new & renewable energy department/ haryana renewable...

74
New & Renewable Energy Department/ Haryana Renewable Energy Development Agency (HAREDA) Invites e- tender for Selection of Bidders for Supplying Solar Power by Commissioning of Grid Connected Roof Top Solar Photovoltaic (PV) Power Plants on the Roofs of Govt. Buildings in State of Haryana through Renewable Energy Service Company (RESCO) mode E-Tender No: HAREDA/SPV/RESCO/2017-18 HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA) (DEPARTMENT OF RENEWABLE ENERGY, HARYANA) Akshay Urja Bhawan, Institutional Plot No.-1, Sector-17, Panchkula PHONE: 0172-2587233, 2587833, Fax No.0172-2564433 Email: [email protected] Website: www. hareda.gov.in

Upload: phamphuc

Post on 26-Aug-2018

242 views

Category:

Documents


0 download

TRANSCRIPT

New & Renewable Energy Department/

Haryana Renewable Energy Development Agency (HAREDA)

Invites e- tender for Selection of Bidders

for

Supplying Solar Power by Commissioning

of

Grid Connected Roof Top Solar Photovoltaic (PV) Power Plants

on the Roofs of Govt. Buildings in State of Haryana

through

Renewable Energy Service Company (RESCO) mode

E-Tender No: HAREDA/SPV/RESCO/2017-18

HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA)

(DEPARTMENT OF RENEWABLE ENERGY, HARYANA)

Akshay Urja Bhawan, Institutional Plot No.-1, Sector-17, Panchkula

PHONE: 0172-2587233, 2587833, Fax No.0172-2564433

Email: [email protected] Website: www. hareda.gov.in

Table of Contents

S.No. Particulars Page no.

1 DEFINITIONS & ABBREVIATIONS 3

2 INTERPRETATIONS 7

3 TENDER NOTICE 8

4 BID INFORMATION SHEET 9

5 INSTRUCTIONS TO BIDDER ON ELECTRONIC

TENDERING SYSTEM

10

6 BID DETAILS & GENERAL INSTRUCTIONS TO THE

BIDDERS

16

7 GENERAL CONDITIONS OFTHE CONTRACT/SCOPE

OF WORK

25

8 BID OPENING, EVALUATION OF BIDS, SELECTION

OF BIDDERS

32

9 TECHNICAL SPECIFICATIONS 40

10 SAMPLE FORMATS 58

(To be furnished after bidding document complete in all respect i.e. after incorporating

technical specifications and according to relevant indent)

Page 3 of 74

SECTION –I

I. DISCLAMIER:

i. Though adequate care has been taken while preparing the document, the Bidders shall

satisfy themselves that the document is complete in all respects. Intimation of any

discrepancy shall be given to this office immediately. If no intimation is received from

any Bidder within ten (10) days from the date of notification /Issue of the document,

it shall be considered that the document is complete in all respects and has been

received by the Bidder.

ii. HAREDA reserves the right to modify, amend or supplement this document including

all formats and Annexures.

iii. While this document has been prepared in good faith, neither Department of

Renewable Energy, Haryana / HAREDA nor their employees or advisors make any

representation or warranty, express or implied, or accept any responsibility or liability,

whatsoever, in respect of any statements or omissions herein, or the accuracy,

completeness or reliability of information, and shall incur no liability under any law,

statute, rules or regulations as to the accuracy, reliability or completeness of this

document, even if any loss or damage is caused by any act or omission on their part.

II. DEFINITIONS & ABBREVIATIONS

In this “E-Bid / RFS Document” the following words and expression will have the

meaning as herein defined where the context so admits:

i. “ Affiliate” shall mean a company that either directly or indirectly

a. controls or

b. is controlled by or

c. is under common control with

a Bidding Company and “control” means ownership by one company of at

least twenty six percent (26%) of the voting rights of the other company.

ii. "B.I.S" shall mean specifications of Bureau of Indian Standards (BIS);

iii. “Bid” shall mean the Techno Commercial and Price Bid submitted by the Bidder

along with all documents/credentials/attachments annexure etc., in response to

this RFS, in accordance with the terms and conditions hereof.

Page 4 of 74

iv. “Bidder/Bidding Company” shall mean Bidding Company submitting the Bid.

Any reference to the Bidder includes Bidding Company / including its successors,

executors and permitted assigns as the context may require”;

v. “Bid Deadline” shall mean the last date and time for submission of Bid in

response to this RFS as specified in Bid information Sheet;

vi. “Bid Capacity” shall means capacity offered by the bidder in his Bid under

invitation.

vii. “CEA” shall mean Central Electricity Authority.

viii. “HERC” shall mean Haryana Electricity Regularity Commission

ix. “Chartered Accountant” shall mean a person practicing in India or a firm

whereof all the partners practicing in India as a Chartered Accountant(s) within

the meaning of the Chartered Accountants Act, 1949;

x. “Competent Authority‟‟ shall mean Director , HARYANA RENEWABLE

ENERGY DEVELOPMENT AGENCY himself and/or a person or group of

persons nominated by Director, HAREDA for the mentioned purpose herein;

xi. “Commissioning” means Successful operation of the Project / Works by the

Contractor, for the purpose of carrying out Performance Test(s) as defined in

RFS.

xii. “Company” shall mean a body incorporated in India under the Companies Act,

1956 or Companies Act,2013 including any amendment thereto;

xiii. “Capacity Utilization Factor” (CUF) means the ratio of the annual output of the

plant in kWh versus installed plant capacity for number of days. CUF = plant

output in kWh / (installed plant capacity in kW * 365X24).

xiv. “Eligibility Criteria” shall mean the Eligibility Criteria as set forth in Clause 3.4

of this document;

xv. “Financially Evaluated Entity” shall mean the company which has been

evaluated for the satisfaction of the Financial Eligibility Criteria set forth in

Clause 3.4.3 hereof;

xvi. "IEC" shall mean specifications of International Electro-technical Commission;

xvii. "kWp" shall mean Kilo-Watt Peak;

Page 5 of 74

xviii. "kWh" shall mean Kilo-Watt-hour;

xix. "MNRE" shall mean Ministry of New and Renewable Energy, Government of

India;

xx. “Model(s)” RESCO model

xxi. "O&M" shall mean Operation & Maintenance of Rooftop Solar PV system;

xxii. “Owner of project” shall mean anyone who has ownership of the roof (in lease

form also) and is the legal owner of all equipment‟s of the project OR the

Successful bidder under Part-II who has taken the roof on mutually agreed terms

and conditions from the roof top owner(s) and enters into a PPA with the

consumer (s) for supply of solar power for at least 25 years from the date of

Commissioning of project.

xxiii. “Levellized Tariff” shall mean the tariff offered by the Bidder for 25 years the

Scope of work as per RFS document.

xxiv. “Project capacity” means Capacity in kWp allocated to the Bidder for different

states of India consisting of single or multiple roof tops. The project capacity

specified is on “DC” output Side only.

xxv. “Performance Ratio” (PR) means

“Performance Ratio” (PR) means the ratio of plant output versus installed plant

capacity at any instance with respect to the radiation measured. PR= (Measured

output in kW /Installed Plant capacity in kW * (1000 W/m2/Measured radiation

intensity in W/m2).

xxvi. “Parent Company” shall mean a company that holds at least twenty six percent

(26%) of the paid-up equity capital directly or indirectly in the Bidding Company

as the case may be;

xxvii. “Project Company” shall mean Company incorporated by the bidder as per

Indian Laws in accordance with Clause no 3.5.

xxviii. “Project Sanction Documents” shall mean the documents as specified in

Annexure – A

xxix. “Price Bid” shall mean Envelope III of the Bid, containing the Bidder‟s quoted

Price as per the Section- IV of this document;

Page 6 of 74

xxx. “Qualified Bidder ” shall mean the Bidder(s) who, after evaluation of their

Techno Commercial Bid as per Clause 3.4 stand qualified for opening and

evaluation of their Price Bid;

xxxi. "RFS" shall mean Request for Selection (RFS)/Bid document/Tender document

xxxii. “RESCO” shall mean Renewable Energy Service Companies

xxxiii. “RESCO model” shall mean where the bidders intend to take a roof top owned

by some other entity on mutually agreed terms and conditions from the roof top

owner(s) and enters into the PPA with rooftop owner / DISCOM / others for

supply of Solar power for 25 years from the date of Commissioning of project.

xxxiv. “Statutory Auditor” shall mean the auditor of a Company appointed under the

provisions of the Companies Act, 1956 or under the provisions of any other

applicable governing law;

xxxv. “Successful Bidder(s) /Contractor/Project Developers(s)” shall mean the

Bidder(s) selected by HAREDA pursuant to this RFS Phase-V of different states

of India for Implementation of Grid Connected Roof Top Solar PV System as per

the terms of the RFS Documents, and to whom Letter of Allocation has been

issued;

xxxvi. “HAREDA” shall mean Haryana Renewable Energy Development Agency ( A

Govt of Haryana Enterprise) under department of Renewable Energy ;

xxxvii. “SNA” shall mean State Nodal Agency.

xxxviii. “Subsidy” shall mean 30% of total Project Cost or Bench mark cost fixed by

Rate Contract or Rs. 20/- per watt whichever less is or as applicable according to

Guidelines of MNRE/GOI / State Govt.

xxxix. “Tendered Capacity” shall mean the Total aggregate capacity proposed to be

allocated by HAREDA to the Successful Bidder through this bidding process as

per terms and conditions specified therein;

xl. “Wp” shall mean Watt Peak

xli. Quoted item: Shall means the Grid Connected Rooftop Solar Power Plant

consisting mainly Modules & inverters.

Page 7 of 74

III. INTERPRETATIONS

1. Words comprising the singular shall include the plural & vice versa

2. An applicable law shall be construed as reference to such applicable law including its

amendments or re-enactments from time to time.

3. A time of day shall save as otherwise provided in any agreement or document be

construed as a reference to Indian Standard Time.

4. Different parts of this contract are to be taken as mutually explanatory and

supplementary to each other and if there is any differentiation between or among the

parts of this contract, they shall be interpreted in a harmonious manner so as to give

effect to each part.

5. The table of contents and any headings or sub headings in the contract has been

inserted for case of reference only & shall not affect the interpretation of this

agreement.

Page 8 of 74

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: [email protected] Website: www. hareda.gov.in

TENDER NOTICE

E-Tender No: HAREDA/SPV/RESCO/2017-18

E-Tenders are invited for selection of Renewable Energy Service Companies (RESCOs) for Supply of

Solar power on RESCO Mode by Installation & Commissioning of Grid Connected Rooftop Solar

Power Plants with Net metering facility of tentative Capacity of 4 MWp on Government buildings.

Bidders will be required to furnish levellized tariff for 25 years starting from the date of

commissioning of the Project, in two bid system i.e. Technical Bid and Financial Bid:-

S.

No.

Description

EMD

Document

fees + e-

Service

fees

Start Date &

Time of online

Bid Preparation

& Bid

Submission

Expiry Date

& Time of

online Bid

Preparation

&

Submission

Date &

Time for

opening of

Technical

Bid

1 Supply of solar Power on RESCO

mode by Installation &

Commissioning of Grid

Connected Rooftop Solar Power

Plants With Net Metering Facility

On RESCO Mode.

Rs. 2.00

Lacs

Rs. 5000/-

+

Rs. 1000/-

17.08.2017 at

2.00 PM

08.09.2017

at 3.00 PM

08.09.2017

at 4.00 PM

1. The Tender Documents fee and E-Service will be paid online. The tender fee for the Haryana

based Small and Micro Enterprises (including Khadi & Village Industries) will be Rs. 1,000/- (

rupees one thousand only) subject to the condition that the concerned Enterprise participate

directly in the tender and not through any intermediaries i.e. their dealers/ agents and distributors

etc.

2. Part-I of the E-Tenders against the above NIT will be opened in the office of the Director General,

HAREDA, Sector-17, Panchkula (Haryana) as per schedule given above.

3. The tender documents having detailed terms and conditions can be downloaded from the website

https://haryanaeprocurement.gov.in or from www.hareda.gov.in from the date as mentioned above.

The E-Tenders shall be received through website only. All interested bidders are requested to get

themselves registered as vendors with the said website for submitting their bids. For any

assistance, please contact, Toll free no. 1800-180-2097 of M/s Nextenders (India) Pvt. Ltd.

4. Only those tenders shall be considered who deposit the earnest money and tender cost &

transaction fee by due date.

5. Corrigendum, if any would be published online on the website, www.hareda.gov.in.

Director General,

New & Renewable Energy Department/HAREDA

Page 9 of 74

BID INFORMATION SHEET

The calendar of events for the tender is listed in the table below:-

Tender Enquiry No. HAREDA/SPV/RESCO/2017-18

Broad Scope of work Selection of Renewable Energy Service Companies (RESCOs) for

Supply, Installation & Commissioning of Grid Connected Rooftop

Solar Power Plants with Net metering facility

Tentative capacity 4 MWp

Document fees + e-Service

fees

Rs. 5000/- as Tender Document Fee

(as applicable)

+

Rs. 1000/- as e-tender fee

EMD Rs.2,00,000/-(Rs. Two Lakhs Only)

Start Date & Time of

online Bid Preparation &

Bid Submission

17.08.2017 from 14:00 Hrs

Expiry Date & Time for

Bid Preparation, Uploading

& Submission of tenders

online

08.09.2017 at 15.00 Hrs.

Bid Opening

(Technical Bids)

08.09.2017 at 16.00 hours at HAREDA office, Akshay Urja

Bhawan, Sector-17, Panchkula (Haryana) in the presence of the

bidder who wish to be present.

Bid Opening

(Financial Bids)

Date, time and venue for Financial bid opening shall be

communicated to Technically Qualified Bidder through e-mail.

Page 10 of 74

INSTRUCTIONS TO BIDDER ON ELECTRONIC TENDERING SYSTEM

These conditions will over-rule the conditions stated in the tender documents, wherever

relevant and applicable.

1. Registration of bidders on e-Procurement Portal:-

All the bidders intending to participate in the tenders processed online are required to

get registered on the centralized e-Procurement Portal i.e.

https://haryanaeprocurement.gov.in. Please visit the website for more details.

2. Obtaining a Digital Certificate:

2.1 The Bids submitted online should be encrypted and signed electronically with a Digital

Certificate to establish the identity of the bidder bidding online. These Digital

Certificates are issued by an Approved Certifying Authority, by the Controller of

Certifying Authorities, Government of India.

2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant‟s

PAN Card) and Address proofs and verification form duly attested by the Bank

Manager / Post Master / Gazetted Officer. Only upon the receipt of the required

documents, a digital certificate can be issued. For more details please visit the website

– https://haryanaeprocurement.gov.in.

2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying

Authority or Sub-certifying Authority authorized by the Controller of Certifying

Authorities or may obtain information and application format and documents required

for the issue of digital certificate from:

M/s Nextenders (India) Pvt. Ltd.

O/o. DS&D Haryana,

SCO – 09, IInd Floor,

Sector – 16,

Panchkula – 134108

E - mail: [email protected]

Help Desk: 1800-180-2097 (Toll Free Number)

2.4 Bid for a particular tender must be submitted online using the digital certificate

(Encryption & Signing), which is used to encrypt and sign the data during of bid

preparation stage. In case, during the process of a particular tender, the user loses his

digital certificate (due to virus attack, hardware problem, operating system or any

other problem) he will not be able to submit the bid online. Hence, the users are

advised to keep certificate at safe place under proper security (for its use in case of

emergencies).

2.5 In case of online tendering, if the digital certificate issued to the authorized user of a

firm is used for signing and submitting a bid, it will be considered equivalent to a no-

objection certificate/power of attorney /lawful authorization to that User. The firm has

to authorize a specific individual through an authorization certificate signed by all

partners to use the digital certificate as per Indian Information Technology Act 2000.

Page 11 of 74

Unless the certificates are revoked, it will be assumed to represent adequate authority

of the user to bid on behalf of the firm in the department tenders as per Information

Technology Act 2000. The digital signature of this authorized user will be binding on

the firm.

2.6 In case of any change in the authorization, it shall be the responsibility of management

/ partners of the firm to inform the certifying authority about the change and to obtain

the digital signatures of the new person / user on behalf of the firm / company. The

procedure for application of a digital certificate however will remain the same for the

new user.

2.7 The same procedure holds true for the authorized users in a private/Public limited

company. In this case, the authorization certificate will have to be signed by the

directors of the company.

3 Opening of an Electronic Payment Account:

For purchasing the tender documents online, bidders are required to pay the tender

documents fees online using the electronic payments gateway service shall be

integrated with the system. For online payments guidelines, please refer to the Home

page of the e-tendering Portal https://haryanaeprocurement.gov.in.

4 Pre-requisites for online bidding:

In order to bid online on the portal https://haryanaeprocurement.gov.in , the user

machine must be updated with the latest Java & DC setup. The link for downloading

latest java applet & DC setup are available on the Home page of the e-tendering Portal.

5 Online Viewing of Detailed Notice Inviting Tenders:

The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the

tenders floated through the single portal eProcurement system on the Home Page at

https://haryanaeprocurement.gov.in

6 Download of Tender Documents:

The tender documents can be downloaded free of cost from the e-Procurement portal

https://haryanaeprocurement.gov.in

7 Key Dates:

The bidders are strictly advised to follow dates and times as indicated in the online

Notice Inviting Tenders. The date and time shall be binding on all bidders. All online

activities are time tracked and the system enforces time locks that ensure that no

activity or transaction can take place outside the start and end dates and the time of the

stage as defined in the online Notice Inviting Tenders.

8 Bid Preparation (Technical & Financial) Online Payment of Tender Document

Fee, eService fee, EMD fees of online Bids:

8.1 The online payment for Tender document fee, eService Fee & EMD can be done using

the secure electronic payment gateway. The Payment for Tender Document Fee and

eService Fee can be made by eligible bidders/ contractors online directly through

Page 12 of 74

Debit Card/ Credit Cards & Internet Banking Accounts and the Payment for EMD can

be made online directly through RTGS / NEFT.

The secure electronic payments gateway is an online interface between contractors

and Debit Card/ Credit Card / online payment authorization networks.

8.2 The bidders shall upload their technical offer containing documents, qualifying

criteria, technical specification, schedule of deliveries, and all other terms and

conditions except the rates (price bid).

The bidders shall quote the prices in price bid format.

NOTE:-

(A) If bidder fails to complete the Online Bid Preparation & Submission stage on the

stipulated date and time, his/hers bid will be considered as bid not submitted,

and hence not appear during tender opening stage.

(B) Bidders participating in online tenders shall check the validity of his/her Digital

Signature Certificate before participating in the online Tenders at the portal

https://haryanaeprocurement.gov.in.

(C) For help manual please refer to the „Home Page‟ of the e-Procurement website at

https://haryanaeprocurement.gov.in, and click on the available link „How to .. ?‟

to download the file.

Guideline for Online Payments in e-tendering

Post registration, bidder shall proceed for bidding by using both his digital certificates

(one each for encryption and signing). Bidder shall proceed to select the tender he is

interested in. On the respective Department‟s page in the e-tendering portal, the

Bidder would have following options to make payment for tender document & EMD:

A. Debit Card/ Credit Card

B. Net Banking

C. RTGS/NEFT

Operative Procedures for Bidder Payments

A) Debit Card/ Credit Card

The procedure for paying through Debit Card/ Credit Card will be as follows.

(i) Bidder selects Debit Card/ Credit Card option in e-Procurement portal.

(ii) The e-Procurement portal displays the amount and the card charges to be paid by

bidder. The portal also displays the total amount to be paid by the bidder.

(iii) Bidder clicks on “Continue” button

(iv) The e-Procurement portal takes the bidder to Debit Card/ Credit Card payment

gateway screen.

Page 13 of 74

(v) Bidder enters card credentials and confirms payment

(vi) The gateway verifies the credentials and confirms with “successful” or “failure”

message, which is confirmed back to e-Procurement portal.

(vii) The page is automatically routed back to e-Procurement portal

(viii) The status of the payment is displayed as “successful” in e-Procurement portal. The

e-Procurement portal also generates a receipt for all successful transactions. The

bidder can take a print out of the same,

(ix) The e-Procurement portal allows Bidder to process another payment attempt in case

payments are not successful for previous attempt.

B) Net Banking

The procedure for paying through Net Banking will be as follows.

(i) Bidder selects Net Banking option in e-Procurement portal.

(ii) The e-Procurement portal displays the amount to be paid by bidder.

(iii) Bidder clicks on “Continue” button.

(iv) The e-Procurement portal takes the bidder to Net Banking payment gateway screen

displaying list of Banks

(v) Bidder chooses his / her Bank

(vi) The Net Banking gateway redirects Bidder to the Net Banking page of the selected

Bank

(vii) Bidder enters his account credentials and confirms payment

(viii) The Bank verifies the credentials and confirms with “successful” or “failure” message

to the Net Banking gateway which is confirmed back to e-Procurement portal.

(ix) The page is automatically routed back to e-Procurement portal

(x) The status of the payment is displayed as “successful” in e-Procurement portal.

The e-Procurement portal also generates a receipt for all successful transactions. The

bidder can take a print out of the same. (xi) The e-Procurement portal allows Bidder to

process another payment attempt in case payments are not successful for previous

attempt.

C) RTGS/ NEFT

The bidder shall have the option to make the EMD payment via RTGS/ NEFT. Using

this module, bidder would be able to pay from their existing Bank account through

RTGS/NEFT. This would offer a wide reach for more than 90,000 bank branches and

would enable the bidder to make the payment from almost any bank branch across

India.

i. Bidder shall log into the client e-procurement portal using user id and password as per

existing process and selects the RTGS/NEFT payment option.

Page 14 of 74

ii. Upon doing so, the e-procurement portal shall generate a pre-filled challan. The

challan will have all the details that is required by the bidder to make RTGS-NEFT

payment.

iii. Each challan shall therefore include the following details that will be pre-populated:

Beneficiary account no: (unique alphanumeric code for e-tendering)

Beneficiary IFSC Code:

Amount:

Beneficiary bank branch:

Beneficiary name:

iv. The Bidder shall be required to take a print of this challan and make the RTGS/ NEFT

on the basis of the details printed on the challan.

v. The bidder would remit the funds at least T + 1 day (Transaction + One day) in

advance to the last day and make the payment via RTGS / NEFT to the beneficiary

account number as mentioned in the challan.

vi. Post making the payment, the bidder would login to the e-Tendering portal and go to

the payment page. On clicking the RTGS / NEFT mode of payment, there would be a

link for real time validation. On clicking the same, system would do auto validation of

the payment made.

List of Net banking banks

1. Allahabad Bank

2. Axis Bank

3. Bank of Bahrain and Kuwait

4. Bank of Baroda

5. Bank of India

6. Bank of Maharashtra

7. Canara Bank

8. City Union Bank

9. Central Bank of India

10. Catholic Syrian Bank

11. Corporation Bank

12. Deutsche Bank

13. Development Credit Bank

14. Dhanlaxmi Bank

15. Federal Bank

16. HDFC Bank

17. ICICI Bank

18. IDBI Bank

19. Indian Bank

20. Indian Overseas Bank

21. Indusind Bank

22. ING Vysya Bank 23. J and K Bank

Page 15 of 74

23. Karnataka Bank

24. Kotak Mahindra Bank

25. Karur Vysys Bank

26. Punjab National Bank

27. Oriental Bank of Commerce

28. South Indian Bank

29. Standard Chartered Bank

30. State Bank Of Bikaner and Jaipur

31. State Bank of Hyderabad

32. State Bank of India

33. State Bank of Mysore

34. State Bank of Travencore

35. State Bank Of Patiala

36. Tamilnad Mercantile Bank

37. Union Bank of India

38. United Bank of India

39. Vijaya Bank

40. Yes Bank:

Page 16 of 74

SECTION - II

BID DETAILS AND GENERAL INSTRUCTIONS TO THE BIDDERS

1. INTRODUCTION

1.1 MNRE launched a scheme for promotion of grid-connected roof top (GCRT) solar

power projects and HAREDA has been designated as State Nodal Agency (SNA) /

implementing agency for this scheme in the State of Haryana. This bid with aggregate

capacity of approx. 4 MWp in various districts across the State envisages installation

& commissioning of grid-connected roof top solar PV projects on the roofs of Govt.

Buildings. The generated solar power will be utilized for captive consumption under

RESCO mode under the Net Metering Regulations notified by the Haryana Electricity

Regularity Commission (HERC) vide notification no. HERC/31/2014 dated 25th

November, 2014 & latest amendment thereof. The scheme aims to reduce the fossil

fuel based electricity and make building self-sustainable from the point of electricity

consumption, to the extent possible.

1.2 Under RESCO Mode, the entire system is owned by the developer. Responsibility of

O&M for the system lifetime (25 years) is also with the developer. Rooftop owners

may consume the electricity generated, Excess generation may be exported to the grid

under net metering facility. The rooftop owner has to pay a pre-decided tariff on a

monthly basis for the energy generated from the solar power plant.

1.3 On behalf of State Govt., HAREDA, which expression shall also include its successors

and permitted assigns, hereby invites interested companies to participate in the bidding

process for the selection of Successful Bidder(s) for implementation of large scale

Grid-Connected Rooftop Solar Photovoltaic Projects under this scheme in various

Govt. buildings in the State.

1.4 The Bidder is advised to read carefully all instructions and conditions appearing in this

document and understand them fully. All information and documents required as per

the bid document must be furnished. Failure to provide the information and / or

documents as required may render the bid technically unacceptable.

1.5 The bidder shall be deemed to have examined the bid document, to have obtained his

own information in all matters whatsoever that might affect the carrying out the works

in line with the scope of work specified elsewhere in the document at the offered rates

and to have satisfied himself to the sufficiency of his bid. The bidder shall be deemed

to know the scope, nature and magnitude of the works and requirement of materials,

equipment, tools and labour involved, wage structures and as to what all works he has

to complete in accordance with the bid documents irrespective of any defects,

omissions or errors that may be found in the bid documents.

Page 17 of 74

2. BID DETAILS:

The bidding process under the rooftop scheme is for tentative 4 MWp capacity under

RESCO model. Bidder shall submit bids for minimum capacity of 2 MW. Bid with

capacity less than 50% of tendered capacity shall be rejected.

a) Bids for RESCO Model:

Bids are invited from the prospective bidders for the tentative Tendered Capacity of 4

MWp. Bidders will be required to furnish levellized tariff for 25 years starting from

the date of commissioning of the Project. Capacity will be allocated based on the

lowest levellized tariff. All the projects have been divided in following two

categories:

Category Capacity Range

1st 40 kWp -100 kWp

2nd

101 kWp to 750 kWp

b) SIZE OF THE PROJECTS:

i. The size of each project shall be in the range from 40 Kwp to up to 750 kWp.

One project shall installed in one campus only. Each roof top power plant can

separately connected with the grid and may have separate solar generation

meters.

ii. The site wise details along with the capacity of the GCRT Solar Power Plants is

given in Annxure-I. However, more projects may be allotted in addition of this

capacity during the currency of this contract, if demand arises.

3. INSTRUCTIONS TO THE BIDDER:

iii. Bidder must meet the eligibility criteria independently as a company.

Consortium of Companies is not allowed in any form. Bidder will be declared as

a Technically Qualified Bidder based on meeting the eligibility criteria and as

demonstrated based on documentary evidence submitted by the Bidder in the

Bid.

iv. Bid Document can also be viewed from Nodal Agency‟s (HAREDA) website

www.hareda.gov.in or https://haryanaeprocurement.gov.in.

v. The Bidders shall have to submit their bid and other required relevant

documents/ certificates, if any; online only as per time schedule (Key dates). Bid

other than online will not be accepted by the Nodal Agency.

Page 18 of 74

4. ELIGIBILITY CRITERIA FOR THE BIDDER:

a) TECHNICAL ELIGIBILITY CRITERIA:

i. The Bidder should be System Integrator, Project Developer, RESCO Company or

a body incorporated in India under the Companies Act, 1956 or 2013 including

any amendment thereto or proprietary/partnership firm. A copy of certificate of

incorporation shall be furnished along with the bid in support of above and shall

be engaged in the business of Solar Power for minimum three years..

ii. The minimum capacity to be quoted by the bidder must be at least 50% of the

tendered capacity. If offer quoted capacity by bidder is less that 50% of the

tendered capacity, the bid will not be considered and it will not be further

evaluated.

iii. Bidder should be “A” Category Channel Partner of MNRE under Grid Connected

Power Plant Programme as on the last date of submission of tender. The

certificate of channel partner certificate shall be the valid as on last quarter i.e.

30.06.2017. However, if certificate expired after 30.06.2017, then firm shall

submit a proof of being applied for renew of the same. Certificate issued by

MNRE, GOI, shall be uploaded. The firm shall not be de-empanelled or placed in

the negative list by MNRE as on the last date of submission of the tender.

iv. PV modules must be tested and approved by one of the IEC authorized test

centres while the PCU/ inverters should be tested from the MNRE approved test

centres/ NABL/ BIS/ IEC accredited/authorised testing-calibration laboratories. In

case of imported inverters, these should be approved by international test houses

or by MNRE approved labs.

v. Test Certificates for components (Solar PV Module & Inverter) is to be provided.

vi. Test Certificate(s) should have been issued on or after 01.04.2013.

vii. Bidder should have not been debarred/blacklisted by any Govt. Deptt‟s /

organization/ PSU‟s / institutions/ agencies/ autonomous Organizations. If any

bidder provides false information regarding debarred / blacklisted or conceals the

facts in this regard, Nodal agency reserves the right to forfeit both EMD &

Performance Bank Guarantee of the bidder.

viii. The Bidder should have valid GST & TIN registration certificate. A copy of

which should be enclosed.

ix. If awarded contract, bidder will need to establish at least one Service Centre

in the state of Haryana within one month of date of empanellment.

However, Haryana based new entrepreneur/s registered with competent Govt.

authority engaged in the business of Solar Power will also be eligible to participate in

the bid.

A copy of certificate of incorporation/ registration shall be furnished along with

the bid in support of above.

Page 19 of 74

Note: Bid should be accompanied with certificate for module qualification from

IEC/MNRE accredited/authorised Test lab to be submitted as part of the bid offer.

However, the bidders are allowed to submit duly signed (name of signatory,

designation, name of testing centre and date of receipt) acknowledgement receipt of the

IEC/ MNRE accredited / authorised test centre of the sample of the system/ product

with the bid subject to condition that they have to submit the test report of the system/

product from the same test centre before opening of the Financial Bid or such

communication notified to the bidder/s in written by the HAREDA failing which their

bid will out rightly be rejected and correspondence in the matter will not be

entertained.

(Document to be uploaded: Relevant document supporting the claim, Test report of

the component manufactured, test reports of rest of the major component)

b) EXPERIENCE AND PAST PERFORMANCE:

Bidder should have successfully completed Supply, Installation & Commissioning of

Grid Connected Rooftop Solar Power Plants under RESCO model of minimum

capacity of 100 kWp single project or shall have supplied & commissioned 1000

kWp (Cumulative capacity) grid connected solar power plants during last two years,

which should have been commissioned at least one months prior to date of issue of

this tender, for any State / Centre Govt. Agency / Department/ Organization/

autonomous body/ private sector verified by SNA. The list of project commissioned

along with the JCRs issued by State Nodal Agencies shall be uploaded along with the

bid.

(Document to be uploaded: Relevant document supporting the claim.)

c) FINANCIAL ELIGIBILITY CRITERIA:

i. The bidder should have minimum average annual turnover Rs. 6 Crores in the last

three years, ending 31st March of the previous Financial Year. (for year 2016-17,

provisional balance sheet shall also be considered).

ii. The bidder should have positive net worth in the last three years, ending 31st

March of the previous Financial Year.

(Document to be uploaded: Relevant document supporting the claim.)

5. BID SUBMISSION BY THE BIDDER

i. The information and/or documents shall be submitted by the Bidder as per the

formats specified in this document.

ii. Strict adherence to the formats wherever specified, is required. Wherever,

information has been sought in specified formats, the Bidder shall refrain from

referring to brochures/pamphlets. Non-adherence to formats and / or submission

Page 20 of 74

of incomplete information may be a ground for declaring the Bid as non-

responsive and liable for rejection without any communication in that regard.

Each format has to be duly signed and stamped by the authorized signatory of the

Bidder.

6. BID DOCUMENTS:

(a) TECHNICAL BID (PART-I) - The Bid in response to this e-tender shall be

submitted by the Bidder strictly in the manner provided in the Bidding Document in

PERFORMA-I along with all required relevant documents.

(b) FINANCIAL BID (PART-II) – Financial Bid shall be furnished & submitted in the

PERFORMA-II of the bidding document.

Note: Bidder shall submit their Technical bid and Financial Bid online only. All

documents related to technical evaluation, technical eligibility, Experience & Past

Performance criteria etc. shall be uploaded in technical/first folder online, only

Performa II, price bid part, shall be uploaded in price bid folder.

7. EARNEST MONEY DEPOSIT & TENDER FEE

a) Earnest Money Deposit

(i) The Payment for EMD Rs.2,00,000/- can be made online directly through Internet

Banking/Debit Card/Credit Card and the bidder would remit the funds at least T+1

day (Transaction + one day) in advance to the last day of the online bid submission

and make the payment to the beneficiary account number as mentioned in the Challan.

(ii) Offers without EMD (wherever required) shall be out rightly rejected.

(iii) Central or Haryana Public Sector Enterprises, eligible MSEs of Haryana and

“approved sources” as declared by the Department of Industries & Commerce,

Haryana, would be exempted from the deposit of EMD. These Central or Haryana

Public Sector Enterprises and “approved source” as declared by the Industries

Department, Haryana shall submit proof issued by the competent Govt. authority for

exemption of EMD. EMD is also exempted for the bidders covered under the policy

guidelines issued by Industries & commerce Department, Haryana vide GO No.

2/2/2010-41B-II of dated 20.10.2016.

(iv) The EMD of unsuccessful bidders shall be returned within 30 days from the date of

issue of Letter of Allocation(s) after finalization of the tender. No separate request

will be required as the EMD shall be refunded online through e-procurement portal.

EMD of Successful bidder shall be released after the receipt of PBG in the format

prescribed by HAREDA and after the receipt of confirmation of their PBG‟s from

their respective banker.

(v) EMD shall be forfeited without prejudice to the Bidder being liable for any further

consequential loss or damage incurred to HAREDA under following circumstances:

a. Hundred percent (100%) , if a Bidder withdraws/revokes or cancels or

Page 21 of 74

unilaterally varies his bid in any manner during the period of Bid Validity

specified in the RFS document .

b. Hundred percent (100%), if the Successful Bidder fails to unconditionally

accept the Allocation letter within 15 days from the date of its issue.

c. Hundred percent (100%), if the Successful Bidder fails to furnish the

“Performance Security”.

(B) Tender Fee + e-Service fee (Non-refundable):

Amount of Tender fee (Non-refundable), to be obtained from all the bidders except in

the case of Haryana based eligible MSEs (as per instructions of DGS&D dated

20.10.2016): Rs. 5000/-

Besides, the above Tender Fee, all the bidders, including MSEs, are required to pay

additional e-Service Fee of Rs. 1000/- (Rupees one thousand only), (Non-refundable),

also online directly through Debit Cards/Credit Cards OR Internet Banking Accounts.

8. PERFORMANCE SECURITY/PERFORMANCE BANK GUARANTEE (PBG)

i. Within 30 days from the date of commissioning of the respective project,

Successful Bidder shall furnish the Performance Security @ Rs 2,000/- per kWp

of plant capacity. The Performance Security shall be denominated in Indian

Rupees and shall be in the form of a demand draft or a bank guarantee from the

nationalized bank.

ii. The PBG shall be forfeited as follows without prejudice to the Bidder being liable

for any further consequential loss or damage incurred to HAREDA.

a. If the Successful Bidder is not able to commission the projects within the

specified (or extended) time period to the satisfaction of HAREDA, PBG

amount, pro-rata to the capacity not commissioned by the Successful Bidder.

However, Hundred percent (100%) PBG amount furnished for the

Sanctioned Capacity, if the Successful Bidder fails to Commission the

Projects(s) to the satisfaction of HAREDA, for the already identified

locations, which are notified by HAREDA in the RFS or otherwise and for

which allocation letter/sanction letter has been issued.

b. In all the above cases corresponding unidentified/non-commissioned capacity

shall stand cancelled.

iii. The Performance Security shall be valid for a minimum period of 2 years from

the date of its issue and shall be released after one year from the date of

commissioning of the project.

9. CLARIFICATIONS AND PRE-BID MEETING

The HAREDA will not enter into any correspondence with the Bidders, except to

furnish clarifications on Bid Documents, if necessary. The Bidders may seek

Page 22 of 74

clarifications or suggest amendments to Bid document in writing, through a letter

or by fax (and also soft copy by e-mail) to reach HAREDA within 10 days of issue

tender. No query will be entertained after this period.

10. AMENDMENTS TO BID DOCUMENT BY HAREDA.

i. At any time prior to the deadline for submission of Bids, the HAREDA may, for

any reason, whether at its own initiative or in response to a clarification requested

by a prospective Bidder, modify the bid document by issuing clarification(s)

and/or amendment(s).

ii. The clarification(s) / amendment(s) (if any) may be notified on HAREDA

website e procurement portal of Haryana www.hareda.gov.in at least Two (2)

days before the proposed date of submission of the Bid. If any amendment is

required to be notified within Two (2) days of the proposed date of submission of

the Bid, the Bid Deadline may be extended for a suitable period of time.

iii. HAREDA will not bear any responsibility or liability arising out of non-receipt of

the information regarding Amendments in time or otherwise. Bidders must check

the website for any such amendment before submitting their Bid.

iv. All the notices related to this Bid which are required to be publicized shall be

uploaded on www.hareda.gov.in.

11. BIDDING PROCESS

The Bid in response to this RFS shall be submitted by the Bidders in the manner

provided in the DNIT. The Bid shall comprise of the following:

a) TECHNO-COMMERCIAL BID DOCUMENTS

i. Letter as per prescribed Format.

ii. Tender Fee information

iii. EMD information

iv. Original power of attorney issued by the Bidding Company in favor of the

authorized person signing the Bid, in the form attached hereto as Format-6 or

standard power of attorney in favor of authorized person signing the Bid.

(Power of Attorney must be supplemented by Board Resolution to above effect

for the company incorporated under Company Act 1956 or Company Act-

2013). However, Employer may accept general Power of Attorney executed in

favor of Authorized signatory of the Bidder, if it shall conclusively establish that

the signatory has been authorized by the Board of Directors to execute all

Page 23 of 74

documents on behalf of the Bidding Company

iii. Certificate of Incorporation of Bidding company.

iv. General particulars of bidders as per Format

v. Document in support of meeting Eligibility Criteria.

vi. Details for meeting Financial Eligibility Criteria.

b) PRICE BID(S) AS PER SECTION-IV

i. Bidder shall inter-alia take into account the following while preparing and

submitting the Price Bid duly signed by an authorized signatory.

ii. Bidder shall submit Price Bid online in the prescribed Format, in the Price Bid

folder only.

c) BID DUE DATE

The Bidder should submit the on line Bids on or before due date as per the bid

information sheet.

d) VALIDITY OF BID

i. The bid and the Price Schedule included shall remain valid for a period of 12

months from the date of techno-commercial bid opening, with bidder having no

right to withdraw, revoke or cancel his offer or unilaterally vary the offer

submitted or any terms thereof. In case of the bidder revoking or cancelling his

offer or varying any term & conditions in regard thereof or not accepting letter of

allocation, HAREDA shall forfeit the EMD furnished by him. Confirmation

regarding the Bid offer validity shall be clearly mentioned in the covering letter.

ii. In exceptional circumstances when letter of allocation is not issued, the HAREDA

may solicit the Bidder's consent to an extension of the period of validity. The

request and the responses thereto shall be made in writing. A Bidder may refuse

the request without forfeiting its EMD. A Bidder granting the request will neither

be required nor permitted to modify its Bid in any manner.

e) METHOD OF BID SUBMISSION

i. Only e-Bid, online on e-procurement portal, https://haryanaeprocurement.gov.in,

will be accepted as per Bid Deadline. Bids submitted by telex/telegram/fax/e-mail

shall not be considered under any circumstances. HAREDA shall not be responsible

for any delay in receipt of the Bid. Any Bid / processing fee/ EMD received after the

Bid Deadline will automatic rejected. It should be noted that except Envelope II (Price

bid Envelop), no other envelope shall contain any information/document relating to

Price Bid. HAREDA shall not be responsible for premature opening of the Price Bids

in case of non-compliance of above.

Page 24 of 74

ii. All pages of the Bid must be signed by the authorized signatory on behalf of the

Bidder. It is clarified that the same authorized signatory shall sign all pages of the Bid.

However, any published document submitted with the Bid shall be signed by the

authorized signatory at least on the first and last page of such document. No change or

supplemental information to a Bid will be accepted after the Bid Deadline, unless the

same is requested for by HAREDA.

iii. The Bid must be complete in all technical and commercial respect and should contain

requisite certificates, informative literature etc. as required in the Bid document. Bids

with any type of change or modification in any of the terms/ conditions of this

document shall be rejected. If necessary, additional papers may be attached by the

Bidder to furnish/ submit the required information. Any term / condition proposed by

the Bidder in his bid which is not in accordance with the terms and conditions of the

RFS document or any financial conditions, payment terms, rebates etc. mentioned in

Price Bid shall be considered as a conditional Bid and will make the Bid invalid.

f) COST OF BIDDING

i. The bidder shall bear all the costs associated with the preparation and submission

of his offer. The Bidder shall not be entitled to claim any costs, charges and

expenses of and incidental to or incurred by him through or in connection with

submission of bid even though HAREDA may elect to modify / withdraw the

invitation of Bid.

ii. Tender fee of Rs. 5000/- + Rs. 1000/- ( e-service charges) will be furnished by the

Bidder online.

However, the tender fee for the Haryana based Small and Micro Enterprises (

including Khadi & Village Industries) will be Rs. 1,000/- ( rupees one thousand

only) subject to the condition that the concerned Enterprise participate directly in

the tender and not through any intermediaries i.e. their dealers/ agents and

distributors etc.

g) OPENING OF BIDS

i. Envelope-I, Technical Bid, of the Bidders shall be opened on the date & time at

the given venue as per bid information sheet, in the presence of one representative

from each of the Bidders who wish to be present.

ii. The date of opening of the Financial bid shall be communicated to the bidders

lateron through email.

iii. Name of the Bidder, price details of the EMD and capacity offered for different

projects of India shall be read out to all the Bidders at the time of opening of

Envelope-I and Envelope-II (price Bid).

h) RIGHT TO WITHDRAW THE RFS AND TO REJECT ANY BID

i. This RFS may be withdrawn or cancelled by the HAREDA at any time without

Page 25 of 74

assigning any reasons thereof. The HAREDA further reserves the right, at its

complete discretion, to reject any or all of the Bids without assigning any reasons

whatsoever and without incurring any liability on any account.

ii. The HAREDA reserve the right to interpret the Bid submitted by the Bidder in

accordance with the provisions of the RFS and make its own judgment regarding

the interpretation of the same. In this regard the HAREDA shall have no liability

towards any Bidder and no Bidder shall have any recourse to the HAREDA with

respect to the selection process. HAREDA shall evaluate the Bids using the

evaluation process specified in Section -I, at its sole discretion. HAREDA

decision in this regard shall be final and binding on the Bidders.

iii. HAREDA reserves its right to vary, modify, revise, amend or change any of the

terms and conditions of the Bid before submission. The decision regarding

acceptance of bid by HAREDA will be full and final.

i) ZERO DEVIATION

This is a ZERO Deviation Bidding Process. Bidder is to ensure compliance of all

provisions of the Bid Document and submit their Bid accordingly. Tenders with

any deviation to the bid conditions shall be liable for rejection.

j) EXAMINATION OF BID DOCUMENT

i. The Bidder is required to carefully examine the Technical Specification, terms

and Conditions and other details relating to supplies as given in the Bid

Document.

ii. The Bidder shall be deemed to have examined the bid document including the

agreement/contract, to have obtained information on all matters whatsoever that

might affect to execute the project activity and to have satisfied himself as to the

adequacy of his bid. The bidder shall be deemed to have known the scope, nature

and magnitude of the supplies and the requirements of material and labour

involved etc. and as to all supplies he has to complete in accordance with the Bid

document.

iii. Bidder is advised to submit the bid on the basis of conditions stipulated in the

iv. Bid Document. Bidder‟s standard terms and conditions if any will not be

considered. The cancellation / alteration / amendment / modification in Bid

documents by the bidder shall not be accepted by HAREDA.

v. Bid not submitted as per the instructions to bidders is liable to be rejected. Bid

shall confirm in all respects with requirements and conditions referred in this bid

document.

12. GENERAL CONDITIONS OF CONTRACT (GCC)

a) SCOPE OF WORK

The scope of work for the bidder is to supply solar power to the user

department/organization by erection/installation & commissioning of the grid

Page 26 of 74

connected rooftop solar PV project of prescribed capacity at a given site with net

metering facility including operation and maintenance (O&M) of the project for a

period of 25 years after commissioning with its own cost under RESCO mode.

Obtaining No Objection Certificate (NOC)” from Distribution Company

(DISCOM) for grid connectivity is in the scope of the bidder. The installation of

Solar Generation meter & bi-directional meter( along with CT/PT if required) is

also in the scope of the bidder.

b) LEVELLIZED TARIFF

i. The Levellized Tariff of 25 years shall include all the costs related to above Scope

of Work. Bidder shall quote for the entire facilities on a “single responsibility”

basis such that the total Bid Price covers all the obligations mentioned in the

Bidding Documents in respect of Design, Supply, Erection, Testing and

Commissioning including Warranty, Operation & Maintenance for a period of 25

years, goods and services including spares required if any during O&M period.

The Bidder has to take all permits, approvals and licenses, Insurance etc..

ii. The Levellized tariff for 25 years shall remain firm and fixed and shall be binding

on the Successful Bidder till completion of work. No escalation will be granted

for any reason whatsoever. The bidder shall not be entitled to claim any additional

charges, even though it may be necessary to extend the completion period for any

reasons whatsoever.

iii. The Levellized tariff for 25 years shall be inclusive of all duties and taxes,

insurance etc. The prices quoted by the firm shall be complete in all respect and

no price variation /adjustment shall be payable

iv. The operation & maintenance of Solar Photovoltaic Power Plant would include

wear, tear, overhauling, machine breakdown, insurance, and replacement of

defective modules, invertors, spares, consumables & other parts for a period of 25

years.

v. The Levellized tariff for 25 years shall be specified in sanction letter based on

Successful Bidder‟s quote @ Rs/kWh for each project.

vi. The Bidder shall complete the Price Bid (Format-B) for different categories of

projects as under:

Category Capacity Range

1st 40 kWp -100 kWp

2nd

101 kWp to 750 kWp

vii. After completion of 25 years, the plant shall be handed over to the user

department in operational condition with the power output as per MNRE

specifications (i.e. minimum 80% power output of the modules at the end of 25th

year) without any charges.

Page 27 of 74

c) HAREDA SERVICE CHARGES

HAREDA service charges are for site visits, inspection; liaison, monitoring etc.

Taxes and duties shall be paid extra. The HAREDA one time service charges @

Rs. 2500/- - per Kwp capacity of the project will be as non-refundable and

for each project the service charges has to be paid within 30 days from date of

issuance of Allotment letter by HAREDA. Further, any delay beyond 30 days

shall attract interest @ 12 % per month of the amount not paid, calculated on day

to day basis till the full payment including interest is paid. HAREDA has the right

to recover / adjust any unpaid HAREDA service charges including interest from

the 1st installment of due amount to the Successful Bidder. HAREDA at its sole

discretion may cancel the Sanctioned capacity and forfeit 100% of Performance

Security in case HAREDA service charges are not paid within 60 days of issue of

Sanction Letter.

d) INSURANCE

i. The Bidder shall be responsible and take an Insurance Policy for transit-cum-

storage-cum-erection for all the materials to cover all risks and liabilities for

supply of materials on site basis, storage of materials at site, erection, testing and

commissioning. The bidder shall also take appropriate insurance during O&M

period, if required.

ii. The Bidder shall also take insurance for Third Party Liability covering loss of

human life of engineers and workmen and also covering the risks of damage to

the third party/material/equipment/properties during execution of the projects.

Before commencement of the work, the Bidder will ensure that all its employees

and representatives are covered by suitable insurance against any damage, loss,

injury or death arising out of the execution of the work or in carrying out the

Contract. Liquidation, Death, Bankruptcy etc., shall be the responsibility of

bidder.

e) WARRANTEES AND GUARANTEES

The Bidder shall warrant that the goods supplied under this contract are new,

unused, of the most recent or latest technology and incorporate all recent

improvements in design and materials. The bidder shall provide warrantee covering

the rectification of any and all defects in the design of equipment, materials and

workmanship including spare parts for a period of 25 years from the date of

commissioning. The responsibility of operation of Warrantee and Guarantee

clauses and Claims/ Settlement of issues arising out of said clauses shall be joint

responsibility of the Successful bidder and the user department. HAREDA will not

be responsible in any way for any claims whatsoever on account of the above.

f) TYPE AND QUALITY OF MATERIALS AND WORKMANSHIP

i. The design, engineering, supply, installation, testing and performance of the

equipment shall be in accordance with latest appropriate IEC/Indian Standards as

per Technical specifications of the bid document. Where appropriate Indian

Page 28 of 74

Standards and Codes are not available, other suitable standards and codes as

approved by the MNRE shall be used.

ii. The specifications of the components should meet the technical specifications

mentioned in Section III.

iii. Any supplies which have not been specifically mentioned in this Contract but

which are necessary for the design, engineering, manufacture, supply &

performance or completeness of the project shall be provided by the Bidder

without any extra cost and within the time schedule for efficient and smooth

operation and maintenance of the SPV plant.

g) OPERATION & MAINTENANCE (O&M)

The bidder shall be responsible for operation and maintenance of the Roof top

Solar PV system for a period of 25 years for this model projects, during which

HAREDA will monitor the project for effective performance in line with

conditions specified elsewhere in the bid document. During this period, the bidder

shall be responsible for supply of all spare parts as required from time to time for

scheduled and preventive maintenance, major overhauling of the plant,

replacement of defective modules, inverters etc. and maintaining log sheets for

operation detail, deployment of staff for continuous operations & maintenance

and qualified engineer for supervision of O&M work, complaint logging & its

attending.

h) METERING AND GRID CONNECTIVITY

Metering and grid connectivity of the roof top solar PV system under this scheme

would be the responsibility of the Bidder in accordance with the prevailing

guidelines of the concerned DISCOM and / or CEA (if available by the time of

implementation). HAREDA/SNA could facilitate connectivity; however the

entire responsibility lies with bidder only.

i) PLANT PERFORMANCE EVALUATION/ PROGRESS REPORT

i. The successful bidder shall be required to meet minimum guaranteed generation

with Performance Ratio (PR) at the time of commissioning and related Capacity

Utilization Factor (CUF) as per the GHI levels of the location during the O&M

period. PR should be shown minimum of 75% at the time of inspection for initial

commissioning acceptance . Minimum CUF of 15% should be maintained for a

period of 5 years for fulfilling one of the conditions for release of PBG. The

bidder should send the periodic plant output details to HAREDA for ensuring the

CUF. The PR will be measured at Inverter output level during peak radiation

conditions.

ii. The bidder shall ensure to annually production of minimum 1400 kWh per kWp

capacity in the first year with the permission of permissible degradation as per

MNRE specifications/guidelines.

iii. The bidder will not be allowed to put extra modules than that of the plant

capacity. However, maximum 3% variation may be allowed on higher side.

Page 29 of 74

iv. Remote monitoring system shall be installed with the SPV power plant with an

access to HAREDA. The RMS shall be kept operational for the life of the project

i.e. 25 years form the date of commissioning.

v. The bidder shall submit the progress report monthly to HAREDA & user

department in Prescribed Performa. HAREDA & user Department will have the

right to depute his/their representatives to ascertain the progress of contract at the

premises of works of the bidder.

j) PROJECT INSPECTION.

i. The project progress will be monitored by HAREDA & user department and the

projects will be inspected for quality at any time during commissioning or after

the completion of the project either by officer(s) from HAREDA/ user department

or any authorized agency/ experts.

ii. HAREDA may depute a technical person(s) from its list of empanelled experts or

its officer(s) for inspection, third party verification, monitoring of system

installed to oversee, the implementation as per required standards and also to visit

the manufactures facilities to check the quality of products as well as to visit the

system integrators to assess their technical capabilities as and when required.

k) APPLICABLE LAW

The Contract shall be interpreted in accordance with the laws of the Union of

India & the Government of Haryana.

l) SETTLEMENT OF DISPUTE / ARBITRATION

If any question, dispute or difference what so ever shall arises between user

department 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

Director, user department 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 UserDepartment or the arbitrator directs otherwise

m) FORCE MAJEURE

i. Notwithstanding the provisions of clauses contained in this RFS document; the

contractor shall not be liable to forfeit (a) PBG for delay and (b) termination of

contract; if he is unable to fulfill his obligation under this contract due to force

majeure conditions.

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, either in its sovereign or contractual capacity. Such events may

include but are not restricted to Acts of God, wars or revolutions, fires, floods,

epidemics, quarantine restrictions and fright embargoes etc. Whether a “Force

Page 30 of 74

majeure” situation exists or not, shall be decided by HAREDA/ user department

and its decision shall be final and binding on the contractor and all other

concerned.

iii. In the event that the contractor is not able to perform his obligations under this

contract on account of force majeure, he will be relieved of his obligations during

the force majeure period. In the event that such force majeure extends beyond six

months, HAREDA/ Owner has the right to terminate the contract in which case,

the PBG shall be refunded to him.

iv. If a force majeure situation arises, the contractor shall notify HAREDA & Owner

in writing promptly, not later than 14 days from the date such situation arises. The

contractor shall notify HAREDA & Owner not later than 3 days of cessation of

force majeure conditions. After examining the cases, HAREDA & Owner shall

decide and grant suitable additional time for the completion of the work, if

required.

n) LANGUAGE

All documents, drawings, instructions, design data, calculations, operation,

maintenance and safety manuals, reports, labels and any other date shall be in

English Language. The contract agreement and all correspondence between the

HAREDA & user and the bidder shall be in English language.

o) OTHER CONDITIONS

i. The Successful bidder shall not transfer, assign or sublet the work under this

contract or any substantial part thereof to any other party without the prior

consent of HAREDA & user in writing.

ii. The Successful bidder or its subcontractors shall not display the photographs of

the work and not take advantage through publicity of the work without written

permission of user department.

b. The Successful bidder or its subcontractors shall not make any other use of any of

the documents or information of this contract, except for the purposes of

performing the contract.

c. HAREDA will not be bound by any Power of Attorney granted/ issued by the

Successful bidder or its subcontractors or by any change in the composition of the

firm made during or subsequent to the execution of the contract. However

recognition to such Power of Attorney and change (if any) may be given by

HAREDA after obtaining proper legal advice, the cost of which will be

chargeable to the Successful bidder concerned.

p) SUCCESSORS AND ASSIGNS:

In case the HAREDA/ user department or Successful bidder may undergo any

merger or amalgamation or a scheme of arrangement or similar re-organization

& this contract is assigned to any entity (ies) partly or wholly, the contract shall

be binding mutatis mutandis upon the successor entities & shall continue to

Page 31 of 74

remain valid with respect to obligation of the successor entities.

q) SEVERABILITY:

It is stated that each paragraph, clause, sub-clause, schedule or annexure of this

contract shall be deemed severable & in the event of the unenforceability of any

paragraph, clause sub-clause, schedule or the remaining part of the paragraph,

clause, sub-clause, schedule annexure & rest of the contract shall continue to be

in full force & effect.

r) RIGHTS & REMEDIES UNDER THE CONTRACT ONLY FOR THE

PARTIES:

This contract is not intended & shall not be construed to confer on any person

other than the HAREDA & Successful bidder hereto, any rights and / or remedies

herein.

s) CORRESPONDENCE

Bidder requiring any Techno-Commercial clarification of the bid documents may

contact in writing or by Fax /E Mail.

Director, HAREDA, Akshay Urja Bhawan, Institutional Plot No.-1, Sector-17,

Panchkula

Fax No.0172-2587833,2587233, E-mail: [email protected]

Verbal clarifications and information given by the HAREDA or its employees or

its Representatives shall not be in any way entertained.

Page 32 of 74

SECTION-III

1. EVALUATION CRITERIA

i. BID EVALUATION

The evaluation process comprises the following four steps:

Step I - Responsiveness check of Techno Commercial Bid

Step II - Evaluation of Bidder‟s fulfillment of Eligibility Criteria as

Step III - Evaluation of Price Bid

Step IV - Successful Bidders(s) selection

ii. RESPONSIVENESS CHECK OF TECHNO COMMERCIAL BID

The Techno Commercial Bid submitted by Bidders shall be scrutinized to

establish responsiveness to the requirements laid down in the RFS. Any of the

following may cause the Bid to be considered “Non-responsive”, at the sole

discretion of HAREDA:

a. Bids that are incomplete, i.e. not accompanied by any of the applicable

formats inter alia covering letter, power of attorney supported by a board

resolution, Bid Bond, etc.;

b. Bid not signed by authorized signatory and /or stamped in the manner

indicated in this RFS;

c. Material inconsistencies in the information /documents submitted by the

Bidder, affecting the Eligibility Criteria;

d. Information not submitted in the formats specified in this RFS;

e. Bid being conditional in nature;

f. Bid having Conflict of Interest;

g. Bidder delaying in submission of additional information or clarifications

sought by HAREDA as applicable;

j. Bidder makes any misrepresentation.

Each Bid shall be checked for compliance with the submission requirements set

forth in this RFS before the evaluation of Bidder‟s fulfillment of Eligibility

Criteria is taken up. Relevant Clause shall be used to check whether each Bidder

meets the stipulated requirement.

iii. PRELIMINARY EXAMINATION

i. The HAREDA will examine the Bids to determine whether they are complete,

whether any computational errors have been made, whether required sureties

have been furnished, whether the documents have been properly signed and

stamped and whether the Bids are otherwise in order.

ii. Arithmetical errors will be rectified on the following basis. If there is a

Page 33 of 74

discrepancy between the unit price and the total Amount that is obtained by

multiplying the unit price and quantity, the unit price shall prevail and the total

amount shall be corrected. If there is a discrepancy between words and figures,

the amount written in words will prevail.

iv. EVALUATION OF BIDDER‟S FULFILMENT OF ELIGIBILITY CRITERIA

Evaluation of Bidder‟s Eligibility will be carried out based on the information

furnished by the Bidder as per the prescribed Formats and related documentary

evidence in support of meeting the Eligibility Criteria as specified in relevant

Clause. Non-availability of information and related documentary evidence for the

satisfaction of Eligibility Criteria may cause the Bid to be non-responsive.

v. EVALUATION OF PRICE BID

i. Price Bid (Envelope II) of the Qualified Bidders shall be opened in presence of

the representatives of such Qualified Bidders, who wish to be present, on a date as

may be intimated by HAREDA to the Bidders through HAREDA website

www.hareda.gov.in or Email. The evaluation of Price Bid shall be carried out

based on the information furnished in Envelope III (Price Bid). The Price Bid

submitted by the Bidders shall be scrutinized to ensure conformity with the RFS.

Any Bid not meeting any of the requirements of this RFS may cause the Bid to be

considered “Non-responsive” at the sole decision of the HAREDA.

ii. The levellized tariff shall be calculated up to two decimal places. However in case

of a tie it may be expanded to break the tie.

2. SUCCESSFUL BIDDER(S) SELECTION

i. Levellised Tariff requirement quoted in all Price Bids of Qualified Bidders shall

be ranked from the lowest to the highest.

ii. Based on the price bid quoted by the bidders, HAREDA shall arrange the bids in

the ascending order i.e. L1, L2, L3, _ _ _ (L1 being the lowest levellized tariff).

iii. Lowest bidder will be declared as the successful bidder. For further allocation, the

L2 bidder will be asked to match the price quoted by the L1 bidder. In case the L2

bidder refuses to match the L1 price then L3 bidder shall be offered to match L1

price. The process will continue till the next bidder matches the L1 price. The

bidder who matches the L1 price will also be declared Successful bidder.

iv. There shall be no negotiation on the quoted levellized tariff between the

HAREDA and the Bidder(s), during the process of evaluation.

v. The Letter(s) of Allocation (LOA) shall be issued to all such Successful

Bidders(s).

vi. Each Successful Bidder shall acknowledge the LOA and return duplicate copy

with signature of the authorized signatory of the Successful Bidder to the

HAREDA within Ten (10) days of issue of LOA.

vii. If the Successful Bidder, to whom the Letter of Allocation has been issued, does

Page 34 of 74

not fulfill any of the conditions specified in Bid document, the HAREDA reserves

the right to annul/cancel the award of the Letter of Allocation of such Successful

Bidder.

viii. The HAREDA at its own discretion, has the right to reject any or all the Bids

without assigning any reason whatsoever, at its sole discretion

3. INCREASE/DECREASE OF BIDDER ALLOCATED CAPACITY

i. HAREDA reserves the right to increase/decrease the Bidder Allocated Capacity..

ii. In case capacity is enhanced by HAREDA. Successful bidder shall submit the

required PBG to HAREDA within 30 days from the date of commissioning of the

project, failing which sanctioned capacity shall stands cancelled.

4. TRANFER OF CAPACITY

i. In case a Successful Bidder is facing genuine difficulty in execution of project as

per letter of allocation. HAREDA may allow transfer of allocated capacity in full

or part depending on the merit of the case.

ii. Amended Performance security (PBG pertaining to additional capacity allocated

or capacity transferred shall be submitted by bidder within 30 days from the date

of issue of such notification.

Note: It is the prerogative of HAREDA to increase/decrease/transfer the Successful

Bidder Capacity at the time of Allocation. If HAREDA intends to increase the

capacity of the Successful bidder, it will be done with mutual consultation.

5. NOTIFICATION TO SUCCESSFUL BIDDERS

The name of Successful Bidders indicating the allocated capacity along with the

rates shall be notified on HAREDA website www.hareda.gov.in and also shall be

notified individually through letter of allocation.

6. PROJECT ALLOCATION AND PENALTY

i. The Bidders, however, in their own interest are advised to make a preliminary

survey of availability of roof tops of buildings for which they intend to Bid and as

prescribed in the RFS, as well as issue of Grid connectivity.

ii. The Successful Bidders shall be issued Letter of Allocation (LOA) indicating the

allocated capacity & Project Cost etc.

iii. The bidders, who have been notified as Successful Bidders, shall be given 4

months time for completion of the project from the date of issue of Letter of

Allocation.

iv. The time period of delivery (includes supply, installation & commissioning)

stipulated in the letter of allocation shall be deemed to be the essence of the

contract and should the contractor fail to complete the work (includes supply,

installation & commissioning) within the period prescribed for such delivery

penalty @ 2% of the work value per month subject to max. of 10% of the work

order value recoverable. Once the maximum is reached, the New & Renewable

Page 35 of 74

Energy Department/HAREDA may consider termination of the work order. For

the purpose of calculation of penalty, month will be considered of 30 days and the

week of 7 days. In case of non-payment by the contractor, recovery will be made

from his bills or amount of Earnest money or security deposited with Director,

New & Renewable Energy Department or through legal process, provide also

that:

a) No recovery of penalty will be made if the Director, New & Renewable

Energy Department/HAREDA accepts the delayed supplies by extending the

delivery period by recording in writing that the exceptional circumstances

were beyond the control of the supplier and there was no loss to the

Government on written request by the supplier, with proper documentation

establishing the reasons for delay were beyond the control of the supplier,

before the expiry of the allowed time. Requests for extension received after the

expiry of the allowed timeline shall not be entertained and shall be subject to

penalty.

b) The supplies, if any, made beyond the time limit for completion of the project

defined in the work order will require prior approval of the Director, New &

Renewable Energy Department /HAREDA even the same are with penalty

means supplier has no right to deliver the material with applicable penalty

clause without the written concurrence of the Director, HAREDA. If any

supplies fall under the warranty clause then the supplier has to obtain written

permission from the Director, HAREDA through a request letter at least seven

days before the expiry of delivery period with reason for delay.

v. On the failure of the supplier/s to make supply within the extended period or

otherwise and the receipt of such information in the office of the Director, New &

Renewable Energy Department/HAREDA, risk purchase at the cost of the

supplier will be made by the Director, New & Renewable Energy

Department/HAREDA after the maximum penalty is reached by obtaining

consent from the L2, L3 bidders or approved supplier/s or approved RC holder of

DGS&D, GOI or any State empanelled supplier or by inviting short terms

quotations from the Registered and other known suppliers within next two

months. 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.

vi. The Contractor shall not;

a. Without the consent in writing of New & Renewable Energy

Department/HAREDA transfer, assign or sublet the work under this

contract or any substantial part thereof to any other party. New &

Renewable Energy Department/HAREDA shall have at all reasonable

time access to the works b e i n g carried out by the contractor under this

Page 36 of 74

contract. All the work shall be carried out by the contractor to the

satisfaction of New & Renewable Energy Department/HAREDA.

b. 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).

c. 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, New & Renewable Energy

Department/HAREDA/Government shall be entitled to terminate this

contract forthwith and to blacklist the contractor for a period as deemed fit

by the competent authority and purchase or procure or arrange from

Government‟s stocks or otherwise at the contractor‟s risk and at the

absolute discretion of the Director, New & Renewable Energy

Department/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

Government‟s 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.

7. SUBSIDY /ACHIEVEMENT LINKED INCENTIVE of MNRE:

The bidder is free to avail the Subsidy/ Achievement linked incentive from

MNRE, GoI, New & Renewable Energy Department/HAREDA will not be

responsible for this. However, New & Renewable Energy Department/ HAREDA

will provide the JCR and other document available with the office, which may be

required by MNRE as per guidelines.

Page 37 of 74

8. TAX EXEMPTIONS:

Price bids are invited inclusive of Taxes and duties. However, Tax exemptions

including certificates of any sort, if available may be dealt with the concerned

department of Govt. of Haryana by the bidder. HAREDA in no case will be

responsible for providing any tax exemptions to the bidder.

9. OPERATION OF THE SYSTEM DURING WEEKENDS AND GENERAL

HOLIDAYS AND CALCULATION OF CUF:

i. During grid failure, the SPV system stops generating. Any instances of grid

failure need to be mentioned in the monthly report and those instances need to be

authorized by local DISCOM. Then the period will be excluded in calculation of

CUF and deemed generation will be considered. However, if grid failure is only

for 15 hours in a month, then no benefit of deemed generation will be given for

this period to the contractor for non generation of the power.

ii. Taxes and duties shall be paid extra by the bidder as applicable on the HAREDA

service charges and the bid processing fee.

10. USER ID FOR UPDATING THE PROJECT PROGRESS ON BI-WEEKLY

BASIS

Successful bidder authorized representative in whose name Power of Attorney

(PoA) has been executed and submitted along with the bid shall be provided

Password and User id for updating the project progress on biweekly basis in the

allocation letter for the City. Successful bidder should update the info as per the

requirement of the software tool .Non updating of the progress shall be considered

as no progress and shall attract punitive actions as per the relevant provision of

the Contract. However, the decision of Director, New & Renewable Energy

Department/HAREDA shall be final in this regard.

11. INSPECTION AND AUDIT BY THE GOVERNMENT

The Successful bidder shall permit the New & Renewable Energy

Department/HAREDA or user department to inspect the Successful bidder‟s site,

accounts and records relating to the performance of the Contractor and to have

them audited by auditors appointed by the HAREDA, if so required by the

HAREDA at any time.

12. COMMISSIONING /COMPLETION CERTIFICATE:

i. Application for completion/commissioning certificate:

When the Successful bidder fulfils his obligation under the Contract, he shall be

eligible to apply for Completion Certificate. The Director, New & Renewable

Energy Department/HAREDA or his representative shall normally issue to the

Successful bidder the Completion Certificate within one month after receiving

any application therefore from the Successful bidder after verifying from the

completion documents and satisfying himself that the Work has been completed

in accordance with and as set out in Contract documents. The Successful bidder,

Page 38 of 74

after obtaining the Completion Certificate, is eligible to avail the subsidy as per

the Clause 6.8

ii. Document Submission For Issue of Commissioning/Completion Certificate:

For the purpose of completion of the project, the following documents will be

deemed from the contractor:

a. Checklist for inspection of Roof top SPV power plants as per HAREDA

format.

b. Project completion report from successful bidder as per HAREDA format

c. Project completion/satisfaction certificate from roof top owners/project

developers.

13. DEDUCTIONS FROM THE CONTRACT PRICE:

All costs, damages or expenses which HAREDA/ User Department may have

paid or incurred, which under the provisions of the Contract, the Successful

bidder is liable/will be liable, will be claimed by the New & Renewable Energy

Department/ HAREDA User Department. All such claims shall be billed by the

New & Renewable Energy Department/ HAREDA/ User Department to the

Contractor within 15 (fifteen) days of the receipt of the payment request and if not

paid by the Successful bidder within the said period, the New & Renewable

Energy Department/ HAREDA/ User Department may, then, deduct the amount

from any amount due i.e., Performance Security or becoming due to the

contractor or Successful bidder under the contract or may be recovered by actions

of law or otherwise, if the Successful bidder fails to satisfy the New & Renewable

Energy Department/ HAREDA/ User Department of such claims.

14. CORRUPT OR FRAUDULENT PRACTICES

The HAREDA requires that Successful Bidders/ Contractors should follow the

highest standard of ethics during the execution of contract. In pursuance of this

policy, the HAREDA defines, for the purposes of this provision, the terms set

forth as follows :

i. “corrupt practice” means the offering, giving, receiving or soliciting of anything

of value to influence the action of a public official in the bid process or in

contract execution; and

ii. “fraudulent practice” means a misrepresentation of facts in order to influence a

bid process or the execution of a contract to the detriment of the HAREDA/Govt

scheme, and includes collusive practice among Bidders (prior to or after Bid

submission) designed to establish Bid prices at artificial non-competitive levels

and to deprive the HAREDA of the benefits of free and open competition;

iii. will declare a firm ineligible/debarred, either indefinitely or for a specific period

of time, a GOVT contract if at any time it is found that the firm has engaged in

corrupt or fraudulent practices in competing for, or in executing, a Government/

HAREDA schemes.

Page 39 of 74

15. DEBARRED FROM PARTICIPATING IN HAREDA‟S TENDER

i. HAREDA reserves the right to carry out the performance review of each Bidder

from the time of submission of Bid onwards. In case it is observed that a bidder

has not fulfilled its obligations in meeting the various timelines envisaged, in

addition to the other provisions of the RFS, such Bidders may be debarred from

participating in HAREDA‟s any future tender for a period as decided by the

competent authority of HAREDA.

ii. Any roofs on which projects has been installed or commissioned before the issue

of allocation letter/sanction letter shall be construed as fraudulent activity in

which case Successful bidder(s) may be debarred from participating in

HAREDA‟s future tender for a period as decided by the Competent authority.

However, such locations may be used for installation of additional capacity with

the prior approval of competent authority.

Page 40 of 74

SECTION-IV

DETAILED TECHNICAL SPECIFICATIONS

(Grid Connected Solar Rooftop Photo Voltaic (SPV) power plant-without battery bank)

The projects shall be installed and commissioned as per the technical specifications

given below.

1. DEFINITION

A Grid Connected Solar Rooftop Photo Voltaic (SPV) power plant consists of SPV

array, Module Mounting Structure, Inverter/Power Conditioning Unit (PCU) consisting

of Maximum Power Point Tracker (MPPT), and Controls & Protections, interconnect

cables and switches. PV Array is mounted on a suitable structure. Grid connected SPV

power plant is without battery and should be designed with necessary features to

supplement the grid power during day time. Components and parts used in the SPV

power plants including the PV modules, metallic structures, cables, junction box,

switches, inverters/PCUs etc., should conform to the BIS or IEC or international

specifications, wherever such specifications are available and applicable.

Solar PV system shall consist of following equipments/components.

Solar PV modules consisting of required number of Crystalline PV cells.

Grid interactive Power Conditioning Unit with Remote Monitoring System

Mounting structures

Junction Boxes.

Earthing and lightening protections.

IR/UV protected PVC Cables, pipes and accessories

2. SOLAR PHOTOVOLTAIC MODULES:

(i) The PV modules shall be of indigenous make.

(ii) The efficiency of the PV modules should be minimum 15% and fill factor should

be more than 70%.

(iii) Modules of mono/poly crystalline type can be used.

(iv) The PV modules used must qualify to the latest edition of IEC PV module

qualification test or equivalent BIS standards Crystalline Silicon Solar Cell

Modules IEC 61215/IS14286. In addition, the modules must conform to IEC

61730 Part-1 - requirements for construction & Part 2 – requirements for testing,

for safety qualification or equivalent IS. a) For the PV modules to be used in a

highly corrosive atmosphere throughout their lifetime, they must qualify to IEC

61701. Certificate for module qualification from IEC or equivalent to be submitted

as part of the bid offer. Self undertaking from manufacturer / supplier that the

modules being supplied are as per above. The Potential Induced Degradation

(PID) test for solar modules will be mandatory.

(v) Module shall consists of Solar Cell of minimum 4 Bus Bar technology. At the time

of supply the supplier shall submit the certificate from the manufacturer of the

module certifying that he has supplied the modules to …………………. (name of

Page 41 of 74

supplier) strictly manufactured as per BOM of IEC certificate mentioning the

technology of the solar cell (as per Performa- VI).

(vi) Raw materials(solar Cells) and technology employed in the module production

processes will be certified and a certificate giving details of major materials i.e.

cells, Glass, back sheet, their makes and data sheets to be submitted for the

modules being supplied.

(vii) The modules of the manufacturers who are having OEM and co-certification will

not be considered as qualified modules.

(viii) The total solar PV array capacity should not be less than allocated capacity (kWp)

and should comprise of solar crystalline modules of minimum 300 Wp (with 72

cells) and above wattage for the project above 5 kWp and of minimum 250 Wp

(with 60 cells) and above wattage for the project upto 5kWp. Module capacity less

than minimum of these wattage shall not be accepted.

(ix) Protective devices against surges at the PV module shall be provided. Low voltage

drop bypass diodes shall be provided.

(x) PV modules must be tested and approved by one of the IEC authorized test centres

(xi) The module frame shall be made of corrosion resistant materials, preferably

having anodized aluminum.

(xii) The bidder shall carefully design & accommodate requisite numbers of the

modules to achieve the rated power in his bid. HAREDA/owners shall allow only

minor changes at the time of execution.

(xiii) Other general requirement for the PV modules and subsystems shall be the

Following:

a) The rated output power of any supplied module shall have tolerance of plus

3%.

b) The peak-power point voltage and the peak-power point current of any

supplied module and/or any module string (series connected modules) shall

not vary by more than 2 (two) per cent from the respective arithmetic means

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

c) The module shall be provided with a junction box with weather proof lid of

sealed type and IP-65 rated.

d) I-V curves at STC shall be provided with the module.

(xiv) The module should have the following minimum information laminated inside the

module.

Made in India (to be subscribed in words )

Company name /logo

Model number (it should indicate the voltage and rated wattage of the

module )

Serial number

Year of make

(xv) Warranties:

a) Material Warranty:

Page 42 of 74

(i) Material Warranty is defined as: The manufacturer should warrant the Solar

Module(s) to be free from the defects and/or failures specified below for a

period not less than five (05) years from the date of commissioning of the

system

(ii) Defects and/or failures due to manufacturing

(iii) Defects and/or failures due to quality of materials

(iv) Non conformity to specifications due to faulty manufacturing and/or

inspection processes. If the solar Module(s) fails to conform to this

warranty, the manufacturer will repair or replace the solar module(s), at the

Owners sole option

b) Performance Warranty:

(i) The predicted electrical degradation of power generated not exceeding 20%

of the minimum rated power over the 25 year period and not more than 10%

after ten years period of the full rated original output.

3. ARRAY STRUCTURE (MODULE MOUNTING STRUCTURE):

MMS should be installed along with the hot dipped galvanized (minimum 80 microns)

array support structure for mounting of SPV modules at site. The panel frame structure

should be capable of withstanding a minimum wind load of 150 KM per hour, after

grouting and installation. MMS should be sturdy & designed to assist SPV Modules to

render maximum output. The hardware (fasteners) used for installation of SPV Modules

& MMS should be of suitable Stainless Steel (SS 304). Each MMS should be with four

legs grouted on pedestals of minimum 300X300X250 mm with anchoring/ chipping &

chemical sealing of foundation based on RCC roof. Foundation bolts of stainless /GI

steel should be at least 300 mm long.

Its size should be with reference to the specifications of the selected make SPV

modules. Anti Theft Nut Bolts of SS (with washers) should be used for for mounting

modules for better theft proofing.

Foundation:

The CC foundation shall have to be designed on the basis of the weight of the structure

with module and minimum wind speed of the site, i.e. 150 Km/hour. Normally each

MMS should be with four legs grouted on pedestals of proper size. However, for sheds

CC work will not be required, the structure shall be grouted to withstand the required

wind velocity. In that case aluminum structure of suitable strength may be used.

4. Specifications For Inverter:

As SPV array produce direct current electricity, it is necessary to convert this direct

current into alternating current and adjust the voltage levels to match the grid voltage.

Conversion shall be achieved using an electronic Inverter and the associated control and

protection devices. All these components of the system are termed the “Inverter”. In

addition, the inverter shall also house MPPT (Maximum Power Point Tracker), an

interface between Solar PV array & the Inverter, to the power conditioning unit/inverter

should also be DG set interactive, if necessary. Inverter output should be compatible

Page 43 of 74

with the grid frequency. Typical technical features of the inverter shall be as follows:

Specifications of Inverter

Parameters Detailed Specifications

Switching devices IGBT

Capacity The Rated Capacity of the Inverter shall not be less than

the solar PV array capacity subject to variation of 5%.

Control Microprocessor /DSP

Nominal Voltage 230V / 415V as the case may be

Voltage range Single Phase: Shall work from 180 Volts to 270 Volts;

Three Phase: Shall work from 180 Volts to 270 Volts

per phase Operating

frequency/ range

50 Hz (47 to 52 Hz)

Grid Frequency

Synchronization range

± 3 Hz or more (shall also compatible for Synchronization with

DG Set)

Waveform Sine Wave

Harmonics AC side total harmonic current distortion < 5%

Ripple DC voltage ripple content shall not be more than 1%.

Efficiency

1. The inverters should be tested as per IEC standards. The

following criteria should be followed :

1. The benchmarking efficiency criteria for the Grid tied (

string inverters ) inverter

At nominal voltage and full load is >95%

For load >25% is >92% .

2. No load losses should not be more than 5%.

Losses Maximum losses in sleep mode: 2W per 5kW

Maximum losses in stand-by mode: 10W

Casing protection

levels

Degree of protection: Minimum IP-21 and 22 for indoor

use and IP 65 certification for outdoor use

Temperature Should withstand from -10 to +50 deg Celsius

Humidity Should withstand up to 95% (relative humidity)

Operation Completely automatic including wake up,

synchronization

(phase-locking) and shut down MPPT Maximum power point tracker shall be integrated in the inverter

to maximize energy drawn from the array.

MPPT range must be suitable to individual array

voltages in power packs

Protections Mains Under / Over Voltage

Over current

Page 44 of 74

Over/Under grid frequency

Over temperature

Short circuit

Lightening

Surge voltage induced at output due to external

source Anti Islanding (for grid synch. mode)

System

Monitoring

Parameters

Inverter voltage & current

Mains Voltage, Current & Frequency

PV Voltage, Amps & KWH

System Mimic & Faults

Recommended LCD

Display on Front

Panel

Accurate displays on the front panel:

DC input voltage

DC current

AC Voltage ( all 3 phases, in case of 3 phase)

AC current ( all 3 phases in case of 3 phase)

Ambient temperature

Instantaneous & cumulative output power

Daily DC energy produced

Battery Voltage (in case of Hybrid PCU)

Communication

interface

RS 485 / RS 232

PCU shall also house MPPT (Maximum Power Point Tracker),

an interface between Solar PV array to the power conditioning

unit/inverter should also be DG set interactive.

Power Factor > 0.9

THD <3%

Test Certificates The inverter should be tested from the MNRE approved test

centres / NABL /BIS /IEC accredited/authorised testing-

calibration laboratories. In case of imported power conditioning

units, these should be approved by international test houses.

a) Three phase inverter shall be used with each power plant system (10kW and/or

above) but in case of less than 10kW single phase inverter can be used as per

site requirement. The inverter of single phase shall be installed if grid supply

is of single phase and that of three phase shall be installed if grid supply is of

three phase.

b) Inverter shall be capable of complete automatic operation including wake-up,

synchronization & shutdown.

c) The output of power factor of inverter is suitable for all voltage ranges or sink

of reactive power, inverter should have internal protection arrangement against

any sustainable fault in feeder line and against the lightning on feeder.

d) Built-in meter and data logger to monitor plant performance through external

computer shall be provided (Providing Computer is not part of DNIT & is in

Page 45 of 74

the scope of user).

e) Anti-islanding (Protection against Islanding of grid): The inverter shall

have anti islanding protection in conformity to IEEE 1547/UL 1741/ IEC

62116/IS16169 or equivalent BIS standard.

f) Successful Bidders shall be responsible for galvanic isolation of solar roof top

power plant (>100kWp) with electrical grid or LT panel.

g) In Inverter, there shall be a direct current isolation provided at the output by

means of a suitable isolating transformer. If Isolation Transformer is not

incorporated with Inverter, there shall be a separate Isolation Transformer of

suitable rating provided at the output side of inverter units for capacity more

than 100 kW.

h) The inverter generated harmonics, flicker, DC injection limits, Voltage Range,

Frequency Range and Anti-Islanding measures at the point of connection to

the utility services should follow the latest CEA (Technical Standards for

Connectivity Distribution Generation Resources) Guidelines.

i) The inverter should comply with applicable IEC/ equivalent BIS standard for

efficiency measurements and environmental tests as per standard codes IS/IEC

61683 and IEC 60068-2 (1,2,14,30)/ Equivalent BIS Std./EN50530,IEC 61727

(all clauses except clause 5.2.2). in case of clause 5.2.2, it should withstand the

over/under frequency in the range 47 to 52 Hz.

j) The MPPT units environmental testing should qualify IEC 60068-2 (1, 2, 14,

30)/ Equivalent BIS std. The junction boxes/ enclosures should be IP 65 (for

outdoor)/ IP 54 (indoor) and as per IEC 529 specifications.

5. INTEGRATION OF PV POWER WITH GRID:

(i) The output power from SPV would be fed to the inverters which converts DC

produced by SPV array to AC and feeds it into the main electricity grid after

synchronization. In case of grid failure, or low or high voltage, solar PV system

shall be out of synchronization and shall be disconnected from the grid. 4 pole

isolation of inverter output with respect to the grid connection need to be provided.

A bidirectional energy meter, as per HERC Net Metering Regulations should also

be installed in the campus/building of beneficiary.

(ii) The solar generation meter and Bi-directional meter along with CT/PT (if required)

with Surge Protection Device (SPD) should be of 0.2S accuracy class is in the

scope of bidder. For LT connection the accuracy shall be as per requirement of

DISCOMs.

(iii) CEA guideline 2013 for interconnecting solar power with Grid shall be followed.

(iv) Certification of Islanding protection in the inverter from the manufacturer of the

equipment shall be mandatory. This shall be arranged by the supplier from the

manufacturer.

Page 46 of 74

(v) Technical Standards for Interconnection:

S.

No.

Parameters Requirements Reference

1. Overall

Conditions of

Service

Reference to

regulations

Conditions for

Supply of

Electricity of

Distribution

Licensees

2. Overall Grid

Standards

Reference to

regulations

Central Electricity

Authority (Grid

Standards)

Regulations

2010

3. Equipment Applicable industry

standards

IEC standards/IS

4. Safety and

Supply

Reference to

regulations, Chapter

III (General Safety

Requirements)

Central Electricity

Authority

(Measures of Safety

and Electricity

Supply) Regulations,

2010 and subsequent

amendments

5. Meters Reference to

regulations and

additional conditions

issued by the

Commission.

Central Electricity

Authority

(Installation &

Operation of Meters)

regulations 2006 and

subsequent

amendments

6. Harmonic

Current

Harmonic current

injections from a

generating station shall

not exceed the limits

specified in IEEE 519

IEEE 519 relevant

CEA (Technical

Standards for

Connectivity of the

distributed

generation

resource) regulations

2013 and subsequent

amendments

7. Synchronization Photovoltaic system

must be equipped

with a grid frequency

synchronization

Relevant CEA

(Technical Standards

for Connectivity of

the distributed

Page 47 of 74

device, if the system is

using synchronizer

inherently built into

the inverter than no

separate synchronizer

is required.

generation

resources)

regulations 2013

and subsequent

amendments.

8. Voltage The voltage-

operating window

should minimize

nuisance tripping and

should be under

operating range of

80% to 110% of the

nominal connected

voltage. beyond a

clearing time of 2

seconds, the

Photovoltaic system

must isolate itself from

the grid.

9. Flicker Operation of

Photovoltaic system

shouldn‟t cause

voltage flicker in

excess of the limits

stated in IEC 61000

or other equivalent

Indian standards, if

any

Relevant CEA

regulations

2013 and

subsequent if any,

(Technical

Standards for

Connectivity of the

distributed

generation resource)

10. Frequency When the Distribution

system frequency

deviates outside the

specified conditions

(52 Hz on upper side

and 47 Hz on lower

side up to 0.2 sec),

the Photovoltaic

system shouldn‟t

energize the grid and

should shift to island

mode.

11. DC Injection Photovoltaic system

should not inject DC

power more than 0.5%

Page 48 of 74

of full rated output at

the interconnection

point. or 1% of

rated inverter output

current into

distribution system

under any operating

conditions

12. Power Factor While the output of

the inverter is greater

than 50%, a lagging

power factor of

greater than 0.9 shall

be maintained

13. Islanding and

Disconnection

The Photovoltaic

system in the event

of voltage or

frequency variations

must island/

disconnect itself

within IEC standard

on stipulated period

14. Overload and

Overheat

The inverter should

have the facility to

automatically switch off

in case of overload or

overheating and should

restart when normal

conditions are restored

15 Cable For interconnecting

Modules, Connecting

modules and junction

Boxes and junction

boxes to inverter, DC

copper cable of proper

sizes shall be used. To

connect inverter with

AC panel aluminium

cable of proper size

shall be used. All the

internal cables to be

used in the systems

shall be included in the

cost while 100 mtr. AC

Relevant CEA

regulations 2013

and subsequent if

any, (Technical

Standards for

Connectivity of the

distributed

generation resource)

Page 49 of 74

aluminium cable of

proper size to be used

to connect

inverter/PCU to AC

panel shall be included

in the cost of the

system.

a) All switches and the circuit breakers, connectors should conform to IEC 60947, part I,

II and III/ IS60947 part I, II and III.

b) The change-over switches, cabling work should be undertaken by the bidder as part of

the project.

6. JUNCTION BOXES FOR CABLES FROM SOLAR ARRAY:

The junction boxes shall be made up of FRP (Hensel or equivalent make)/PP/ABS with

dust, water and vermin proof. It should be provided with proper locking arrangements.

Series / Array Junction Box (SJB/AJB) (whichever is required): All the arrays of the

modules shall be connected to DCCB. AJB shall have terminals of bus-bar arrangement

of appropriate size Junction boxes shall have suitable cable entry with suitable glanding

arrangement for both input and output cables. Suitable markings on the bus bars shall

have to be provided to identify the bus bars etc. Suitable ferrules shall also have to be

provided to identify interconnections. Every AJB should have suitable

arrangement Reverse Blocking diode of suitable rating. Suitable SPD, suitable

Isolation switches to isolate the DC input to Inverter has to be installed in AJB for

protection purpose. Thus AJB should have DC isolator for disconnecting the arrays

from inverter input. If in any case diodes, HRC Fuses, SPDs and isolators are

installed in the string inverters, then there is need to install these again in AJB. If

some of these safety gadgets are not installed in String Inverter it should be

installed in AJB. Cable interconnection arrangement shall be within conduit pipe on

saddles installed properly. Cable connection should be done in such a manner that

fault findings if any, can be identified easily. The cables should be connected in

such a manner that clamp meter can be comfortably inserted around the

individual cables to measure the data like current, voltage etc. AJB should also be

marked as A1, A2, & so on. Wherever conduits are laid on wall/roof or ground, then it

should be suitably laid in cable tray or appropriate civil structure which should be at

least four inches above roof/ground level.

7. PROTECTION & SAFETY:

Both AC & DC lines have suitable MCB/MCCB, Contractors, SPD, HRC Fuse etc to

allow safe start up and shut down before & after string inverter installed in the system.

Page 50 of 74

String inverters should have protections for overload, surge current, high Temperature,

over/ under voltage and over/ under frequency & reverse polarity. The complete

operation process & safety instructions should printed on the sticker & suitably pasted

on the near inverters.

Inverter should have safety measures to protect inverter from reverse short circuit

current due to lightening or line faults of distribution network.

Inverter should be suitably placed in covered area on a suitable platform or

concrete platform (on rubber mat) with complete safety measure as per norms.

8. INVERTER/ARRAY SIZE RATIO:

The combined wattage of all inverters should not be less than rated capacity of power

plant under STC in KW subject to variation of -5%..

Maximum power point tracker shall be integrated in the inverter to maximize energy

drawn from the array

9. AC COMBINER BOX BOARD (ACCB):

This shall consist of box of at least cum grid interphase panel or good quality FRP/

suitable powder coated metal casing. One Electronic Energy Meter (0.2S Class), ISI

make, Three Phase duly tested by DISCOMs (Meter testing Division) with appropriate

CT (if required), of good quality shall have to be installed in ACCB suitable placed to

measure the power daily generated from SPV Power Plant, as per HERC Net Metering

Regulations. Proper rating MCCB & HRC fuse and AC SPDs shall be installed to

protect feeders from the short circuit current and surges as per the requirement of the

site. Operation AC Isolator Switch of Grid Connectivity should be such that it can

be switched ON or OFF without opening the ACCB.

10. CABLES/WIRE:

All cables should be of copper as per IS and should be of 650V/1.1 KV grade as per

requirement. All connections should be properly made through suitable lug/terminal

crimped with use of suitable proper cable glands. The size of cables/wires should be

designed considering the line loses, maximum load on line, keeping voltage drop within

permissible limit and other related factors. The cable/wire should be of ISI/ISO mark

for overhead distribution. For normal configuration the minimum suggested sizes of

cables are:

Module to module/SJB/AJB : 4 sq mm (single core) DC Cable.

AJBs to MJBs/DCDB Up to capacity of 10 kWp Solar Plant, minimum 6 sq

mm (Single/Double core) DC Cable, with respect to

current ratings of designing.

For capacity more than 10 kWp & up to 20 kWp

Solar Plant, minimum 10 sq. mm (Single/Double

Page 51 of 74

core) DC Cable, with respect to current ratings of

designing.

For capacity more than 20 kWp Solar Plant,

minimum 16 sq mm (Single/Double core) DC Cable,

with respect to current ratings of designing.

MJBs to DCCB Up to capacity of 10 kWp Solar Plant, minimum 10

sq mm (single core) DC Cable, with respect to

current ratings of designing.

For capacity more than 10 kWp & upto 20 kWp Solar

Plant, minimum 16 sq mm (single core) DC Cable,

with respect to current ratings of designing.

For capacity more than 20 kWp Solar Plant,

minimum 25 sq mm (single core) DC Cable, with

respect to current ratings of designing.

DCCB to Inverter Up to capacity of 10 kWp Solar Plant, minimum 10

sq mm (single core) DC Cable, with respect to

current ratings of designing.

For capacity more than 10 kWp & upto 20 kWp Solar

Plant, minimum 16 sq mm (single core) DC Cable,

with respect to current ratings of designing.

For capacity more than 20 kWp Solar Plant,

minimum 25 sq mm (single core) DC Cable, with

respect to current ratings of designing.

Inverter to ACCB AC Cable as per design & rating.

The size & rating of the cables may vary depending on the design & capacity of SPV

Power Plant.

11. CABLE TRAY:

All the cables should be laid in appropriate cable tray as per the requirement of the site,

No cable should be laid directly on ground or wall cable tray should be laid such that

there is gap of at least four inches above ground/roof/wall.

12. DISPLAY BOARD:

The bidder has to display a board at the project site mentioning the following:

Plant Name, Capacity, Location, Type of Renewable Energy plant (solar), Date of

commissioning, details of tie-up with transmission and distribution companies, Power

generation and Export FY wise.

Page 52 of 74

Financial Assistance details from HAREDA/MNRE/Any other financial institution

apart from loan. This information shall not be limited to project site but also be

displayed at site offices/head quarter offices of the successful bidder

The size and type of board and display shall be approved by Engineer-in-charge

before site inspection.

DANGER BOARDS: Danger boards should be provided as and where necessary as

per IE Act. /IE rules as amended up to date.

13. MANUAL DISCONNECTION SWITCH:

It should be provided to isolate the system from Grid which should be outside of ACCB.

14. DC DISTRIBUTION BOARD:

a) DC Distribution panel to receive the DC output from the array field.

b) DC DPBs shall have sheet from enclosure of dust & vermin proof conform to IP

65 protection. The bus bars are made of copper of desired size. Suitable capacity

MCBs/MCCB shall be provided for controlling the DC power output to the PCU

along with necessary surge arrestors.

15. AC DISTRIBUTION PANEL BOARD:

a) AC Distribution Panel Board (DPB) shall control the AC power from PCU/

inverter, and should have necessary surge arrestors. Interconnection from

ACDB to mains at LT Bus bar while in grid tied mode.

b) All switches and the circuit breakers, connectors should conform to IEC

60947, part I, II and III/ IS60947 part I, II and III.

c) The changeover switches, cabling work should be undertaken by the bidder as

part of the project.

d) All the Panel‟s shall be metal clad, totally enclosed, rigid, floor mounted, air -

insulated, cubical type suitable for operation on three phase / single phase, 415

or 230 volts, 50 Hz

e) The panels shall be designed for minimum expected ambient temperature of 45

degree Celsius, 80 percent humidity and dusty weather.

f) All indoor panels will have protection of IP54 or better. All outdoor panels

will have protection of IP65 or better.

g) Should conform to Indian Electricity Act and rules (till last amendment).

h) All the 415 AC or 230 volts devices / equipment like bus support insulators,

circuit breakers, SPDs, VTs etc., mounted inside the switchgear shall be

suitable for continuous operation and satisfactory performance under the

following supply conditions.

Variation in supply voltage +/- 10 %

Variation in supply frequency +/- 3 Hz

Page 53 of 74

16. DATA ACQUISITION SYSTEM / PLANT MONITORING (for 10 kWp and

above).

(i) For systems of capacity 10 kWp and above, web based remote monitoring which

shall also be linked with HAREDA software monitoring system with latest

software/hardware configuration. If needed access to MNRE shall also be provided.

(ii) PV array energy production: Digital Energy Meters to log the actual value of AC/

DC voltage, Current & Energy generated by the PV system provided. Energy meter

along with CT/PT should be of 0.2 accuracy class.

(iii) String and array DC Voltage, Current and Power, Inverter AC output voltage and

current (All 3 phases and lines), AC power (Active, Reactive and Apparent), Power

Factor and AC energy (All 3 phases and cumulative) and frequency shall be

monitored.

(iv) Computerized AC energy monitoring shall be in addition to the digital AC energy

meter.

(v) The data shall be recorded in a common work sheet chronologically date wise. The

data file shall be MS Excel compatible. The data shall be represented in both tabular

and graphical form.

(vi) All instantaneous data shall be shown on the computer screen.

(vii) Software shall be provided for USB download and analysis of DC and AC

parametric data for individual plant.

(viii) Provision for instantaneous Internet monitoring and download of historical data shall

be also incorporated.

(ix) Computerized DC String/Array monitoring and AC output monitoring shall be

provided as part of the inverter and/or string/array combiner box or separately.

(x) Remote Server and Software for centralized Internet monitoring system shall be also

provided for download and analysis of cumulative data of all the plants and the data

of the solar radiation and temperature monitoring system.

(xi) Simultaneous monitoring of DC and AC electrical voltage, current, power, energy

and other data of the plant for correlation with solar and environment data

shall be provided.

(xii) Remote Monitoring and data acquisition through Remote Monitoring System

software at the owner / HAREDA location with latest software/hardware

configuration and service connectivity for online / real time data monitoring / control

complete to be supplied and operation and maintenance / control to be ensured by

the bidder

(xiii) The user have to take approval/NOC from the Concerned DISCOM for the

connectivity, technical feasibility, and synchronization of SPV plant with

distribution network and submit the same to HAREDA before commissioning of

Page 54 of 74

SPV plant, however the supplier have to extend all technical help to the user for

getting the above clearance from DISCOMs.

(xiv) The bidders shall be obligated to push real-time plant monitoring data on a specified

intervals (say 15 minute) through open protocol at receiver location (cloud server) in

XML/JSON format, preferably. Suitable provision in this regard will be intimated to

the bidders.

(xv) Reverse power relay shall be provided by bidder (if necessary), as per the local

DISCOM requirement.

17. PRIORITY FOR POWER CONSUMPTION:

Regarding the generated power consumption, in case of string inverter, priority need to

given for internal consumption first and thereafter any excess power can be exported to

grid. In case of hybrid system the PCU shall have the function of combining the power

from SPV and Grid (in case load is greater than PV power available), first priority shall

be from Solar, second from grid and third from battery bank.

18. PROTECTIONS

The system should be provided with all necessary protections like earthing, Lightning,

and grid anti- islanding as follows:

(i) Lightning And Over Voltage Protection:

The SPV Power Plant shall be provided with lightening and over voltage protection.

The principal aim in this protection is to reduce the over voltage to a tolerable value

before it reaches the PV or other sub-systems components. The source of over voltage

can be lightening or any other atmospheric disturbance. The Lighting Arrestor (LA) is

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

necessary meteorological data of the location of the projects. Necessary foundation for

holding the LA is to be arranged keeping in view the wind speed of the site and

flexibility in maintenance in future. Each LA shall have to be earthed through suitable

size earth bus with earth pits. The earthing pit shall have to be made as per IS 3043. LA

shall be installed to protect the array field, all machines and control panels installed in

the control rooms. Number of LA shall vary with the capacity of SPV Power Plant &

location. Number of LA should be in such a manner that total layout of solar modules

should the effective coverage of LA‟s.

For systems up to 20 kWp the lightening arrester shall of conventional type and for

above 20 kWp systems it should be of Early Streamer Emission (ESE) type.

(ii) Earthing Protection:

Each array structure of the PV yard shall be grounded properly. In each array every

module should be connected to each other with copper wires, lug teethed washers

addition the lightening arrestor/masts shall also be provided inside the array field.

Provision shall be kept for shorting and grounding of the PV array at the time of

maintenance work. All metal casing/shielding of the plant shall be thoroughly grounded

in accordance with Indian Electricity Act/IE rules as amended up to date. The earthing

pit shall be made as per IS: 3043. All the array structures, equipments & control

Page 55 of 74

systems shall be compulsorily connected to the earth. Number of earthling shall vary

with the capacity of SPV Power Plant & location. G.I. /Copper strips should be used for

earthling instead of G.I. wires. LA should be installed to protect the array field &

machines installed in the control rooms. Number of LA shall vary with the capacity of

SPV Power Plant & location. Earth resistance shall not be more than 5 ohms. It

shall be ensured that all the earthing points are bonded together to make them at the

same potential.

(iii) Surge Protection:

Internal surge protection shall consist of three MOV type surge-arrestors

connected from +ve and –ve terminals to earth (via Y arrangement)

(iv) Grid Islanding:

a) In the event of a power failure on the electric grid, it is required that any

independent power-producing inverters attached to the grid turn off in a short

period of time. This prevents the DC-to-AC inverters from continuing to feed

power into small sections of the grid, known as “islands.”

Powered islands present a risk to workers who may expect the area to be

unpowered, and they may also damage grid-tied equipment. The Rooftop PV

system shall be equipped with islanding protection. In addition to disconnection

from the grid (due to islanding protection) disconnection due to under and over

voltage conditions shall also be provided.

b) A manual disconnect pole isolation switch beside automatic disconnection to grid

would have to be provided at utility end to isolate the grid connection by the

utility personnel to carry out any maintenance. This switch shall be locked, if

required, by the utility personnel

19. CONNECTIVITY:

The maximum capacity for interconnection with the grid at a specific voltage level shall

be as specified in the Distribution Code/Supply Code and amended from time to time.

Following criteria have been suggested for selection of voltage level in the distribution

system for ready reference of the solar suppliers.

Plant Capacity Connecting voltage

Up to 10 kWp 240V-single phase or 415V-three phase at

the option of the consumer

Above 10kWp and up to 100 kWp 415V – three phase

Above 100kWp 415V – three phase or as per site

requirement based on the availability of

grid level and as per DISCOM rules

Page 56 of 74

Utilities may have voltage levels other than above, DISCOMS may be consulted before

finalization of the voltage level and system shall be designed accordingly.

20. DRAWINGS & MANUALS:

(i) Two sets of Engineering, electrical drawings and Installation and O&M

manuals are to be supplied. Bidders shall provide complete technical data

sheets for each equipment giving details of the specifications along with

make/makes in their bid along with basic design of the power plant and power

evacuation, synchronization along with protection equipment.

(ii) Approved ISI and reputed makes for equipment be used.

(iii) For complete electro-mechanical works, bidders shall supply complete design,

details and drawings for approval to HAREDA/owners before progressing

with the installation work

21. DRAWINGS TO BE FURNISHED BY BIDDER AFTER AWARD OF

CONTRACT

i. The Contractor shall furnish the following drawings Award/Intent and obtain

approval

ii. General arrangement and dimensioned layout

iii. Schematic drawing showing the requirement of SV panel, Power conditioning

Unit(s)/ inverter, Junction Boxes, AC and DC Distribution Boards, meters etc.

iv. Structural drawing along with foundation details for the structure.

v. Itemized bill of material for complete SV plant covering all the components

and associated accessories.

vi. Layout of solar Power Array

vii. Shadow analysis of the roof

22. 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. All work shall be

carried out in accordance with the latest edition of the Indian Electricity Act and rules

formed there under and as amended from time to time.

23. CODES AND STANDARDS

The quality of equipment supplied shall be controlled to meet the guidelines for

engineering design included in the standards and codes listed in the relevant ISI and

other standards, such as :

i. IEEE 928 Recommended Criteria for Terrestrial PV Power Systems.

ii. IEEE 929 Recommended Practice for Utility Interface of Residential and

Page 57 of 74

Intermediate PV Systems.

iii. IEEE 519 Guide for Harmonic Control and Reactive Compensation of

Static Power Controllers.

iv. National Electrical NEPA 70-(USA) or equivalent national standard.

v. National Electrical Safety Code ANSI C2- (USA) or equivalent national

standard.

vi. JRC Specification 503 (Version 2.2 March 1991) or JPL Block V standard

for PV modules.

vii. The inverter manufacturer should attach efficiency certificate from

Independent Third party Testing laboratory i.e. IEC, TUV, SNL/ERTL &

STQC. PCU should confirm to IEC 61683 for efficiency measurements

and IEC 60068 2 for environmental testing. MPPT unit should confirm to

design qualification IEC 62093.

viii. IEC 62116 for Anti Islanding

ix. IEC 62109-1, IEC 62109-2 for safety

x. IEC 61727 FOR UTILITY INTERFACE.

Page 58 of 74

FORMATS FOR SUBMITTING RFS

PERFORMA-I

INFORMATION IN SUPPORT OF MEETING ESSENTIAL ELIGIBILITY CONDITIONS

REGARDING AVERAGE ANNUAL TURNOVER OF THE BIDDER IN LAST THREE FINANCIAL

YEAR ENDING 31.3.2017

Annual turnover of the bidder in last three financial year:

Name of Bidder:

Annual turnover data for last three years ending on 31st March 2017

S.No. Year Turnover

(Rs. in Lacs)

1 2014-15

2 2015-16

3 2016-17*

4 Sub-Total

(1+2+3)

Average turnover in last three years ending on 31st March 2017

Signature with seal of bidder

Dated:

Signature of Charted Accountant with seal

Name ____________________________

M.No. ______________________________

Note:

1. Bidder must complete the information in this form.

2. The information provided shall be certified by Chartered Accountant and

supported by Audited Balance Sheets. Page marking of supported documents to be

done & mentioned in column 4.

3. *For the year 2016-17, provisional balance sheet will also be considered

Page 59 of 74

PERFORMA -II

(DECLARATION BY THE BIDDER

(To be submitted on letter head of Bidder)

Ref. No. _________Date:___________

From: ____________(name and address of Bidding Company)

To

The Director General,

New & Renewable Energy Department/HAREDA,

Sector 17, Panchkula.

Sub: Bid for “Implementation of Grid connected Roof Top Solar PV System Scheme

through RESCO Mode in various Schools of Haryana on the roofs of Schools”

Dear Sir,

We, the undersigned………..[name of the „Bidder‟] having read, examined and understood in

detail the Document for Implementation of Grid connected Roof Top Solar PV System

Scheme hereby submit our Bid comprising of Price Bid and Techno Commercial Bid. We

confirm that neither we nor any of our Parent Company / Affiliate/Ultimate Parent Company

has submitted Bid other than this Bid directly or indirectly in response to the aforesaid

document.

We give our unconditional acceptance to the RFS, dated………………and Documents

attached thereto, issued by HARYANA RENEWABLE ENERGY DEVELOPMENT

AGENCY , as amended. As a token of our acceptance to the RFS Documents, the same have

been initialed by us and enclosed to the Bid. We shall ensure that we execute such RFS

Documents as per the provisions of the RFS and provisions of such RFS Documents shall be

binding on us.

1. Bid Capacity

The bid is submitted for the capacity of ________ MWp.

2. We have deposited a EMD of Rs……….(Insert Amount)

3. We have submitted our Price Bid strictly as per requirement of RFS, without any

deviations, conditions and without mentioning any assumptions or notes for the Price Bid

in the said format(s).

Page 60 of 74

4. Acceptance

We hereby unconditionally and irrevocably agree and accept that the decision made by

HAREDA in respect of any matter regarding or arising out of the RFS shall be binding

on us. We hereby expressly waive any and all claims in respect of Bid process.

We confirm that there are no litigations or disputes against us, which materially affect

our ability to fulfill our obligations with regard to execution of projects of capacity

offered by us.

5. Familiarity with Relevant Indian Laws & Regulations

We confirm that we have studied the provisions of the relevant Indian laws and

regulations as required to enable us to submit this Bid and execute the RFS Documents,

in the event of our selection as Successful Bidder. We further undertake and agree that

all such factors as mentioned in RFS have been fully examined and considered while

submitting the Bid.

6. Contact Person

Details of the contact person are furnished as under:

Name : ………………………………………....

Designation : ………………………………………....

Company : ………………………………………....

Address : ………………………………………....

Phone Nos. : ………………………………………....

Fax Nos. : ………………………………………....

E-mail address ………………………………………....

It is confirmed that our Bid is consistent with all the requirements of submission as stated

in the RFS and subsequent communications from HAREDA. The information submitted

in our Bid is complete, strictly as per the requirements stipulated in the RFS and is

correct to the best of our knowledge and understanding. We would be solely responsible

for any errors or omissions in our Bid. We confirm that all the terms and conditions of

our Bid are valid for acceptance for a period of 12 month from the Bid deadline. We

confirm that we have not taken any deviation so as to be deemed non-responsive.

Dated the_____________day of________,2017.

Signature of bidder

Name, Designation and Signature of Authorized Person in whose name Power of

Attorney/Board Resolution.

Page 61 of 74

PERFORMA-III

GENERAL PARTICULARS OF BIDDER

Bid for Design, Supply, Erection, Testing & Commissioning of Grid Connected Rooftop

Solar Power Plants, on RESCO Mode in the Haryana State.

1. Name of firm

2. Postal Address

3. Telephone, Telex, Fax No

4. E-mail

5. Web site

6. Channel Partner Category under which

bidder is empanelled by MNRE

(Pl also mention Sr. No. in the MNRE

empanelled list of Channel Partners)

A/B/C/D

7. Category of Bidder

a. General

b. Manufacturing Micro & Small

Enterprises of Haryana (including

Khadi & Village

Industries/Units)

c. Manufacturing Medium

Enterprises of Haryana

d. Registered with

DGS&D/NSIC/GOI

Departments/State Govt.

Department/GOI PSUs/State

Govt. PSUs in respect of the

item/goods mentioned in the

tender

e. Any other

8. If, the bidder Manufacturing Small &

Medium Enterprises (including Khadi &

Village Industries) or Manufacturing

Micro Enterprises (including Khadi &

Village Industries), then please mention

the device/item for which it is

registered.

Page 62 of 74

A copy of certificate of

Entrepreneurs Memorandum issued

by Industry Department Haryana

should be furnished along with the

bid in support of above.

9. Name of Directors of Company

(at least Two directors with email IDs &

contact Numbers)

i. ……..

ii. ……..

10. Name & designation of the authorized

signatory to whom reference shall be

made

11. Present activities/business of the firm

i. Module Manufacturer

ii. Inverter manufacturer

iii. System Integrator

12. Type of organization

- Private Ltd. Company

- Public Ltd. Company

- Other category

13. Registration number

GST No.

TIN No.

PAN No.

Any other

14. Place & State of billing

15. Have the contractor/firm ever been

debarred by any Govt. Deptt. /Public

Sector Undertakings for undertaking any

work?

16. Monthly capacity of supply, installation

& commissioning of the systems.

17. Bid offered for

(Please mention the capacity for offered

category of bid)

First Category (40 to 100 kWp): …… kWp

Second Category (101 to 750 kWp): ……

kWp

OR

Both Categories : …… kWp

(if bid submitted for both categories then fill

NA in 17.1 & 17.2)

18. Proposed minimum capacity quoted in

the bid (in kWp. )

19. Average annual turnover of the bidder

Page 63 of 74

for the last three years (Rs. in Lakh)

20. The bidder have positive net worth in the

last three years, ending 31st March of the

previous Financial Year.

21. Experience and Past Performance of the

bidder (in kWp)

22. Makes of components offered for the

system

a.

b.

c.

23. Name of the any close/near relative

working in Renewable Energy

Department, Haryana or HAREDA

Name

Designation

Place of Posting

Relationship

24. Any Other Information

Note: No column should be kept blank.

Verified that all the information above are true and nothing has been concealed.

We solemnly declare that we will abide by any penal action such as disqualification or black

listing or termination of contract or any other action deemed fit, taken by, the Nodal agency

against us, if it is found that the information, statements, documents, certificates produced by

us are false / fabricated.

Date (Signature of Bidder)

with SEAL

Page 64 of 74

PERFORMA-IV

FORMAT FOR PERFORMANCE BANK GUARANTEE (PBG)

{To be submitted for the Allocated capacity in different States of India}

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of

execution.)

In consideration of the ----- [Insert name of the Bidder] (hereinafter referred to as selected

Solar Power Developer') submitting the response to RfS inter alia for selection of the Project of

the capacity of ____ MWp, at

…………[Insert name of the State] under Roof Top scheme in response to the RfS

dated………… issued by HARYANA RENEWABLE ENERGY DEVELOPMENT

AGENCY/ OWNER (hereinafter referred to as HAREDA or OWNER ) and HAREDA/SED

considering such response to the RfS of ………[insert the name of the selected Solar Power

Developer] (which expression shall unless repugnant to the context or meaning thereof include

its executers, administrators, successors and assignees) and selecting the Solar Power Project

of the Solar Power Developer and issuing Letter of allocation No ------- to (Insert Name of

selected Solar Power Developer) as per terms of RfS and the same having been accepted by the

selected SPD or a Project Company, M/s ------------- {a Special Purpose Vehicle (SPV) formed

for this purpose}, if applicable ]. As per the terms of the RfS, the _______________

[insert name & address of bank] hereby agrees unequivocally, irrevocably and unconditionally

to pay to HAREDA/SED at [Insert Name of the Place from the address of the HAREDA]

forthwith on demand in writing from HAREDA or any Officer authorised by it in this behalf,

any amount upto and not exceeding Rupees------ [Total Value] only, on behalf of M/s

__________ [Insert name of the selected Solar Power Developer / Project Company]

This guarantee shall be valid and binding on this Bank up to and including……….. and shall

not be terminable by notice or any change in the constitution of the Bank or the term of

contract or by any other reasons whatsoever and our liability hereunder shall not be impaired

or discharged by any extension of time or variations or alternations made, given, or agreed

with or without our knowledge or consent, by or between parties to the respective agreement.

Our liability under this Guarantee is restricted to Rs. ____________

Our Guarantee shall remain in force until…………….. HAREDA/SED shall be entitled to

invoke this Guarantee till ……….

The Guarantor Bank hereby agrees and acknowledges that HAREDA/ SED shall have a right

to invoke this BANK GUARANTEE in part or in full, as it may deem fit.

Page 65 of 74

The Guarantor Bank hereby expressly agrees that it shall not require any proof in addition to

the written demand by HAREDA, made in any format, raised at the above mentioned address

of the Guarantor Bank, in order to make the said payment to HAREDA/SED.

The Guarantor Bank shall make payment hereunder on first demand without restriction or

conditions and notwithstanding any objection by ------------- [Insert name of the selected

bidder]. The Guarantor Bank shall not require HAREDA/SED to justify the invocation of this

BANK GUARANTEE, nor shall the Guarantor Bank have any recourse against HAREDA in

respect of any payment made hereunder

This BANK GUARANTEE shall be interpreted in accordance with the laws of India and the

courts at Panchkula shall have exclusive jurisdiction.

The Guarantor Bank represents that this BANK GUARANTEE has been established in such

form and with such content that it is fully enforceable in accordance with its terms as against

the Guarantor Bank in the manner provided herein.

This BANK GUARANTEE shall not be affected in any manner by reason of merger,

amalgamation, restructuring or any other change in the constitution of the Guarantor Bank.

This BANK GUARANTEE shall be a primary obligation of the Guarantor Bank and

accordingly HAREDA/ SED shall not be obliged before enforcing this BANK GUARANTEE

to take any action in any court or arbitral proceedings against the selected Solar Power

Developer / Project Company , to make any claim against or any demand on the Successful

bidder or to give any notice to the selected Solar Power Developer / Project Company or to

enforce any security held by HAREDA/ SED or to exercise, levy or enforce any distress,

diligence or other process against the selected Solar Power Developer / Project Company .

Notwithstanding anything contained hereinabove, our liability under this Guarantee is

restricted to Rs. ___________ (Rs. ________________________ only) and it shall remain in

force until …………….. We are liable to pay the guaranteed amount or any part thereof under

this Bank Guarantee only if HAREDA/ OWNER serves upon us a written claim or demand.

Signature ____________________

Name___________________

Power of Attorney No._______________

For

Page 66 of 74

______[Insert Name of the Bank]__

Banker's Stamp and Full Address.

Dated this ____ day of ____, 20__

Witness:

1. …………………………………….

Signature

Name and Address

2. …………………………………..

Signature

Name and Address

Notes:

1. The Stamp Paper should be in the name of the Executing Bank and of appropriate

value.

2. The Performance Bank Guarantee (PBG) shall be executed by any of the Bank from the

List of Banks enclosed as per Annexure-B

Page 67 of 74

PERFORMA-V

POWER OF ATTORNEY

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of

execution.)

(a) Power of Attorney to be provided by the Bidding Company in favour of its representative as

evidence of authorized signatory‟s authority.

Know all men by these presents, We …………………………………………………….

(name and address of the registered office of the Bidding Company as applicable) do hereby constitute,

appoint and authorize Mr./Ms. …………………………….. (name & residential address) who is

presently employed with us and holding the position of

……………………………………… as our true and lawful attorney, to do in our name and on our

behalf, all such acts, deeds and things necessary in connection with or incidental to submission of our

Bid for implementation of grid connected Roof top solar PV Project in the State of Haryana in response

to the NIT No

………………………………… dated ………….. issued by HAREDA, Panchkula including signing

and submission of the Bid and all other documents related to the Bid, including but not limited to

undertakings, letters, certificates, acceptances, clarifications, guarantees or any other document which the

HAREDA may require us to submit. The aforesaid Attorney is further authorized for making

representations to the HAREDA and providing information / responses to HAREDA, representing us in

all matters before HAREDA and generally dealing with HAREDA in all matters in connection with Bid

till the completion of the bidding process as per the terms of the above mentioned NIT.

We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this Power of

Attorney and that all acts, deeds and things done by our aforesaid attorney shall be binding on us and

shall always be deemed to have been done by us.

All the terms used herein but not defined shall have the meaning ascribed to such terms under the NIT.

Signed by the within named

……………………………………………….. (Insert the name of the executant company)

through the hand of

Mr. …………………………………………………

duly authorized by the Board to issue such Power of Attorney

Page 68 of 74

Dated this ………………………………… day of …………………

Accepted

………………………………………………..

Signature of Attorney

(Name, designation and address of the Attorney)

Attested

…………………………………………………

(Signature of the executant)

(Name, designation and address of the executant)

…………………………………………………

Signature and stamp of Notary of the place of execution

Common seal of ……………………… has been affixed in my/our presence pursuant to Board of

Director‟s Resolution dated……………

WITNESS

1. …………………………………………………………..

(Signature)

Name…………………………………………………

Designation ………………………………………

2. ………………………………………………………….

(Signature)

Page 69 of 74

Name…………………………………………………

Designation ………………………………………

Notes:

The mode of execution of the power of attorney should be in accordance with the procedure, if any, laid

down by the applicable law and the charter documents of the executants(s) and the same should be under

common seal of the executants affixed in accordance with the applicable procedure. Further, the person

whose signatures are to be provided on the power of attorney shall be duly authorized by the executants

(s) in this regard.

The person authorized under this Power of Attorney, in the case of the Bidding Company / Lead Member

being a public company, or a private company which is a subsidiary of a public company, in terms of the

Companies Act, 1956, with a paid up share capital of more than ------ ( lacs rupees) should be the

Managing Director / whole time director/manager appointed under section 269 of the Companies Act,

1956. In all other cases the person authorized should be a director duly authorized by a board resolution

duly passed by the Company.

Also, wherever required, the executant(s) should submit for verification the extract of the chartered

documents and documents such as a Board resolution / power of attorney, in favour of the person

executing this power of attorney for delegation of power hereunder on behalf of the executants(s).

Page 70 of 74

PERFORMA-VI

NET WORTH (FINANCIAL CAPABILITY)

(Refer Clause …….. of Section…..)

Name of bidder

Financial information

in Rs. Lakhs

Actual:

Previous three financial years ( Rs. In Lakhs)

Year….. Year….. Year…..

Total assets

Current assets

Total liabilities

Current liabilities

Profits before taxes

Profits after taxes

Net worth (Paid up share

capital + reserves &

surplus)

Average Net worth for

last Three Years

Signature with seal of bidder Signature with seal of

Chartered Accountant

Name:

M.No.

1. Bidder must fill in the form.

2. Copies of the Audited Financial Statements, including Balance Sheets (stating that the above

statement is true – signature of Chartered Accountant), for the last three years along with certified

copy of Income Tax return submitted in the Income Tax Office are to be attached. Firms owned

by individuals or member ships may submit their balance sheets certified by a Chartered

Accountant, along with certified copy of income tax return.

3. The statement of Net Worth is to be certified by a Chartered Accountant.

4. Attach certificate from a Chartered Accountant that the bidder not suffered losses for any reasons

whatsoever in last 3 years.

Page 71 of 74

PERFORMA-VII

PRICE BID FOR RESCO

Following is our tariff for a period of 25 years from the date of commissioning of the project:

Category of GCRT Solar

Power Plant

Capacity Range Levellized Tariff for 25

years, including all taxes,

duties & charges

(Rs./kWh)

First 40 kWp to 100 kWp

Second 101 kWp to 750 kWp

Levellized Tariff for 25 years

in words

Note:

a. The levellized tariff shall be up to two decimal places.

b. Bids not in conformity with above provisions will be rejected.

Business Address:

Date: ………………… Signature of Bidder

Name:

Designation:...............................

(Company Stamp)...........................

Page 72 of 74

Performa-VIII

INFORMATION IN SUPPORT TO ELIGIBILITY CRITERIA FOR EXPERIENCE – SOLAR

SYSTEMS/ PROJECTS COMMISSIONED IN LAST THREE YEARS ENDING ON 31ST

MARCH, 2017

----------------------------------------------------------------------------------------------------------------

(Refer Clause …….. of Section…..)

Name of Bidder

Quantity/ capacity offered by the bidder: ……. ( nos./ capacity in Kwp)

( name of the system/ project)

S.No Name of

Customer

Capacity of

GCRT solar

power plant

commissioned

Work order

value

(Rs in Lakhs)

Date of

commissioning

of system

Copy of

Joint Commissioning Report

at Page

No…… to…… of the bid.

Signature with seal of bidder

Note:

Bidder must attach copies of JCRs (signed by SNA). JCRs may be got verified by the HAREDA, if

required.

Page 73 of 74

Annexure-I

List of site where GCRT Solar Power Plants are to be installed on RESCO Mode

S.No. Name of Jail Total rooftop

area (in Sq.

Meter)

Sanctioned

Load (KW)

Load capacity

required

( as per DG,

Prisons)

Capacity

GCRT SPV

Plant

1 Central Jail Ambala 58726 99 200 100

2 Central Jail Hisar 13637 41 150 40

3 Central Jail Hisar-2 3506 60 70 60

4 District Jail Rohtak 17148 631 650 630

5 District Jail Karnal 20846 716 750 710

6 District Jail Gurgaon 35937 785 750 750

7 District Jail Bhiwani 21976 67 100 70

8 District Jail Sirsa 8964 481 150 150

9 District Jail Sonepat 9978 87 150 90

10 District Jail Jind 454 60 100 60

11 District Jail

Kurukshetra

117 56 100 55

12 District Jail Narnaul 4380 113 120 110

13 District Jail Kaithal 5521 130 150 130

14 District Jail

Faridabad

26356 610 700 610

15 District Jail Yamuna

Nagar

3000 236 250 240

16 District Jail Jhajjar 16360 354 150 150

17 Head Officer, Prison,

Sector-14, Panchkula

300 Sq. Mtr.

roof + 200

Sq. Mtr.open

space

50 100 50

Total 4005

Page 74 of 74

Annexure-II

Check list of Documents to be Uploaded

(The following information/documents are to be uploaded by the Bidders along with the BID)

S.No. Particulars Uploaded or Not

( Yes/No).

1. Test certificate (s) of system in the name of the

bidder/Manufacturer as per MNRE standards in support of

eligibility as Manufacturer

a. Solar Module

b. Inverter

a.

b.

2. Proforma-I (about average annual turnover of the bidder in the

last three financial duly signed by CA)

3. Copy of valid GST &TIN registration certificate.

4. Preformed-II (Declaration about debarring and acceptance of

all terms & conditions of DNIT on the letter head of the

bidder)

5. Bidders details in Performa III

6. Net worth (financial capability) as per Performa-VI

7. Price bid in Performa VII (Uploaded in Price Bid Only)

8. Information In Support To Eligibility Criteria For Experience

as per Performa-VIII

9. Relevant documents supporting the claim of being Channel

Partner

10. Commissioning certificates issued by SNA shall be submitted

in support of experience.

11. Any other, please specify

Signature with seal of bidder