ISO 9001 certification
The bidder has ISO 14001 certification

5
15
25

5
15
25

5
10
10
10

* Bidders experience should be in supply, installation/commissioning (contracts executed,


completed and handed over) of Solar Photovoltaic Systems/ Power Plants for MNRE supported
Schemes / Programmes, (including Projects executed by channel partners availing MNRE
support) OR Any Government Organization/ Agency/ SNA/PSU.
5.

EARNEST MONEY DEPOSIT & TENDER FEE

(a)

EARNEST MONEY DEPOSIT

(i)

The tender should be accompanied with earnest money for the value of Rs.2, 00,000 /(Rupees two lac only) in the form of demand draft/ Bank Guarantee in favour of Director
General, HAREDA payable at Chandigarh.

(ii)

Central or Haryana Public Sector Enterprises and approved sources as declared by the
Industries Department, Haryana, would be exempted from the deposit of EMD on
submission of such letter from the competent authority.

(iii)

The offers without EMD or authority letter, as mentioned in (ii) will be rejected without
assigning any reason as being non-responsive.

(iv)

EMD of unsuccessful tender shall be returned after award of the contract /order. No
interest will be paid on the earnest money.

(v)

EMD may be forfeited in case of a tenderer withdraws its tender during the period of
tender validity specified by the Bidder in the tender.

(b)
(i)

Cost of Tender Fee


An amount of Rs.1000/- (Rupees one thousand only) as tender fee (Non refundable) will
be deposited with the technical bid in the form of HAREDA receipt for purchase of tender.
The bidder may purchase the tender from the office of HAREDA up to last date of tender

submission by depositing Demand Draft in favour of Director General, HAREDA/Cash


amount of Rs.1000/- and enclose copy of receipt with the technical bid. If the bidders
download the document from the HAREDA web site i.e. www.hareda.govt.in (Icontender), the bidder shall enclose Demand Draft of Rs.1000/- before due date payable at
Chandigarh in favour of Director General, HAREDA.
(ii)

No tender without this Money would be considered for further consideration and would be
treated as invalid proposal.

6.

PAYMENT TERMS
The payments shall be made as per the following terms and conditions:

i.

70% of the ordered value after the supply of the complete system at site supported with
material receipt issued by user /P.O of the concerned district (The contractor shall raise
bill of 70% of the ordered value after the supply of the complete system at site, duly
certified by the concerned officer and USER as per the technical specification and terms
and conditions specified in the contract).

ii.

20% of the ordered value after installation and commissioning. The contractor shall raise
bill of 20% of the ordered value after installation and commissioning of the system
supported with completion certificate, the handing over certificate, bill of material and
Joint commissioning report duly signed by the designated officer and end user.
(Applicable for 90% if no 70 % has been taken by the firm).

iii.

10% payment to be released @2% at the end of each year for 5 years, on
satisfactory performance. The contractor shall raise bill of 2% of the ordered value at the
end of each year alongwith satisfactory performance report duly certified by the
concerned officer and user. The said amount may also be released after 45 days of the
successful commissioning and satisfactory performance of the system against the
submission of performance bank guarantee of equal amount valid for five years from
commissioning of the plant. (Applicable for 100% if no 90 % has been taken by the firm).

iv.

Supplier may also avail 25% of total work value as advance on submission of Bank
Guarantee of the 110% amount valid for six months and same is adjusted on release of
any first payment to supplier as mentioned above.

7.

WORK ORDER SECURITY DEPOSIT

i.

The EMD of the successful bidders shall be kept as work order security deposit and shall
only be released after successfully supply, installation and commissioning /completion of
the contract/order. No interest will be paid on this security deposit.

ii.

This work order security may be forfeited in case of non-execution of work against the
work order placed.

8.

INSPECTION OF MATERIAL

(i)

The material shall be dispatched by the supplier after inspection by the Director
General, HAREDA or his representative committee from Head office, field office and
User at his premises/ at site and acceptance of the same. The supplier shall give 15
day's written notice of any material ready for inspection. The material shall be
erected in the project after acceptance of the same. It shall be mandatory that
consignment of material should reach at site within two months of placement of
supply order. The installation of the work shall be carried out under the close
supervision of the Project Officer of the district & the user. The final inspection after
installation and commissioning shall be carried out by district office and user. The
supplier shall provide without any extra charge, all materials, tools, testing
equipments, labour and assistance of every kind which the inspecting officer may
consider necessary for any test or examination. HAREDA can also get the systems
tested from any Govt. approved test centre/ laboratory and the expenses shall be
borne by the supplier. Rejected material (if any) will have to replace by the supplier at
its cost within a week time.
In case the material offered for inspection fails to meet the specifications stipulated in
DNIT /Order /Contract and the material is rejected by the Inspecting Committee, the
Indenting Department will have the right to levy a penalty at 0.1% of the order value.
In case the material offered for inspection fails during the 2nd inspection also, the
Indenting Department will have the right to increase the penalty to 0.25% of the order
value. In case, the material offered fails during the 3 rd and final inspection also, the
firm will be liable for penal action including forfeiture of EMD, risk purchase,
debarring/blacklisting in future, and no further opportunity for inspection will be
provided to the supplier firm. The firm will print the words PROMOTED BY
HAREDA on the body of the Systems so as to minimize any possible malpractices.

9.

VALIDITY OF BID
The bids shall be valid for a period of six months from the date of opening of tender.
HAREDA may ask to the bidder(s) to extend the validity, if necessary.

10.

WARRANTY
(i)

The supplier shall af f i rm as per standards for quality that anything to be


furnished shall be new, free from all defects and faults in material,
workmanship and manufacture, shall be of the highest grade and consistent
with established and generally accepted standards for material of the type
ordered, shall be in full conformity with the specifications, drawing or
samples, if any and shall if operable, operate properly.

(ii)

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


the supplier shall guarantee satisfactory performance of the equipment and
shall be responsible for the period or up to the date specified in sub-clause (iii)
hereof after the equipment has been accepted by the HAREDA to the extent
for any defects that may develop such defects shall be removed at his own
cost when called upon to do so by the HAREDA.

(iii)

The Contractor in consultation with concerned Project Officer will conduct


training programme for users, focusing on main features, operation and
maintenance of the systems. After successful supply/commissioning of the

system and training, the system will be handed over to the person designated
by the end user.
(iv)

The Contractor/supplier shall continue to provide spare parts after the expiry of
warranty period at the users cost. If the contractor fails to continue to supply
spare parts and services to users then HAREDA shall take appropriate action
against the firm.

(v)

The Warranty period shall be 25 Years for the PV modules and 5 years for
complete system including battery from the date of commissioning and
handing over of the system. The contractor shall rectify defects developed in
the system within Warranty period promptly. The procedure to rectify the
complaint/service to be provided during warrantee period is follows as:
During the warrantee period, the firm shall ensure proper functioning of the
systems and complaint, if any, forwarded to the supplier against the system, will
have to be attended within 5 days of forwarding such complaints. The procedure
to rectify the complaints shall be as under:

a)

The notice through E-mail/hard copy to rectify the complaints shall be issued by
the HQ/district officer/User to the supplier with copy to the maintenance cell of
HAREDA. This shall be followed by two reminders on 3 days intervals each. The
district office/ maintenance cell shall maintain proper record of the complaints.

b)

Even after this, the complaints remain unattended the penalty @ Rs. 200.00 per
day per system will be imposed from the expiry of 11 days & same will be
deducted from the payment due to the supplier / out of the Performance Security
Deposit/ bank Guarantee. The firm if failed to repair/ replace the defective system
within next 10 days after expiry of the earlier specified 11 days of forwarding of
the complaint then concerned ADC-cum-CPO shall forward the case to the
Director, HAREDA along with estimated expenditure for the replacement/ repair.
Director, HAREDA may consider repairing / replacing such defective system on
the cost of the supplier. The firm who shall be penalized by revoking PSD/Bank
guarantee shall deemed to be consider as unfit to participate in all the tenders
floated by HAREDA in future and shall be treated as unsatisfactory performer.

c)

If the whole PSD/ bank guarantee is utilized and the complaints are still pending
then a online/hard copies request will be sent to the firm to attend the complaint
within 10 days.

d)

If still the firm shall not attend the complaint within the above mentioned period
then the firm may be blacklisted and a legal proceeding may be initiated against
the firm for Breach the agreement.

The past performance of the firms to provide after sale service to HAREDA shall be
considered while evaluating the technical bids.
11.

TIME SCHEDULE, PENALTY/LIQUIDATED DAMAGES


These systems are to be supplied, installed and commissioned within four months time
from the date of issue of work order.

The time of delivery or dispatch stipulated in the supply order shall be deemed to be the
essence of the contract, and should the contractor fail to deliver or dispatch any
consignment within the period prescribed for such delivery or dispatch stipulated in the
supply order, the delayed consignment will be subject to penalty per consignment @
2.0% per month subject to maximum deduction of 10% of the delayed services
recoverable on the value of the stores supplied. Once the maximum is reached, the
HAREDA may consider termination of the contract. In case of non-payment of the
contractor, recovery will be made from his bills or amount of Earnest money or security
deposited with Director General, HAREDA, provide also that:
(a)

(b)

(c)

No recovery of penalty will be made if the Indenting officer accepts the delayed
supplies by extending the delivery period up to two weeks by recording in writing
that the exceptional circumstances were beyond the control of the supplier and
there was no loss to the Government.
Whether the delay on the part of the supplier is of more than two weeks, the
matter for extension of delivery period will be referred by the Indenting Officer to
the Director, HAREDA with a certificate that there are genuine reasons for delay
on the part of the supplier and no loss will result to the Government. In case
extension in delivery period is allowed the case will be decided on merits by the
Director, HAREDA. In case the delivery period is amended, no penalty for
supplies made during the extended period will be recovered from the supplier.
On the failure of the suppliers to make supply within the extended period or
otherwise and the receipt of such information in the office of the Director,
HAREDA, risk purchase at the cost of the supplier will be made by the Director,
HAREDA within two months of the expiry of stipulated delivery period by inviting
short terms quotations from the Registered and other known suppliers. The
difference of excess cost thus, incurred will be recovered from the supplier from
his pending bills, earnest money or security whichever is available. This
procedure will be adopted after serving a registered notice to the supplier to
supply stores within 15 days.

(ii)

The Contractor shall not;

(a)

Without the consent in writing of HAREDA transfer, assign or sublet the work
under this contract or any substantial part thereof to any other party. HAREDA
shall have at all reasonable time access to the works b e i n g carried out by
the contractor under this contract. All the work shall be carried out by the
contractor to the satisfaction of HAREDA.
Disclose details of the conditions governing this contract to unauthorized persons
(Indenting against this contract is permissible only for the bonafide use of
Governments departments and quasi public and not for private parties or for the
private use of the Government officers).

(b)

(iii)

In the event of the contractor failing duly and properly to fulfill or committing
breach of any of the terms and conditions of the tender or repeatedly supplying
goods liable to rejection hereunder or failing, declining, neglecting/ or delaying to
comply with any demand or requisition or otherwise not executing the same in
accordance with the terms of this tender, or if the bidder or his agents or servants
being guilty of fraud in respect of the contract or any other contract entered into by
the contractor or any of his partners or representatives thereof with Government
directing, giving, promising or offering any bribes, gratuity, gift, loan, perquisite,
reward or advantage pecuniary or otherwise to any person in the employment of

Government in any way relating to such officers or person of persons, office or


employment or if the contractor or any of his partners become insolvent or apply
for relief as insolvent debtor or commence any insolvency proceedings or make
any composition with his/ their creditors or attempts to do so then without
prejudice to Government rights and remedies otherwise, HAREDA/ Government
shall be entitled to terminate this contract forthwith and to blacklist the contractor
and purchase or procure or arrange from Governments stocks or otherwise at the
contractors risk and at the absolute discretion of the Director, HAREDA as
regards the manner, place or time of such purchases, such supplies as have not
been supplied or have been rejected under this agreement or are required
subsequently by Government there under and in cases where issues in
replacement are made from Governments stocks or supplies, the cost of value of
stocks or supplies together with all incidental charges or expenses, shall be
recoverable from the contractor on demand and the contractor shall not be
entitled to benefit from any profit which may accrue to Government.
12

13.

FORCE MAJEURE
(i)
Notwithstanding the provisions of clauses contained in this deed; the contractor
shall not be liable for forfeiture of its performance security, liquidated damages,
termination for default, if he is unable to fulfill his obligation under this deed due to
event of force majeure circumstances.
(ii)

For purpose of this clause, "Force majeure" means an event beyond the control of
the contractor and not involving the contractor's fault or negligence and not
foreseeable. Such events may include, but are not restricted to, acts of Govt.
either in its sovereign or contractual capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions and fright embargoes.

(iii)

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


notify the HAREDA in writing. The decision of the Director General, HAREDA
in above conditions shall be final.

ARBITRATION
If any question, dispute or difference what so ever shall arises between
HAREDA and the contractor, in the connection with this agreement except as
to matters, the decisions for which have been specifically provided, either party
may forthwith give to the other notice in writing of existence of such question,
dispute or difference and the same shall be referred to the sole arbitration of the
Principal Secretary/Secretary/Chairman, HAREDA or a person nominated by him.
This reference shall be governed by the Indian Arbitration Act, and the rules
made there under. The award in such arbitration shall be final and binding on
both the parties. Work under the agreement shall be continuing during the
arbitration proceedings unless the HAREDA or the arbitrator directs otherwise

14.

PROCEDURE FOR FINALIZATION OF PURCHASE:1. First the Commercial & Technical part shall be opened on _________ at 4.00
PM in the Conference Hall of Akshay Urja Bhawan at Institutional Plot No. 1,
Sector-17, Panchkula in the presence of tenderers of their authorized

representative who chose to attend the meeting and thereafter technical bid shall
be evaluated.
2. Then Price part of only those tenderers, whose offer technically and
commercially acceptable after evaluation will be opened in the presence of
tenderers of their authorized representative who chose to attend the meeting.
The date to open the price part will be informed separately.
3. Thereafter, the status of the bidders i.e. L-1, L-2, L-3 so on shall be determined
by giving purchase preference as mentioned in Clause no. 15 below to the
bidder billing from Haryana State.
4. Thereafter, the agenda shall be placed before the Competent Authority/High
Powered Purchase Committee for negotiation and finalization of rate.
5. The other terms and conditions shall be governed by policy / guidelines on
procurement of stores issued by Department of Industries & Commerce, Haryana
vide GO No. 2/2/2010-4 I BII dated 28 May 2010 and subsequent policy decision/
guidelines/amendment issued by Department of Industries & Commerce. These
guidelines are available on the State Govt. website i.e. www.haryana.gov.in
15.

PURCHASE PREFERENCE
I)

For the suppliers billing from Haryana State, 50% of the VAT revenue accruing to the
State of Haryana should be discounted from the composite price bid of the bidder
while comparing the bids received in response to such DNIT and the L1, L2, L3 bidder
status will be determined accordingly.

ii)

If a successful bidder is awarded the bid offer after discounting/ rebating 50% of the
VAT revenues accruing to the state of Haryana and the state does not lead to the full
accrual of the VAT revenue to the State of Haryana on the accepted price bid, a
penalty equivalent to short accrual of the VAT revenues to the State of Haryana would
be recovered from the supplier.

iii)

Purchase preference shall be accorded to the approved sources, including Central or


Haryana State Public Sector Undertaking/Enterprises, provided that such approved
source take part in the bidding process and the quoted prices of the approved source
is within 10% of the lowest acceptable price, other things being equal. However, such
purchase preference would be available to the approved source only at the lowest
acceptable price.

16.

SUBMISSION OF TENDER

i)

Sealed tender should be submitted in two parts i.e. Part-I (technical and commercial)
and part-II (price part) in the Annexure-3 the firm should submit their offers in two
separate sealed envelopes, marked on one envelop as Part-I Technical and
Commercial Part and on other envelope as Part-II: Price Part. These envelopes should
again be sealed in a covering envelope along with forwarding letter, super scribed on top
with
OFFER FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 100 KW CAPACITY GRID
INTERACTIVE SOLAR POWER PLANT AT S.H.K.M, GOVT. MEDICAL COLLEGE, NALHAR,

DISTRICT- MEWAT AND 50 KW GRID INTERACTIVE SOLAR POWER PLANT WITH 100
NOS. OF 20 WATT LED STREET LIGHTING SYSTEMS AT SCHOOL EDUCATION BOARD,
BHIWANI IN HARYANA STATE

ii)
iii)
iv)
v)

vi)

vii)

17.

Offer should be addressed to Director General, HAREDA by designation not by name.


HAREDA shall resume no responsibility for misplacement or pre-mature opening of any
part of tender, in case of above instructions or not complied by the tenderer.
Any offer received after the deadline for submission of offers shall be rejected and
returned unopened to the tenderer.
All the pages of tender documents, technical specifications, bids, supporting documents
etc. shall be indexed, numbered and duly signed by the authorised signatory and
company seal should be affixed or each page. Any part of the tender which is not
specifically signed by the authorized signatory and not affixed with company seal shall
not be considered for the purpose of evaluation.
The offers should be signed and sealed by the tenderer or his authorised representative.
The names and designation of all persons signing shall be typed or printed below the
signature.
Failure of furnish all information and documentary evidence as stipulated in the tender
document or submission of an offer i.e. not substantially responsive to the tender
document in all respects shall be summarily rejected.
DOCUMENTS TO BE ENCLOSED WITH THE OFFER
Part-I & Part-II of the tender should comprise the following documents:

i)

Technical & commercial Part-I


The technical & commercial Part: Part-I of tender shall be offered and furnished complete
in all respect strictly as per Check list at Proforma-II along with all requisite Annexure and
Proforma and their attached documents.

ii)

Price part: Part-II


a)

b)
c)
d)

The price of both the solar power plant separately in full and complete set
including all parts inclusive of supply, installation, commissioning, packaging,
transportation, FOR , all taxes & levies, octroi, VAT etc. should be quoted in
Annexure-3 and bill of material in 3 (A) (price part).
Price shall remain firm and fixed. Price variation clause is not acceptable.
Any conditional discounts on the prices offered will not be entertained /
considered.
Offers should be quoted in lump sum inclusive of all taxes till the execution of the
project and conditional offers with taxes will be rejected out rightly.

18.

OTHER TERMS AND CONDITIONS

(i)

The offer shall be submitted on original tender form issued by this office, conditional
tender and tender not accompanied by EMD shall not be accepted.

(ii)

The price quoted should include all taxes and duties, custom duty, excise duty,
service tax, sales tax, C.S.T., local taxes, Trade Tax/VAT, Income Tax, Surcharge on

income tax etc. if any. A supplier/ contractor shall be entirely responsible for all taxes,
duties, license fees, etc. All taxes payable as per Government income tax & service
tax norms will be payable by the contractor. If any new tax/duty is levied during the
contract period the same will be borne by the firm exclusively. TDS will be deducted
from the payment of the contractor as per the prevalent laws and rules of Government
of India and Government of Haryana state in this regard.
(iii)

In the event of bid being submitted for a firm, it must be signed separately by each
member thereof, or in the event of the absence of any partner, it must be signed on his
behalf by a person holding a Power of Attorney authorized him to do so. In case of a
company, the quotation should be executed in the manner laid down in the said
Companies Article of Association. The signature on the quotation should be deemed to
be authorized signatures.

(iv)

All columns of the technical and financial bid shall be duly filled in and there shall be page
numbering of bid document, the rates shall not be overwritten and be both in figures and
words.

(v)

All corrections must be signed by the tenderers.

vi)

Material shall be strictly as per DNIT specifications. If there is any left out specification, the
same shall be considered as per the MNRE specification.

(vii)

All disputes relating to this work shall be subject to the jurisdiction of Panchkula and
Chairman, HAREDA shall be the sole arbitrator.

(viii)

The make of module, batteries and PCU should be strictly as per the make mentioned in
the technical form detail and test reports submitted along with the offer. For variation of
any make, test report of the same is to be provided with prior approval of HAREDA.

(ix)

The Director General, HAREDA will have the right of rejecting all or any of the quotation
without assigning reason thereof.

(x)

In case of any ambiguity in interpretation of any of the clauses/ provision of the said rate
contract/DNIT, the decision of the Director General, HAREDA shall be final and binding.

(xi)

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

(xii)

The Contractor shall indemnify the HAREDA against all third party claims of
Infringement of patent, royalty's trademark or industrial design rights arising from use to
the goods or any part thereof.

(xiii)

Contractors, wherever applicable, shall after proper painting, pack and crate all the
equipment in such manner as to protect them from deterioration and damage
during rail and road transportation to the site and storage at the site till time of
installation. Contractor shall be held responsible for all damage due to in proper
packing.

(xiv)

The contractor shall inform the HAREDA of the date of each shipment from his
works, and the expected date of arrival at the site for the information of the concerned

project offices at least 7 days in advance.


(xv)

All demurrage, wharf age and other expenses incurred due to delayed clearance of the
material or any other reason shall be to the account of the contractor.

(xvi) The goods supplied under the contract shall be fully insured against loss or damage
incidental to manufacture or acquisition, transportation, shall be included in the bid
price.
(xvii)

HAREDA may at any time terminate the contract by giving written notice to the
contractor without compensation to the contractor, if it becomes bankrupt or
otherwise insolvent, provided that such termination will not prejudice or affect any
right of action or remedy, which has accrued or will accrue thereafter to the HAREDA.

(xviii) HAREDA, may by written notice sent to the supplier, terminate the contract, in whole or
in part at any time for its convenience. The notice of termination shall specify that
termination is for the purchasers convenience in the interest of HAREDA.
(xix)

To assist in the examination, evaluation and comparison of bids the HAREDA


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

(xx)

At any time prior to the submission of the tender or prior to the opening of the
financial bid the HAREDA may, for any reason, whether at its own initiative or in
response to a clarification requested by the Bidder, modify the Tender documents by
amendments.

DECLARATION BY THE BIDDER


I/We
__(hereinafter
referred to as the Bidder) being desirous of tendering for the work under the HAREDA tender
no.
and having fully understood the nature of the work and having carefully
noted all the terms and conditions, specifications etc. as mentioned in the tender document,
DO HEREBY DECLARE THAT
1.

The Bidder is fully aware of all the requirements of the tender document and agrees
with all provisions of the tender document.

2.

The Bidder is capable of executing and completing the work as required in the tender.

3.

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

4.

The Bidder has no collusion with other Bidder, any employee of HAREDA or with
any other person or firm in the preparation of the bid.

5.

The Bidder has not been influenced by any statement or promises of HAREDA or any
of its employees, but only by the tender document.

6.

The Bidder is financially solvent and sound to execute the work.

7.

The Bidder is sufficiently experienced and competent to perform the contract to


the satisfaction of HAREDA.
The information and the statements submitted with the tender are true.

8.
9.

The Bidder is familiar with all general and special laws, acts, ordinances, rules
and regulations of the Municipal, District, State and Central Government that may
affect the work, its performance or personnel employed therein.

10.

The Bidder has never been debarred from similar type of work by HAREDA
and or Government undertaking/ Department.

11.

This offer shall remain valid for acceptance for 12 Months from the date of opening of
the tender.

12.

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

13.

The Bidder confirms the capability to supply and install more than .. Systems/capacity
in a year.

14.

The quote to supply the goods and materials specified in the underwritten schedule in
the manner in which and within the time specified as set forth in the conditions of
contract at the rates given in the financial bid.

15.

The terms and conditions of tender will be binding upon bidder in the event of
acceptance of their tender. The enclosed Earnest Money deposit of Rs.2,00,000/(Rupees two lac only) vide DD no. . Datedand same
shall be forfeited by the Director General, HAREDA if the bidder fail to execute the work
order released by HAREDA.

(Signature of Bidder)
With SEAL

PROFORMA-I
Format for forwarding/covering letter
(To be submitted by tenderers on the official letterhead of the company)
No.

Dated:

To
The Director General
Haryana Renewable Energy Development Agency,
Institutional Plot No. 1, Sector-17, Panchkula
Subject:-

Offer in response to Notice Inviting Tender No. ________ for supply,


installation and commissioning of 100 KW capacity Grid interactive solar
power plant at S.H.K.M., Govt. Medical College, Nalhar, District- Mewat and
50 KW Grid interactive solar power plant with 100 nos. OF 20 WATT led
street lighting systems at School Education Board, Bhiwani in Haryana state

Sir,

We hereby submit our offer in full compliance with terms & conditions of
the above tender. A blank copy of the tender, duly signed on each page is also
submitted as a proof of our acceptance of all specifications as well as terms/
Conditions.
We confirm that, we have the capability to supply and install more than
KW capacity PV Power Plant in months.
The tender is submitted in two separate and sealed envelopes marked
Part-I & Part-II.

(Signature of Bidder)

With Seal
:

Proforma-II
Check list of Annexure
(The following information/documents are to be annexed and flagged by the Bidders
along with the BID)
S.N.

Annexure No

1.

Annexure-I

2.

Annexure-II

Particular
s
Details of Earnest money (D.D. no. ..and
.date
The bidder is a PV System Integrator

Yes/No, Flag
No.

At least 2000 Solar Photovoltaic Lighting Systems


should have been installed / commissioned

3.

Annexure-III

4.

Annexure-IV

5.

Annexure-V

OR

At least one or more Solar Photovoltaic Power


Plant (s) aggregating to a total of 20 KWp capacity
should have been installed / commissioned. (A copy
of the order and certificate indicating its successful
execution upto the said condition to be enclosed in
Proforma-III)

A copy o f th e Ce rt if ic a t e f o r s o l a r m o d u l e ,
battery, PV System Electronics i.e. PCU tested as
per MNRE, GOI latest guidelines minimal technical
requirements / standards for spv systems / plants to
be deployed. (Test Certificate should have been
issued on or after April 2009.)
A copy of valid CST /State VAT/ TIN registration
certificate
A summarized sheet of cumulative experience
in PV
Systems/power plants certified by registered CA.
(A copy of the order and certificate indicating its
successful execution to be enclosed in Proforma-IV)

6.

Annexure-VI

7.

Annexure-VII

8.

Annexure-VIII

9.

Annexure-IX

Overall Average Annual Turnover of the


Company/Firm/
Corporation in the last two financial years ( A
summarized sheet of turnover of last two Financial
Years certified by registered CA as per format in
Proforma-V )
MNRE accredited off- Grid Channel Partner/
.
Programme
Administrator
OR
..
Credit Rating (from MNRE Accredited Rating Agency )
of SP2C and above
Cumulative Experience* of the Bidder in executing
contracts
Solar Photovoltaic Systems/ Power
Plants(Installed & Commissioned)
>100 KWp
>250KWP
>500KWp
>1000KWp
(A
copy of
the orderexperience*
and certificate
indicating
Bidders
cumulative
in last
10 yearsits in
supply and installation/commissioning of total number
of Solar PV Lighting Systems.
Cumulative nos.:
> 3,000 nos.
> 5,000 nos.
> 10,000 nos.
> 20,000 nos.
(A copy of the order and certificate indicating its
successful execution to be enclosed in Proforma-IV)

10.

Annexure-X

Value of a Single Order of PV Systems / Power


Plants
executed by the Bidder (A copy of the order
indicating its value and certificate indicating its
successful execution)
Valued more than Rs.25 Lakhs
Valued more than Rs.50 Lakhs
Valued more than Rs.1.0 Crore
Valued more than Rs.2.0 Crores.

11.

Annexure-XI

Cumulative Experience* of the Bidder in


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

..

At least 75% of the tendered value


(A
copy
of the
and certificate
indicating its
The
bidder
hasorder
ISO 9001
certification

12.

Annexure-XII

13.

Annexure-XIII

The bidder has ISO 14001 certification

14.

Annexure-XIV

Document in support of incorporation of


company/firm etc. the copy of partnership deed in
case of partnership firm and copy of Registration
certificate in case of company.

15.

Annexure-XV

Authorization letter of the Bidder, for the person


representing his firm, that he is authorized to
discuss and with specific mention of this tender as
per Clause17 (iii).

16.

Annexure-XVI

General information about bidder as filled in


Proforma-VI

17.

Annexure-XVII

Technical Details Form for make and test of various


component of Solar power plant of Bidder as filled in
Proforma-VII

* Please flag the annexure and write flag number in the box.
Note: The bid may be submitted strictly as per checklist, Annexure and proforma
prescribed otherwise the bid may be ignored.
(Signature of Bidder)
With Seal

PROFORMA-III
Information in support of PV System Integrator

Details of orders received and executed by manufacturer/ supplier for supply of solar systems/
power plants to different govt. organizations/state nodal agencies/others
Sr.
No.

Name of agency/
organization

P.O. NO./date

Nos. of Solar
Systems
supplied

capacity of Solar
power
plants
supplied

Year in which the


plants
were
commissioned

Total
Note: (1) Attach photocopies of Purchase orders
(2) Attach photocopies of certificate of satisfactory performance of the plant issued by
Concerned Agency/Organization.

Signature of Authorized Signatory


Name _______________________
Designation___________________
Company seal_________________
Note: The said proforma shall be filled by PV System Integrator only. There is no need to fill said
proforma by Manufacturer as defined in said bid.
* Mandatory to fill said Proforma in the said prescribed format for PV System Integrator.

20

PROFORMA-IV
Information in support of meeting Essential eligibility conditions and other eligibility
condition regarding Cumulative Experience in PV Systems/power plants in
Rs./Nos./Capacity

Details of orders received and executed by manufacturer/ supplier for supply of solar systems/
power plants to different govt. organizations/state nodal agencies/PSU
Sr.
No.

Name of
agency/
organization

P.O.
NO./date

Value of
P.O. in
Rs.(lacs)

capacity of Solar
systems/power
plants executed
in Kwp

Nos. of Solar
PV lighting
systems
supplied

Year in which
the plants were
commissioned

Total
Note: (1) Attach photocopies of Purchase orders
(2) Attach photocopies of certificate of satisfactory performance of the plant issued by
Concerned Agency/Organization.
Signature of Authorized Signatory
Name _______________________
Designation___________________
Company seal_________________

* Mandatory to fill said Proforma in the said prescribed format and attached required
purchase order and completion report accordingly.

21

PROFORMA- V
INFORMATION IN SUPPORT OF MEETING ESSENTIAL ELIGIBILITY CONDITIONS
REGARDING ANNUAL TURNOVER OF THE BIDDER IN LAST TWO FINANCIAL YEAR
Name of the Firm ____________________________________________________
Address

___________________________________________________________

Contact Number _____________________________________________________

S.No.

Financial Year

1.

2011-12

2.

2012-13

Turn Over
( Rs. in lacs)

TOTAL

Signature of Charted Accountant with seal


Name ____________________________
M.No. ______________________________

22

PROFORMA-VI

GENERAL PARTICULARS OF BIDDER


1

Name of firm

Postal Address

Telegraphic address

Telephone, Telex, Fax No

E-mail
Web site

6
7

Name &designation of the authorized


signatory to whom reference shall be
made

Present activities/business of the firm


i. Module Manufacturer
ii. Battery Manufacturer
iii.PCU manufacturer
iv)PV System Integrator

Type of organization
- Private Ltd. Company
- Public Ltd. Company
- Other category

10
11

Sale tax registration number


TIN No & State of billing
EMD of Rs. 2,00,000/-

12

Tender fee of Rs. 1000/-

Attached/ not attached


DD No._______dated________
Bank_________ Payable at
Attached/ not attached
DD No.______.......................dated_____
Bank_________ Payable at_________
Or
HAREDA receipt No.______dated_____
Bank_________ Payable at_________

13 Have anything/extra other than price of


items (as

23

mentioned in price Schedule) been


written in the price schedule.
14 Have the contractor/firm to pay arrears
of income tax?
If yes up to what amount?
15

16
17

18

19

20

21

Have the contractor/firm ever been


debarred By any
Govt. Deptt. / Undertaking for
undertaking any work?
Monthly supply capacity
Details of offer (please mention
number of pages and
number of Drawings)
Reference of any other information
attached by the
tender (please Mention no.
of pages & no. of drawings)
Have anything/extra other than price of
items (as
mentioned in price Schedule) been
written in the price schedule.
Have the contractor/firm to pay arrears
of income tax?
If yes up to what amount?
Have the contractor/firm ever been
debarred By any
Govt. Deptt. / Undertaking for
undertaking any work?

(Signatures of the authorized signatory)


Name:
Designation and company seal:

24

Proforma VII
TECHNICAL DETAIL OF MODULES, PCU AND BATTERY BANK OFFERED
S.No.

ITEM
SOLAR PHOTOVOLTAIC MODULES

1.1

Make

1.2
1.3

Type
Capacity of modules

1.4

Testing and qualifying standards

POWER CONDITIONING UNIT

2.1

Make

2.2

capacity of PCU

2.3

Testing and qualifying standards

Battery Bank

3.1

Type

3.2

Manufacturers name

3.3

Capacity Ah

3.4

Testing and qualifying standards

Technical Detail

Other Parts

4.1
4.2
4.3
4.4
(Signatures of the authorized signatory)
Name___________________
Designation________________
Company seal

25

ANNEXURE-3
FINANCIAL BID FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 100 KW
CAPACITY GRID INTERACTIVE SOLAR POWER PLANT AT S.H.K.M, GOVT. MEDICAL
COLLEGE, NALHAR, DISTRICT- MEWAT AND 50 KW GRID INTERACTIVE SOLAR POWER
PLANT WITH 100 NOS. OF 20 WATT LED STREET LIGHTING SYSTEMS AT SCHOOL
EDUCATION BOARD, BHIWANI IN HARYANA STATE.
Sr. no

Description

Group-A
100 KW CAPACITY
SOLAR POWER PLANT
AT S.H.K.M, GOVT.
MEDICAL COLLEGE,
NALHAR, DISTRICTMEWAT
50 KW CENTRALIZED
SOLAR POWER PLANT
WITH 100 NOS. OF 20
WATT LED STREET
LIGHTING SYSTEMS AT
SCHOOL EDUCATION
BOARD, BHIWANI

Cost of each system having five years warrantee of


complete systems including battery bank and SPV
modules should be warranted for its peak output 90% at
the end of 10 years and 80% at the end of 25 years with
FOR including transportation / packaging / installation/
VAT/CST/ Octrai Etc.
Rs.___________________________________
Rupees In words
(__________________________________________
___________________________________)
Rs.___________________________________
Rupees In words
(______________________________________________
___________________________________)

(Signatures of the authorized signatory)


Name___________________
Designation________________
Company seal

26

ANNEXURE- 3(A)
BILL OF MATERIAL FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 100 KW
CAPACITY GRID INTERACTIVE SOLAR POWER PLANT AT S.H.K.M, GOVT. MEDICAL
COLLEGE, NALHAR, DISTRICT- MEWAT AND 50 KW GRID INTERACTIVE SOLAR POWER
PLANT WITH 100 NOS. LED OF 20 WATT STREET LIGHTING SYSTEMS AT SCHOOL
EDUCATION BOARD, BHIWANI IN HARYANA STATE
Name of the firm: ______________________________________________________________
S. No

Description

SPV
Module
s (in
Rs.)

PCU
(in
Rs.)

Battery
Bank
(in Rs.)

Module
stand,
Junctio
n boxes
Connec
ting
cables
and
hardwa
re (in
Rs.)

Any
other
s (in
Rs.)

Total
(in
Rs.)

Applicabl
e
VAT/CST
@ ----- %
(in Rs.)

Surcharg
e @ ----% (in
Rs.)

Group-A
1

100 KW CAPACITY
SOLAR POWER
PLANT AT S.H.K.M,
GOVT. MEDICAL
COLLEGE, NALHAR,
DISTRICT- MEWAT
50 KW SOLAR
POWER PLANT
WITH 100 NOS. OF
20 WATT LED
STREET LIGHTING
SYSTEMS AT
SCHOOL
EDUCATION
BOARD, BHIWANI

(Signatures of the authorized signatory)


Name___________________
Designation________________
Company seal

27

Total
composite
price per
system (in
Rs.)

Annexure-1
TECHNICAL SPECIFICATIONS OF 100 KW GRID INTERACTIVE SPV POWER PLANT
ITEM
SPV Module

Battery Bank

DESCRIPTION

The photovoltaic modules should be Mono /Poly Crystalline with a


total array capacity of 100 KW under STC

The Photovoltaic modules must be qualified as per IEC 61215


(revised) / IS 14286 standards and in addition, the modules must
conform to IEC 61730-1 requirements for construction & Part-2
requirements for testing, for safety qualification.

The PV modules must be tested and approved from any of the


NABL/BIS/ MNRE Accredited Testing Calibration Laboratories.

The supplier shall provide performance guarantee for the PV


modules used in the power plant must be warranted for their output
peak watt capacity, which should not be less than 90% at the end
of 10 years and 80% at the end of 25 years.

The efficiency of the PV modules should be minimum 14%.

Indigenously manufactured PV modules should be used.


The battery bank should be- 120 Cells of 2 Volt, 500Ah will be connected
in series/ parallel to form 120 volt 1000 Ah / 240 volt 500 Ah battery bank

VRLA/ VRLA tubular GEL type batteries conforming to National /


international standards IEC-61427 & IS-1651 /IS 13369
standards, low maintenance, stationery at C/10 rate).
It will be staged in racks duly painted with acid resistant paint to
cover less space.
The Power conditioner unit with inbuilt charge controller of capacity 100 KW
Power
Conditioning
should convert DC power in to AC power must confirm to standards IEC
Unit with
61683 with 240 volt DC input and 440 (phase to phase) volt AC three
inbuilt charge
phase output voltages
controller
The PCU will have following features:
MOSFET/ IGBT based MPPT / PWM charging
Wide input voltage range
Output voltage 440 + 2% (phase to phase) of modified/ pure sine
wave.
Out frequency: 50 Hz+0.5 Hz
Capacity of PCU/ Inverter is specified at 0.8 lagging power factor.
Efficiency: > 90% at full load
THD: less than 3%
Protections:
- Over voltage (automatic shut down)
- Under voltage (automatic shut down)
- Overload
- Short circuit (circuit breaker & electronics protection against
sustained fault).
- Battery, PV reverse polarity
Indications:

28

- Battery low
- Overload
- Inverter ON
- Input &output voltage
- Input & output current
- Frequency
- Power output
Display parameters
- Charging current
- Charging voltage
- Voltage of PV panels
- Output voltage
- Grid voltage
- Inverter loading
- Output frequency
Cooling: Air cooled
The PCU will have Data logging and Remote monitoring facility
with following features:
- Total unit generated through solar
- Total unit feed to battery bank
- Total unit directly feed the load
- Total unit drawn from the grid so as the supplement the
solar power generated.

When battery bank is fully charged, the PCU shall be Hybrid type
have feature of Grid interface and shall feed the Loads from Solar
Energy being produced and shall draw the additional power from
mains to meet the load requirements in the case load is more than
solar energy being produced.
Operating Modes:
The following operating modes are to be made available:

The system will automatically wake up in the morning


and begin to feed power provided there is sufficient
solar energy and the grid voltage and frequency is in
range.
If the grid goes out of range the inverter will be
immediately and automatically act as off grid solar
power plant with help of optional battery bank and start
transfer power to load, first from solar and if solar is not
available then from battery bank.
When there is no grid and solar power then the power is
draw from battery bank for optimal load i.e. match to
size of battery bank and if load exceed and PCU have
feature for automatically cut off.
The plant automatically reconnects a pre-determined
time after the grid comes back in range.

In case some manufacturer has different input voltage of then the PCU

29

should be able to deliver output of 415 Vac (Three Phase) 50 Hz AC.


The battery bank used should be of same watt hour capacity given
above. The inbuilt Charge Controller shall be according to the system
voltage selected for the PCU.
*After successful execution of project, the net meter shall be installed
by the customer from power utilities.
Junction
The junction boxes shall be dust and water proof and made of
boxes
thermoplastic the terminals will be connected to copper lugs or bus-bar
of proper sizes. The junction boxes will have suitable cable entry
points fitted with the cables. Suitable markings shall be provided on the
lugs or bus-bars for easy identification at cable ferrules will be fitted at
the cable terminations points for identification. Each main junction box
shall be fitted with appropriate rating reverse blocking diode. The
junction boxes shall be of reputed make.
The junction boxes shall have suitable arrangement for the following:
a) Combine groups of modules into independent charging sub-arrays
that will be wired into the controller.
b) Provide arrangement for disconnection for each of the groups.
c) Provide a test point for each sub group for quick fault location.
d) To provide group array isolation.
e) The rating of the JBS shall be suitable with adequate safety factor
to inter connect the Solar PV array.
Structure for Modules shall be mounted on supporting structure made out of
module frame galvanized MS angle of required structural strength. (hot dip/galvanized)
either on the roof top or at ground as per the site requirement
Structure: 1. The size of M.S. (Galvanized) angle should be 50 x 50 x 6 mm.
The structures are to be fitted either on the roof top or at ground
properly and south faced. It should withstand wind speed up to
120 Km/hour.
2. Foundation The legs of the structure made with hot dip GI angles
will be fixed and grouted in the RCC foundation columns of size
300mmx300mm made with 1:2:4 cement concrete. The minimum
ground clearance from the lowest part of any module shall be 500
MM. While making foundation design due consideration will be
given to wait of module assembly, maximum wind speed of 120 km
per hour.
3. The work includes necessary excavation, concreting, back feeling,
shoring and shuttering etc.
4. Brick paving of first class bricks with cement mortar (1:6) as per
PWD specifications on edge type plate form is to be provided
under the modules structure area with minimum 1 meter more than
structure.
Connecting
Module interconnections (4.0 mm2 copper single core multi strand)
cables
Module parallel interconnection (10mm2 copper single core multi
strand)
Array or AJB to charge controller (125 mm2 copper two cores).
Charge controller to battery (200 mm2 copper two core multi strand)
Battery to PCU (200 mm2 copper single core multi strand) might be

30

Load
connection
Indoor wiring
Lighting
protection
Earthling
protection
Tool Kit and
Spares
Display Board

double cables if required


PCU to load / change over (Single core copper cable 50.0 mm2 multi
strand) and for further distribution points (Single core copper cable
4.0 mm2 and 2.5 mm2 multi strand)
All cables to be supplied should be as per BIS and should have proper
current carrying capacity and should not be heated.
All cables shall be adequately supported.
Outside of terminal/panels/enclosures shall be protected by conduits.
Cables shall be provided with dry type compression glands wherever
they enter junction boxes, panels, enclosures.

The supplier shall also ensure that main points of the building should be
connected keeping in view the capacity of the plant.
All indoor wiring is to be done in a casing capping system. As and when
required flexible pipe may also be used.
Suitable nos. of lighting arrestors shall be provided in the array field.
Each array structure and all metal casings of the plant etc. shall be
earthed properly.
One necessary tools kit and spares will have to be provided by the
supplier
A display board of size 4 ft x 3 ft made of MS 40mmx40mm square pipe
and flexes is to be erected at the plant site indicating;
Capacity of Solar Power Plant:
Promoted by
: HAREDA
Name of the Supplier
: M/s
Contact numbers
: .

CODES AND STANDARDS FOR SAID SOLAR POWER PLANT:The BoS items / components of the SPV power plant must conform to the latest edition of
IEC/ equivalent BIS Standards as specified below:

BoS item / component


Standard Description
Power Conditioning Unit Efficiency Measurements
Inverter
Environmental Testing

Charge
units*

controller/

Standard Number
IEC61683
and
must
additionally conform to the
relevant national/international
Electrical Safety Standards

IEC60068 2 (6, 21, 27, 30, 75,


78)
MPPT Design
Qualification IEC 62093
Environmental Testing
IEC 60068 2 (6, 21, 27, 30,
75,78)

31

Storage Batteries

General Requirements & IEC 61427


Methods of Test Tubular
type
IS 1651/ IS 13369
General
Test
and IEC 60189
Measuring Methods

Cables

PVC insulated cables for


working voltages upto and IS 694 / IS 1554
including 1100 V-Do-, UV
resistant
for
outdoor IS/IEC 69947
installation
Switches / Circuit Breakers / General Requirements
Connectors
Connectors-safety
Junction Boxes/ Enclosures General Requirements
SPV System design
Installation Practices

IS/ IEC 60947 part I, II & III

EN 50521
IP 65 ( for outdoor) / IP/21 (for
indoor)IEC 62208
PV Stand-alone Systems IEC 62124
design verification
Electrical Installations of
IEC 60364-7-712
buildings-requirements for
SPV power supply systems

*Must additionally conform to the relevant national/ International Electrical Safety Standards.

Annexure-2
TECHNICAL SPECIFICATIONS OF 50 KW GRID INTERACTIVE SPV POWER PLANT

WITH 100 NOS. OF 20 WATT LED STREET LIGHTING SYSTEMS


ITEM
SPV Module

Battery Bank

DESCRIPTION

The photovoltaic modules should be Mono /Poly Crystalline with a


total array capacity of 50 KW under STC.

The Photovoltaic modules must be qualified as per IEC 61215


(revised) / IS 14286 standards and in addition, the modules must
conform to IEC 61730-1 requirements for construction & Part-2
requirements for testing, for safety qualification.

The PV modules must be tested and approved from any of the


NABL/BIS/ MNRE Accredited Testing Calibration Laboratories.

The supplier shall provide performance guarantee for the PV


modules used in the power plant must be warranted for their output
peak watt capacity, which should not be less than 90% at the end
of 10 years and 80% at the end of 25 years.

The efficiency of the PV modules should be minimum 14%.

Indigenously manufactured PV modules should be used.


The battery bank should be - 120 Cells of 2 Volt, 500Ah will be connected
in series/ parallel to form 120 volt 1000 Ah / 240 volt 500 Ah battery bank
VRLA/ VRLA tubular GEL type batteries conforming to National /
international standards IEC-61427 & IS-1651 /IS 13369
standards, low maintenance, stationery at C/10 rate).

32

It will be staged in racks duly painted with acid resistant paint to


cover less space.
The
Power conditioner unit with inbuilt charge controller of capacity 50 KW
Power
Conditioning
should convert DC power in to AC power must confirm to standards IEC
Unit with
61683 with 240 volt DC input and 440 (phase to phase) volt AC three
inbuilt charge
phase output voltages
controller
The PCU will have following features:
MOSFET/ IGBT based MPPT / PWM charging
Wide input voltage range
Output voltage 440 + 2% (phase to phase) of modified/ pure sine
wave.
Out frequency: 50 Hz+0.5 Hz
Capacity of PCU/ Inverter is specified at 0.8 lagging power factor.
Efficiency: > 90% at full load
THD: less than 3%
Protections:
- Over voltage (automatic shut down)
- Under voltage (automatic shut down)
- Overload
- Short circuit (circuit breaker & electronics protection against
sustained fault).
- Battery, PV reverse polarity
Indications:
- Battery low
- Overload
- Inverter ON
- Input &output voltage
- Input & output current
- Frequency
- Power output

Display parameters
- Charging current
- Charging voltage
- Voltage of PV panels
- Output voltage
- Grid voltage
- Inverter loading
- Output frequency
Cooling: Air cooled
The PCU will have Data logging and Remote monitoring facility
with following features:
- Total unit generated through solar
- Total unit feed to battery bank
- Total unit directly feed the load
- Total unit drawn from the grid so as the supplement the
solar power generated.
When battery bank is fully charged, the PCU shall be Hybrid type
have feature of Grid interface and shall feed the Loads from Solar
Energy being produced and shall draw the additional power from

33

mains to meet the load requirements in the case load is more than
solar energy being produced.
Operating Modes:
The following operating modes are to be made available:
The system will automatically wake up in the morning
and begin to feed power provided there is sufficient
solar energy and the grid voltage and frequency is in
range.

If the grid goes out of range the inverter will be


immediately and automatically act as off grid solar
power plant with help of optional battery bank and start
transfer power to load, first from solar and if solar is not
available then from battery bank.

When there is no grid and solar power then the power is


draw from battery bank for optimal load i.e. match to
size of battery bank and if load exceed and PCU have
feature for automatically cut off.

The plant automatically reconnects a pre-determined


time after the grid comes back in range.
The system shall be used for captive use and to energies LED
Street Light at night. Accordingly, the line on which load of
LED street light is feed, have the feature of dust to down
operation so that these light may automatically switch on and
off.

In case some manufacturer has different input voltage of then the PCU
should be able to deliver output of 415 Vac (Three Phase) 50 Hz AC.
The battery bank used should be of same watt hour capacity given
above. The inbuilt Charge Controller shall be according to the system
voltage selected for the PCU.

Junction
boxes

*After successful execution of project, the net meter shall be installed by


the customer from power utilities.
The junction boxes shall be dust and water proof and made of
thermoplastic the terminals will be connected to copper lugs or bus-bar
of proper sizes. The junction boxes will have suitable cable entry
points fitted with the cables. Suitable markings shall be provided on the
lugs or bus-bars for easy identification at cable ferrules will be fitted at
the cable terminations points for identification. Each main junction box
shall be fitted with appropriate rating reverse blocking diode. The
junction boxes shall be of reputed make.
The junction boxes shall have suitable arrangement for the following:
f) Combine groups of modules into independent charging sub-arrays
that will be wired into the controller.
g) Provide arrangement for disconnection for each of the groups.
h) Provide a test point for each sub group for quick fault location.
i) To provide group array isolation.
j) The rating of the JBS shall be suitable with adequate safety factor

34

to inter connect the Solar PV array.


Structure for Modules shall be mounted on supporting structure made out of
module frame galvanized MS angle of required structural strength. (hot dip/galvanized)
either on the roof top or at ground as per the site requirement Structure: 5. The size of M.S. (Galvanized) angle should be 50 x 50 x 6 mm.
The structures are to be fitted either on the roof top or at ground
properly and south faced. It should withstand wind speed up to
120 Km/hour.
6. Foundation The legs of the structure made with hot dip GI angles
will be fixed and grouted in the RCC foundation columns of size
300mmx300mm made with 1:2:4 cement concrete. The minimum
ground clearance from the lowest part of any module shall be 500
MM. While making foundation design due consideration will be
given to wait of module assembly, maximum wind speed of 120 km
per hour.
7. The work includes necessary excavation, concreting, back feeling,
shoring and shuttering etc.
8. Brick paving of first class bricks with cement mortar (1:6) as per
PWD specifications on edge type plate form is to be provided
under the modules structure area with minimum 1 meter more than
structure.
Connecting
Module interconnections (4.0 mm2 copper single core multi strand)
cables
Module parallel interconnection (10mm2 copper single core multi
strand)
Array or AJB to charge controller (60 mm2 copper two cores).
Charge controller to battery (100 mm2 copper two core multi strand)
Battery to PCU (100 mm2 copper single core multi strand) might be
double cables if required
PCU to load / change over (Single core copper cable 25.0 mm2 multi
strand) and for further distribution points (Single core copper cable
4.0 mm2 and 2.5 mm2 multi strand)
- All cables to be supplied should be as per BIS and should have proper
current carrying capacity and should not be heated.
- All cables shall be adequately supported.
- Outside of terminal/panels/enclosures shall be protected by conduits.
Cables shall be provided with dry type compression glands wherever
they enter junction boxes, panels, enclosures.
LED
Street 100 Nos. of 20 Watt LED Street Lighting Systems to be installed on
lighting
said power plant with pole, pole to pole wire with all fitting
accessories etc along with Specification enclosed at Annexure 2(A)
Load
The supplier shall also ensure that main points of the building should be
connection
connected keeping in view the capacity of the plant.
Indoor wiring
All indoor wiring is to be done in a casing capping system. As and when
required flexible pipe may also be used.
Lighting
Suitable nos. of lighting arrestors shall be provided in the array field.
protection
Earthling
Each array structure and all metal casings of the plant etc. shall be
protection
earthed properly.
Tool Kit and One necessary tools kit and spares will have to be provided by the

35

Spares
Display Board

supplier
A display board of size 4 ft x 3 ft made of MS 40mmx40mm square pipe
and flexes is to be erected at the plant site indicating;
Capacity of Solar Power Plant:
Promoted by
: HAREDA
Name of the Supplier
: M/s
Contact numbers
: .

CODES AND STANDARDS FOR SAID CAPACITY SOLAR POWER PLANT WITH LED STREET
LIGHTING
The BoS items / components of the SPV power plant must conform to the latest edition of
IEC/ equivalent BIS Standards as specified below:
BoS item / component
Standard Description
Standard Number
IEC61683
and
must
Power Conditioning Unit Efficiency Measurements
Inverter
additionally conform to the
relevant national/international
Environmental Testing
Electrical Safety Standards
IEC60068 2 (6, 21, 27, 30, 75,
78)
Charge controller/ MPPT Design
Qualification IEC 62093
IEC 60068 2 (6, 21, 27, 30,
units*
Environmental Testing
75,78)
Storage Batteries
General Requirements & IEC 61427
Methods of Test Tubular
type
IS 1651/ IS 13369
Cables
General
Test
and IEC 60189
Measuring Methods
PVC insulated cables for
working voltages upto and IS 694 / IS 1554
including 1100 V-Do-, UV
resistant
for
outdoor IS/IEC 69947
installation
Switches
/
Circuit
Breakers / Connectors
Junction
Boxes/
Enclosures
SPV System design
Installation Practices

LED Street lighting

General Requirements
Connectors-safety
General Requirements

IS/ IEC 60947 part I, II & III


EN 50521
IP 65 ( for outdoor) / IP/21 (for
indoor) IEC 62208
PV Stand-alone Systems IEC 62124
design verification
Electrical Installations of
IEC 60364-7-712
buildings-requirements for
SPV power supply systems
DNIT Specification and test
report from MNRE/NABL/IEC
certified LAB.

Annexure-2(A) of DNIT

*Must additionally conform to the relevant national/ International Electrical Safety Standards.

36

ANNEXURE 2(A)
SPECIFICATIONS OF SUPPLY, INSTALLATION AND COMMISSIONING OF 100 NOS.
OF 20 WATT LED STREET LIGHTING SYSTEM ON SAID 50 KW SOLAR POWER
PLANTS WITH 5 YEARS WARRANTY ALONGWITH POLE, 30 METER POLE TO POLE
WIRING AND ALL FITTING ACCESSORIES.
ITEM
DESCRIPTION
Nos. of LED Capacity of Solar power plant Nos. of 20 watt LED street lights**
Street lights
50 Kw
100Nos.
LED
Luminaire

Parameters
Wattage
Input Voltage
LED Lamp Efficacy
Uniformity
Usage hours
Power Factor
Life expectancy
Rated Wattage
Luminous Flux
Colour Temperature
LED
Working Humidity
Working Temperature
Ingress Protection
Colour Rendering Index (CRI)
Total harmonic distortion (THD)
Average lighting/ beam Angle

Value
20 Watt
90-270 V AC 50 Hz
Minimum 100 lumens/watt
ratio of minimum and average illumination
should be minimum 0.3
10- 12 hrs per day
> 0.90
Above 50,000 hours with 70% Lumens
20 W
Minimum 2000 lumens
5500 7500 K
High Power LED ( Min 1 Watt )
10% to 90% RH
5 degree to 50 degree
IP 65
Ra > 70
< 15 % maximum
120 degree

Luminary casing

Pressures Die Cast Aluminum with


toughened glass cover. Fixture should
be water proof.

System components

Control circuit

All printed circuit board used in driver must


be glass proxy FR-4 and Metal Core PCB
for LEDs
Compatible to LED

Lamp starting time

Should not be more than 10 seconds

Energy Consumption of the Not more than 1.2 times of the rated
system
wattage
Thermal management of LED
Good thermal management system should
be provided and LED must be mounting on
heat sink conductive aluminum with
suitable large areas surface by means of
fins to dissipate the heat to ambient air
Electrical connector
Lead wire with minimum one meter long

37

System power efficiency

More than 85 %

Applicable Standard

The fixture should confirm to applicable


BIS/IES Standards/ IESNA LM-79-80 &
HAREDA DNIT and the fixture should
capable to Withstand 160 MPH Wind
Velocity.

Make of LED

Nichia, Cree, Philips, Osram

Testing of
Luminaire

Test report of LED Luminaire for Lamp Efficacy, Power Factor, Colour
Rendering Index (CRI), System power efficiency from MNRE/NABL/IEC
certified laboratories.

Sample
LED
Luminaire

of The bidder shall submit the sample of the LED Luminaire. The offer
received without sample can be rejected.

POLE AND OTHER FITTING ACCESSORIES


The pole should be made of Galvanized Iron (GI) pipe/ MSB Class.
The height of the pole should be 6 meters above the ground level, after
grouting and final installation. The pole should have the provision to hold
the Luminaire i.e. suitable clamp and bend pipe etc. The Diagram shows
dimension and size about various components and installation of
LED Street Lighting is placed below.

Pole

Pole to
wiring

pole Three Phase Sealed wiring of 20 meter length from pole to pole. i.e. total
length of 2000 meter for 100 lights.
Alongwith supporting MS/GI cable to support main wiring as pole to pole
wiring should be mounted from top of pole to another top of pole.

Junction boxes
Structure
pole
Connecting
wire

Switches
Circuit
Breakers/
Connectors

for

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


Pole shall be mounted on supporting structure at ground as per the site
requirement. The work includes necessary excavation, concreting, back
feeling, shoring and shuttering etc
General Test and Measuring
Method PVC insulated cables
for working voltage up to and
including 1100 V and UV
resistant for outdoor installation.

/ General Requirements

IEC 60227 / IS 694


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

IS/ IEC 60947 part I, II & III

Connectors-safety

EN 50521

38

Diagram

39

You might also like