open tender for roof top solar pv plant at … any nits/iits/iiits/ central...
TRANSCRIPT
International Institute of Information Technology Naya Raipur – 492002
OPEN TENDER FOR ROOF TOP SOLAR PV PLANT AT IIIT-NR INVITATION OF BIDS FOR 200Kva ROOF TOP SOLAR PV PLANT AT IIIT NR
OPEN TENDER ENQUIRY No IIITNR/PO/SPP/2017/ DATED 09 Jan
2017
1. Refer to the EOI called by IIIT-NR and opened on 10/11/2016
for Roof top solar PV plant ,Bids in sealed cover are invited
for supply, installation,Commisioning,Maintenance and Operation
of items listed in Part III of this TENDER. Please super scribe
the above mentioned Title, TENDER number and date of opening of
the bids on the sealed cover to avoid the bid being declared
invalid. 2. The address and contact numbers for sending bids or seeking clarifications regarding this TENDER are given below –
Bids/queries to be addressed to: Purchase officer,IIIT-Naya Raipur
Postal address for sending the bids: IIIT-Naya Raipur, Plot no 7
,Sector-24,Naya Raipur-492002
Name/designation of the contact personnel:R K MISHRA EO Telephone numbers of the contact personnel: 07712474036
E-mail ID's of contact personnel: [email protected]
3. This TENDER is divided into five Parts as follows:- (a) Part I. Contains general information and instructions for the Bidders about the TENDER such as the time, place of submission and Opening of tenders, validity period of tenders, Eligibility, etc. (b) Part II. Contains essential details of the items/services
required, such as the schedule of requirements (SOR), Technical specifications, delivery period, mode of delivery and consignee
details. (c) Part III. Contains standard conditions of TENDER, which will
form part of the contract with the successful Bidder. (d) Part IV. Contains special conditions applicable to this TENDER and which will also form part of the contract with the successful Bidder.
(e) Part V. Contains evaluation criteria and format for Price
4. This TENDER is being issued with no financial commitment
and the buyer reserves the right to change or vary any part
thereof at any stage. Buyer also reserves the right to withdraw
the TENDER, should it become necessary at any stage.
5. No tender document shall be sold by the institute. Prospective bidder may download the tender paper from the
institute website and submit the bid in the institute in due
time &date as mentioned in the tender document.
Purchase Officer IIIT-NR
Part I: General Information
1. Last Date and Time for Depositing the Bids 30 Jan 2017 By 14:30. The sealed bids (both technical and commercial) should be
deposited/reach by the due date and time. The responsibility to
ensure this lies with the bidder.
2. Pre Bid Meeting:- Pre Bid meeting is scheduled on 24 Jan
2017 at 1400 Hrs in IIIT-NR Board room
3. Manner of Depositing the Bids. The Technical and the Financial
Bid of the Tender should be covered in a separate sealed cover super
scribing the wordings ―Technical Bid‖& ‗Financial Bid‖. The Technical and Commercial offer should be submitted on the due dates on the
FIRM‘s letter head in a separate sealed envelope clearly marked
“QUOTATION FOR 200KVA ROOF TOP SOLAR PV PLANT AT IIIT-NR”. Sealed
bid should be dropped in the Tender Box marked as IIIT-NR. Cost of
Tender Document will be Rs 5000/-(non refundable) in the form of a
DD/ Banker cheque (not personal cheque) in favour of IIIT NAYA
RAIPUR Payable at Raipur and the same is to be submitted along
with the Technical bid. 3. Time and Date for Opening of Bids 30 Jan 2017 By 15:00 Hrs. (If due to any exigency, the due date for opening of the Bids is
declared a closed holiday, the Bids will be opened on the next
working day at the same time or on any other day/time, as
intimated by the Buyer). 4. Location of the Tender Box. IIITNR-Naya Raipur Chamber of
Estate Officer 5. Place of Opening of the Bids. IIITNR (Naya Raipur) The bidders may depute their representatives, duly authorized in
writing, to attend the opening of Bids on the due date and time.
Rates and important commercial/technical clauses quoted by all
Bidders will be read out in the presence of the representatives of
all the Bidders after the commercial bid is opened. This event
will not be postponed due to non-presence of your representative.
6. Two-Bid System. Technical Bid would be opened and the tenders found eligible will go for opening of Commercial Bid on the same day or the day as decided by the competent authority and Ineligible tenders commercial bids will not be opened.
7. Clarification Regarding Contents of the TENDER. A prospective
bidder who requires clarification regarding the contents of the
bidding documents shall notify to the Buyer in writing about the
clarifications sought not later than 24 Jan 2017 (06 days prior to
the date of opening of the Bids).Clarification if any shall be
notified on the IIIT-NR website in the form of Corrigendum and no
separate paper publication shall be made. Bidders are advised to
be in constant touch with institute website.
(a) Rejection of Bids. Canvassing by the Bidder in any form,
unsolicited letter and post-tender correction may invoke summary
rejection with forfeiture of EMD. Conditional tenders will be
rejected.
(b) Validity of Bids. The Bids should remain valid till 90 days
from the date of opening of the commercial bid.
(c) Earnest Money Deposit. Bidders are required to submit Earnest Money Deposit (EMD) for amount of Rs. 500000.00(Five Lakh rupees) along with their bids. The EMD may be submitted in the form of an Account Payee Demand Draft in favour of IIIT, Naya Raipur Payable
at Raipur, EMD is to remain valid for a period of 90 days. EMD of
the unsuccessful bidders will be returned to them at the earliest.
The Bid Security of the successful bidder would be returned,
without any interest whatsoever, after the receipt of Performance
Security from them as called for in the contract. The EMD will be
forfeited if the bidder withdraws or amends impairs or derogates
from the tender in any respect within the validity period of their
tender.
8. Cost of Tender. Cost of Tender Document will be Rs 5000/-(non
refundable) in the form of a DD/ Banker cheque (not personal
cheque) in favour of The IIIT NAYA RAIPUR Payable at Raipur and
the same is to be submitted along with the Technical bid. 9. Eligibility Criteria:- Firm/bidders blacklisted at any stage or by any NITs/IITs/IIITs/ Central Universities/Central/State
Government body/PSUs etc. need not to apply.
(a) The bidder should be an Indian registered company
engaged in respective area of works. The bidder should have
sufficient Infrastructure, technical expertise and financial
strength to undertake the contract.
(b) Minimum AVERAGE ANNUAL TURNOVER of Rs. 50 lakh in the
last 2 financial years. (Balance sheet/CA certificate to be
enclosed, duly supported by the income tax return for
financial years 2013-14, 2014-15,2015-16).
(c) The bidder should have experience of similar work
experience of installing and commisioning similar capacity
roof top solar PV plant with reputed organization, in last 03
years and should be an authorised channel partner of
MNRE/CREDA or any other state government agency involved in
installation of solar power plant. The nature of completed
work should be supply & satisfactory completion of project in
various Government Institutes/Reputed Firms/PSUs. [NOTE: The
documentary proof of Purchase orders in respect of works
mentioned in bid MUST be submitted along with the bid.]
(d) Tenderer should submit documents in support of minimum
eligibility criteria along with the tender/bid. NO document
in support of minimum eligibility criteria will be accepted /
entertained after opening of tender.
(e) The Bidder/Tenderer should provide the following
mandatory information:
i. Bidder/Tenderer must provide the information on
the similar works completed successfully &
satisfactory in last 3 years. Bidder/Tenderer must
submit satisfactory documentary proof from end-
users.
ii. List of Organizations/Customers dealt by them.
iii. Last three year‘s copies of Income Tax Return Form and PAN number.
iv. Copy of Registration of Firm. v. Certificate of authorized channel partner of
MNRE/CREDA or any other state government agency
involved in installation of solar power plant
vi. Bidders should submit the performance report of
installed plant for last two years duly certified
by the user.
(f) Tenders/bids not meeting any of the above ―Eligibility
Criteria‟ shall be rejected.
10. PERFORMANCE GUARRANTE:-Successful Bidders must have to submit
the performance security @ 25 Lakhs(Twenty Five Lakh) or 10 % of the
purchase order value or Contract value which ever is higher in the
form of Fixed Deposit, Bank guarantee from a schedule commercial bank
and will be retained up to the warranty Period i.e 05 years .
Part II: Essential Details of Items/Services required
1. Schedule of Requirements. List of items / services required is as mentioned in Annexure-B 2. Technical Details/Scope of work.
(a) Scope of work
i. Site survey and Layout Planning. ii. Design, development and supply of all components of
the SPV Power system.
iii. Transportation of SPV Power system up to a Project location.
iv. Installation and Commissioning of SPV Power system up to AC Distribution Board with necessary arrangement
for integration with Grid and protection during
absence of grid supply. v. Training of the staff deputed by IIIT-NR.
vi. Maintenance(CMC) during the warranty period of 5years vii. Operation of plant for period of 05 years
Note:- All equipment/ tools/ accessories/ safety gears in concern will be provided by the firm.
3. Delivery Period. Delivery period for supply and completion of
works would be 60 DAYS from the effective date of placing
Work/Purchase Order. Please note that Purchase order can be
cancelled unilaterally by the Buyer in case items are not received
within the contracted delivery period. Extension of contracted
delivery period will be at the sole discretion of the Buyer, with
applicability of LD clause. 4. INCOTERMS for Delivery and Transportation. FOR The definition of delivery period for the TENDER will be on
receipt of Purchase Order.
5. Consignee Details. Director,IIIT-Naya Raipur,Plot No-7,
Sector-24 ,Naya Raipur-492002
PART III – STANDARD CONDITIONS OF TENDER ENQUIRY
1. The Firm is required to give confirmation of their acceptance of the
Standard Conditions of the contracts which will automatically be considered
as part of the Contract concluded with the successful Firm (i.e. Seller in
the Contract) as selected by the Client. Failure to do so may result in
rejection of the Bid submitted by the Firm. The standard conditions of the
contract may be perused in the office of tenderer prior to submission of
quotation.
2. Law. The Contract shall be considered and made in accordance with the laws of the Republic of India. The Contract shall be governed by and
interpreted in accordance with the laws of the Republic of India.
3. Arbitration. All disputes or differences arising out of or in connection
with the tender shall be settled by bilateral discussions. Any dispute,
disagreement or question arising out of or relating to the
Supply/Installation/performance, which cannot be settled amicably, may be
resolved through arbitration. In case of arbitration with the firm and this
unit on any issue the final decision would be of The Director, IIIT-NR. The
arbitration will be governed by following:- (a) All disputes or differences arising out of or in connection with the
present contract including the one connected with the validity of the
present contract or any part thereof should be settled by bilateral
discussions. (b) Any dispute, disagreement of question arising out of or relating to this
contract or relating to construction or performance (except as to any matter
the decision or determination whereof is provided for by these conditions),
which cannot be settled amicably, shall within sixty (60) days or such
longer period as may be mutually agreed upon, from the date on which either
party informs the other in writing by a notice that such dispute,
disagreement or question exists, will be referred to a sole Arbitrator. (c) Within sixty (60) days of the receipt of the said notice, an arbitrator
shall be nominated in writing by the authority decided by the Director,IIIT-
NR,however a list of empanelled arbitrator shall be offered to the parties
for selection. (d) The sole Arbitrator shall have its seat in Raipur. (e) The arbitration proceedings shall be conducted under the Indian
Arbitration and Conciliation Act, 1996 and the award of such Arbitration
Tribunal shall be enforceable in Indian Courts only. (f) Each party shall bear its own cost of preparing and presenting its case. The cost of arbitration including the fees and expenses shall be shared equally by the parties, unless otherwise awarded by the sole arbitrator.
(g) The parties shall continue to perform their respective obligations under this contract during the pendency of the arbitration
proceedings except in so far as such obligations are the subject matter of
the said arbitration proceedings. 4. Penalty for use of Undue Influence. The Firm undertakes by bidding for
the Tender Enquiry, that he has not given, offered or promised to give,
directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the BUYER or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the
present Contract or any other Contract with the Government of India for
showing or forbearing to show favour or disfavor to any person in relation
to the present Contract or any other Contract with the Government of India.
Any breach of the aforesaid undertaking by the Firm or any one employed by
him or acting on his behalf (whether with or without the knowledge of the
Firm) or the commission of any offers by the Firm or anyone employed by him
or acting on his behalf, as defined in Chapter IX of the Indian Penal Code,
1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for
the prevention of corruption shall entitle the Client to cancel the contract
and all or any other contracts with the Firm and recover from the Firm the
amount of any loss arising from such cancellation. A decision of the Client
or his nominee to the effect that a breach of the undertaking had been
committed shall be final and binding on the Firm. Giving or offering of any
gift, bribe or inducement or any attempt at any such act on behalf of the
Firm towards any officer/employee of the Client or to any other person in a
position to influence any officer/employee of the Client for showing any
favour in relation to this or any other contract, shall render the Firm to
such liability/ penalty as the Client may deem proper, including but not
OPEN to termination of the contract, imposition of penal damages, forfeiture
of the Bank Guarantee and refund of the amounts paid by the Client.
5. Agents/Agency Commission. The Client confirms and declares to the Firm
that the Firm is the original manufacturer of the stores/provider of the
services referred to in this Contract and has not engaged any individual or
firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or Any Of its
functionaries, whether officially or unofficially, to the Award Of the contract to the Firm; nor has any amount been paid, promised or intended to
be paid to any such individual or firm in respect of any such intercession,
facilitation or recommendation. The Firm agrees that if it is established at
any time to the satisfaction of the Client that the present declaration is
in any way incorrect or if at a later stage it is discovered by the Client
that the Firm has engaged any such individual/firm, and paid or intended to
pay any amount, gift, reward, fees, commission or consideration to such
person, party, firm or institution, whether before or after the signing of
this contract, the Firm will be liable to refund that amount to the Firm.
The Firm will also be debarred from entering into any supply Contract with
the Government of India for a minimum period of five years. The Client will
also have a right to consider cancellation of the Contract either wholly or
in part, without any entitlement or compensation to the Firm who shall in
such an event is liable to refund all payments made by the Firm in terms of
the Contract along with interest at the rate of 2% per annum above LIBOR
rate. The Client will also have the right to recover any such amount from
any contracts concluded earlier with the Government of India.
5.6 Access to Books of Accounts In case it is found to the satisfaction of
the IIIT-NR that the seller has engaged an agent or paid commission or
influenced any person to obtain the contract as described in clauses
relating to agents/agency commission and penalty for use of undue
influence, the Seller, on a specific request of the IIIT-NR, shall provide
necessary information/ inspection of the relevant financial
documents/information
5.7 Liquidated Damages. In the event of the Firm‘s failure to provide
services and maintain the agreed uptime etc as specified in this contract,
the Client may, at his discretion, withhold any payment until the completion
of the contract. The Client may also deduct from the Firm as agreed,
liquidated damages to the sum of 0.5% of the contract price of the
delayed/undelivered stores/services mentioned above for every week of delay
or part of a week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the value of payable amount as per the scheduled terms of payment.
6.4 Non-disclosure of Contract Documents. Except with the written consent
of one party, the other party shall not disclose the contract or any
provision, specification, plan, design, pattern, sample or information
thereof to any third party.
6.5 Notices. Any notice required or permitted by the contract shall be
written in the English language and may be delivered personally or may be
sent by FAX or email or registered pre-paid mail/airmail, addressed to the
last known address of the party to whom it is sent.
10. Premature Termination of Contract. A contract may be terminated in the following circumstances:-
i. When the FIRM fails to honor any part of the contract including failure to deliver the contracted stores/render services in time.
ii. When the FIRM is found to have made any false or fraudulent
declaration or statement to get the contract or he is found to be
indulging in unethical or unfair trade practices.
iii. When both parties mutually agree to terminate the contract.
iv. When the item offered by the FIRM repeatedly fails in the
inspection and/or the supplier is not in a position to either rectify
the defects or offer items conforming to the contracted quality
standards.
v. Any special circumstances, which must be recorded to justify the cancellation or termination of a contract.
vi. The delivery of the material is delayed for causes not
attributable to Force Majeure for more than (01 month) after the
scheduled date of delivery.
vii. The FIRM is declared bankrupt or becomes insolvent.
viii.The delivery of material is delayed due to causes of Force
Majeure by more than (02 months) provided Force Majeure clause is
included in contract.
ix. The customer has noticed that the FIRM has utilized the services
of any Indian/Foreign agent in getting this contract and paid any
commission to such individual/company etc.
As per decision of the Arbitration Tribunal.
23. Transfer and Sub-letting. The seller has no right to give, bargain,
sell, assign or sublet or otherwise dispose of the contract or any part
thereof, as well as to give or to let a third party take benefit or
advantage of the present contract or any part thereof without prior consent
in written from IIIT-NR).
The FIRM may subcontract any part of Scope of Work on mutual agreement
with the CUSTOMER. The FIRM can under no circumstance sub-contract the
complete Scope of Work to a Third Party.
The FIRM would be entirely responsible for quality / standard and
timely execution of the sub-contracted work. The FIRM is to draw up a
suitable Quality Assurance (QA) Plan with the Sub- FIRM and a copy of the
same along with Record of Inspection in accordance with such QA Plan shall
be submitted to the CUSTOMER.
(c) The supervision of work for the sub-contracted jobs is to be done by the
FIRM. The FIRM is not permitted to seek any extension of Completion Date
citing delay on the part of Sub- FIRMs or re-work arising out of Sub-
Contracted work.
12. Patents and other Industrial Property Rights. The prices stated in the
present Contract shall be deemed to include all amounts payable for the use
of patents, copyrights, registered charges, trademarks and payments for any
other industrial property rights. The Seller shall indemnify the IIIT-NR
against all claims from a third party at any time on account of the
infringement of any or all the rights mentioned in the previous paragraphs,
whether such claims arise in respect of manufacture or use. The Seller shall
be responsible for the completion of the supplies including spares, tools,
technical literature and training aggregates irrespective of the fact of
infringement of the supplies, irrespective of the fact of infringement of
any or all the rights mentioned above.
13. Amendments. No provision of present Contract shall be changed or
modified in any way (including this provision) either in whole or in part
except by an instrument in writing made after the date of this Contract and
signed on behalf of both the parties and which expressly states to amend the
present Contract.
14. Taxes and Duties. All the rates quoted should be inclusive of all
taxes.
15. Transportation and Material Handling. The FIRM (supplier) will
arrange necessary transport and labour at own cost for loading and
unloading of the items.
PART IV – SPECIAL CONDITIONS
1. Option Clause. This contract has an Option Clause, wherein the Client
can exercise an option to procure an additional quantity of items in
accordance with the same terms & conditions of the present contract. This
will be applicable within the currency of contract. It will be entirely the
discretion of the Client to exercise this option or not.
2. Repeat Order Clause. This contract has a Repeat Order Clause, wherein
the Client can order as desired quantity of the items / services under the
present contract within six months from the date of successful completion
of this contract, cost, terms & conditions remaining the same. It will be
entirely the discretion of Client to place the Repeat order or not.
3. Tolerance clause. To take care of any change in the requirement during
the period starting from issue of Tender Enquiry till placement of the
supply/work order, Client reserves the right to increase or decrease the
quantity of the required goods/ services without any change in the terms &
conditions and prices quoted by the Firm. While awarding the contract, the quantity/services ordered has been increased or decreased by the Client within this tolerance limit.
4. Payment Terms. It will be mandatory for the Bidders to indicate their bank account numbers and other relevant e-payment details so
that payments could be made through ECS/EFT mechanism instead of
Payment through cheques.No Advance payment will be Made.Payment shall be
done in three phases as mentioned below:-
a) 80% of the cost of civil work on completion of civil works.
b) 50% of the Bill of material on receipt and satisfactory
inspection report of equipment‘s at IIIT-NR.
c) Final payment on successful installation and commissioning of the
Plant.
5. Paying Authority. The payment of bills will be made by IIIT-NR within 45 days of submission of the following documents by the SELLER to the
Paying Authority:
(a) 02 ink-signed copies of Commercial invoice / SELLER‘s bill
(b) A work completion certificate post Supply / Installation / User Satisfaction certificate from IIITNR (c) Measurement bill for civil work (d) Bill of material and Lab certificate for Panel and other balance of system equipment.
(e) Photocopy of Performance Bank guarantee to be submitted with the
first bill.
(f) Details for electronic payment viz Account holder‘s name, Bank
name, Branch name and address, Account type, Account number, IFSC code,
MICR code (if these details are not incorporated in contract).
(g) Submission of all test certificate from MNRE approved laboratory.
6. Risk & Expense Clause. Should the services or any installment thereof
not be delivered with the time or time specified in the contract documents,
or if unsatisfactory delivery are made in respect of the services or any
installment thereof, the BUYER shall after granting the SELLER 45 days to
cure the breach, be at liberty, without prejudice to the right to recover
liquidated damages as a remedy for breach of contract, to declare the
contract as cancelled either wholly or to the extent of such default.
7. Force Majeure Clause.
(a) Neither party shall bear responsibility for the complete or partial nonperformance of any of its obligations (except failure to
pay any sum which has become due on account of receipt of goods under
the provisions of the present contract), if the non-performance
results from such Force Majeure circumstances as flood, fire, earth
quake and other acts of God as well as other circumstances beyond the
parties control that have arisen after the conclusion of the present
Contract.
(b) In such circumstances the time stipulated for the performance of
an obligation under the present contract is extended correspondingly
for the period of time action of these circumstances and their
consequences.
(c) The party for which it becomes impossible to meet obligations
under this contract due to Force Majeure conditions, is to notify in
written form to the other party of the beginning and cessation of the
above circumstances immediately, but in any case not later than 10
(ten) days from the moment of their beginning.
(d) Certificate of a Chamber of Commerce (Commerce and Industry) or
other competent authority or organization of the respective country
shall be a sufficient proof of commencement and cessation of the above
circumstances.
(e) If the impossibility of complete or partial performance of an
obligation lasts for more that 06 (six) months, either party hereto
reserves the right to terminate the contract totally or partially upon
giving prior written notice of 30 (thirty) days to the other party of
the intention to terminate without any liability other than
reimbursement on the terms provided in the agreement for the goods
received.
8. Quality Assurance. Assurance of quality is the responsibility of the firm and firms are to indicate exclusively and submit proofs of quality
assurance norms being followed.
9. Inspection. The inspection of delivered items would be carried out by the IIIT NR representative.
10. Period of Contract. The contract shall be valid for a period of warranty period i.e 60 months and additional 02 Months, from the date of issue of Purchase Order.
11. Extension Clause. The contract agreement may be extended further
for a period mutually agreed between the buyer & seller, without any
changes in rates quoted, and, on same terms and conditions mentioned in
the extant tender document. However, charges in taxes/Government levies
incorporated from time to time would be catered in concluding extension
in contract. Any such extension would be processed only after submission
of a certificate by the seller mentioning ―No Downward trend in price‖
and with the approval of the competent financial authority.
12. Comprehensive Maintenance and Operation. The contract shall include
a comprehensive maintenance and operation of Solar roof top plant for a
period of 05 years and may be extendable for further period on mutual
agreed terms and condition.Details on maintenance and operation are
placed at Annexure-B(Technical Specification)
Part V – OTHER/MISCILLANEOUS INFORMATION
The Broad Guidelines for Evaluation of Bids.
(a) Only those Bids will be evaluated which are found to be fulfilling all
the eligibility and qualifying requirements of the tender Enquiry. (b) If there is a discrepancy between the unit price and the total price
that is obtained by multiplying the unit price and quantity, the unit price
will prevail and the total price will be corrected. If there is a
discrepancy between words and figures, the amount in words will prevail for
calculation of price. (c) Prices quoted by the FIRM should be precise and unambiguous. Rate per
unit is to be quoted individually as per format for submission of ‗Q‘ bid at Annexure D. Clarifications, if any, may be obtained from this office prior
to submission of tender. (d) FIRM is to quote for all categories mentioned in the ‗Q‘ bid submission
format. (f)Evaluation of the bid shall be carried out separately for all three categories as mentioned in ‗Q‘Bid I.e Category A,B,C.However procedure devised by the financial bid evaluating committee shall be final and binding on all the bidders. 3. Price Bid Format: The rates for Items /services & spares are to be quoted as per Enclosure to „Q‟ bid Format. CUSTOMERS are required to forwarded 'Q' bid (Annexure D).
4. Technical Bid Format:- The Technical Bid is to submitted as per format
attached with this tender document appended at Annexure E
CHECK LIST (ON THE LETTER HEAD OF THE BIDDER) The Bid will be the compilation of following documents, along with required
supporting documents. No document in support of minimum eligibility
criteria will be accepted / entertained after opening of tender.
Sl.
No Documents
1. Cover letter by bidder (On the Letter Head of the Bidder)
2. Tender Fee
3. Earnest Money Deposit (EMD)
4. Cliental List for quoted item
5.
Annexure-A : Bid Proposal Sheet (On the Letter Head of the
Bidder)
6. Annexure-B : Technical Specification
7. Annexure-C : AFFIDAVIT REGARDING BLACKLISTING FIRM
8. Annexure-D : PRICE BID (On the Letter Head of the Bidder)
9.
Annexure-E : Technical Bid(on the letter head of the
Bidder)
ANNEXURE-A
BID PROPOSAL SHEET
(ON THE LETTER HEAD OF THE BIDDER) To
Purchase Officer
IIIT—Naya Raipur
Subject: Supply,Installation,commissioning,Operation and Maintenance for
05 Years of 200 kwp SPP at IIIT—Naya Raipur.
Dear Sir,
We, the undersigned Tenderers, having read and examined in detail the
specifications as specified in this document in respect of
Supply,Installation,commissioning,Operation and maintenance for 05 Years of
200 kwp SPP at IIIT— Naya Raipur do hereby propose to supply the required
products and services.
Tender No.
Tender Fees YES / NO
(Please strike off whatever
is not
submitt
ed applicable)
Amount Mode Date of Issue Name of Bank
Valid up
to
Demand
Draft
EMD submitted
YES / NO
(Please strike off whatever
is not
applicable)
Amount Mode Date of Issue Name of Bank
Valid up
to
Demand
Draft
viii. ADDITIONAL PURCHASE/WORK ORDER: We understand that the IIIT—Naya
Raipur, in case of the requirements may also place repeat purchase
order/work order. In such cases, we shall accept and execute all the
purchase/work order placed on us by IIIT— Naya Raipur. ix. BID PRICING: We further declare that the prices stated in our proposal
are in accordance with your Terms & Conditions in the bidding
document. We further understand that the quantities as specified in
this Tender may increase or decrease at the time of Award of Purchase
Order as per the requirements of IIIT—Naya Raipur. x. QUALIFYING DATA: We confirm that we satisfy the qualifying criteria and
have attached the requisite documents as documentary proofs. In case
you require any further information/documentary proof in this regard
during evaluation of our bid, we agree to furnish the same in time to
your satisfaction. CONTRACT PERFORMANCE SECURITY: We hereby declare that in case the contract
is awarded to us, we shall submit the performance Guarantee Bond in the form
of Bank Guarantee/Fixed Deposit for the amount of Rs 25 Lakh(Twenty Five
Lakh) or 10% of the total order value which ever is higher for a period of
05 Year. 6.6 PAYMENT TERMS: We hereby declare that in case the contract is awarded
to us, we agree with payment terms specified in the tender documents. 6.7 CERTIFICATE AND DECLARATION:
I/We certify that no addition/modification/alteration has been made in
the Original Tender Document. If at any stage addition /modification
/alteration is noticed in the Original Document. I/We will abide by
the terms and conditions contained in the original tender document,
failing which IIIT—Naya Raipur reserves the right to reject the tender
and/or cancel the contract
It has been certified that all information provided in tender form is
true and correct to the best of my knowledge and belief. We hereby
declare that our proposal is made in good faith, without collusion or
fraud. No forged /tampered document(s) are produced with tender form
for gaining unlawful advantage. We understand that IIIT—Naya Raipur is
authorized to make enquiry to establish the facts claimed and obtained
confidential reports from clients.
In case it is established that any information provided by us is false
/ misleading or in the circumstances where it is found that we have
made any wrong claims, IIIT— Naya Raipur is authorized to blacklist
our firm/company/agency and debar us in participating in any
tender/bid in future.
I / We assure the Institute that neither I /We, nor any of my /our
workers, will do any act which is improper / illegal during the
execution, in case the tender is awarded to us.
I / We assure the Institute that I / We will NOT be outsourcing any
work specified in the tender document, to any other firm.
Our Firm / Company / Agency is not been blacklisted or banned by any
Govt. Department, PSU, University, Autonomous Institute or any other
Govt. Organization.
I/We certify that, I have understood all the terms & conditions, as
indicated in the tender document, and hereby accept all the same
completely.
I/We, further certify that I/We, possess all the statutory /non-
statutory registrations, permissions, approvals, etc., from the
Competent Authority for providing the requisite services,
I/We hereby declare that this tender on acceptance communicated by you
shall constitute a valid and binding contract between us.
I/We certify that the submitted quotation is duly paginated and
contains from page no. 1 to ……………….
Date: Signature and Seal of the Manufacturer/Bidder
Annexure-B
Technical Specification of 200 kWp Grid Tied Solar PV Power Plant at IIIT-NR
1.0 Title of the Work
Design, Manufacture, Supply, Erection, Testing and Commissioning including
five (5) years comprehensive maintenance and Operation of roof top ―Grid
Tied Solar PV Power Plant of PV array of cumulative capacity 200 kWp at
IIIT, Naya raipur. This installation shall run in parallel to the grid (LT
Bus), as a supplement, to save on conventional energy supply from the grid
during solar energy generation from the plant.
2.0 Outline of the Scheme of the Project:
a) The PV array shall be installed at the suitable space of available roof
area at different project site/ building of IIIT, Naya Raipur campus.
Capacity of each solar photo-voltaic system installation shall be as per
space available on individual site and existing electrical loads, details
of which are mentioned in Annexure-I.However priority should be given to
the proposed vehicle garage and maximum possible panel should be
installed on the proposed garage.
b) The power generated from PV array shall be fed to the MPPT Tracker of
Three Phase Grid-Tied Solar String Inverters of capacity compatible with
the PV array capacities of respective project site/ building through
Array Junction Box (AJB).
c) Each MPPT Trackers of the inverters shall be protected with Type-II Surge Protection Device (SPD) installed at Array Junction Box. PV fuse of 1.5
times of ISC rating, 1000 V and DC isolator (1000V) to disconnect the PV
string shall be provided with each PV String.
d) The Array Junction Boxes, Grid-tied Inverters, Inverter Interfacing Panel etc. shall be installed with proper safety as per individual site
requirement.
e) Output from the Grid-tied Solar String Inverter shall be fed to the
supply mains of the consumer (connected with grid) through Grid
Interfacing LT Panel/ACDB installed near the inverter and through 4 Pole
MCB of suitable current rating installed near the Grid Coupling Point.
f) The outgoing side of the Grid Interfacing LT Panel shall be protected with Type-I+II Surge Protection Device (SPD).
g) Unidirectional energy meter of 5 – 30 A current rating shall be provided
at the output feeder of Grid Interfacing LT Panel to monitor the Solar PV
Generation along with properly matched CT/PT. The meter shall display the
voltage, current, frequency, power factor, kW, kWh, kVAR, kVARh etc.
h) Earthing System (equipment and body earthing) with Lightning Arrestors
shall be installed at the plant area as required.
i) Safety Sign as per relevant Indian Standard and Project Information
Signage and Schematic Diagram as per approved design from IIIT,Naya
Raipur shall be installed at each site.
j) Necessary cleaning arrangement (plumbing system, hosepipe, wiper, bucket, mug etc.) shall be provided. Cleaning of Solar PV Modules shall be done
by the contractor at-least once in a Week. k) The installed Solar PV power plant should be Robust, Economic and
Efficient.
3.0 Scope of Work
The Scope of work is divided into three parts which includes:
Part-A:- Installation of Solar Panel on Roof Top of various Building of
IIIT-NR
Preparation of Detailed Project Report (DPR), Design, Manufacture,
Supply, Packing & Forwarding, transportation to site in properly packed
condition of all equipment, materials and miscellaneous item required to
complete the project.
Unloading at site, installation, testing & commissioning of grid Tied
roof top Solar PV Power Plant of 200 kWp capacity.
Tenderer has to provide the minimum assured generation from 200 KWp
installation.
Comprehensive Maintenance Contract (CMC) for a period of five (5) Years from the date of handing over of complete system which shall include
preventive/routine maintenance and Breakdown/corrective maintenance
ensuring servicing & replacement guarantee for parts & components of
Solar Power Plant including Solar PV module.
The equipment and materials for each grid Tied Solar PV Power Plant shall
include but not limited to the following:
1. Solar PV Modules (Poly Crystalline)
2. Module Mounting Structure and frames.
3. Array Junction Box (AJB)
4. Grid Tied Inverters 5. Grid interfacing LT Panel / AC Distribution Box (ACDB) with Export
Meter with necessary arrangement for integration with Grid and
protection during absence of grid supply with separate arrangement
for interaction with in house DG supply during Grid power failure
6. Cable & Wires
7. Chemical Earthing (Maintenance Free) system including Lightning & Surge
Protection arrangement.
8. Civil works for Foundation of PV Array
9. On line data logger and Remote Monitoring Unit through LAN Base or GSM
network.
10. Weather Station (One set Common for all systems) 11. Protection Systems (Lightning, Surge, Earthing & Grid Islanding) 12. Fire Buckets & Extinguishers 13. Signage 14. Tools, Measuring instruments and Spares 15. Users and Training Manual 16. Periodic Maintenance Log Book 17. Recommended spares.
Part-B:-Erection of civil structure for vehicle Garrage and mounting and
Integration of Solar Panel on top of vehicle Garrge
1. All works other than the Module Mounting structure and Frames shall be similar to Part-A mentioned above.
2. The civil structure shall be erected as per the design and drawing
enclosed with this tender documents placed at Annexure-G
3. The work shall comprise of :- a. Construction of 28 nos Car garage each of Size 2.75*4.00Mtr with
profile sheet roofing fixed on GI pipe truss with GI pipe 150 &125
mm dia(as per drawing) including providing chain link fencing of
2.10 Mtr height fixed to steel frame work on three sides except at
entrance and paver block floor.
b. Construction of 16 Nos Scooter parking shed of overall size
9.25812.25 Mtr with profile sheet roofing fixed on GI pipe
truss9with GI Pipe 150&125 mm dia)including paver block floor.
Part-C:-Installation of standalone street light
1.Supply and installation of solar LED street light as per the technical
specification mentioned at Annexure-H.The supply shall include street light
with pole and with out pole.
4.0 Submission of Detailed Design Report:
The contractor shall submit the Detailed Design Report for according
approval from IIIT, Naya Raipur. The Detailed Design Report shall
contain but not limited to the following details: i. Roof plan indicating the suitable area for installation of solar plant,
dimension, north-south direction and any other relevant information for
each site. ii. All technical particulars along with Single Line Diagram (SLD).
iii. Module Mounting Structure Details with Design, Drawings and
STAAD-PRO analysis. iv. Bill of Materials (BOM) and Detailed Time Schedule.
v. Type Test Report and all other relevant certificates for various
equipments proposed to be used in the plants.
Vi. All relevant drawings, data sheets, technical catalogues on each piece of
equipment. 5.0 Scope of Service
The item of work to be performed on all equipment and accessories shall
include but not limited to the following:
i) Receiving, unloading and transportation at site.
ii) Replacement of all damaged equipment and accessories with new one or
short supply items. iii) Final check-up of equipment and commissioning and putting the system
into successful functional operation.
All civil works associated with the installation & commissioning of roof
top PV Array shall have to be done by the Contractor. IIIT, Naya Raipur
will arrange for control room and required space for installation of
various items like SPV modules, LT Panels, Inverters etc. The Contractor
shall specify and submit detail drawings indicating minimum space to be
required for installation of indoor equipments as well as PV Array.
Such works, not listed in the schedule of works but required for completion
of the project shall deemed to have been included in the scope of this bid.
The Contractor shall also maintain the PV Power Systems for a period of 5
(five) years from date of handing over of complete system. The scope of
maintenance shall include supply of spare parts within the cost of
Comprehensive Maintenance Contract (CMC). The down time of PV System should
not be more than 24 hours from time of reporting to the Contractor. In case
of non-rectification of the problem after 24 hours from reporting the
complaint, IIIT, Naya Raipur may consider repairing/replacing such
defective system on the cost of the contractor. Notwithstanding the same,
contractor shall continue to have the responsibilities and obligations of
the subject contract.The bidders should have a local office/dealer at
Raipur for attending the complaints. 6.0 Codes and Standards
All equipment and materials to be furnished under this specification shall
be designed, manufactured and tested in accordance with the latest
revisions of the relevant Indian Standard (IS)/IEC as per MNRE, Govt. of
India standards.
The electrical installation shall meet the requirement of Indian
Electricity Act, and Indian Electricity Rules as amended up-to-date and
also the applicable section of the latest revision of the relevant IS Code
of Practice.
Material shall be as per this document of technical specification. Any left
out specification(s) (if any) shall be as per the guidelines/specification
of the On-grid SPV scheme of the JNNSM of the MNRE, GOI. Contractor shall
fulfill MNRE guidelines/specifications in above respect and thereby assist
IIIT, Naya Raipur in getting applicable Financial Assistance(s)
(Central/State, as the case may be). 7.0 Authorized testing Laboratories/Centers
PV modules must qualify (enclose test reports/ certificate from IEC/NABL
accredited laboratory) as per relevant IEC standard. Additionally the
performance of PV modules at STC conditions must be tested and approved by
one of the IEC / NABL Accredited Testing Laboratories including Solar
Energy Centre.
The BOS items / components of the SPV power plants/ systems deployed must
conform to the latest edition of IEC/ Equivalent BIS Standards/ MNRE
specifications. Test certificates / reports for the BoS items/ components
can be from any of the NABL/ IEC Accredited Testing Laboratories or MNRE
approved test centers.
8.0 Completeness of Supply
It is not the intent to specify completely herein all details of the
equipment. Nevertheless, the equipment shall be complete and operative in
all aspects and shall conform to highest standard of engineering, design
and workmanship in order to suit with installation site with optimal
output.
The Contractor shall supply all brand new equipment and accessories as
specified herein.
Contractor shall inform IIIT, Naya Raipur prior to material dispatch to
site. IIIT Naya Raipur at its sole discretion may go for factory inspection
prior to dispatch. Contractor shall submit all the relevant test
certificates and final test reports for various components/material of the
Solar PV System to IIIT, Naya Raipur before dispatch.
Part-A 9.0 System / Equipment Details:
1. SOLAR PHOTOVOLTAIC (PV) MODULES
Standards: The PV modules must conform to the latest edition of the following IEC / equivalent BIS Standards for PV module design qualification and type approval:
Sl. No. Standard Description
1.
IEC: 61215/IS:
14286
Crystalline silicon terrestrial photovoltaic modules –
Design
qualification and type approval.
2.
IEC: 61730 –
Part 1
Photovoltaic (PV) module safety qualification –
Requirements for
construction.
3.
IEC: 61730 –
Part 2
Photovoltaic (PV) module safety qualification –
Requirements for
testing.
4. IEC: 61701/IS:
61701 Salt Mist Corrosion Testing of the module.
The proposed PV Module must have the Test Certificate issued from accredited test laboratories of Ministry of New and Renewable Energy, Government of India. Type test certificates issued from IEC accredited laboratories shall be
acceptable. The manufacturers should get their samples tested as per the new format /
procedure which is effective from 1st April 2013 onwards as per MNRE, Govt. of
India Guideline.
Identification and Traceability: Each PV module must use a RF identification tag (RFID), which must contain the
following information:
i. Name of the manufacturer of PV Module. ii. Name of the Manufacturer of Solar cells. iii. Month and year of the manufacture (separately for solar cells and
module). iv. Country of origin (separately for solar cells and module).
v. I-V curve for the module.
vi. Peak Wattage, Im, Vm and Fill Factor for the module.
vii. Unique Serial No and Model No of the module. viii. Date and year of obtaining IEC PV module qualification certificate.
ix. Name of the test lab issuing IEC certificate.
x. Other relevant information on traceability of solar cells and module as per ISO 9000 series.
RFID shall be available with each solar module and must be capable to withstand
environmental conditions as per latest Guideline of MNRE, Govt. of India.
Warranty:
A. Material Warranty: The manufacturer should warrant the Solar Module(s) to
be free from the defects and/or failures specified below for a period not less
than ten (10) years from the date of sale to the original customer (i.e. EPC
Contractor).
i. Defects and/or failures due to manufacturing ii. Defects and/or failures due to quality of materials
iii. Non conformity to specifications due to faulty manufacturing and/or
inspection processes. If the solar Module(s) fails to conform to this warranty, the manufacturer will
repair or replace the solar module(s), at the Owner‘s sole option. The
contractor shall be responsible to contact with the contractor if any of the
above mentioned cases occurred.
B. Performance Warranty: The manufacturer should warrant the output of
Solar Module(s) for at least 90% of its rated power after initial 10 years &
80% of its rated power after 25 years from the completion of trial run at
site/date of final commissioning. The contractor shall collect the Warranty
Certificate for performance of the modules from the manufacturer and submit the
same to IIIT, Naya Raipur prior to delivery of the products to the respective
sites.
If, Module(s) fail(s) to exhibit such power output in prescribed time span,
the Contractor will bound to either deliver additional PV Module(s) to
replace the missing power output with no change in area of site used or
replace the PV Module(s) with no extra cost claimed at Owner‘s sole option.
Penalty Clause:- During operation of Plant any shortfall in the efficiency of
panel/Plant mentioned in para-B shall be penalized to the successful bidder for
the reduced output at the rate of electricity charged to the institute by the
electricity board till the time desired efficiency is achieved.
Note: Only indigenously manufactured PV Modules should be used in Grid
Connected Rooftop Solar PV Power Plants under this scheme. However,
other imported components can be used, subject to adequate disclosure
and compliance to specified quality norms and standards.
Specification: (As per MNRE, Govt. of India specification) SI.
No. Item Description
1 Type
Crystalline Silicon – Poly (Minimum Capacity
of 300Wp)
2 Efficiency of module Minimum 17 % at STC
3 Cell efficiency Minimum 17 % at STC
4 Fill Factor Minimum 72 %
5
No. of cells per
module 72
6 Module Frame
Non-corrosive and electrolytically
compatible with the structural material,
preferably anodized Al.
7 Termination box Thermo-plastic, IP 65, UV resistant
9 Bypass Diode Yes, as required
10 Power Rating
The nominal power of a single PV module
shall be min 300 Wp or higher.
11 Power tolerance Up to +5 % (Only +ve tolerance is acceptable)
12 Temperature co-efficient of i.Power:(-0.43%)/ K
ii.Voltage:(-0.37%)/ K
iii.Current:( 0.03%)/ K
13 Glass
High transmittance glass
Shall be provided inside or outside the module And must be able to withstand environmental conditions and last the lifetime of the solar
module as per MNRE Norms.
14
RF Identification tag for each Solar Module
Other General Requirements: i. The peak-power point voltage and the peak-power point current of any supplied
module and/or any module string (series connected modules) shall not vary by
more than 2 (two) percent from the respective arithmetic means for all
modules and/or for all module strings, as the case may be. ii. The module shall be provided with a junction box with either provision of
external screw terminal connection or sealed type and with arrangement for
provision of by-pass diode. The box shall have hinged, weather proof lid with
captive screws and cable gland entry points or may be of sealed type and IP
65 rated.
The contractor shall deliver the product to the site only after receipt of
dispatch clearance in writing from IIIT, Naya Raipur.
2. PV ARRAY
Specification:
Sl.
No.
It
em Description
1
Nominal
Capacity As per Annexure-F.
For installation of Solar PV Array in a site,
modules having same capacity, rating specification
shall be used. Mixing of modules having different
capacity,rating / specification will not be
allowed.
2
Type of Solar
Modules
3
PV Module
interconnection 4 Sq. mm double insulated cable with MC - 4
Terminal.
4
PV Module
interconnection
cable and array
cable
PV 1-F standard / NEC standard
"USE - 2 or RHW - 2" type.
5 PV array String Voltage Compatible with the MPPT channel of inverter
3. MODULE MOUNTING STRUCTURE & FRAMES.
The Solar Module mounting structure shall be made of hot dipped galvanized MS
angles & Pipes. The minimum thickness of galvanization shall be 80 microns. All
nuts & bolts shall be made of very good quality stainless steel(SS 304). The
minimum clearance of the lowest part of the module structure and shall be 300
mm minimum from the roof level or shall match inverted beams on the roof. The
array structure shall be made of hot dip galvanized MS angles of size not less
than 50 mm x 50 mm x 6 mm size.
i. All nuts & bolts shall be made of very good quality stainless steel (SS 304 minimum)
ii. The structure shall be designed to allow easy replacement of any module
and shall be in line with site requirements.
iii. The structure shall be designed for simple mechanical and electrical
installation.
iv. It shall support SPV modules at a given orientation, absorb and transfer the mechanical loads to the ground properly.
v. The mounting structure steel shall be as per latest IS 2062: 1992 and
galvanization of the mounting structure shall be in compliance of latest
IS-4759.
vi. There shall be no requirement of welding or complex machinery at site. vii. The array structure shall be designed to occupy minimum space and to
withstand wind speed up to maximum 180 km/h. Wind analysis simulation
report to be attached in the Technical offer. viii. The supplier/manufacturer shall specify installation and foundation
details for the structures.
ix. Structure drawing should be submitted in the Technical Offer.
x. Structure shall be suitable for mounting of the SPV modules on rooftop. The module details are attached with the document as Annexure – F.
xi. Provision for installing the Solar Inverters, Array Junction Box and ACDB
shall be available on the Module mounting structure. PCC for Solar PV Array foundation:
a. The legs of the structures made of GI angles shall be fixed and grouted in
the PCC foundation columns made with 1:2:4 cement concrete. The minimum
clearance of the lowest part of any module structure shall not be less than
1 (300mm) meter from ground level. While making foundation design, due
consideration shall be given to weight of module assembly, maximum wind
speed of 180 km/hr.
b. Contractor to confirm that no damage to existing water proofing of the roof shall be made during the course of installation of the structure on roof
top. Any damage to the water proofing found during the above should be
rectified to the existing roof condition at Contractor‘s cost. All
pedestals shall be finished to the existing roof condition to prevent any
water seepage later. Contractor shall commence the work only after
clearance of drawings by IIIT, Naya Raipur. Note:- A vehicle garage with roof top with solar pv array is proposed to be constructed in the IIIT-NR.A indicative drawing of proposed garage is placed at Annexure-G.The Bidders are advised to visit the site and submit the complete design of structure considering the wind speed of 180 Km/hr, shadow analysis with stadd pro anaylisis.
4. PV ARRAY JUNCTION BOX (AJB) Array Junction Box (AJB) shall have to be used for termination of string prior
connecting array with each inverter. The string combiner box / array junction
box shall be dust, vermin, and water proof and made of Polycarbonate Plastic.
The number of PV Array Junction Box will be as per plant configuration.
Standards:
The Array Junction Boxes shall conform to the latest edition of following
Standards except where specified otherwise in this specification: i. Junction boxes should be equipped with fuses on both positive & negative
input to protect the PV module from short circuits.
ii. Input termination through VDE/UL/TUV approved PV connectors made of
Polyamide with (IP65) protection and Output termination through VDE/UL
approved Glands made of Polyamide with (IP65) protection.
iii. Copper bus bars/terminal blocks housed in the junction box with suitable
termination threads.
iv. Earth terminal Block for earthing.
v. Surge Protection Devices are to protect the PV modules as well as the
other electrical / electronic systems from transient over voltages created
due to lightning and to reduce insulation breakdowns due to lightning. The
SPDs shall be of 3 nos of pluggable type installed in a star connected
common base. The SPD‘s should be tested and approved according to IEC
61643-11 and EN 50539-11: 2013-03 for the following parameters to be used.
Type of connection: Between Positive, Negative and Earth in star connection
Voltage: up to 1000 volts DC, Maximum Discharge current: 40 KA (8/20mS) Nominal Discharge Current: 20 KA (8/20mS), Voltage Protection Level: 2.6 KV
(for 600 volt system), 4.0 KV (for 1000 volt system); Response Time: 25 nS
vi. Isolator suitable for 1000 volts DC solar application at the outgoing
side. It should comply with IEC 60947–3, IEC 61364–4-410 and IEC 60364-7-
712.
vii. SELECTION OF FUSES:-
It is important to coordinate the power dissipation of fuse-links with the
acceptable power dissipation of fuse holders. Rated voltage of fuse-link and
fuse holder should be at least 20% higher than open circuit voltage of
photovoltaic installation. Typical rated voltage of fuse-links and fuse
holders is 1000 V DC. Rated current of fuse-links ≥ 1.4 ISC. (ISC = short
circuit current of photovoltaic modules). (Ref annex of IEC60269-6)
Rated voltage 1000V DC
Rated breaking capacity
30 kA
Utilization category gPV (protection against overload and short-circuit) Equipment meeting with other authoritative standards which ensure an equal or
better quality is also acceptable.
Specification:
SI.
No. Item Desired Data
1 Enclosure
Degree of Protection IP 65 with UV Protected
Material Polycarbonate
Withstanding voltage 1000 V DC
Withstanding
Temperature 1000 C
Accessories mounting
arrangement DIN Rail
Number of Strings
entry As may be required
Approved Make
Hensell/Spelsberg/Ensto or
equivalent make
2 Cable Entry and Exit
Position
Bottom at cable entry and exit
MC 4 / Tyco Connector (PV Array String cable). All wires / cables must be terminated through cable lugs.
Cable Entry and Exit connector type
Cable gland
Input & output termination Shall be made through suitable cable glands.
3 Surge Protecting Device (SPD)
Type DC (Class-II)
OBO Bettermann / Citel / Mersen or equivalent
Approve Make make.
Rating 1000 V, 20 kA
Number of set As may be required as per string Design
4 Fuse with fuse holder
Position +ve and -ve terminal for each series string
Type PV fuse, for PV Use only
Current: Minimum 1.5 times of the ISC
Rating of
Rating the string
Voltage: Minimum
1000 V DC
Approved make
Coop
er
Bussman/ETI/
Noark/ Or
equiv
alent
make
5 Earthing
Earthing Provision
Terminal blocks will have
to be provided
6 Terminals, lugs and
bus bar
Material Tinned copper
5. GRID TIED/CONNECTED STRING INVERTER The power generated from PV array shall be fed to the MPPT Tracker of Three
Phase Grid-Tied Solar String Inverter or multiple inverters of nominal capacity
(Maximum 30kW Power output each) as per the individual solar PV system capacity
through Array Junction Box (AJB). Standards:
Sl.
No. Standard Description
1.
IEC/IS:
61683
Photovoltaic systems – Power
Conditioners – Procedure for
measuring efficiency 2. IEC 60068 Environmental Testing
3. IEC 62116 Islanding Prevention Measurement
4. IEC 61727 Interfacing with utility grid
Type test certificate issuing authorities should be any NABL/IEC Accredited
Testing Laboratories or MNRE approved test centers. Equipment meeting with other authoritative standards which ensure an equal or
better quality is also acceptable. Specification:
Desired specification of each inverter shall include but not limited to the
following:
SI. No.
Operating Parameter
Desired specification
1 Type Grid connected String Inverter
2 Input (DC)
PV array connectivity capacity
As per site requirement
MPPT Voltage range Compatible with the array voltage
Number of MPPT Channel 2 Nos. (Minimum)
3 Output (AC)
Nominal AC Power output
As per the capacity of individual SPV system mentioned
in Annexure-I
Phase Three Phase+N
The inverters shall continue generation for grid voltage
Adjustable AC voltage range
variation from + 10 % to at least – 10 % of the rated
system voltage.
The inverters shall
continue generation for
grid
Frequency range
frequency variation from + 5
% to – 5 % of the rated
system frequency.
The limits on voltage
harmonics are 3 % for THD.
Current harmonics for various
power output conditions
THD
shall be limited as per the
values provided in relevant
Indian Standard.
Switching
H.F. transformer /
transformer less
4
General Electrical
data
Maximum Efficiency 96 % (minimum)
Night mode
consumption Less than 2 W
5 Protection
DC Side
Reverse-polarity,
reverse current
to PV
array,
ov
er
voltage, under
voltage, over
current
AC side
Over voltage and
under voltage,
over
current
,
ov
er
and under grid frequency,
ground fault
Isolation Switch
PV array Isolation switch
(integrated)
Earthing Provision of Body Earthing
6 LCD Display
Parameters
General Unit Temperature
DC Voltage, Current, Power
On grid connected mode
Line status, Grid voltage, Grid frequency, Export
Power, Cumulative Export Energy
7 Switching Devices IGBT / MOSFET
8 Control Microprocessor / DSP
9
Interface Suitable port must be provided
in the inverter for
(Communication protocol)
onsite dumping data from the memory
10 Storage of Data
At least for 1 year. data logger
may be provided in
the Inverter
11 Mechanical Data
Protection Class IP 65 or higher
Cooling Natural / forced air cooling
6. GRID INTEFACING LT PANEL (ACDB) Output from the Grid-tied Solar String Inverter shall be fed to the Grid
Interfacing Panel (ACDB) installed adjacent to the inverter through 4 Pole MCB
of suitable current rating and multi function export kWh meter.
i. ACDB shall control the AC power from inverters, and should have necessary surge arrestors (Class-I+II). The ACDB should be interconnected to the
Building LT Panel / Substation while in grid tied mode. ii. All switches and the circuit breakers, connectors should conform to
IEC 60947, part I, II and III/ IS60947 part I, II and III iii. The ACDB should be outdoor type, metal clad, totally enclosed, rigid,
floor mounted, air - insulated, cubical type suitable for operation on
three phase 415V, 50 Hz. iv. Unidirectional Energy Export Meter along with CT/PT shall be provided at
the output feeder of ACDB to monitor the solar PV generation. v. The ACDB shall be designed for minimum expected ambient conditions of Naya
Raipur, Chhatisgarh.
vi. All the 415 AC or 230 volts devices / equipment like bus support
insulators, circuit breakers, VTs etc., mounted inside the switchgear shall
be suitable for continuous operation and satisfactory performance under the
following supply conditions Variation in supply voltage +/- 10 %
Variation in supply frequency +/- 3 Hz
vii. Carbon emission saving against energy generation is to be monitored
through CO2 Meter installed in the ACDB.
viii. The bidder should take care of avoiding excess power from solar PV Plant being fed to the Grid.
7. CABLES & WIRES. Specification:
Copper Cables of appropriate size to be used in the system shall have the
following characteristics:
a. Shall meet IEC 60227/IS 694, IEC 60502/IS1554 standards
b. Temp. Range: -10 Deg C to +80 Deg C.
c. Voltage rating 650/1100V
d. Excellent resistance to heat, cold, water, oil, abrasion, UV radiation
e. Flexible i. The size of the cables between array interconnections, array to junction
boxes, junction boxes to Inverter etc shall be so selected to keep the
voltage drop and losses to the minimum. The cables (as per IS) should be
insulated with a special grade PVC compound formulated for outdoor use. ii. All installation accessories, which are required to install and
successfully commission the power plant, are to be provided.
iii. All cables must be identified by Rubber / Plastic tags. Cables must
be neatly enclosed in conduits. iv. All cable/wires are to be routed in a GI cable tray and suitably tagged
and marked with proper manner by good quality ferrule or by other means
so that the cable can be easily identified. The GI cable trays with
covers should be suitably mounted on the roof.
v. Multi Strand, Annealed high conductivity copper conductors with PVC type
‗A‘ pressure extruded insulation or XLPE insulation should be used.
Overall PVC/XLPE insulation should be provided for UV protection Armored
cable for underground laying. vi. The size of each type of DC cable selected shall be based on minimum
voltage drop. However, the maximum drop shall be limited to 1%. vii. The size of each type of AC cable selected shall be based on minimum
voltage drop. However, the maximum drop shall be limited to 2 %.
viii. The cable from ACDB on rooftop to the Building LT Panel / Sub
Station has be armored copper cable.
ix. All cable sizes shall be as indicated in the SLD.
Guideline for Cable Installation: i. For installation of DC Cables, sufficient gaps shall be provided in between
the module connectors and the module mounting structure. ii. All AC cables must be stranded flexible copper (As per IS-1554-I & II) iii. Conductor size of cables and wires shall be selected based on efficient
design criteria. The wiring size of shall be designed such that maximum
voltage drop at full power from the PV Array to Inverter(s) should be less
than 2%. From Inverter to AC Grid interfacing panel should be less than 3%. iv. Cable terminations shall be made with suitable cable lugs & sockets etc,
crimped properly and cables
shall be provided with dry type compression glands wherever they enter
junction boxes / panels / enclosures at the entry & exit point of the
cubicles. The panel bottoms should be properly sealed to prevent entry of
snakes / lizard / insects etc. inside the panel. All cables shall be
adequately supported. Outside of the terminals / panels / enclosures, shall
be protected by conduits. Cables and wire connections shall be soldered,
crimp-on type or thimble or bottle type. v. Only terminal cable joints will be accepted. vi. The cable must be laid through PVC conduit on roof and indoor.
Wherever the cables (either AC & DC) are to be laid in the roof, the
PVC Conduit shall be placed at least 30 mm height
from the roof. Necessary permanent support / base should be provided on the
PVC Conduit to maintain the gap from the roof. Maximum distance between two
adjacent support / base shall be 2 m. vii. All cable / wires / control cable shall be marked with good quality letter
and number ferrules of proper sizes so that the cables can be identified
easily. viii. All cable shall be suitably marked or coded for easy identification.
Cables and wires shall confirm to the relevant standards suppliers to
specify the specification. ix. Cable tray (metallic preferably galvanized/Fiber) of suitable size must be
used for laying of cable on the floor, wherever required. x. All fasteners shall be made of Stainless steel xi. Minimum two (02) number loop must be provided at the start and end each
span of cable laying. Loop length shall be as per relevant Indian Standard.
8. PROTECTION SYSTEM Lightning
Protection:
The SPV power plants shall be provided with lightning & over voltage
protection. The main aim in this protection shall be to reduce the over
voltage to a tolerable value before it reaches the PV or other sub system
components. The source of over voltage can be lightning, atmosphere
disturbances etc. The entire space occupying the SPV array shall be suitably
protected against Lightning by deploying required number of Lightning
Arrestors. Lightning protection should be provided as per IEC: 62305. The
protection against induced high-voltages shall be provided by the use of
Surge protection devices (SPDs) and suitable earthing such that induced
transients find an alternate route to earth.
Surge Protection:
Internal surge protection shall consist of three surge-arrestors connected
from +ve and –ve terminals to earth (via Y arrangement) / SPDs.
Earthing Protection:
a. Earthing System shall connect all non-current carrying metal receptacles,
electrical boxes, appliance frames, chassis and PV module mounting
structures in one long run. The earth strips should not be bolted or
interrupted. Earthing GI strips shall be interconnected by proper welding.
b. The complete earthing system shall be electrically connected to provide return to earth from all equipment independent of mechanical connection.
c. The equipment grounding wire shall be connected to earth strip by proper fixing arrangement. The earth strip shall be continued upto at least 500 mm
from the equipments.
d. Earthing system design should be as per the standard practices and should conform to the latest edition of IS 3043.
e. Masonry enclosure with the earth pit of size not less than 400 mm X 400
mm X 400 mm (depth) complete with cemented brick work (1:6) of minimum 150
mm width duly plastered with cement mortar (inside) shall be provided.
Hinged inspection covers of size not less than 300 mm X 300 mm with
locking arrangement shall be provided. Suitable handle shall be provided
on the cover by means of welding a rod on top of the cover for future
maintenance. f. Necessary provision shall be made at bolted isolating joints of each
earthing pit for periodic checking of earth resistance. An earth bus and a
test point shall be provided inside control room. Test point shall also be
provided at each earth pit. g. Minimum four (04) numbers of interconnected earth pit needs to be provided
in each location. Minimum required gap shall be provided in between earth
pits as per relevant standard. Body earthing shall be provided in Inverter,
each panel, module mounting structure, kiosk and in any other item as
required. h. Earthing system must be interconnected through GI Strip to arrive
equipotential bonding. The size of the GI earth strip must be minimum 25 mm X
6 mm. Chemical earthing may be considered.
Grid Islanding:
In the event of a power failure on the electric grid, it is required that any
independent power- producing inverters attached to the grid turn off in a
short period of time. The Rooftop PV system shall be equipped with islanding
protection. In addition to disconnection from the grid (due to islanding
protection) disconnection due to under and over voltage conditions shall also
be provided.
9. ON LINE DATA LOGGER & REMOTE MONITORING
Remote Monitoring complete systems including hardware and Modem/Router shall
facilitate monitoring of the performance of the Inverter /inverters , energy
yield, temperature, irradiance level etc through LAN based or GSM based
network. PC based inverter monitoring is also required for local monitoring of
each system. Some of the salient features of the monitoring system shall be:
a) Central recording of all system data
b) Data transfer remotely for monitoring and evaluation c) High data backup d) Expansion possible with additional measuring modules
e) Communication to the most diverse systems with different interfaces f) Compatible with the products of all leading inverter manufacturers
10. WEATHER MONITORING
Metrological instruments: Contractor shall provide following measuring instruments with all necessary
software and hardware and data logging devices required to make it compatible
with Monitoring Equipment.
a) Pyranometer Contractor shall provide Pyranometer for measuring incident global solar
radiation and it should be supplied with necessary cables and calibration
certificates
Spectral response - 0.31 to 2.8 micron Sensitivity- 17micro-volt/W/m2 Calibration range- -40deg C to + 60deg C
b) Thermometer Contractor shall provide at least one RTD type ambient temperature measuring
instrument at suitable place in PV array. Instrument shall have a range of -5°C
to 60°C.
c) Anemometer Contractor shall provide double cup anemometer on tubular type made up of hot
dipped galvanized iron. The anemometer shall have valid calibration
certificates which should be produced after the installation. Velocity range
upto 25m/s, accuracy limit of 0.1 m/s. The anemometer shall have valid
calibration certificates which should be produced after the installation.
11. FIRE BUCKETS & EXTINGUISHERS 01 (One) numbers of Fire Bucket (10 litres) with 02 (Two) Bucket Stand shall
be provided at each location. The stand shall be installed at suitable
location. One number of 9 kg ABC type dry power portable fire extinguisher shall be
provided at each location. The installation of Fire Extinguishers should
confirm to TAC regulations and BIS standards. Standards:
Fire Extinguisher IS 13849 (with latest amendments) Fire Bucket IS 2546 (with latest amendments)
12. SIGN BOARDS
Project information Signage:
For signage, water resistant, anti-corrosive paint shall be used over
permanent suitable back sheet. The sheet shall be rigidly fixed on a FRP
made sheet of minimum 5 mm thickness. Size of the signage shall be minimum
3‘ x 2‘. The signage should be fixed on a separate permanent structure made
of MS angle /
channel with proper fixing arrangement. The whole set including the
designing of the signage shall be approved by IIIT,Naya Raipur.
The Project Information Signage shall be installed at a prominent place of
each project location/ building.
Safety Sign:
Safety Sign must be provided mentioning the level and type of voltage
and symbols as per Indian Electricity Rule at different places of a
site as may be required.
13. TOOLS, MEASURING INSTRUMENTS AND SPARES:
The measuring instruments for each location will include but not limited to: Sl. No. Description
Quantity
1
Digital Multimeter to measure AC & DC parameters
1 no.
2 Screw driver (Taparia / Eastman or Equivalent) 1 set
3 Spanner (Taparia / Eastman or Equivalent) 1 set
4 Pliers 1 no.
User Manual & Training Book with Periodic Maintenance Log Book:
User Manual & Training Book with Periodic Maintenance Log Book must be
provided for each of the solar PV system.
10.0 Maintenance
The Contractor shall undertake necessary maintenance work of the Solar PV
Power Systems. Adequate measures should be taken for prevention of wear and
tear of the parts/components. Solar PV Power System is to be designed to
operate with minimum of maintenance.
The scope of maintenance work within the contract period shall include
preventive/routine maintenance activities to ensure proper functioning of
solar photovoltaic power plant as a whole as well as break down/corrective
maintenance in the event of malfunctions/breakdown, which prevent the
operation of the power system or part of it & free replacement of spares
required for such maintenance in stipulated time period.
A broad scope under preventive/routine maintenance shall include but not
limited to the following:
I. Cleaning and checking the health of SPV system II. Regular painting if required to avoid corrosion. III. Routine maintenance of PV Array including cleaning of modules,
checking for physical damage of PV module, tightening of electrical
connections, changing of tilt angle of module mounting
structure IV. Routine maintenance of Inverter and all other electrical Distribution
Boards, Junction Boxes, Isolating Switches, Meters
V. Checking of Earthing pit resistance and maintaining optimum level VI. Submission of Monthly Generation Report
In case of non- rectification of the problem after 24 hours) from reporting
the complaint, IIIT,Naya Raipur may consider repairing/replacing such
defective system on the cost of the contractor. Notwithstanding the same,
contractor shall continue to have the responsibilities and obligations of
the subject contract.
PROVISION FOR MODULE CLEANING Necessary equipments and water supply lines are to be provided with suitable
number of outlets in the array field from existing water source of the same
building to facilitate easy cleaning of the PV Modules. Plumbing arrangement
should be provided at each location. Hosepipe of maximum 15 m length, bucket,
mug, wiper (2 nos.) shall be supplied at each site by the contractor for
cleaning of solar modules. The whole work shall be executed within the contract value. If any special tools, spares and measuring instruments are required at a site,
those shall be provided by the contractor within the contract value. Necessary
spares for comprehensive maintenance for 5 years shall be supplied by the
contractor.
SAFETY MEASURES: The bidder shall take entire responsibility for electrical safety of the
installation(s) including connectivity with the grid and follow all the safety
rules & regulations applicable as per Electricity Act, 2003 and CEA guidelines
etc.
11.0 Handing Over
The work shall be taken over by IIIT, Naya Raipur upon successful
completion of all tasks to be performed at site(s) on equipment supplied,
installed, erected & commissioned by the Contractor in accordance with
provision of this order. During handing over complete project work, the
Contractor shall submit the followings for considering final payment.
i. All As-Built Drawings
ii. Detailed Engineering Document with detailed specification, schematic
drawing, circuit drawing and test results, manuals for all deliverable
items, Operation, Maintenance & Safety Instruction Manual and other
information about the project iii. Bill of material iv. Inventory of spares at projects site v. Operation and maintenance manual and schedule
vi. Deployment of engineers and technician with qualification details.
12.Operation:- The plant shall be operated by the contractor with qualified
engineers and technician round the clock. Daily generation record should be
maintained in the log book and shall be produced to the authority on demand.
Part-B Technical specification of structure as per drawing and plan placed at annexure-G
All other equipment‘s, Panels as specified above for Part-A
SCHEDULE OF QUALITY
NAME OF WORK: VEHICLE GARAGE
S.No DESCRIPTION OF ITEM QUANTITY UNIT
SH: EARTH WORK
1
Earth work in excavation by mechanical means
(hydraulic excavator)/ manual means by
infoundation trenches or drains (not exceeding
1.5m in width or 10Sqm on plan) including
dressing of sides and ramming bottoms including
getting out the excavated soil and disposal of
excavated soil as directed within a lead of 50m
(a) All kinds of soil. 231.00 One Cubic
meter
2
Supplying and filling in plinth with local sand
under floors, including watering, ramming,
consolidating and dressing complete
30.00 One Cubic
meter
3
Supplying and filling in plinth with moorum
under floors, including watering, ramming,
consolidating and dressing complete as per
direction of Engineer-in-charge
182.00 One Cubic
meter
SH: CEMENT CONCRETE WORK
4
Providing and laying in position cement concrete
of specified grade excluding the cost of
centering and shuttering-All work upto plinth
level:
(a) 1:5:10 (1 cement: 5 coarse sand: 10 graded stone
aggregate 40 mm nominal size)
115.00 One Cubic
meter
5
Providing and laying cement concrete in
retaining walls, return walls, walls (any
thickness) including attached pilasters,
columns, piers, abutments, pillars, posts,
struts, buttresses, string or lacing courses,
parapets, coping, bed blocks, anchor blocks,
plain window sills, fillets, sunken floor, etc.
up to five level, excluding the cost of
centering, shuttering and finishing:
(a) 1:2:4 (1 cement: 2 coarse sand: 4 graded stone
aggregate 20 mm nominal size)
2.50 One Cubic
meter
SH: REINFORCED CEMENT CONCRETE WORK
6
Providing and laying in position specified grade
of reinforced cement concrete excluding the cost
of centering, shuttering, finishing and
reinforcement-All work upto plinth level:
(a) 1:1.5:3 (1 cement: 1.5 coarse sand: 3 graded
stone aggregate 20 mm nominal size)
51.50 One Cubic
meter
7 Centering and shuttering including strutting,
propping etc and removal of form for
(a)
Foundations, footings, base of columns, etc for
mass concrete
70.50 One
Square
Meter
(b)
Lintels, beams, plinth beams, girders,
bressumers and cantilevers
80.25 One
Square
meter
(c)
Columns, pillars, piers, abutments, posts and
struts
88.25 One
Square
meter
(d) Edges of slabs and breaks in floors and walls
(i) Under 20cm wide 497.00 One meter
8
Reinforcement of R.C.C. work including
straightening, cutting, bending, placing in
position and binding all complete:
(a) Thermo-Mechanically Treated bars 3280.50 One
Kilogram
SH: MASONARY WORK
9
Masonary work with best available precast flyash
blocks of size 40x20x15 cm of crushing strength
not less than 50 kq/sqcm complete as per
manufacturers specifications & as per the
directions of the Engineer-in-charge in
foundation and plinth in:
(a) Cement mortar 1:4 (1 cement: 4 coarse sand) 47.00 One Cubic
meter
SH: STEEL WORK
10
Structural steel work riveted, bolted or welded
in built up sections, trusses and framed work,
including cutting, hoisting, fixing in position
and applying a priming coat of approved steel
primer all complete
3095.00 One
Kilogram
11
Steel work in built up tubular (round, square or
rectangular hollow tubes etc) trusses etc.
including cutting, hoisting, fixing in position
and applying a priming coat of approved steel
primer, including welding and bolted with
special shaped washers etc. complete
(a) G.I. pipes (Medium grade) 15392.00 One
Kilogram
SH: ROOFING
12
Providing and fixing precoated galvanized iron
profile sheets (size, shape and pitch of
corrugation as approved by Engineer-in-charge)
0.50 mm (+0.05%), total coated thickeness with
zinc coating 120 gm per sqm as per IS:277 in 240
mpa steel grade, 5-7 microns epoxy primer on
both side of the sheet and polyster top coat 15-
18 microns. Sheet should have protective guard
film of 25 microns minimum to avoid scratches
during transportation and should be supplied in
single length upto 12 meter or as desired by
Engineer-in-charge. The sheet shall be fixed
using self drilling/self tapping screws of size
(5.5x55mm) with EPDM seal, complete upto any
pitch in horizontal/vertical or curved surfaces
excluding the cost of purplins, rafters and
trusses and including cutting to size and shape
wherever required.
SH: FINISHING
13 12 mm cement plaster of mix:
(a)
1:6 ( 1 cement: 1 coarse sand) 81.00 One
Square
meter
14 Finishing walls with acrylic smooth exterior
paint of requires shade:
(a)
New work (two or more coat applied @1.67 lit/10
sqm) over and including priming coat of exterior
primer applied @2.20kg/10sqm
81.00 One
Square
meter
15 Painting with synthetic enamel paint of approved
brand and manufacture to give an even shade:
(a)
Two or more coat on new work over and under coat
of suitable shade with ordinary paint of
approved brand and manufacture
587.00 One
Square
meter
SH: ROAD WORK
16
Preparation and consolidation of sub grade with
power road roller of 8 to 12 tonne capacity
after excavating earth to an average of 22.5cm.
depth, dressing to camber and consolidating with
road roller including making good the
undulations etc, and re-rolling the sub grade
and disposal of surplus earth with lead upto 50
meters
732.50 One
Square
meter
17 Supplying and stacking at site
(a) 90 mm to 45 mm size stone aggragate 152.00 One Cubic
meter
18
Laying, spreading and compacting stone aggregate
of specifies sizes to WBM specifications in
uniform thickness, hand picking, rolling with 3
wheeled road/vibratory roller 8-10 tonne
capacity in stages to proper grade and camber,
applying and brooming requisite type of
screening/binding material to fill up
interstices of coarse aggregate, watering and
compacting to the required density
182.00 One Cubic
meter
19
Providing and layering 60mm thick factory made
cement concrete interlocking paver block of M-30
grade made by block making machine with strong
vibratory compaction, of approved size, design
and shape, lid in required colour and pattern
over and including 50mm thick compacted bed of
coarse sand, filling the joints with fine sand
etc. all complete as per the direction of
Engineer-in-charge
1213.00 One
Square
meter
20
Providing and fixing G.I. chain link fabric
fencing of required width in mesh size 50x50 mm
including strengthening with 2mm dia wire or
nuts, bolts or washers as required complete as
per the direction of Engineer-in-charge
(a)
Made of G.I. wire of dia 4mm 339.00 One
Square
meter
Part-C Technical Specification
43W Standalone with Dimming LED Solar Street Light
Model
Luminaire
System wattage (including
driver) 43W LED
System Output (after accounting
all losses) 3500 lumen
LED make CREE / Philips Lumileds
LED efficacy 130 lumen / watt
Driver type DC – DC
Driver efficiency 92%
Luminarie housing
Aluminum pressure die-cast
with fins
Ingress Protection IP65
THD Zero
Distribution of light Street light distribution
Solar Charge Controller
Type MPPT (microprocessor based)
Temperature compensated
charging provided
Rating 24V, 7.5A
Efficiency > 94%
Enclosure for charge controller IP 65 protection
Solar Panel (Only Indian Make)
Capacity 160Wp
Solar cells Multi crystalline silicon
Solar cell efficiency 14% - 15%
Standard IEC 61215
Battery
Capacity 160Ah
Container Poly Propylene
Permitted depth of discharge 75%
Standard IEC / BIS approved
Battery box material and
protection
Pre-coated galvanized sheet
of 0.6mm thickness
Battery box protection
Powder coating of 60 micron
thickness
Pole
Height 7m height above ground
Type
MS GI / Octagonal Galvanized
Pole
12 hrs working each night
with 40% Dimming (6hrs at
100%
Duty Cycle Load and 6hrs at 60% Load)
Automatic switch on / off
System Autonomy 36 hrs back-up
Inbuilt Protections
Overcharge protection for
battery
Deep discharge protection for
battery
Reverse polarity protection
for panel and battery
Temperature compensated
charging for battery
The street light complies with
the following standards
Solar Panel
IEC 61215
Electronics
EN50530 : MPPT Performance
evaluation
IEC62124 : Solar standalone
system performance
IEC61347-2-13 : LED driver
safety
IEC 62384 : LED driver
performance
CISPR 15 : Radio disturbance
characteristics
IEC61547 : EMC Immunity
requirements
IEC60598 : General
requirements and tests
ANNEXURE-‘C’
AFFIDAVIT REGARDING BLACKLISTING/ NON-BLACKLISTING FROM TAKING PART IN GOVT.TENDER BY
DOT/GOVT. DEPT (To be executed on Rs.10/- Stamp paper & attested by Public Notary/Executive Magistrate by the
bidder)
I / We Proprietor/ Partner(s)/ Director(s) of M/S.
--------------------------------------- hereby declare that the
firm/company namely M/S.--------------------------------------------------------
has not been blacklisted or
debarred in the past by IIIT—Naya Raipur or any other Government organization from taking part in Government tenders.
Or
I / We Proprietor/ Partner(s)/ Director(s) of M/S. ------------------- hereby declare that the
firm/company namely M/S.-------------------------------------- ---------------------------------------
was blacklisted or debarred
by IIIT—Naya Raipur, or any other Government Department from taking part in Government tenders
for a
period of ----------
years w.e.f.--------- --------.
The period is over on--------------
and now the firm/company is entitled to take part
in Government tenders. In case
the above information found false I/We are fully aware that the tender/ contract will be rejected/cancelled by IIIT—Naya Raipur, and EMD/SD shall be forfeited. In addition to the above IIIT—Naya Raipur, will not be responsible to pay the bills for any completed/ partially completed work.
Signature………………………………………………….……......................
Name…………………………………………………………….....................
Capacity in which assigned: ………………………………………………..
Name & address of the firm: ………………………………………………...
Date:
Signature of Bidder with seal.
Annexure-D Price Bid-Part-A
Name of Work: Design, Manufacture, Supply, Erection, Testing and Commissioning of Grid Tied Solar Photovoltaic Power plant of 200kwp (cumulative) capacity on Building Roof top.(Mention total capacity - )
Sl. No.
Description
Unit
Rate/KW (Rs.)
Total (Rs.)
01
Design, Manufacture, Supply of SolarPV Module with Module Mounting,Balance of System (BOS) as per tender specification,Remote Monitoring Unit, Weather Station along with Data logger hardware & software as per Tender.including Installation, Testing & Commissioning Of Solar PV Systems.
Building
Roof top
Capacity
02 Annual Maintenance Contract for 5
years for the entire system Year
03
Operation of Plant for 05 Years
24x7 Year
Total
In Figures: Rs……………………………………………………………………………….………………….…………………………………Only
Price Bid-Part-B Name of Work: Design, Manufacture, Supply, Erection, Testing and Commissioning of Grid Tied Solar Photovoltaic Power plant of 200kwp (cumulative) capacity on vehicle Garage.(Mention total capacity - )
Sl. No.
Description
Unit
Rate/KW (Rs.)
Total (Rs.)
01
Design, Manufacture, Supply of SolarPV Module with Module Mounting,Balance of System (BOS) as per tender specification,Remote Monitoring Unit, Weather Station along with Data logger hardware & software as per Tender.including Installation, Testing & Commissioning Of Solar PV Systems.
Max
Installed
Capacity
02 Structure for solar PV mounted vehicle garage as per Design and Drawing.
03 Annual Maintenance Contract for 5
years for the entire system Year
04
Operation of Plant for 05 Years
24x7 Year
Total
In Figures: Rs……………………………………………………………………………….………………….…………………………………Only
Price Bid-Part-C
Name of Work: Supply and Installation of Solar LED street Light-43 W as per technical specification
Sl.No Description Qty Unit Rate Total Rate
01 43 w
standalone
with dimming
LED solar
street light
(with Pole)
30
02 43 w
standalone
with dimming
LED solar
street light
(with out
Pole)
30
Total
In Figures: Rs……………………………………………………………………………….………………….…………………………………Only
Total Of Part-A,Part-B and Part-C =_______________________________(in words)
Note: The rates quoted above are inclusive of all applicable taxes &duties,
transportation, insurance & levies.
Place:
Date:
……………………………………
Authorised Signatory
Name:
Designation:
Annexure „E‟
„Technical‟ BID FORMAT
S.No Description YES/No Proof of
Documents
Attached
1 Minimum Average Annual
Turnover as per tender
Documents
Annexure-A
(balance
sheet/CA
certificate)
2 Similar work experience Annexure-B
(copy Of
Purchase Order)
3 Black Listed by any
NIT/IIT/Central
Universities/State
Government
Affidavit
4 Indian registered
Company
Annexure-C
(copy of
registration)
5 Availability of
Technical and Financial
strength to undertake
the work
Furnish Details
in Annexure-D
6 Income Tax return Annexure-E
7 List Of organization
/customer dealt
Annexure-F
8 Technical specification
of Module and balance of
system (Deviation if
any should be spelt out
clearly),Technical
specification for solar
street light,Technical
specification for
vehicle garage mounted
panel
Annexure-G
9 Annual Turnover of PV
module Manufacturer
Annexure-H
10 List of installation by
PV Module Manufacturer
Annexure-I
11 MNRE/NABL Lab
Accreditation
certificate
Annexure-J
12 Stadd-Pro Analysis
report for structure
Annexure-K
13 Shadow analysyis report Annexure-L
14 Wind analysis report for
project area
Annexure-M
Annexure-F
PROPOSED BUILDING WISE SOLAR PV SYSTEM CAPACITY
PROPOSED
SL.NO. NAME OF THE BUILDING SPVPP
CAPACITY
(kWp)
1 Academic Building 100
2 Boys Hostel 60
3 Girls Hostel 40
4 Proposed Vehicle garage
Max Installed capacity as
per indicative drawing of
Garrage.(The installed
capacity may be reduced from
any of the above three
building with consent of
IIIT-NR)
TOTAL CAPACITY 200