request for proposal (rfp) for selection of suppliers in...

105
New and Renewable Energy Development Corporation of Andhra Pradesh Limited Email: [email protected]; [email protected] Website: www.nredcap.in REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF SUPPLIERS IN THE STATE OF ANDHRA PRADESH FOR DESIGN, SUPPLY, INSTALLATION & COMMISSIONING ALONG WITH OPERATION &MAINTENANCE FOR 5 YEARS OF OFF-GRID SPV WATER PUMPING SYSTEMS

Upload: hoangcong

Post on 13-Apr-2019

232 views

Category:

Documents


0 download

TRANSCRIPT

New and Renewable Energy Development Corporation of

Andhra Pradesh Limited

Email: [email protected]; [email protected]

Website: www.nredcap.in

REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF SUPPLIERS IN THE STATE OF ANDHRA PRADESH FOR DESIGN, SUPPLY, INSTALLATION & COMMISSIONING ALONG WITH OPERATION &MAINTENANCE FOR 5 YEARS OF OFF-GRID SPV WATER PUMPING SYSTEMS

1

SOLAR RFP DOCUMENT

Issued by

New and Renewable Energy Development

Corporation of Andhra Pradesh Limited

Email: [email protected];

[email protected]

Website: www.nredcap.in

Telephone: 0863 2347650, 0863 2347651

Date of Issue of RFP: 31st July 2018

Bid Deadline: 21st August 2018

2

SOLAR RFP DOCUMENT

Contents

DISCLAIMER 3

1 Introduction and Background 16

2 Definitions 19

3 Bid information and instructions to Bidders 25

4 Bid evaluation methodology and selection of Projects 50

5 Other Provisions 58

6 Formats 59

7 Annexures 91

3

SOLAR RFP DOCUMENT

List of Tables

Table 1: Description of key provisions ............................................................................ 7

Table 2: Timelines of bid process .................................................................................. 25

Table 3: Details of Project Scope................................................................................... 29

Table 4: Computation of additional LDs ....................................................................... 36

Table 5: List of Formats under Technical Bid ............................................................... 42

Table 6: Illustration 1 ..................................................................................................... 53

Table 7: Illustration 2 ..................................................................................................... 54

Table 8: Illustration 3 ..................................................................................................... 55

Table 9: Illustration 4 ..................................................................................................... 55

4

SOLAR RFP DOCUMENT

DISCLAIMER

1. The RFP document is not transferable.

2. This RFP is issued by New & Renewable Energy Development Corporation of AP

Ltd (NREDCAP).

3. The Bid document is not a prospectus or offer on invitation to the public in relation

to the sale of shares, debentures or securities, nor shall this Bid document or any

part of it form the basis of or be relied upon in any way in connection with, any

contract relating to any shares, debentures or securities.

4. In considering a response to this Request for Proposal (RFP), each recipient should

make its own independent assessment and seek its own professional, technical,

financial and legal advice.

5. Whilst the information in this RFP document has been prepared in good faith, it is

not and does not purport to be comprehensive or to have been independently

verified. Neither NREDCAP nor any of their officers or employees, nor any of their

advisers nor consultants, accept any liability or responsibility for the accuracy,

reasonableness or completeness of, or for any errors, omissions or misstatements,

negligent or otherwise, relating to the proposed Project, or makes any

representation or warranty, express or implied, with respect to the information

contained in this document or on which this document is based or with respect to

any written or oral information made or to be made available to any of the

recipients or their professional advisers and, so far as permitted by law and except

in the case of fraudulent misrepresentation by the party concerned, and liability

therefore is hereby expressly disclaimed.

6. The information contained in this document is selective and is subject to updating,

expansion, revision and amendment issued before due date. It does not, and does

not purport to, contain all the information that a recipient may require. Neither

NREDCAP nor any of their officers, employees nor any of its advisors nor

consultants undertakes to provide any recipient with access to any additional

information or to update the information in this document or to correct any

inaccuracies therein which may become apparent. Each recipient must conduct its

own analysis of the information contained in this document or to correct any

inaccuracies therein that may be contained in this document and is advised to carry

out its own investigation in relation to the Project(s)/Tender, the legislative and

regulatory regime which applies thereto and by and all matters pertinent to the

proposed Project/Tender and to seek its own professional advice on the legal,

financial, regulatory and taxation consequences of entering into any agreement or

arrangement relating to the proposed Project/Tender.

7. This RFP document, if includes certain statements, estimates, projections, designs,

5

SOLAR RFP DOCUMENT

targets and forecasts with respect to the Project, such statements, estimates,

projections, targets and forecasts, designs reflect various assumptions made by the

management, officers and employees of NREDCAP, which assumptions (and the

base information on which they are made) may or may not prove to be correct. No

representation or warranty is given as to the reasonableness of forecasts or the

assumptions on which they may be based and nothing in this document is, or should

be relied on as a promise, representation or warranty.

8. NREDCAP reserves the right to modify, amend or supplement or cancel this RFP

document, without any prior notice or without assigning any reason.

RFP

12-464/5/1, River Oaks Apartments, CSR Kalyana Mandapam Road, Tadepalli-

Guntur District, 522 501

Tel: 0863 2347650, 0863 2347651

Email: [email protected]; [email protected];

Website: www.nredcap.in

Place: Vijayawada

Date: 31st July 2018

6

SOLAR RFP DOCUMENT

Information pertaining to Bid submission via eProcurement platform

1. Issue of RFP

The detailed terms and conditions for qualification of the Bidders and for Bid

submission are indicated in the RFP. All those interested in obtaining the RFP may

download the RFP from https://tender.apeprocurement.gov.in. Please visit

https://tender.apeprocurement.gov.in for details regarding online submission of the

RFP.

Bidders are required to procure a Digital Signature Certificate from any Certifying

Authorities (CA) in India from the list mentioned in the below URL:

https://tender.apeprocurement.gov.in/DigitalCertificate/signature.html

The Digital Signature Certificate is mandatory for participation in eProcurement

process. The Bids can be submitted only upon logging-in with the Digital Signature

Certificate in the eProcurement portal.

The Bidder would be required to register on the eProcurement market place

www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in and submit their

Bids online. Offline Bids shall not be entertained by the Authorised Representative for

the tenders published in the eProcurement platform.

The Bidders shall submit their eligibility and qualification details, Technical Bid,

Financial Bid etc., in the standard formats displayed in eProcurement web site. The

Bidders shall upload the scanned copies of all the relevant certificates, documents etc.,

in support of their eligibility criteria/Technical Bids and other certificate/documents in

the eProcurement web site. The Bidder shall sign on the statements, documents,

certificates, uploaded by him, owning responsibility for their correctness/authenticity.

2. Receipt and Opening of Bid:

Bid must be submitted at the website mentioned in the RFP on or before 21st August

2018 (Bid Deadline) 11:00 AM (IST). If it is a public holiday on 21st August 2018, the

submission and the receipt of the Bid shall be on the next working day. The Technical

Bid and the Financial Bid shall be opened as per the time schedule given in Clause 3.2

of the RFP.

3. Payment Of Transaction Fee:

Bidder shall pay transaction fee as per the relevant GoAP guidelines in regard to e-

procurement fund to be administered by APTS limited.

4. Nodal Person for enquiries and clarifications

7

SOLAR RFP DOCUMENT

All correspondence, clarifications in respect of the RFP and submission of the Bid

shall be addressed to:

Designation: The VC & Managing Director, NREDCAP

Address: 12-464/5/1, River Oaks Apartments, CSR Kalyana Mandapam Road,

Tadepalli- Guntur District, 522 501

Telephone: Tel: 0863 2347650, 0863 2347651

E-mail id: [email protected]; [email protected]

Website: www.nredcap.in

5. All capitalized words and expressions used in this notification but not defined herein

shall have the same meaning as ascribed to them in the RFP.

Table 1: Description of key provisions

Sl.

No

Key Provisions Description

1 Authorised

Representative

NREDCAP

2 Authorised Person and

Office address

The VC & Managing Director, NREDCAP

12-464/5/1, River Oaks Apartments, CSR Kalyana

Mandapam Road, Tadepalli- Guntur District- 522 501

0863-2347650/51

3 Tender Reference

Number

NREDCAP/SE/SPVPS/2018 Dated: 31/07/2018

4 Tender Subject Design, Supply, Installation, Commissioning and

Operations and Maintenance for 5 years of 25,000

Nos. Off -Grid Solar PV water pumping systems of

which 20,000 Nos of AC solar pumpsets (consist of

solar Array, solar inverter (Controller/VFD) and AC

pump ) and 5,000 Nos of solar pumpsets with

Brushless DC motor (BLDC) pumps (consist of solar

Array, DC controller ( off-grid operation only) and

BLDC pump) with Remote Monitoring Unit,

Surface/Submersible Pump, Mounting Structure,

Tracking, Cables, HDPE Pipe, lightening arrestor etc.

as per MNRE Specifications of 2015-16 and

Insurance for 5 years on turnkey basis. In addition,

AC and BLDC pump shall be of 5 star rated and

lightening arrestor shall be separately ground inserted.

Supplier shall be paid CMC Charges of 2% of

Purchase Order value (excluding Taxes and Duties)

for 5 years with 5% annual escalation at the end of

every year subject to satisfactory compliance of

Operations and Maintenance norms and receipt of

8

SOLAR RFP DOCUMENT

Sl.

No

Key Provisions Description

data from Remote Monitoring Unit on NREDCAP

server on regular basis. NREDCAP shall be issuing a

certificate on quarterly basis certifying receipt and

quality of data received on Online monitoring

Dashboard through NREDCAP server. Applicable

Taxes and Duties shall be reimbursed to the Supplier

by Procurer, subject to submission of appropriate

documentary evidence towards payment of such

Taxes and Duties to respective Government

department. Bidder has to arrange signed certificate

(Schedule 8 of Tripartite Agreement) from

beneficiary certifying satisfactory performance of

Pumpsets and submit the same to the Procurer within

7 days of end of each quarter. Failure to furnish such

signed certificates, i.e. NREDCAP certificate and

beneficiary certificate for any one quarter shall result

in non-payment of CMC Charges for that year.

5 Tender Type e tender

6 Tender Category Open/Local

7 Definitions and

Interpretations

For the purpose of eProcurement, the following

definitions shall apply

Tender Inviting Authority shall mean the same as

Authorised Representative as per the Definitions in

this RFP

Tender Documents shall mean the same as the

RFP and Tripartite Agreement Documents as per

the Definitions in this RFP

“Commercial Bid” or “Price Bid” shall have same

meaning as the Financial Bid defined in Clause 2

of this RFP

“PQ check” shall mean documents specified in

Clause 3.4.1 of this RFP

“Technical Bid” shall mean the same as

“Technical Bid” as per the terms of the RFP

Bidders shall also upload a checklist of all

documents enclosed under Technical Bid and

Financial Bid and the file name corresponding to

each document/format as required under the RFP.

This shall be the “PQ Template” or “Technical

Template” and this checklist shall be a part of the

9

SOLAR RFP DOCUMENT

Sl.

No

Key Provisions Description

Technical Bid

“EMD” shall mean the same as the EMD specified

in Clause 3.6 of the RFP.

8 Eligibility Criteria As specified in Clause 3.4.1

9 EMD As specified in Clause 3.6 of the RFP as per the

prescribed Format 6.3

It should be noted Bid Bond displayed on the NIT

screen of the eProcurement Website is not relevant to

this procurement process.

The actual EMD to be submitted by the Bidder shall

be as per Clause 3.6 of this RFP.

10 EMD Payable to Please refer Clause 3.6 of this RFP

11.1 Transaction Fee Bidder shall pay transaction fee as per the relevant

GoAP guidelines for e-procurement as administered

by APTS limited

11.2 Bid Processing Fee Non-refundable fee of INR 5,00,000 plus 18% GST

for bidding under Open Category and INR 1,25,000

plus 18% GST for bidding under Local Category in

form of demand draft in favor of NREDCAP payable

at Tadepalli, Guntur district. The copy of DD shall be

uploaded and the original DD shall be furnished along

with the Bid submitted in response to this RFP.

Bid processing fee is payable by all Bidders

submitting Bid in response to this RFP.

11.3 Fee for certification of

data integration and

online monitoring per

solar pumpset

3% of value of solar pumpset as mentioned in the

LoA plus GST as one-time fee for obtaining a

certificate from NREDCAP upon successful data

integration with smart centre of NREDCAP as

mentioned in Clause 3.3 (d) of this RFP, cloud and

server based centralized monitoring of solar pumpset,

analytical report generation, real time dash board

maintenance and Toll free support for customers

during CMC Period, payable to NREDCAP

12 Transaction Fee

Payable to

MD, APTS

13 Bid Processing Fee

payable to

DD in favor of NREDCAP payable at Tadepalli

14 Bid Document

Download Start Date

31st July 2018

10

SOLAR RFP DOCUMENT

Sl.

No

Key Provisions Description

15.1 Deadline for

submission of queries

(Authorised

Representative shall not

respond to queries

received after the

deadline)

06th

August 2018- 11:00 AM

Email: [email protected] ; [email protected]

15.2 Pre Bid meeting

(Venue and time shall

be intimated through

NREDCAP website.

Bidders shall keep a

close watch on the

website for any updates

pertaining to this

tender)

07th

August 2018

16 Bid Document

Download End Date

20th

August 2018, 05:00 PM

17 Bid submission closing

date i.e. Bid Deadline

21st August 2018, 11:00 AM

18 Hard Copy submission 21st

August 2018, 02:00 PM

19 Prequalification check

and Technical Bid

opening

21st August 2018, 03:00 PM

20 Financial Bid Opening

(Tentative)

31st August 2018, 11:00 AM at the below address:

(Tentative date and time)

NREDCAP Registered Office,

12-464/5/1, River Oaks Apartments, CSR Kalyana

Mandapam Road, Tadepalli, Guntur District, 522 501

Tel: 0863 2347650, 0863 2347651

21 Place of Tender

Opening

Tadepalli,, Vijayawada

22 Officer Inviting Bids/

Contact Person

The VC& Managing Director, NREDCAP, Tadepalli,

Vijayawada

23 Address/E-mail id NREDCAP Registered Office,

12-464/5/1, River Oaks Apartments, CSR Kalyana

Mandapam Road, Tadepalli, Guntur Distric, 522 501

[email protected]; [email protected]

Website: www.nredcap.in

11

SOLAR RFP DOCUMENT

Sl.

No

Key Provisions Description

24 Contact

Details/Telephone, Fax

Name: Sri P.V. Ramesh (Project Director,

NREDCAP)

Telephone: 0863 2347650, 0863 2347651

For technical queries related to eProcurement, please

contact:

M/s Vupadhi Techno Services,

1st Floor, Ramky Grandiose,

Sy. No. 136/2&4, Gachibowli,

Hyderabad – 500032, Telangana.

Ph no: 040-39999700/01

Fax: 040-39999702

Email id: [email protected]

Helpdesk support at Vijayawada: 07337318402/403

25 Procedure for Bid

Submission

The Bidder shall submit response to the tender on

eProcurement platform at

https://tender.apeprocurement.gov.in by following the

procedure given below.

The Bidder would be required to register on the

e-procurement market place

https://tender.apeprocurement.gov.in and submit their

Bids online. Online submission of Bids is mandatory

and Offline Bids shall not be entertained by the

Tender Inviting Authority.

The Bidders shall submit their eligibility and

qualification details, Bid Processing Fee and EMD

(Prequalification), Technical Bid, Financial Bid etc.,

in the online standard formats displayed in

eProcurement web site. The Bidders shall upload the

scanned copies of all the relevant certificates,

documents etc., in support of their eligibility

criteria/Technical Bid/Bid Processing Fee/EMD and

other certificate/documents in the eProcurement web

site. The Bidder shall sign on the statements,

documents, certificates, uploaded by him, owning

responsibility for their correctness/authenticity. The

Bidder shall attach all the required documents specific

to the RFP after uploading the same during the Bid

submission as per the RFP and Bid Documents.

12

SOLAR RFP DOCUMENT

Sl.

No

Key Provisions Description

1. Registration with eProcurement platform:

For registration and online Bid submission Bidders

may contact HELP DESK of Vupadhi Techno

Services

M/s Vupadhi Techno Services,

1st Floor, Ramky Grandiose,

Sy. No. 136/2&4, Gachibowli,

Hyderabad – 500032, Telangana.

Ph no: 040-39999700/01

Fax: 040-39999702

Email id: [email protected]

https://tender.apeprocurement.gov.in.

2. Digital Certificate authentication:

The Bidder shall authenticate the Bid with Digital

Certificate for submitting the Bid electronically on

eProcurement platform. The Bids not authenticated by

Digital Certificate of the Bidder will not be accepted.

For obtaining Digital Signature Certificate, you may

please Contact:

Andhra Pradesh Technology Services Limited,

Plot No. 302, 3rd Floor, Banukrishna Nilayam,

Ashoka Nagar, Velanki Rammohan Rao street,

Vijayawada

Mob: 9963029443

(OR)

Any other Registration Authority in India. The city-

wise list of RAs is available by clicking the link

"Apply for a Class-2 Certificate" under "Enroll"

section in the website "https://www.tcs-

ca.tcs.co.in/mca21/index.jsp"

3. Hard copies:

13

SOLAR RFP DOCUMENT

Sl.

No

Key Provisions Description

i) Bidders shall submit hard copies of the Bid as

specified in Clause 3.8.2 of this RFP, as per the

timelines specified in Clause 3.2 of this RFP.

ii) All the Bidders shall invariably upload the scanned

copies of DD/BG/PO/RTGS particulars in

eProcurement system and this will be one of the key

requirements to consider the Bid responsive.

4. Deactivation of Bidders

If any Successful Bidder fails to submit the original

hard copies of uploaded certificates/documents,

within stipulated time or if any variation is noticed

between the uploaded documents and the hard copies

submitted by the Bidder, as the successful Bidder will

be barred from participating in the tenders on

eProcurement platform for a period of 3 years. The

eProcurement system would deactivate the user ID of

such defaulting Bidder based on the

trigger/recommendation by the Authorised

Representative in the system. Besides this, the

Authorised Representative shall invoke all processes

of law including criminal prosecution of such

defaulting Bidder as an act of extreme deterrence to

avoid delays in the Bid Process for execution of the

development schemes taken up by the government.

Other conditions as per the RFP are applicable.

5. Payment Of Transaction Fee:

It is mandatory for all the participant Bidders to

electronically pay a Non-refundable Transaction fee

to MD, APTS as per the relevant GoAP guidelines in

regard to e-procurement fund to be administered by

APTS limited, the service provider through "Payment

Gateway Service on E-Procurement platform". The

Electronic Payment Gateway accepts all Master and

Visa Credit Cards issued by any bank and Direct

Debit facility/Net Banking of ICICI Bank, HDFC,

Axis Bank to facilitate the transaction. GST is

applicable for Transaction on the transaction amount

14

SOLAR RFP DOCUMENT

Sl.

No

Key Provisions Description

payable to MD APTS.

6. Bid Processing Fee: Non-refundable fee of INR

5,00,000 plus 18% GST for bidding under Open

Category and INR 1,25,000 plus 18% GST for

bidding under Local Category in form of demand

draft in favor of NREDCAP payable at Tadepalli,

Guntur district. The copy of DD shall be uploaded

and the original DD shall be furnished along with the

tender document to NREDCAP.

7. RFP Document:

The Bidder is requested to download the RFP

document and read all the terms and conditions

mentioned in the RFP Document and seek

clarification if any from the Authorised

Representative. Any offline Bid submission Clause in

this

RFP could be neglected.

The Bidder has to keep track of any changes by

viewing the Addendum/Corrigenda issued by the

Authorised Representative on time-to- time basis in

the e-Procurement platform/NREDCAP official

website www.nredcap.in. The Authorised

Representative inviting Bids shall not be responsible

for any claims/problems arising out of this.

8. Bid Submission Acknowledgement:

The Bidder shall complete all the processes and steps

required for Bid submission. The system will generate

an acknowledgement with a unique Bid submission

number after completing all the prescribed steps and

processes by the Bidder. Users/Bidders may also note

that the Bids for which an acknowledgement is not

generated by the eProcurement system are treated as

invalid or not saved in the system. Such invalid Bids

will not be available to the Authorised Representative

for processing the Bids. The Authorised

Representative is not responsible for incomplete Bid

submission by the Bidders.

15

SOLAR RFP DOCUMENT

Sl.

No

Key Provisions Description

26 Rights reserved with

the Department

Authorised Representative reserves the right to accept

or reject any or all of the Bids received without

assigning any reasons therefore.

27 General Terms and

Conditions

As per the RFP Documents

28 Other information Bidders shall contact Vupadhi Techno Services for all

queries related to Bid submission on the

eProcurement platform

Contact Details:

HELP DESK of Vupadhi Techno Services, M/s

Vupadhi Techno Services, 1st Floor, Ramky

Grandiose, Sy. No: 136/2&4, Gachibowli, Hyderabad.

Telephone No: 040-39999700/01

29 E-Procurement

Conditions to be

followed, by the

suppliers in filling the

price form.

The following declarations have to be submitted by

the Bidders:

1: We, the undersigned, examined the Conditions of

Contract, Specification, Special Conditions of

Contract, Basic Parameters of the proposed Scheme

and subsequent Addendums/Corrigendum for the

above mentioned works. We have examined,

understood and checked these documents and have

ascertained that there is no ambiguity in the

Procurer‟s requirements. We accordingly offer to

complete the work in conformity with such

documents for the price as given in the Financial Bid

submitted and attached at the commercial stage i.e.

commercial template

2: Note: Financial Bid attached at commercial stage

i.e. under commercial template only will be

considered for commercial evaluation.

3: As per the conditions in the folder management, we

have extracted the file uploaded and verified the

contents of the Zipped files to avoid disqualifications

4: We have also read the Note in the folder

management; the documents attached to the

commercial Bid stage will be encrypted and stored.

Documents uploaded in Common folder and attached

to the Technical Bid stage shall not be encrypted.

30 Uploading 1. Financial Bids shall be uploaded at the

commercial stage available on the eProcurement

16

SOLAR RFP DOCUMENT

Sl.

No

Key Provisions Description

platform which has an encryption facility

2. The Bidder shall not submit two versions of the

same Financial Bid. The Authorised

Representative will only open the file specified in

the “PQ Template” or “Technical Template”

3. In case the Authorised Representative finds

multiple versions of the same Financial Bid, such

Bids are liable for rejection by the Authorised

Representative

1 Introduction and Background

1.1 Introduction

1.1.1 New and Renewable Energy Development Corporation of A.P. Ltd. (NREDCAP)

intend to select Successful Bidders for design, supply, installation, commissioning and

Operations and Maintenance for 5 years of around of 25,000 Nos. Off -Grid Solar PV

water pumping systems of which 20,000 Nos of AC solar pumpsets (consist of solar

Array, solar inverter (Controller/VFD) and AC pump ) and 5,000 Nos of solar

pumpsets with Brushless DC motor (BLDC) pumps (consist of solar Array, DC

controller ( off-grid operation only) and BLDC pump) with Remote Monitoring Unit,

Surface/Submersible Pump, Mounting Structure, Tracking, Cables, HDPE Pipe,

lightening arrestor etc. as per MNRE Specifications of 2015-16 and other applicable

guidelines and Insurance for 5 years on turnkey basis anywhere in Andhra Pradesh state

for agricultural purpose on Turnkey basis, under the e-procurement process. In

addition, AC and BLDC pump shall be of 5 star rated and lightening arrestor shall be

separately ground inserted.

Comprehensive Maintenance has to be carried by the Supplier during the CMC Period.

This tender is agnostic to the requirement on domestic or imported components used

for solar Pumpsets. Bidder is free to use imported module for installation subject to

meeting the technical specifications issued for module by MNRE.

As per MNRE Specifications of 2015-16, 5 year warranty shall be offered for AC and

BLDC motor and pump. The PV Modules must be warranted for output wattage, which

should not be less than 90% at the end of 10 years and 80% at the end of 25 years. The

17

SOLAR RFP DOCUMENT

whole system including submersible/ surface pumps shall be warranted for 5 years.

Required Spares for trouble free operation during the Warrantee period should be

provided along with the system. A warranty card for the modules and the motor Solar

Pumpset System(s) should also be provided to the beneficiary.

Bidder will need to establish an Authorized Service Center of operation before supply

as per the provisions of the Tripartite Agreement district wise in the State for both AC

and BLDC Pumpsets allocated under Open and Local category and shall share the

contact details including mobile number, email of Authorised Service Centre for

integrating with toll free number of NREDCAP for real time support and preventive

maintenance of solar pumpsets. NREDCAP shall integrate the Controller of Remote

Monitoring Unit of solar pumpset with the NREDCAP toll free number 1800-425-1718

for real-time support and preventive maintenance for beneficiaries. Alert Management,

Ticket tracker and other support facilities to be incorporated by NREDCAP to extend

the support and monitoring of solar pumpsets. Complaints received from beneficiaries

of solar Pumpsets shall be communicated to respective Supplier of pumpset through

SMSs and email for rectification from centralized server of NREDCAP as per the

provisions of Tripartite Agreement.

Only those components that are specified in the Test Certificate (eligibility criteria) will

be allowed to be supplied. In case of any alternation, new Test Certificate must be

obtained. The guidelines issued by MNRE from time to time shall be followed.

1.1.2 Bidders declared as Successful Bidder based on this RFP shall sign Tripartite

Agreement with Procurer in line with terms and conditions of this RFP and the

Tripartite Agreement.

1.1.3 The Bid process shall be carried out for selection of Supplier for design, supply,

installation, commissioning, operations & maintenance for 5 years of Solar Pumpset

Systems in the state of Andhra Pradesh. The evaluation of Bids shall be done separately

as per the provisions under the Clause 4 of this RFP.

1.1.4 Authorized Representative reserves the right to increase or decrease the Tendered

Quantity and/or Allocated Quantity of solar pumpset models.

1.2 Background

1.2.1 Andhra Pradesh has more than 300 sunshine days with average solar insolation of

nearly 5.0 kWh/m2. In order to implement energy efficiency off grid solar applications,

NREDCAP, the nodal agency and authorized representative for Renewable Energy in

the State proposes to install solar powered agricultural Solar Pumpset System(s) for all

new agricultural connections in the State.

1.2.2 The Authorised Representative proposes to implement 25,000 Nos. of 3HP surface and

submersible, 5HP submersible model Solar Pumping Systems of which 20,000 Nos

(80%) of AC/ solar pumpsets (consist of solar Array, solar inverter (Controller/VFD)

18

SOLAR RFP DOCUMENT

and 5 star rated AC pump ) and 5000 Nos (20%) of solar pumpsets with Brushless DC

motor (BLDC) pumps (consist of solar Array, DC controller and 5 star rated BLDC

pump) Nos. of Solar Pumpset Systems in various districts in the state of Andhra

Pradesh.

19

SOLAR RFP DOCUMENT

2 Definitions

Any capitalized term, used but not defined in this RFP, shall have the meaning ascribed

to such term in the Tripartite Agreement. In absence of availability of definitions in the

foregoing references, the capitalized terms shall be interpreted in accordance with the

Electricity Act 2003, the Appropriate Commission (Terms and Conditions of Tariff

Regulations, Grid Code or any other relevant electricity law, rule or regulation

prevalent in India, as amended or re-enacted from time to time, in that order.) or the

Ministry of New and Renewable Energy (Notifications, policies, guidelines as notified

or amended from time to time)

Following terms used in the document will carry the meaning and interpretations

as described below:

“Allocable Quantity” shall mean the maximum number of Pumpsets that may be

allocated to Successful Bidder, adjusted to the nearest whole number subject to

provisions of Clause 4.1.2.3 of this RFP;

“Allocated Quantity” has the same meaning as assigned to in Clause 4.1.2.3 of the

RFP;

“Allocated Percentage” has the same meaning as assigned to in Clause 4.1.2.3 of the

RFP;

“Authorised Representative” shall mean the body authorised to carry out the Bidding

process for the selection of the Successful Bidder(s). As per this RFP, NREDCAP is the

Authorised Representative;

“Authorised Service Centre” shall mean a commercial establishment, in a space owned

or leased and run by the Supplier of solar pumpset system, in every district in the State

of Andhra Pradesh whose operation need to be started before the commissioning of the

first Solar Pumpset System(s) allotted to the Supplier to carry out the operation and

maintenance obligations of the Supplier during the CMC Period as per the provisions of

the Tripartite Agreement;

“Authorised Signatory” shall have the same meaning as assigned to in Clause 3.7.13 of

the RFP;

“Average Annual Turnover” shall have the same meaning as assigned to in Clause

3.4.1.4 of this RFP;

“Bank Guarantee” shall mean the guarantees required to be furnished by the Bidder in

accordance with the provisions of Clause 3.6 of this RFP;

“Batch” shall mean aggregated farmer applications at regular intervals undertaken by

Procurer based on the applications received across the State of Andhra Pradesh after

20

SOLAR RFP DOCUMENT

randomizing the applications of size atleast 2,000 numbers;

“Bid” shall mean the Bid submitted by the Bidder in accordance with provisions of

Clause 3.4 comprising of Technical Bid submitted by the Bidder as per Clause 3.4.1

and Financial Bid submitted by the Bidder as per Clause 3.5 of this RFP, in response to

this RFP, in accordance with the terms and conditions thereof;

“Bid Processing Fee” shall have the same meaning as per Clause 3.1 of this RFP;

“Bidder” shall mean Bidding Company or a Bidding Firm or a Bidding Consortium

submitting the Bid. Any reference to the Bidder includes Bidding Company /Bidding

Firm/Bidding Consortium, Member of a Bidding Consortium including its successors,

executors and permitted assigns and Lead Member of the Bidding Consortium jointly

and severally, as the context may require;

“Bidding Company” shall refer to such single Company, registered under Companies

Act 1956 or Companies Act, 2013 as applicable that has submitted the response in

accordance with the provisions of this RFP;

“Bidding Firm” shall mean a partnership firm registered under the Indian Partnerships

Act, 1932 and as amended from time to time or a Sole Proprietorship Firm;

“Bidding Consortium” shall refer to a group of Bidding Companies that have

collectively submitted the Bid in response to this RFP in accordance with the

provisions of this RFP; Bidding Consortiums shall not have more than three (3)

Members and Bidding Consortiums comprising of more than three (3) Members shall

be summarily rejected;

“Bid Deadline” shall mean the last date and time for submission of Bid in response to

this RFP as specified in Clause 3.2 of the RFP;

“Bid Parameter” shall have the same meaning as provided in Clause 3.5 of this RFP;

“Bid Validity” shall have the same meaning as provided in Clause 3.10 of this RFP;

“Chartered Accountant” shall mean a person practicing in India or a Firm wherein all

the partners practicing in India are Chartered Accountant(s) within the meaning of the

Chartered Accountants Act, 1949;

“CMC Charges” shall mean charges payable to Supplier for successfully carrying out

the comprehensive maintenance as per the provisions of Tripartite Agreement during

the CMC Period;

“Comprehensive Maintenance Contract Period or CMC Period” shall mean a period

of 5 (five) years from the DOC of last pumpset System of the corresponding Batch.

Year shall mean a period of 12 months from DOC; Remote readings to be provided for

making payment of CMC Charges;

21

SOLAR RFP DOCUMENT

“Company” shall mean a company incorporated under the Companies Act, 1956 or the

Companies Act, 2013, as applicable;

“Contract Period” shall mean the period from the Effective Date till Expiry Date, in

which the Tripartite Agreement shall be valid;

“Conflict of Interest” A Bidder may be considered to be in Conflict of Interest with

one or more Bidders in the same Bid process under this RFP, if they have a relationship

with each other, directly or indirectly through a common Company/ Firm/Promoter,

that puts them in a position to have access to information about or influence the Bid of

another Bidder;

“Date of Commissioning (DOC)” shall mean the date on which the Solar Pumpset

System(s) is declared to be operational, provided that DOC shall not be achieved and

Solar Pumpset System(s) shall not be operational until such Solar Pumpset System(s)

has satisfied the conditions as per the Tripartite Agreement;

“Due Date” shall be Twenty one (21) working days from the date of receipt of Invoice

at Assistant Engineer (Operation) of respective Procurer;

“Effective Date” shall mean the date of execution of Tripartite Agreement by the

Parties to the Tripartite Agreement;

“EMD” shall have the same meaning as provided in Clause 3.6 of this RFP;

“Expiry Date” shall mean the period from the Effective Date till end of CMC Period

or extended after mutual agreement, as per provisions of the Tripartite Agreement;

“Financial Bid” shall mean the documents and formats as specified in Clause 3.5 of

this RFP;

“Financial Eligibility Criteria” shall mean provisions of Clause 3.4.1.4 of this RFP;

“Firm” shall mean a partnership firm registered under the Indian Partnerships Act,

1932 and as amended from time to time or a Sole Proprietorship Firm;

“KW” shall mean Kilowatts;

“Lead Member of the Bidding Consortium” or “Lead Member” shall mean a Bidding

Company which meets the eligibility criteria as per Clause 3.4.1, and so designated by

other Member(s) in Bidding Consortium as per the provisions of Consortium

Agreement signed as per Format 6.2D;

“Letter of Award” or “LoA” shall mean the letter issued by the Authorised

Representative to the Successful Bidder for award of the Project; LoA shall provide

details including but not limited to Allocated Quantity, price of each pump and total

price of each Model;

22

SOLAR RFP DOCUMENT

“Local Category” shall mean a Bidding Firm or a Bidding Company registered in the

state of Andhra Pradesh who has declared to participate under the Local Category as

specified in Format 6.1 of the RFP and shall furnish documentary evidence to be

eligible to bid under Local Category as per provisions of Clause 3.4.1 (except under

Clause 3.4.1.2) of this RFP;

“Member in a Bidding Consortium” or “Member” shall mean each Bidding Company

submitting the Bid in form of a Bidding Consortium;

“MNRE” shall refer to Ministry of New and Renewable Energy, Government of India;

“MW” shall mean Megawatts;

“Open Category” shall mean Bidding Company or Bidding Consortium from anywhere

in India submitting Bid in response to this RFP and shall furnish documentary evidence

to be eligible to bid under this category as per provisions of Clause 3.4.1 (except under

Clause 3.4.1.3) of this RFP;

“Performance Guarantee (PG)” shall mean the Bank Guarantee furnished by the

Supplier to Procurer, to assure timely and satisfactory completion of a Project by the

Supplier as per the provisions of Tripartite Agreement;

“Procurer” shall mean power Distribution Companies of Andhra Pradesh and shall

refer to APSPDCL and/or APEPDCL who would purchase the solar Pumpsets;

“Purchase Order” shall mean the order issued by Procurer for the identified Batch

from time to time. The cumulative allocation of pumpsets from all batches to the

Supplier shall not exceed the LoA quantity. Purchase Order shall provide details

including but not limited to number of pumpsets allocated to the Supplier in the Batch,

cumulative pumpsets allocated to the Supplier under this bid, price of the pumpsets for

each model, category and value of the allocated pump-set with timelines;

“Quoted Price” shall mean such firm price quoted by the Bidder under Format 6.5 of

this RFP that will be payable for design, supply, installation, commissioning, of the

Solar Pumpset System(s) as per the provisions of this RFP and Tripartite Agreement;

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

Bid(s) as per Clause 4.1 of the RFP meet the Qualification Requirements and hence

stand qualified for opening and evaluation of their Financial Bid(s);

“Qualification Requirements” shall mean the General Eligibility Criteria, Technical

Eligibility Criteria and Financial Eligibility Criteria as specified under Clause 3.4 of

this RFP;

“Remote Monitoring Unit” shall mean a GSM/GPRS based control system which can

monitor and wirelessly update all the performance parameters as detailed in Clause 3.3

(e), (f), (g) and (h) of this RFP to the NREDCAP server in real time as per the time

23

SOLAR RFP DOCUMENT

intervals defined by NREDCAP;

“Rolling Stock of BLDC pumps” shall mean 5% of quantity of BLDC Pumpsets as

mentioned in the Purchase Order which Supplier shall keep in healthy condition at

Division Engineers office from time to time. Such Rolling Stock shall be limited only

to pumps of BLDC Solar pumpset systems;

“RFP/RFP Documents” shall mean the RFP document issued by Authorised

Representative including the Tripartite Agreement and all attachments vide RFP No.

NREDCAP/SE/SPVPS/2018 dated 31/07/2018 for „Selection of suppliers for Design,

Supply, Installation, Commissioning, Operations and Maintenance for 5 years of Solar

Pumpset Systems in Andhra Pradesh State‟ and shall include any modifications,

amendments, alterations or clarifications thereto.

“Scheduled Date of Commissioning (SDOC)” shall mean the date which is 45 (forty

five) days from the date of issue of Purchase Order by the Procurer to the Supplier, on

which date the Supplier is required to commission the Solar Pumpset System(s) in

accordance with the provisions of the Tripartite Agreement.

“Successful Bidder” shall mean the Bidder selected pursuant to this RFP to design,

supply, install, commission, operate and maintain for 5 years the Solar Pumpset

System(s) as per the provisions of this RFP;

“Solar Pumpset System/Pumpset System/Project” shall mean the Solar PV Water

Pumping Systems comprising of SPV modules, Inverter, Remote Monitoring Unit,

AC/BLDC Surface/Submersible Pump, Mounting Structure, Manual Tracking, Cables,

HDPE Pipe, lightening arrestor etc. as per the MNRE specifications of 2015-16 (Test

Reports), inclusive of Insurance for 5 (five) years from the DOC of the Pumpset

System. In addition, AC and BLDC pump shall be of 5 star rated and lightening

arrestor shall be separately ground inserted.

“Solar Pumpset System(s) Supplier/Supplier” (SPS) shall mean the Successful Bidder,

pursuant to the provisions of this RFP, with which Procurer has executed the Tripartite

Agreement for design, supply, installation, commissioning, operations and maintenance

of the Solar Pumpset System(s) as per the terms and conditions specified in this RFP;

“Solar Pumpset System(s) Model” shall mean

Solar Pumpset

System(s) Model 1

Solar Pumpset

System(s) Model

2

Solar Pumpset

System(s) Model 3

Solar Pumpset

System(s) Model 4

Surface mounted

Solar PV Solar

Pumpset System(s)

with minimum PV

Array of 2700 Wp

Submersible Solar

PV Solar Pumpset

System(s) with

minimum PV

Array of 3000 Wp

– 3 HP AC

Surface mounted

Solar PV Solar

Pumpset System(s)

with minimum PV

Array of 4800 Wp

Submersible Solar

PV Solar Pumpset

System(s) with

minimum PV Array

of 4800 Wp – 5

24

SOLAR RFP DOCUMENT

– 3 HP AC – 5 HP AC HP AC

Solar Pumpset

System(s) Model 5

Solar Pumpset

System(s) Model

6

Solar Pumpset

System(s) Model 7

Surface mounted

Solar PV Solar

Pumpset System(s)

with minimum PV

Array of 2700 Wp

– 3 HP BLDC

based solar

pumpset

Submersible Solar

PV Solar Pumpset

System(s) with

minimum PV

Array of 3000 Wp

– 3 HP BLDC

based solar

pumpset

Submersible Solar

PV Solar Pumpset

System(s) with

minimum PV

Array of 4800 Wp

– 5 HP BLDC

based solar

pumpset

“Technical Bid” shall mean the documents and formats as specified in Clause 3.8.1

(A) of the RFP to meet the Technical Eligibility Criteria;

“Technical Eligibility Criteria” shall mean provisions of Clause 3.4.1 of this RFP;

“Tendered Quantity” shall refer to Sr. No. 1, 2 and 3 of Table No.3 under Clause 3.4.1

of this RFP;

“Test Certificate/Test Report” shall have the same meaning as assigned to in Clause

3.3.1 of the RFP;

“Tripartite Agreement” shall mean the Tripartite Agreement signed among the

Successful Bidder, New & Renewable Energy Development Corporation of Andhra

Pradesh Limited (NREDCAP) and Procurer according to the terms and conditions of

the Tripartite Agreement enclosed with this RFP;

“Validity of LoA” shall be valid for a period of 6 months from date of issue of LoA.

Any allocation of pump-sets beyond this period is subject to prior approval from

Authorised Representative;

25

SOLAR RFP DOCUMENT

3 Bid information and instructions to Bidders

3.1 Obtaining RFP document & Bid Processing Fees

3.1.1 All those interested in the RFP can download the RFP from the website

https://tender.apeprocurement.gov.in. All information related to submission of response

to this RFP and the Bid shall be available at the aforementioned website.

3.1.2 Prospective Bidders interested in participating in the Bid process are required to submit

their Bids in response to this RFP document along with a non- refundable Bid

Processing Fee of Rs. 5,00,000/- plus 18% GST for Open Category and INR 1,25,000

plus 18% GST for Local Category.

3.1.3 Bidders shall provide the above non-refundable Bid Processing Fee in the form of DD

payable in favour of “NREDCAP” payable at Tadepalli, Guntur district. Any Bidder

will be eligible to participate in the Bid process only upon submission of Bid

Processing Fee at the following address of the Authorised Representative as per the

timelines specified in Clause 3.2

of the RFP.

3.1.4 Notwithstanding anything to the contrary contained in this RFP, the Authorised

Representative shall open the Technical Bid of the Bidder, only upon receipt of the

above non-refundable Bid Processing Fee, along with the Covering Letter as per

Format 6.0 (PQ) within the timelines mentioned in Clause 3.2 of the RFP. Bidders shall

also upload scanned copies of the original EMD and the DD towards Bid Processing

Fee on the eProcurement platform under the PQ Check.

3.2 Timelines for Bid process

The Bidders shall submit their Bids based on the conditions specified in this RFP

document. The last date for submission of Bids i.e. Bid Deadline is given in the table

below. No Bid shall be accepted beyond the Bid Deadline.

Table 2 : Timelines of bid process

S. No. Event Schedule

The VC & Managing Director, NREDCAP

12-464/5/1, River Oaks Apartments, CSR

Kalyana Mandapam Road, Tadepalli, Guntur

District, 522 501

Tel: 0863 2347650, 0863 2347651

26

SOLAR RFP DOCUMENT

S. No. Event Schedule

1 Date of issue of RFP Documents 31st July 2018

2 Bid Document Download Start Date 31st July 2018

3.a Deadline for submission of queries

(Authorised Representative shall not

respond to queries received after the

deadline)

06th

August 2018 -

10:00 am

Email:

[email protected] ;

[email protected]

3.b Pre-bid meeting

(Venue and time shall be intimated through

NREDCAP website. Bidders shall keep a

close watch on the website for any updates

pertaining to this tender)

07th

August 2018

5 Bid document download end date 20th

August 2018 - 05:00

pm

6 Bid Deadline i.e. Last Date and Time for

uploading Bid on the e-procurement website

21st August 2018 - 11:00

am

7 Deadline for submission of hard copies of

Bid

21st August 2018 - 02:00

pm

8 Prequalification check & opening of

Technical Bid

21st August 2018 - 03:00

pm

9 Opening of Financial Bids 31st Aug 2018 - 11:00 am

(Tentative date and time) at

NREDCAP Registered

Office

12-464/5/1, River Oaks

Apartments, CSR Kalyana

Mandapam Road, Tadepalli,

Guntur District, 522 501

10 Issue of LoA to Successful Bidders Will be intimated later

27

SOLAR RFP DOCUMENT

S. No. Event Schedule

11 Signing of Tripartite Agreement Will be intimated later

The Authorised Representative reserves the right to change the above Bid process

timelines. However the Authorised Representative shall notify prospective Bidders

through email/notification on website/eProcurement platform regarding changes to the

above timelines.

3.3 Project Scope and Technology Selection

a) New and Renewable Energy Development Corporation of A.P. Ltd. (NREDCAP)

intend to select Supplier for design, supply, installation, commissioning Solar

Pumpset(s) System Model for Tendered Quantity as per MNRE Specifications of 2015-

16 and other applicable guidelines and Insurance for 5 years on turnkey basis anywhere

in Andhra Pradesh state for irrigation purpose on turnkey basis, under the e-

procurement process. In addition, AC and BLDC pump shall be of 5 star rated and

lightening arrestor shall be separately ground inserted.

Comprehensive Maintenance as per the Tripartite Agreement entered into between

Procurer and Successful Bidder has to be carried out for a period of 5 years. Bidder has

to quote the price exclusive of CMC Charges.

Supplier shall maintain Rolling Stock of BLDC pumps only with adjustments if any

(roundup to the nearest whole number). Supplier, upon commissioning of the solar

Pumpsets and CMC Period, shall hand over the live Rolling Stock to Procurer at the

end of 5th

year in healthy condition.

Illustration (Shall be read in reference to Clause 4.1.2.3 (2)):

BLDC solar pumpset system allocated to Supplier=150

Rolling Stock to be maintained (5%x150) = 7.5

Rolling Stock to be maintained after roundup to the nearest value= 8 numbers

b) Quoted price shall be excluding CMC Charges (Comprehensive Maintenance Charges)

as per provisions of Clause 3.5. Bidder shall be paid Quoted Price and CMC charges as

per provisions of Clause 3.7.5 of this RFP. Applicable Taxes and Duties shall be

reimbursed to the Supplier by Procurer, subject to submission of appropriate

documentary evidence towards payment of such Taxes and Duties to respective

Government department. Bidder has to arrange signed certificate (Schedule 8 of

Tripartite Agreement) from beneficiary certifying satisfactory performance of Pumpsets

and submit the same to the Procurer within 7 days of end of each quarter. Failure to

furnish such signed certificate for any one quarter shall result in non-payment of CMC

Charges for that year.

28

SOLAR RFP DOCUMENT

c) As per MNRE Specifications of 2015-16, 5 year warranty shall be offered for AC and

BLDC motor and pump. The PV Modules must be warranted for output wattage, which

should not be less than 90% at the end of 10 years and 80% at the end of 25 years. The

whole system including submersible/ surface pumps shall be warranted for 5 years.

Required Spares for trouble free operation during the Warrantee period should be

provided along with the system. A warranty card for the modules and the motor Solar

Pumpset System(s) should also be provided to the beneficiary.

d) Supplier shall establish Authorized Service Center of operation before the

commissioning of the first Solar Pumpset System(s) allotted to the Supplier, district

wise in the State as per the provisions of the Tripartite Agreement and shall share the

contact details including mobile number, email of Authorised Service Centre for

integrating with toll free number of NREDCAP for real time support and preventive

maintenance of solar pumpsets. NREDCAP shall integrate the Controller of Remote

Monitoring Unit of solar pumpset with the NREDCAP toll free number 1800-425-1718

for real-time support and preventive maintenance for beneficiaries. Alert Management,

Ticket tracker and other support facilities to be incorporated by NREDCAP to extend

the support and monitoring of solar pumpsets. Complaints received from beneficiaries

of solar Pumpsets shall be communicated to respective Supplier of pumpset through

SMSs and email from centralized server of NREDCAP for rectification as per the

provisions of Tripartite Agreement. Failure to open Authorized Service Center shall

give right to the Procurer to terminate the Tripartite Agreement as per provision of the

Tripartite Agreement.

e) It is the responsibility of the Supplier to make the data of solar pumpset performance

available on NREDCAP centralised server using Remote Monitoring Unit. It should be

possible to ascertain the performance parameters through Remote Monitoring Unit as

mentioned in Schedule 10 of the Tripartite Agreement, which include but not limited to

daily water output, the power generated by the PV array, the Up Time of the pump

during the year, Number of days the pump was unused or under breakdown/repairs with

communicating Sim card for a period of 5 years as per MNRE Specifications 2015-16.

The charges towards ensuring such communication and sim validity shall be borne by

the Supplier. NREDCAP shall be responsible for the confidentiality of the data that is

collected and shall maintain security for the data so collected.

f) The supplier shall ensure that the Remote Monitoring Unit is capable of responding to

data request by the NREDCAP server in real-time throughout CMC Period.

g) The Remote Monitoring Unit shall be capable of responding with one or multiple data

points as requested by the NREDCAP server throughout CMC Period.

h) To avoid data losses due to GSM/GPRS signal issues, SD/Micro SD Card is used to

store the data locally at least for a period of one year throughout CMC Period. The

Remote Monitoring Unit shall be capable of retrieving the stored data on the SD/Micro

SD card as and when the GPS/GPRS signals are available and push the data to the

29

SOLAR RFP DOCUMENT

Central Server automatically to avoid data losses. The charges towards ensuring

SD/micro SD shall be borne by the Supplier.

i) CMC Charges shall be payable every year on submission of certificate, as per

provisions of Clause 3.7.5 of this RFP.

j) Only those components that are specified in the Test Certificate (eligibility criteria) will

be allowed to be supplied. In case of any alternation, new Test Certificate must be

obtained.

k) Notwithstanding anything to the contrary contained herein, the Authorised

Representative, in its own discretion, at any time during the Bid process, reserves the

right to decrease or increase the Tendered Quantity and/or Allocated Quantity.

l) Procurement, installation, commissioning, operation and maintenance for 5 years of the

Solar Pumpset System(s) should be done as per provisions of the Tripartite Agreement.

3.3.1 The components/items shall be supplied for installation of the Pumpset System shall be

as per the components/items indicated in the Test Certificate of the authorized test

centres of MNRE including the brand, capacity etc. The Test Certificate shall be

submitted under Clause 3.4.1 of the RFP (“Test Certificate”). In case the Supplier

intends to alter any components/items, they should obtain a Test Certificate for such

new components/items. The Bidder shall submit an undertaking to this effect under

Format 6.1 and this shall also form part of the Scope of Project

a) Supplier‟s obligations under the Tripartite Agreement. Non-compliance with

this obligation will attract penal provisions under the Tripartite Agreement. The

Test Certificate submitted along with the Bid in response to the RFP shall also

form part of schedules to the Tripartite Agreement.

b) Bidders can submit the Bid for any one or more of the Solar Pumpset System(s)

Models. Solar Pumpset System(s) allocation after execution of the Tripartite

Agreement shall be in accordance with the Solar Pumpset System(s) Model

quoted by the Bidder as per provisions of Clause 4.1.2.3 of this RFP.

Notwithstanding anything to the contrary contained in this RFP, the detailed terms

specified in the draft Tripartite Agreement shall have overriding effect, provided,

however, that any conditions or obligations imposed on the Bidder hereunder this RFP

shall continue to have effect in addition to its obligations under the Tripartite

Agreement;

Table 3: Details of Project Scope

Sl. No. Scope Details

1 Tendered Quantity Tendered Quantity of solar pumpsets= 25,000

AC solar pumpsets = 20,000

30

SOLAR RFP DOCUMENT

Sl. No. Scope Details

BLDC solar Pumpsets = 5,000

2 Tendered Quantity for

Open Category

AC pumpsets = 16,000

BLDC pumpsets = 4,000

3 Tendered Quantity for

Local Category

AC pumpsets = 4,000

BLDC pumpsets =1,000

4

Allocable Quantity of

Pumpsets in Open

Category

As per provisions of Clause 4.1.2.3 of this RFP

5

Allocable Quantity of

Pumpsets in Local

Category

As per provisions of Clause 4.1.2.3 (2) of this RFP

6

Minimum number of

solar pumpsets to be

quoted by Bidder in

Open Category

Bidders shall quote for atleast 1,600 and 400

number of Pumpsets for AC and BLDC systems

respectively.

Maximum number of solar Pumpsets that can be

quoted shall be upto the Tendered Quantity for

Open Category subject to furnishing EMD for

such quoted number.

7 Allocation of solar

pumpsets As per provisions of Clause 4.1.2.3

8 Supply of Solar Pumpset

System(s)

1. Procurer is responsible for aggregation of

farmer applications at regular intervals and

categorisation into AC/BLDC/Open/Local

2. Successful Bidders emerged as per the

above procedure shall be issued LoA and

invited to sign Tripartite Agreement with

Procurer. Tripartite Agreement among

Procurer, NREDCAP and Supplier will be

signed only if Performance Guarantee is

provided as per provisions of this RFP.

9 Operations &

Maintenance

Procurer shall pay CMC Charges as per provisions

of Clause 3.7.5 of this RFP subject to satisfactory

compliance to Operations and Maintenance norms

as per MNRE specifications of 2015-16 and as per

provisions of the Tripartite Agreement.

Suppliers shall open Authorized Service Centres

as mentioned in Clause 3.3(d) of this RFP.

31

SOLAR RFP DOCUMENT

Sl. No. Scope Details

The Service Centre shall be in satisfactory

operation during the entire CMC Period as

detailed in the Tripartite Agreement so that

Supplier can visit the site at least once in a quarter,

to attend routine maintenance during the CMC

Period. Authorised Service Centres are very

crucial as in case of malfunctioning of the system,

the Supplier shall attend for rectification of defects

within 24 hours from the time of lodging of

complaintonce received from centralised

monitoring server of NREDCAP and the Solar

Pumpset Supplier shall be responsible to replace

free of cost (including transportation and insurance

expenses) to the farmer whole or any part of

supply which under normal and proper use become

dysfunctional within seven (7) days of issue of any

such complaint at the Authorised Service Centre of

Supplier from centralised monitoring server of

NREDCAP, failing which the Supplier shall be

paying penalty as per provisions of the Tripartite

Agreement. NREDCAP shall integrate the

Controller of Remote Monitoring Unit of solar

pumpset with the NREDCAP toll free number

1800-425-1718 for real-time support and

preventive maintenance for beneficiaries. Alert

Management, Ticket tracker and other support

facilities to be incorporated.

3.4 Qualification Requirements

Evaluation of Bids will be based on meeting the Prequalification (PQ) check, Eligibility

Criteria comprising of General Eligibility Criteria, Technical Eligibility Criteria and

Financial Eligibility Criteria. Any Bidder who meets the Qualification Requirements

stated herein shall be declared as “Qualified Bidder” for the purpose of evaluation

under this RFP.

3.4.1 Eligibility Criteria:

Prequalification Check (Mandatory for all the Bidders)

1. Covering Letter corresponding to Prequalification Bid as per Format 6.0 (PQ) of

this RFP

32

SOLAR RFP DOCUMENT

2. Legible scanned copies of EMD and Bid Processing Fee shall be uploaded in

accordance with Clause 3.6 and 3.1 of this RFP and as per timelines specified in

Clause 3.2 of the RFP

Following are the eligibility criteria comprising of Technical Eligibility Criteria and

Financial Eligibility Criteria;

3.4.1.1 General Criteria

a) Any Bidder can submit only one Bid under this RfP. No Bidder shall participate both

as a Bidding Company and as a Member of Bidding Consortium.

b) If any Bidder proposes to quote for both AC and BLDC based solar Pumpsets, then

Bidder has to mandatorily meet combined Technical and Financial Eligibility Criteria.

c) Bidding Consortiums shall not have more than three (3) Members. Bidding

Consortiums comprising of more than three (3) Members shall be summarily rejected.

d) Bidder shall participate in either Local Category or Open Category subject to meeting

respective Qualification Criteria as per Clause 3.4.1.

e) Foreign companies are not eligible to participate in this Bid process.

f) Bidders in Conflict of Interest with one another shall be liable for

disqualification/rejection under the sole discretion of the Authorized Representative.

Bidder shall make relevant disclosures as specified in Format 6.1 of this RFP.

g) Bidding Consortium is not allowed under Local Category.

h) In case of Bidding Consortium, if the Consortium submits Bid under Open Category,

Technical Eligibility Criteria for Open Category shall be satisfied by the Lead Member

of the Consortium and the Test Certificate from MNRE as specified in Technical

Eligibility Criteria must mandatorily be on the name of the Lead Member. The Lead

Member of the Bidding Consortium shall meet 51% of Financial Eligibility criteria for

Open Category.

i) Minimum number of solar Pumpsets to be quoted by a Bidder shall be 1,600 numbers

for AC Solar Pumpsets and 400 numbers for BLDC solar Pumpsets. If a Bidder quote

less than such minimum quantity, Bid shall be summarily rejected.

3.4.1.2 Technical Eligibility Criteria for Open Category

a. Minimum number of Solar PV Water Pumpset Systems that have been installed &

commissioned by Bidder in India of capacity equal to or above 3 HP, during last 5

financial years preceding the financial year of Bid Deadline shall be atleast;

i. 2,000 AC based Solar Pumpset Systems if bidding for AC based Solar PV

Water Pumpset Systems;

33

SOLAR RFP DOCUMENT

ii. 500 BLDC based Solar Pumpset Systems for bidding for BLDC based Solar

PV Water Pumpset Systems.

Experience in executing orders for Government or Government undertakings shall be

only eligible. Valid completion/commissioning certificates shall be produced in this

regard.

Or

b. Cumulative experience in Development of Ground mounted grid connected solar power

projects or Supply, Installation, Testing, and Commissioning of ground mounted grid

connected solar power projects in India during last 5 financial years preceding the

financial year of Bid Deadline, shall be atleast;

i. 200 MW for bidding for AC based Solar Pumpset Systems;

ii. 50 MW for bidding for BLDC based Solar Pumpset Systems.

Experience in executing orders for Government and or Private Companies shall be

eligible. In case of Private Companies, PPA signed between Private Companies and

Government Utilities shall have to be mandatorily submitted. Certificate from statutory

auditor or Chartered Accountant, as applicable, shall be submitted.

c. Bidder should not be blacklisted by any Govt. Agency at any date prior to the Bid

Deadline.

d. Bidder should have Test Certificate(s) for proposed Solar Pumpset System(s) Model of

Solar Water Pumpset System from a MNRE authorized testing center prior to the Bid

Deadline (mandatorily by Lead Member in case of Bidding Consortium)

Bidder shall mandatorily submit Test Certificate (s) for every Solar Pumpset System

Model for which Bid is being submitted.

Any improvement in technology can be implemented only on submitting relevant test

certificate for the same from a MNRE authorized testing center only.

e. If a Bidder participates for bidding for both AC and BLDC, then combined Technical

Eligibility Criteria shall have to be met.

3.4.1.3 Technical Eligibility Criteria for Local Category

a. Bidder participating under this RFP shall need to submit documentary evidence for

following;

Bidding Company

Certificate of Incorporation with Registered Office in the state of Andhra

Pradesh.

34

SOLAR RFP DOCUMENT

License and Registration Certificate for GST in the state of Andhra Pradesh.

Valid registration certificate issued by the National Small Industries

Corporation Ltd (NSIC)/Ministry of Micro Small and Medium Enterprises

(MSME), Govt of Andhra Pradesh.

Bidding Firm

Certificate of Incorporation with Registered Office in the state of Andhra

Pradesh.

License and Registration Certificate for GST in the state of Andhra Pradesh.

Certificate of registration with the Registrar of Firms within the state of Andhra

Pradesh

b. Bidder should not be blacklisted by any Govt. Agency at any date prior to the Bid

Deadline.

c. Bidder should have Test Certificate(s) for proposed Solar Pumpset System(s) Model of

Solar Water Pumpset System from a MNRE authorized testing center prior to the Bid

Deadline (mandatorily by Lead Member in case of Bidding Consortium)

Bidder shall mandatorily submit Test Certificate (s) for every Solar Pumpset System

Model for which Bid is being submitted.

Any improvement in technology can be implemented only on submitting relevant test

certificate for the same from a MNRE authorized testing center only.

3.4.1.4 Financial Eligibility Criteria for Open Category (Exempted for Local Category)

a. Average Annual Turnover during last 3 years, FY 2015-16, FY 2016-17, FY 2017-18

shall be atleast

INR 75 Crs for bidding for AC based Solar PV Water Pumpset Systems

INR 20 Crs for bidding for BLDC based Solar PV Water Pumpset Systems

b. If a Bidder participates for bidding for both AC and BLDC, then combined Financial

Eligibility Criteria shall have to be met.

c. Certified copies of audited financial statements along with a certificate from Chartered

Accountant/Statutory Auditor, as applicable, confirming the Average Annual Turnover.

Provisional financial statements certified by chartered accountant shall be furnished in

case final financial statements are not ready for FY 2017-18.

For Bidding Firms, copies of Income Tax returns with full details of turnover should be

furnished along with a certificate from the CA confirming the Average Annual

Turnover.

3.5 Financial Bid

35

SOLAR RFP DOCUMENT

3.5.1 Bidders shall quote lump sum price for the Solar Pumpset System(s)/Project for each

such Solar Pumpset System(s) Model that is quoted by the Bidder. Such lump sum

price excluding Taxes and Duties shall be the Quoted Price and the Total Cost per Solar

Pumpset shall be the Bid Parameter as mentioned in Format 6.5.

3.5.2 Under Format 6.5 (A) of the Financial Bid, the Bidder shall specify Quoted Price per

Solar Pumpset System(s). The Bidder shall specify Quoted Price in two (2) decimal

places. Quoted Price and applicable Taxes and Duties shall be the Total Cost per solar

pumpset. Quoted Price per solar pumpset shall be payable towards complete

implementation of the Solar Pumpset System(s)/Project including design, supply,

installation and commissioning of the Solar Pumpset System(s) with Insurance for 5

years in accordance with the provisions of the Tripartite Agreement. Applicable Taxes

and Duties shall be reimbursed to the Supplier by Procurer, subject to submission of

appropriate documentary evidence towards payment of such Taxes and Duties to

respective Government department. Comprehensive Maintenance as per the Tripartite

Agreement entered into between Procurer and Supplier has to be carried out for a

period of 5 years. Bidder has to quote the price excluding CMC Charges, applicable in

case of bidding for BLDC pumpsets. No other charges over and above the Total Cost

shall be payable to the Supplier.

Quoted price shall be exclusive of CMC Charges.

3.5.3 The Supplier shall also provide detailed break-up of the Quoted Price in accordance

with provisions of Format 6.5 (B) of the Financial Bid.

3.5.4 Total Cost per pumpset, applicable Taxes and Duties and Quoted Price submitted in

Format 6.5A and 6.5B should match. In the event of any mismatch, the Bid shall be

rejected.

3.6 Earnest Money Deposit (EMD) and Performance Guarantees (PG)

3.6.1 Earnest Model Deposit: Earnest Money Deposit (EMD) shall be INR 9,000 per solar

pumpset for AC based water pumping system and BLDC based water pumping

systems. Total amount of EMD shall be submitted for quoted number of Pumpsets.

EMD shall be in the form of a DD in favour of “NREDCAP” payable at payable at

Tadepalli, Guntur district or a Bank Guarantee with a validity of 180 days according to

Format 6.3, shall be submitted by the Bidder along with the Bid, failing which the Bid

shall be summarily rejected. The copy of the DD shall be uploaded and the original DD

shall be furnished to NREDCAP before closing date, failing which the bid shall be

summarily rejected.

3.6.2 Performance Guarantee (PG): Successful Bidders, selected by the Authorised

Representative, based on this RFP shall submit Performance Guarantees as below:

36

SOLAR RFP DOCUMENT

a. Successful Bidders emerged shall be issued LoA and invited to sign Tripartite

Agreement with Procurer. Tripartite Agreement among Procurer, NREDCAP and

Supplier will be signed only on submission of Performance Guarantee.

b. Performance Guarantee of a value equal to INR 30,000 per pumpset shall be submitted.

Total amount of PG shall be submitted for Allocated Quantity (calculated as Number of

pumpsets allocated to the bidder model wise in the LoA x INR 30,000/solar pumpset).

Validity of the Performance Guarantee shall be from the Effective Date till further

period of 6 months beyond Expiry Date.

c. Liquidated Damages shall be payable by supplier equivalent to 0.5% of value of

allocated pumpsets not commissioned corresponding to each week subject to

maximum of 4 weeks of delay.

d. In case, the pumpset(s) are not commissioned even after 4 weeks from the scheduled

date of commissioning or extended date, then following additional Liquidated Damages

shall be levied for the quantities so delayed in the purchase order:

Table 4:Computation of additional LDs

Proportion (P)* of

quantity of

pumpset(s) so

delayed in earlier

Purchase Order(s)*

Additional Liquidated

Damages

Possible Action

0% – 3% 5% of value of

pumpset(s) so delayed

Cancellation of Purchase Order

for such number of pumpset(s)

not commissioned/delayed

3% - 6% 10% of value of

pumpset(s) so delayed

Cancellation of Purchase Order

for such number of pumpset(s)

not commissioned/delayed

>6% Forfeiture of PG as

applicable

Termination of Tripartite

Agreement

*P= (Cumulative Quantity of pumpset(s) in earlier Purchase Order(s) not

commissioned by Supplier even after 4 weeks from the date of commissioning DOC or

extended date / Total quantity of pumpsets in all earlier Purchase Order(s) issued in that

Category) * 100

In case of first Purchase Order issued to Supplier, P shall be calculated as below:

*P= (Quantity of solar pumps not commissioned by Supplier even after 4 weeks from

the DOC or extended date/ Total quantity of solar pumps in first Purchase Order) *100

Such terminated contracts may be awarded to L2, L3, L4, and L5 Successful Bidders, if

they are willing to accept.

e. Supplier shall, within 10 days of invocation of the PG by Procurer, restore the same to

the level prior to invocation. The Performance Guarantee will be returned within fifteen

(15) days upon the completion of CMC Period, subject to adjustments in the amount, if

any.

37

SOLAR RFP DOCUMENT

3.6.3 The format of the Bank Guarantee prescribed in the RFP shall be strictly adhered to and

any deviation from the above formats may result in rejection of the EMD/PG and

consequently, the Bid.

3.6.4 The Bidders declared as Successful Bidder based on this RFP are required to execute

Tripartite Agreement with Procurer within ten (10) days of the issue of LoA. If the

Successful Bidders fail to execute the Tripartite Agreement and/or fail to furnish the

required Performance Guarantee within the stipulated period, then the amount

submitted towards EMD shall be forfeited by Authorised Representative.

3.6.5 The Bank Guarantees shall be executed on non-judicial stamp paper of appropriate

value as per Stamp Act relevant to the place of execution. The Bank Guarantees have to

be in the name of the Bidding Company/Bidding Firm/Lead Member of Bidding

Consortium.

3.6.6 All expenditure towards execution of Bank Guarantees such as stamp duty etc. shall be

borne by the Bidders.

3.6.7 Authorised Representative shall release the EMD of the unsuccessful Bidders within

ten (10) days of issuing Letter of Award (LoA) to the Successful Bidders.

3.7 Tripartite Agreement

3.7.1 Tripartite Agreement shall be entered between Procurer and Successful Bidder(s) based

on this RFP. A format of the Tripartite Agreement to be executed between Procurer and

the Successful Bidder(s) shall be uploaded on the website

https://tender.apeprocurement.gov.in along with this RFP. The Tripartite Agreement

shall be signed within ten (10) working days of the date of issue of Letter of Award

(LoA). The Tripartite Agreement shall be valid starting from the Effective Date till the

Expiry Date.

3.7.2 Before signing of Tripartite Agreement with the Successful Bidders, Authorised

Representative will verify the documents furnished by the Bidders at the time of Bid

submission with a copy of complete documentary evidence supported with the original

documents. Authorised Representative at this stage may also ask the Bidders to furnish

the audited balance sheet along with complete Bank Statement starting from Bid

submission date till date along with a copy of the documents submitted with Registrar

of Companies, which became due during this period. If at this stage it is found that the

documents furnished by the Bidders are false / misleading or misrepresented in any

way then the relevant provisions contained in this RFP will be applicable.

3.7.3 Before signing of Tripartite Agreement the Authorised Representative shall check for

fulfilment of all obligations of Successful Bidder specified in this RFP and Authorised

Representative shall have the right to forfeit the EMD in case the Successful Bidder

does not fulfil any of the obligations or fails to enter into the Tripartite Agreement

within as stipulated period unless it is extended by the Authorised Representative.

38

SOLAR RFP DOCUMENT

3.7.4 In case the Successful Bidder fails to submit the Performance Guarantee and /or fails to

sign the Tripartite Agreement within the stipulated time, the EMD shall be forfeited as

per provisions of Clause 3.6.4 of this RFP and the Authorised Representative reserves

the right to blacklist the Bidder.

3.7.5 Payment Terms:

a. Upon successful implementation and starting of operation of solar pumpset system

including Remote Monitoring Unit, Supplier shall coordinate with NREDCAP for

submitting data on performance of Pumpsets for online monitoring of performance

of solar pumpset system online. Immediately succeeding day from demonstration of

7 days of satisfactory performance of pumpset installed and verification of data as

mentioned in Article 3.2.12, 3.2.13, 3.2.14 and 3.2.15 of the Tripartite Agreement,

retrieved through Online Monitoring Dashboard by NREDCAP, shall be declared

as deemed DOC. NREDCAP shall provide a certificate in this regard. A non-

refundable fee of 3% of value of solar pumpset as mentioned in the LoA plus GST

shall be paid by Supplier per pumpset in favour of NREDCAP for carrying out

certification of such data integration of pumps with smart centre of NREDCAP,

cloud and server based centralized monitoring of solar pumpset, analytical report

generation, real time dash board maintenance and Toll free support for customers

during CMC Period. However, this will not be considered as part of financial bid

for evaluation.

b. Upon successful commissioning, Procurer shall declare the DOC and issue a

Completion Certificate as per provisions of the Tripartite Agreement. 100% of

Purchase Order value shall be paid on submission of certificate towards deemed

DOC and the Completion Certificate.

c. The Supplier shall be responsible for submitting invoice to the designated Procurer

office by Registered Post or by hand.

d. The Supplier shall also send the scanned copies of the invoice and other documents

by mail to the Procurer.

e. If the Procurer makes the payment within 21 days of receipt of invoice from the

Supplier, a rebate of 0.5% for each day of early payment subject to a maximum of

5% of invoice value for delayed payments beyond the Due Date, a penalty of 0.5%

of invoice value for each day of delay subject to a maximum of 5% of invoice value

shall be paid.

f. Early commissioning incentive of 0.5% of value of commissioned pumpsets shall

be made available to Supplier per week subject to maximum of 2 weeks. Value of

commissioned Pumpsets shall be calculated as sum of (Number of pumpsets

commissioned by Supplier model wise X L1 Price discovered) model wise of all the

models.

39

SOLAR RFP DOCUMENT

g. Supplier shall be paid CMC Charges of 2% of Purchase Order value (excluding

Taxes and Duties) for 5 years with 5% annual escalation at the end of every year

subject to satisfactory compliance of Operations and Maintenance norms (as per

MNRE specifications of 2015-16 and as per provisions of the Tripartite Agreement) and

receipt of data on NREDCAP server on regular basis as mentioned in the Clauses

3.3 (e), (f), (g) and (h) of this RFP. NREDCAP shall be issuing a certificate on

quarterly basis certifying receipt and quality of data received on Online monitoring

Dashboard through NREDCAP server. Applicable Taxes and Duties shall be

reimbursed to the Supplier by Procurer, subject to submission of appropriate

documentary evidence towards payment of such Taxes and Duties to respective

Government department. Bidder has to arrange signed certificate (Schedule 8 of

Tripartite Agreement) from beneficiary certifying satisfactory performance of

Pumpsets and submit the same to the Procurer within 7 days of end of each quarter.

Failure to furnish such signed certificates, i.e. NREDCAP certificate and

beneficiary certificate for any one quarter shall result in non-payment of CMC

Charges for that year.

3.7.6 The Bidder shall submit its response through Bid submission to the RFP on

eProcurement platform at www.apeprocurement.gov.in by following the procedure

given below.

3.7.7 The Bidder would be required to register on the e-procurement market place

www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in and submit their

Bids online. Offline Bids shall not be entertained by the Authorised Representative for

this RFP and shall be summarily rejected.

3.7.8 The Bidder shall upload Prequalification Bid, Technical Bid and the Financial Bid on

the website specified in Clause 3.8 of the RFP. The information pertaining to Technical

Bid and the Financial Bid shall be scanned and uploaded by the Bidder as per the

formats specified in Clause 6 of this RFP.

3.7.9 The Bidders shall upload the scanned copies of all the relevant certificates, documents

etc., in support of their Qualification Requirement and other certificate/documents in

the eProcurement web site. Each format has to be duly signed and stamped by the

Authorised Signatory of the Bidder. The scanned copy of such signed and stamped

format shall be uploaded by the Bidder on the website specified in Clause 3.8 of the

RFP.

3.7.10 Further, in addition to above, the Bidder shall submit the hard copy of the Bid, in the

manner specified in Clause 3.8.2, in original, as per the timelines specified in Clause

3.2 of this RFP, to the address mentioned below:

The VC & Managing Director, NREDCAP

12-464/5/1, River Oaks Apartments,

CSR Kalyana Mandapam Road,

Tadepalli- Guntur District- 522 501

40

SOLAR RFP DOCUMENT

3.7.11 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 of incomplete

information may be a ground for declaring the Bid as non-responsive. Each format has

to be duly signed and stamped by the Authorised Signatory of the Bidder. The scanned

copy of such signed and stamped format shall be uploaded by the Bidder on the website

specified in Clause 3.8.2 of the RFP

3.7.12 The Bidder shall furnish documentary evidence in support of meeting Qualification

Requirements set forth in Clause 3.4 of the RFP to the satisfaction of the Authorised

Representative

3.7.13 Authorised Signatory of the Bidder:

a) In case of a Bid submitted by a Bidding Consortium, the Lead Member shall

designate one person to represent the Consortium in its dealings with the

Authorised Representative. The person should be authorised to perform all tasks

including, but not limited to providing information, responding to queries,

signing of Bid etc. Power of Attorney in accordance with Format 6.2A or

Format 6.2 B as applicable (Format 6.2 A if Lead Member is a Company) of the

RFP shall be issued in favour of such person and such person shall be the

Authorised Signatory of the Bidding Consortium for the purpose of this Bid

process. The person designated by the Lead Member shall be authorized

through a Board Resolution. Additionally all Members of the Bidding

Consortium shall mandatorily submit a Power of Attorney in favour of the Lead

Member as per Format 6.2 (C) as well as a Consortium Agreement as per

Format 6.2 (D) on a stamp paper of atleast Rs 100/- value, which shall be

registered before execution of the Tripartite Agreement if the Consortium is

declared as Successful Bidder.

b) In case of a Bid submitted by a Bidding Company, the Bidding Company

should designate one person to represent the Bidding Company in its dealings

with the Authorised Representative. The person should be authorised to perform

all tasks including, but not limited to providing information, responding to

queries, signing of Bid. Power of Attorney in accordance with Format 6.2 (A) of

the RFP shall be issued in favour of such person and such person shall be the

Authorised Signatory of the Bidder for the purpose of this Bid process. The

Bidding Company should submit, along with the bid, a Board Resolution,

authorizing the signatory of the bid.

c) In case of a Bid submitted by a Bidding Firm, the Bidding Firm should

designate one Partner to represent the Bidding Firm in its dealings with the

Authorized Representative. The Partner should be authorized to perform all

tasks including, but not limited to providing information, responding to queries,

signing of Bid etc. The Bidding Firm should submit, along with the Bid, a

41

SOLAR RFP DOCUMENT

Power of Attorney (as per Format 6.2 (B)), authorizing the signatory of the Bid

and such partner shall be the Authorised Signatory of the Bidder for the purpose

of this Bid process

d) Authorized signatory of any Firm participating under this Bid process shall

mandatorily be a partner as per the registered partnership deed and shall be

Director for a Sole Proprietorship firm. Authorized signatory of any Company

participating in this Bid process shall mandatorily be atleast a Director of the

Company.

e) Board Resolution duly certified by the Company Secretary or the Director of the

relevant Bidder

3.7.14 Steps for eProcurement

1) Registration with eProcurement platform:

For registration and online Bid submission, Bidders may contact HELP DESK

of Vupadhi Techno Services

M/s Vupadhi Techno Services,

1st Floor, Ramky Grandiose,

Sy. No: 136/2&4, Gachibowli

Hyderabad – 500032

Phone: 040-39999700/01

https://tender.eprocurement.gov.in.

2) Digital Certificate authentication:

The Bidder shall authenticate the Bid with his Digital Certificate for submitting

the Bid electronically on eProcurement platform and the Bids not authenticated

by Digital Certificate of the Bidder will not be accepted on the eProcurement

platform.

For obtaining Digital Signature Certificate, the Bidder may contact:

Andhra Pradesh Technology Services Limited

Plot No. 302, 3rd Floor, Banukrishna Nilayam, Ashoka Nagar,

Velanki Rammohan Rao Street, Vijayawada

Mob: 9963029443

(OR)

Any other Registration Authorities of any Certifying Authorities in India. The

list of CAs are available on the link –

https://tender.eprocurement.gov.in/DigitalCertificate/signature.html.

3) Payment of transaction fee

42

SOLAR RFP DOCUMENT

It is mandatory for all the participant Bidders from 1st January 2006 to

electronically pay a Non-refundable Transaction fee to M/s. APTS, the service

provider through "Payment Gateway Service on E-Procurement platform".

Bidder shall pay transaction fee as per the relevant GoAP guidelines in regard to

e-procurement fund to be administered by APTS limited. The Electronic

Payment Gateway accepts all Master and Visa Credit Cards issued by any bank

and Direct Debit facility/Net Banking of ICICI Bank, HDFC, Axis Bank to

facilitate the transaction. GST would be applicable on the transaction amount

payable to APTS.

3.8 Instructions to Bidders for Bid Submission

3.8.1 The Bid uploaded on the website of the RFP shall comprise of the following:

A) Technical Bid

Prequalification Check (Mandatory for all the Bidders)

1. Covering Letter corresponding to Prequalification Bid as per Format 6.0 (PQ) of

this RFP

2. Legible scanned copies of EMD and Bid Processing Fee shall be uploaded in

accordance with Clause 3.6 and 3.1.3 of this RFP and as per timelines specified

in Clause 3.2 of the RFP

Table 5: List of Formats under Technical Bid

S.

No.

Format No. Description Relevant Documents

(indicative not exhaustive)

For all Bidders

1 Format 6.1 Covering Letter

2.a Format 6.2A Power of Attorney for

Bidding Company

2.b Format 6.2 B Power of Attorney for

Bidding Firm

3 Format 6.2 C Power of Attorney for

Lead Member of

Consortium

4 Format 6.2D Consortium

Agreement on a Stamp

Paper of atleast

Rs.100/- value which

shall be registered

before execution of

the Tripartite

43

SOLAR RFP DOCUMENT

S.

No.

Format No. Description Relevant Documents

(indicative not exhaustive)

Agreement if the

Consortium is

declared as Successful

Bidder.

5 Format 6.3 Earnest Money

Deposit (EMD)

6 Format 6.4A Technical Eligibility

Criteria

Documentary evidence for

Experience, Test Certificate,

Evidence for maintenance

contract which bidder must

have catered to, Test

Certificate for each model for

which bidder is bidding for.

7 Format 6.4B Financial Eligibility

Criteria

Certified copies of audited

financial statements/Income

tax returns along with CA

certificate confirming

Average Annual Turnover,

GST registration certificate,

Incorporation Certificate

B) Financial Bid (Mandatory for all the Bidders except Bidders participating

under Local Category)

1. Financial Bid as per Format 6.5 A and Format 6.5 B and in accordance with

provisions of Clause 3.5 of this RFP

3.8.2 Sealing and Marking of Hard Copy of Bid

The hard copy of the Bid shall be submitted in a single Outer Large Envelope on the

Bidder‟s name and address with Bid No. and RFP No. containing three separate Inner

Envelopes one each for Prequalification (PQ) Check, Technical Bid and the Financial

Bid.

Contents of Inner Envelope-1: Envelope shall be labelled as „”Prequalification (PQ)

Check” and should contain the following.

Covering Letter corresponding to Prequalification Check as per Format 6.0

(PQ) of this RFP.

Hard copies of EMD and Bid Processing Fee shall be submitted in accordance

with Clause 3.6 and 3.1 of this RFP and as per timelines specified in Clause 3.2

of the RFP

44

SOLAR RFP DOCUMENT

Only if the contents mentioned under Envelope1 is submitted and meet

requirements under this RFP, Envelope 2 and 3 shall be opened.

Contents of Inner Envelope-2: Envelope shall be labelled as „Technical Bid‟ and

should contain the following formats and the relevant documentary proofs pertaining to

each of the format as specified.

SL

No.

Format No. Description Relevant Documents

(indicative not exhaustive)

For all other Bidders

1 Format 6.1 Covering Letter

2.a Format 6.2A Power of Attorney for

Bidding Company

2.b Format 6.2 B Power of Attorney for

Bidding Firm

3 Format 6.2 C Power of Attorney for

Lead Member of

Consortium

4 Format 6.2D Consortium

Agreement on a Stamp

Paper of atleast

Rs.100/- value which

shall be registered

before execution of

the Tripartite

Agreement if the

Consortium is

declared as Successful

Bidder.

5 Format 6.3 Earnest Money

Deposit (EMD)

6 Format 6.4A Technical Eligibility

Criteria

Documentary evidence for

Experience, Test Certificate,

Evidence for maintenance

contract which bidder must

have catered to, Test

Certificate for each model for

which bidder is bidding for.

7 Format 6.4B Financial Eligibility

Criteria

Certified copies of audited

financial statements/Income

tax returns along with CA

certificate confirming

Average Annual Turnover,

GST registration certificate

45

SOLAR RFP DOCUMENT

Contents of Inner Envelope-3: Envelope shall be labelled as „Financial Bid‟ and

should contain the following

Financial Bid as per Format 6.5 A and Format 6.5 B and in accordance with

provisions of Clause 3.5 of this RFP.

Each Envelope shall indicate the complete name, address, telephone numbers (with city

code) and facsimile number of the Applicant(s). Envelope containing the Bid shall be

addressed to VC & Managing Director, NREDCAP as specified in Clause 3.7.10

3.9 Important notes and instructions to Bidders

3.9.1 Wherever information has been sought in specified formats, the Bidders shall fill in the

details as per the prescribed formats and shall refrain from any deviations and referring

to any other document for providing any information required in the prescribed format.

3.9.2 The Bidders shall ensure that the scanned copies uploaded on the eProcurement

platform i.e. PQ Check, Technical Bid and Financial Bid are legible and the content is

clearly visible.

3.9.3 The Bidders shall be evaluated based on the undertakings and/or declarations and/or

information and/or documents provided by them in relevant schedules of RFP. The

information and/or documents submitted along with the Bid may be verified before

signing of Tripartite Agreement

3.9.4 If the Bidder conceals any material information or makes a wrong statement or

misrepresents facts or makes a misleading statement in its Bid, in any manner

whatsoever, Authorised Representative reserves the right to reject such Bid and/or

cancel the Letter of Award, if issued and the EMD provided shall be forfeited. Bidder

shall be solely responsible for disqualification based on their declaration in Bid. No two

Bidders in this Bid process shall be in Conflict of Interest with one another.

3.9.5 If the events specified at Clause 3.9.3 and Clause 3.9.4 are discovered after the

Effective Date, consequences specified in Tripartite Agreement shall apply.

3.9.6 Bids submitted by the Bidder shall become the property of the Authorised

Representative and the Authorised Representative shall have no obligation to return the

same to the Bidder. However, the EMDs submitted by unsuccessful Bidders shall be

returned as specified in Clause 3.6.7 of this RFP.

46

SOLAR RFP DOCUMENT

3.9.7 All pages of the Bid submitted must be initialled by the Authorised Signatory of the

Bidder authorised through a power of attorney as applicable and as provided in Clause

3.7.13 of this RFP.

3.9.8 The Bids shall be submitted as mentioned in Clauses 3.8 and 3.9. No change or

supplemental information to the Bid will be accepted after the Bid Deadline. The

Authorised Representative may, at its sole discretion, ask for additional

information/document and/or seek clarifications from a Bidder after the Bid Deadline,

inter alia, for the purposes of removal of inconsistencies or infirmities in its Bid.

However, no change in the Quoted Price/ Total Cost or any matter relating to Quoted

Price/Total Cost shall be sought or permitted by the Authorised Representative. Delay

in submission of additional information and/or documents sought by the Authorised

Representative shall make the Bid liable for rejection.

3.9.9 All the information should be submitted in English language only. Where the original

documents are in a language other than English, the Bidders shall submit certified true

translations of such documents.

3.9.10 Bidders shall mention the name of the Authorised Signatory, as per Clause 3.7.13 of the

RFP and complete address of the Bidder in the covering letter.

3.9.11 Bids that are incomplete, which do not substantially meet the requirements prescribed

in this RFP, will be liable for rejection by Authorised Representative. Bids not

submitted in the specified formats will be liable for rejection by Authorised

Representative. Non submission and/or submission of incomplete data/ information

required under the provisions of RFP shall not be construed as waiver on the part of

Authorised Representative of the obligation of the Bidder to furnish the said

data/information unless the waiver is in writing.

3.9.12 The Successful Bidder(s) shall be required to continue to maintain compliance with the

Qualification Requirements specified in this RFP throughout the Bidding process and

till the DOC of all the Solar Pumpset System(s) allocated to the Bidder.

3.9.13 This RFP document includes statements, which reflect the various assumptions arrived

at by the Authorised Representative in order to give a reflection of the current status in

the RFP. It is entirely upon by the Bidders in making their own assessments. This RFP

does not purport to contain all the information each Bidder may require and may not be

appropriate for all persons. Each Bidder should conduct its own investigations and

analysis and should check the accuracy, reliability and completeness of the information

in this RFP and obtain independent advice from appropriate sources.

47

SOLAR RFP DOCUMENT

3.10 Bid Validity

The Bidder shall submit its Bid in response to RFP which shall remain valid upto

Ninety (90) days from the Bid Deadline (“Bid Validity”). Authorised Representative

may request the Bidders for extension of Bid Validity. In case the Bidders agree to

extend the Bid Validity, then such Bidders shall furnish undertaking for extension of

Bid Validity within seven (7) days of receipt of request from the Authorised

Representative. In case the Bidders don‟t wish to extend the Bid Validity, then the

EMD of all such Bidders shall be returned after seven (7) days of issue of request by

the Authorised Representative. Authorised Representative reserves the right to reject

Bid which does not meet the aforementioned validity requirement

3.11 Bid preparation cost

The Bidder shall be responsible for all the costs associated with the preparation of Bid

and participation in discussions and attending pre-Bid meeting(s), etc. Authorised

Representative shall not be responsible in any way for such costs, regardless of the

conduct or outcome of the Bid process.

3.12 Clarifications/Pre Bid meeting/ Enquires/ Amendments

Clarifications / Doubts, if any, on RFP document shall be e-mailed to [email protected]

(or) [email protected]. Bidders are requested to remain updated with the website

www.nredcap.in. If necessary, amendments shall be issued by Authorised

Representative which will be notified in the eProcurement website/NREDCAP official

website www.nredcap.in. No separate reply/intimation will be given for the above,

elsewhere.

3.13 Right of Authorised Representative to reject a Bid

Authorised Representative reserves the right to reject any or all of Bids or cancel the

Bid process without assigning any reasons whatsoever and without any liability.

48

SOLAR RFP DOCUMENT

3.14 Fraudulent and Corrupt Practices

3.14.1 The Bidders and their respective officers, employees, agents and advisers shall observe

the highest standard of ethics during the Bid process and subsequent to the issue of the

LoA. Notwithstanding anything to the contrary contained herein, or in the LoA, the

Authorized Representative shall reject a Bid, withdraw the LoA, as the case may be,

without being liable in any manner whatsoever to the Bidder, if it determines that the

Bidder has, directly or indirectly or through an agent, engaged in corrupt practice,

fraudulent practice, coercive practice, undesirable practice or restrictive practice in the

Bid process. In such an event, the Authorized Representative shall forfeit the EMD,

without prejudice to any other right or remedy that may be available to the Authorized

Representative hereunder or otherwise.

3.14.2 Without prejudice to the rights of the Authorized Representative under Clause 3.14

hereinabove and the rights and remedies which the Authorized Representative may

have under the LoA, if a Bidder is found by the Authorized Representative to have

directly or indirectly or through an agent, engaged or indulged in any corrupt practice,

fraudulent practice, coercive practice, undesirable practice or restrictive practice during

the Bid process, or after the issue of the LoA or after signing of Tripartite Agreement,

such Bidder shall be blacklisted and shall not be eligible to participate in any tender or

RFP issued by the Authorized Representative, during a period of three (3) years from

the date such Bidder is found by the Authorized Representative to have directly or

indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent

practice, coercive practice, undesirable practice or restrictive practices, as the case may

be.

3.14.3 For the purposes of this Clause 3.14, the following terms shall have the meaning

hereinafter respectively assigned to them:

(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly

or indirectly, of anything of value to influence the actions of any person connected with

the Bid process (for avoidance of doubt, offering of employment to or employing or

engaging in any manner whatsoever, directly or indirectly, any official of the

Authorized Representative who is or has been associated or dealt in any manner,

directly or indirectly with the Bid process or the LoA or has dealt with matters

concerning the Tripartite Agreement or arising there from, before or after the execution

thereof, at any time prior to the expiry of one year from the date such official resigns or

retires from or otherwise ceases to be in the service of the Authorized Representative,

shall be deemed to constitute influencing the actions of a person connected with the Bid

Process); or (ii) engaging in any manner whatsoever, whether during the Bid Process or

after the issue of the LoA or after signing of the Tripartite Agreement, as the case may

be, any person in respect of any matter relating to the project or the LoA or the

Tripartite Agreement, who at any time has been or is a legal, financial or technical

adviser of the Authorized Representative in relation to any matter concerning the

Project;

49

SOLAR RFP DOCUMENT

(b) “Fraudulent practice” means a misrepresentation or omission of facts or

suppression of facts or disclosure of incomplete facts, in order to influence the Bid

process;

(c) “Coercive practice” means impairing or harming, or threatening to impair or harm,

directly or indirectly, any person or property to influence any person‟s participation or

action in the Bid process;

(d) “undesirable practice” means (i) establishing contact with any person connected

with or employed or engaged by the Authorized Representative with the objective of

canvassing, lobbying or in any manner influencing or attempting to influence the Bid

process; or (ii) having a Conflict of Interest; and

(e) “Restrictive practice” means forming a cartel or arriving at any understanding or

arrangement among Bidders with the objective of restricting or manipulating a full and

fair competition in the Bid process;

50

SOLAR RFP DOCUMENT

4 Bid evaluation methodology and selection of Projects

4.1 The evaluation process comprises the following two steps:

A. Step I – Prequalification (PQ) check and Evaluation of Technical Bids

B. Step II – Opening of Financial Bids and evaluation of Financial Bids

4.1.1 Step I- Evaluation of Technical Bids

a. Prequalification (PQ)

The Bidder shall submit original documents i.e. original hard copies pertaining to Bid

Processing Fee and EMD as per Clause 3.1 and 3.6 of this RFP and as per the timelines

specified in Clause 3.2 of this RFP. Bids not accompanied by Bid Processing Fee and

EMD as per the terms of the RFP shall be summarily rejected and no further evaluation

will be carried out in respect of such Bids/Bidders. Original documents of Bid

Processing Fee and EMD shall also be accompanied by the covering letter as per

Format 6.0 (PQ) of this RFP

Any of the following conditions shall cause the Bid to be “Non-responsive”:

i) Non submission of Bid Processing Fee, EMD in acceptable form/amount

along with the Bid and unavailability of the scanned copies of these

documents under the PQ Template/PQ Check on the eProcurement platform

ii) Bids not received by the Bid Deadline.

iii) Submission of Quoted Price/Total Cost and/or any information relating to

the Quoted Price/Total Cost in any other part of the Bid except the Financial

Bid

b. Technical Evaluation

1. Subject to Clause 4.1.1(a), all the formats, documents and/or information submitted

by the Bidder as a part of the Technical Bid, except Financial Bid will be opened

and evaluated at this stage.

2. The Bid submitted by the Bidder shall be scrutinized to establish satisfaction of

Qualification Requirements set forth in the RFP. Submission of Quoted Price/Total

Cost and/or any information relating to the Quoted Price/Total Cost in any other

part of the Bid except the Financial Bid, may lead to rejection of the Bid

3. Subject to Clause 4.1.1(a) above, Authorised Representative will examine all the

documents submitted by the Bidders and ascertain meeting of Qualification

Requirements prescribed in the RFP. During the examination and evaluation of

Bids, Authorised Representative may seek clarifications / additional documents /

rectification of errors / discrepancies if any in the documents submitted etc. from

51

SOLAR RFP DOCUMENT

the Bidders if required to satisfy themselves for meeting the Qualification

Requirements. Bidders shall be required to respond to any clarifications/additional

documents sought by Authorised Representative within the timeline intimated by

the Authorised Representative.

4. It shall be the responsibility of the Bidder to ensure that all the documents have

been successfully uploaded on the eProcurement platform. No reminders in this

case shall be sent. It will be the sole responsibility of the Bidders to remove all the

discrepancies/infirmities and upload/furnish additional documents as requested by

Authorised Representative, to the satisfaction of Authorised Representative.

Authorised Representative shall not be responsible for rejection of any Bid on

account of the above.

5. Bids meeting the Qualification Requirements specified in this RFP shall be

technically responsive and the corresponding Bidder shall be declared as the

Qualified Bidders

6. Subsequent to the completion of evaluation of Technical Bids as detailed above, the

list of Qualified Bidders will be uploaded on the website of Authorised

Representative and will also be known to the Bidders via the eProcurement

platform.

4.1.2 Step II – Opening of Financial Bids and evaluation of Financial Bids

4.1.2.1 Opening of Financial Bids

1. Financial Bids of the Qualified Bidders shall be opened on the eProcurement

platform as per the timelines specified in the RFP or such other date intimated by

the Authorised Representative. The evaluation of the Financial Bid shall be carried

out as per the information specified in Format 6.5 (A) and 6.5 (B) of the RFP

2. The Financial Bids submitted by the Qualified Bidders shall be scrutinized to

ensure conformity with the provisions of Clauses 3.5 and 3.8.1(B) of the RFP. Any

Financial Bid not meeting any of the requirements of Clauses 3.5 and 3.8.1 (B),

Format 6.5 (A) and Format 6.5 (B) of the RFP may cause the Bid to be “non-

responsive” at the sole discretion of the Authorised Representative.

4.1.2.2 Segregation of Bids into Solar Pumpset System(s) Model 1/2/3/4/5/6/7 and discovery

of Lowest Price

1. Based on the Solar Pumpset System(s) Model specified in the Financial Bids, Bids

received shall be segregated for each Solar Pumpset System(s) Model 1/2/3/4/5/6/7.

2. Ranking of Financial Bids shall be carried out by arranging them in ascending order

of Bid Parameter for each of the Solar Pumpset Model and this rank shall form the

basis of allocation of Solar Pumpset System(s). In case of a tie in Total Cost per

solar pumpset in the Category, the Qualified Bidder with higher Average Annual

52

SOLAR RFP DOCUMENT

Turnover shall be given better rank. The lowest Bid Parameter arrived as here shall

be the Lowest Price for the respective Solar Pumpset System(s) Model and such

Bidder shall be designated as the L1 Successful Bidder.

3. The Qualified Bidders participating shall be invited to match the Lowest Price in

the ascending order of their rank as determined above.

4. The second Qualified Bidder who confirms to match the Lowest Price, in writing to

the Authorized Representative, shall be designated as the L2 Successful Bidder and

so on so forth. The invitation to Qualified Bidders to match the Lowest Price will

stop, when 5 players in total i.e. till L5 Successful Bidder confirm to match the

Lowest Price.

5. If any Qualified Bidder doesn‟t confirm to match the Lowest Price, such Qualified

Bidder is removed from the Bid Process, without forfeiting the EMD, and the next

Qualified Bidder in the ranking order is invited to match the Lowest Price.

6. Subsequent to finalisation of Lowest Prize, allocation process as detailed hereunder

is carried out.

4.1.2.3 Allocation of Solar Pumpset System(s)

1. Allocation of Pump sets model wise: Open Category

a) Allocable Quantity of solar Pumpsets for L1 Successful Bidder shall be 50% of the

Tendered Quantity (“Allocated Percentage”) for the Open Category. Allocable

Quantity of solar Pumpsets for remaining Successful Bidders starting from L2, L3,

L4 and L5 shall be 20%, 10%, 10%, and 10% respectively of the Tendered

Quantity. Number of Pumpsets quoted by the Successful Bidder or Allocable

Quantity, whichever is minimum, shall be allocated to the corresponding Successful

Bidder in the LoA and shall be termed the Allocated Quantity.

For the allocation, following cases emerge;

i) In the event of Quoted number of Pumpsets being lower than the Allocable

Quantity, unmet Allocable Quantity shall not be offered to any of L1 to L5

Successful Bidders. Further, the Authorised Representative shall reserve the

right for deciding upon such unallocated quantity (ies). For illustration,

please refer the table below;

53

SOLAR RFP DOCUMENT

Illustration for allocation of AC Solar Pumpsets for Open Category: Every

Successful Bidder quotes the minimum bid quantity (For illustration purpose

only)

Table 6: Illustration 1

Successful

Bidder

Number of

Pumpsets

quoted

Allocable

Quantity

(% of

Tendered

Quantity)

Allocable

Quantity

Allocated

Quantity

Unmet

Allocable

Quantity

A B C D=Minimum

(A,C) E= A-C

L1

Successful

Bidder

1,600 50% 8,000 1,600 6,400

L2

Successful

Bidder

1,600 20% 3,200 1,600 1,600

L3

Successful

Bidder

1,600 10% 1,600 1,600 0

L4

Successful

Bidder

1,600 10% 1,600 1,600 0

L5

Successful

Bidder

1,600 10% 1,600 1,600 0

ii) In case, some of the Successful Bidders out of L1 to L5 Successful Bidders

quote for number of Pumpsets which is higher than Allocable Quantity and

still there is unallocated quantity, then such Successful Bidders shall be

offered such unallocated quantity on equal sharing basis limited to the

difference between quoted number of Pumpsets and Allocable Quantity. On

submission of acceptance within 48 hours of date of such offer for such

additional quantity, it shall form part of Allocated Quantity for that

Successful Bidder. On failure to submit it‟s acceptance, such offered

quantity shall be treated as part of unallocated quantity. For illustration,

please refer the table below;

54

SOLAR RFP DOCUMENT

Illustration for allocation of AC Solar Pumpsets for Open Category: When

number of pumpsets quoted is different from Allocable Quantity (For illustration

purpose only)

Table 7:Illustration 2

Successful

Bidder

Number

of

Pumpsets

quoted

Allocable

Quantity

(% of

Tendered

Quantity)

Allocable

Quantity

Allocated

Quantity

Unmet

Allocable

Quantity

A B C D=Minimum(A,C) E= A-C

L1

Successful

Bidder

9,000 50% 8,000 8,000 1,000

L2

Successful

Bidder

1,600 20% 3,200 1,600 1,600

L3

Successful

Bidder

2,400 10% 1,600 1,600 800

L4

Successful

Bidder

1,600 10% 1,600 1,600 0

L5

Successful

Bidder

1,600 10% 1,600 1,600 0

Unmet Allocable Quantity of L2 Successful Bidder, i.e., 1,600 number of

Solar Pumpsets shall be offered equally to L1and L3 Successful Bidders, i.e.

800 each.

The Authorised Representative shall reserve the right for deciding upon

unallocated quantity (ies), if any.

iii) In case, L1 to L5 Successful Bidders are not available and the quoted

number of Pumpsets is more than Allocable Quantity for some or all of the

Successful Bidders, then allocation shall be done as per provisions of 4.1.2.3

a(ii). In case, quoted number of Pumpsets is less than the Allocable

Quantity, the allocation for such available Successful Bidders shall be done

as per provisions of Clause 4.1.2.3 a(i). For illustration, please refer the table

below;

Illustration for allocation of AC Solar Pumpsets for Open Category: when only 4

Successful Bidders are available and quoted number of Pumpsets is more than

55

SOLAR RFP DOCUMENT

Allocable Quantities for L1 and L2 Successful Bidders (For illustration purpose

only)

Table 8:Illustration 3

Successful

Bidder

Number

of

Pumpsets

quoted

Allocable

Quantity

(% of

Tendered

Quantity)

Allocable

Quantity

Allocated

Quantity

Unmet

Allocable

Quantity

A B C D=Minimum(A,C) E= A-C

L1

Successful

Bidder

9,000 50% 8,000 8,000 1,000

L2

Successful

Bidder

4,000 20% 3,200 3,200 800

L3

Successful

Bidder

1,600 10% 1,600 1,600 0

L4

Successful

Bidder

1,600 10% 1,600 1,600 0

L5

Successful

Bidder

- 10% 1,600 - -1,600

Unmet Allocable Quantity of L5 Successful Bidder, i.e., 1,600 number of Solar

Pumpsets shall be offered to L1and L2 Successful Bidders, i.e. 800 each.

The Authorised Representative shall reserve the right for deciding upon

unallocated quantity (ies), if any.

Illustration for allocation of AC Solar Pumpsets for Open Category: when only 4

Successful Bidders are available and quoted number of Pumpsets is less than

Allocable Quantities for L1 and L2Successful Bidders (For illustration purpose

only)

Table 9:Illustration 4

56

SOLAR RFP DOCUMENT

Successful

Bidder

Number

of

Pumpsets

quoted

Allocable

Quantity

(% of

Tendered

Quantity)

Allocable

Quantity

Allocated

Quantity

Unmet

Allocable

Quantity

A B C D=Minimum(A,C) E= A-C

L1

Successful

Bidder

7,000 50% 8,000 7,000 1,000

L2

Successful

Bidder

3,000 20% 3,200 3,000 200

L3

Successful

Bidder

1,600 10% 1,600 1,600 0

L4

Successful

Bidder

1,600 10% 1,600 1,600 0

L5

Successful

Bidder

- 10% 1,600 - -1,600

Unmet Allocable Quantity shall not be offered to any of L1 to L4 Successful

Bidders. Further, the Authorised Representative shall reserve the right for

deciding upon such unallocated quantity (ies).

b) Allocated Percentage shall be applied for distribution of farmer applications amongst

the various Suppliers as per the provisions of the Tripartite Agreement.

c) Allocation of BLDC Pumpsets for Open Category shall also be carried out in similar

way as described under Clause 4.1.2.3 (a) and (c).

2. Allocation of Pump sets model wise: Local Category

d) Bidder participating in Local Category shall quote a minimum number of 50 pumpsets

subject to a maximum of 3 times of cumulative number of Pumpsets installed by the

Bidder in the State of Andhra Pradesh during last 5 financial years preceding the

financial year of Bid Deadline.

Local Category bidder shall only quote the number of Pumpsets that it proposes to bid

in the financial bid. Each Qualified Bidder who agree to match the L1 price discovered

from Open Category shall be allocated a minimum of 50 number of Solar Pumpsets or

upto maximum of 3 times of Solar Pumpsets installed by the bidder in past 5 financial

years, preceding the financial year of Bid Deadline, in the in the State of Andhra

57

SOLAR RFP DOCUMENT

Pradesh, depending upon the quantity quoted by the bidder. In case, Allocated Quantity

exceeds the Allocated Quantity earmarked for the Local Category, then each one would

get an allocation on pro rata basis of such exceeded quantity.

For illustration purpose only:

Cumulative of Number of BLDC Solar Pumpsets installed by the Bidder A in past 5

years= 100 numbers

BLDC Solar Pumpsets that can be bid by Bidder A (@3 times of Number of

100)=300 numbers

BLDC Solar Pumpsets allocated to Bidder upon matching the L1 price

discovered=300 numbers

If cumulative bid quantity is more than 4000 numbers (earmarked for Local

Category) say 8000, then Bidder A would get a new allocation i.e., 300 multiplied

by a factor (4000/8000). Hence the new allocation shall be 150 numbers.

Any unallocated quantity shall be allocated to Open Category as per the allocation

provisions mentioned above.

58

SOLAR RFP DOCUMENT

5 Other Provisions

If any disputes shall be handled based on the terms of the Tripartite Agreement.

5.1 Power to Remove Difficulties

If any difficulty arises in giving effect to any provision of the RFP guidelines or

interpretation of the RFP guidelines or there is a requirement to modify the RFP

guidelines for better implementation, the matter may be considered by the Authorised

Representative for this purpose and its decision will be final.

59

SOLAR RFP DOCUMENT

6 Formats

6.1 FORMATS FOR BID SUBMISSION

The following formats are required to be submitted as part of the RFP. These formats

are designed to demonstrate the Bidder‟s compliance with the Qualification

Requirements set forth in Clause 3.4 and other submission requirements specified in the

RFP.

i. Format of Covering Letter for Pre-Qualification Check (Format 6.0 PQ)

ii. Format of Covering Letter (Format 6.1)

iii. Format for Power of Attorney to be provided by Bidding Company (Format

6.2A)

iv. Format for Power of Attorney to be provided by Bidding Firm (Format 6.2B)

v. Format for Power of Attorney to be provided by each of other members of the

Consortium to Lead Member (Format 6.2C)

vi. Format for Consortium Agreement (Format 6.2D)

vii. Format for Earnest Money Deposit (EMD) (Format 6.3)

viii. Format for Technical Eligibility Criteria (Format 6.4A)

ix. Format for Financial Eligibility Criteria (Format 6.4B)

x. Format for submission of Financial Bid (Formats 6.5A & B)

The Bidder may use additional sheets to submit the information for detailed response.

60

SOLAR RFP DOCUMENT

FORMAT-6.0 PQ

Covering Letter for Pre-Qualification Check

(The covering letter should be on the Letter Head of the Bidding Company/ Bidding

Firm/Lead Member of the Bidding Consortium)

Date: _____________________

Reference No: ___________________

From: __________________ (Insert name and address of Bidding Company/Bidding

Firm/ Lead Member of the Bidding Consortium)

Telephone Number:

Fax:

E-mail address:

To

The VC & Managing Director, NREDCAP

12-464/5/1, River Oaks Apartments,

CSR Kalyana Mandapam Road,

Tadepalli, Guntur District -522 501,

Sub: Response to RFP No _______________ dated ____________ [Insert date in

dd/mm/yyyy for installation and commissioning of Solar Pumpset System(s)

Dear Sir,

I/We, the undersigned …………..[insert name of the ‘Bidder’] having read, examined

and understood in detail the RFP including Qualification Requirements in particular,

terms and conditions of the Tripartite Agreement, hereby submit my/our Bid in

response to RFP.

I/We have uploaded scanned copies of the following original documents on the website

specified by the Authorised Representative and I/We are hereby submitting the

following original documents as specified in Clause 3.8.1 (A)

61

SOLAR RFP DOCUMENT

Table A: Details pertaining to EMD

S No EMD through BG EMD through DD

BG Value in

INR

Ref No. Validity

Date

DD

Amount

DD No. DD Date

1

Table B: Details pertaining to Bid Processing Fee

S No DD Amount DD No. DD Date

I/We, undertake to bid for following number of Pumpsets under …….. (insert Open/

Local) Category for which EMD mentioned above, of relevant amount in accordance

with provisions under RFP is furnished;

S.No. Model Type of Solar Pumpset System(s)

Quoted number

of solar pumpset

system(s)

1 Solar Pumpset System(s) Model 1

Surface mounted Solar PV Pumpset System(s) with minimum PV Array of 2700 Wp – 3 HP AC

2 Solar

Pumpset

System(s)

Model 2

Submersible Solar PV Pumpset

System(s) with minimum PV Array of

3000 Wp – 3 HP AC

3 Solar

Pumpset

System(s)

Model 3

Surface mounted Solar PV Pumpset

System(s) with minimum PV Array of

4800 Wp – 5 HP AC

4 Solar

Pumpset

System(s)

Model 4

Submersible Solar PV Pumpset

System(s) with minimum PV Array of

4800 Wp – 5 HP AC

5 Solar

Pumpset

System(s)

Model 5

Surface mounted Solar PV Solar

Pumpset System(s) with minimum PV

Array of 2700 Wp – 3 HP BLDC

based solar pumpset

6 Solar

Pumpset

System(s)

Model 6

Submersible Solar PV Solar Pumpset

System(s) with minimum PV Array of

3000 Wp – 3 HP BLDC based solar

pumpset

7 Solar

Pumpset

System(s)

Model 7

Submersible Solar PV Solar Pumpset

System(s) with minimum PV Array of

4800 Wp – 5 HP BLDC based solar

pumpset

62

SOLAR RFP DOCUMENT

Thanking you,

Yours faithfully,

(Name, Designation and Signature of Authorised Signatory as per Clause 3.8)

63

SOLAR RFP DOCUMENT

FORMAT-6.1

Covering Letter

(The covering letter should be on the Letter Head of the Bidding Company/Bidding

Firm/ Lead Member of the Bidding Consortium)

Date: _____________________

Reference No: ___________________

From: __________________ (Insert name and address of Bidding

Company/Bidding Firm/ Lead Member of the Bidding Consortium)

Telephone Number:

Fax:

E-mail address:

To

The VC & Managing Director, NREDCAP

12-464/5/1, River Oaks Apartments,

CSR Kalyana Mandapam Road,

Tadepalli, Guntur District -522 501,

Sub: Response to RFP No _______________ dated ____________ [Insert date in

dd/mm/yyyy] for installation and commissioning of Solar Pumpset Systems

Dear Sir,

I/We, the undersigned …………….. [insert name of the ‘Bidder’] having read,

examined and understood in detail the RFP including Qualification Requirements in

particular, terms and conditions of the Tripartite Agreement hereby submit my/our Bid

in response to RFP. I/We are submitting our Bid for number of Pumpsets mentioned in

Format 6.0 submitted as part of the Bid;

64

SOLAR RFP DOCUMENT

1. I/We give my/our unconditional acceptance to the RFP, dated ……………..….

[Insert date in dd/mm/yyyy], standard Tripartite Agreement attached thereto, issued

by Authorised Representative. In token of my/our acceptance to the RFP, Tripartite

Agreement along with the amendments and clarifications issued by Authorised

Representative, the same have been initialled by me/us and enclosed with the

response to RFP. I/We shall ensure that the Tripartite Agreement is executed as per

the provisions of the RFP, provisions of Tripartite Agreement shall be binding on

me/us. Further, I/we confirm that the Solar Pumpset System(s) shall be installed and

commissioned within the timelines specified in this RFP.

2. I/We hereby declare that in the event that I/we are declared as Successful Bidder

and I/we are not able to submit Bank Guarantee of the requisite value(s) towards

PG within 10 days of issue of LoA by Authorised Representative or I/we are not

able to sign Tripartite Agreement with Procurer(s) within 10 days of issue of LoA

by Authorised Representative, then the Authorised Representative shall have the

right to forfeit the EMD submitted by me/us.

3. I/We have submitted our response to RFP strictly as per provisions under Clause 6

(Formats) of this RFP, without any deviations, conditions and without mentioning

any assumptions or notes in the said Formats.

4. I/We hereby declare that I/We are participating in this Bid process under the

…………… (Local/Open Category).

5. I/We hereby declared that we have read and understood the RFP and the hard copy

of the initialled RFP shall be submitted upon finalization as Successful Bidder.

6. I/We hereby unconditionally and irrevocably agree and accept that the decision

made by Authorised Representative in respect of any matter regarding or arising out

of the RFP shall be binding on me/us. I/We hereby expressly waive and withdraw

any deviations and all claims in respect of this process.

7. I/We hereby undertake that we will comply to the technical specifications of the

Solar Pumpset System(s) as detailed in Annexure-A of this RFP

8. I/we hereby declare that we are not in Conflict of Interest with any other Bidder in

this Bid process and we have submitted only one Bid in response to this RFP and

are not participating under any other Bid in this RFP. I/we hereby declare that we

are in compliance with provisions of Clause 3.4.1.1 of the RFP

9. I/We hereby undertake that the components/items to be supplied for installation of

the system shall be as per the component/items indicated in the Test Certificate of

the authorized test centres of MNRE including the brand, capacity etc. submitted

towards eligibility criteria specified un Clause 3.5.1.2 point (3) of the RFP. Upon

our declaration as Successful Bidder/subsequently the Supplier, in case the I/we

intend to change any component/items, we shall obtain the appropriate Test

Certificate for the new components/items.

65

SOLAR RFP DOCUMENT

10. Familiarity with Relevant Indian Laws & Regulations:

I/We confirm that I/we have studied the provisions of the relevant Indian laws and

regulations as required to enable us to submit this response to RFP, and execute the

Tripartite Agreement, in the event of my/our selection as Successful Bidder.

11. I/We are enclosing herewith my/our response to the RFP with formats duly signed

as desired by you in the RFP for your consideration.

12. It is confirmed that my/our response to the RFP is consistent with all the

requirements of submission as stated in the RFP and subsequent communications

from Authorised Representative.

13. The information submitted in our response to the RFP is correct to the best of

my/our knowledge and understanding. I/We would be solely responsible for any

errors or omissions in my/our response to the RFP.

14. I/We confirm that all the terms and conditions of our Bid are valid upto (Insert

date as per Clause 3.10 of the RFP). The validity of my/our Bid will be as per

Clause 3.10 of this RFP

15. I/We (in case of a Company) confirm that the Power of Attorney has been issued to

the Authorised Signatory of this Bid pursuant to the Board Resolution

……………….. [Insert date in dd/mm/yyyy]

16. I/We confirm that I/We have the necessary execution capacity to implement and

execute the Solar Pumpset System(s) allocated to us pursuant to our finalization as

Successful Bidder after implementation of the allocation process

17. Contact Person:

Details of the representative to be contacted by Authorised Representative are furnished

as under:

Name :

Designation :

Company <if applicable>:

Address :

Phone No. :

Mobile No. :

Fax No. :

E-mail address :

Alternate Email address:

18. I/We have neither made any statement nor provided any information in this Bid,

which to the best of my/our knowledge is materially inaccurate or misleading.

66

SOLAR RFP DOCUMENT

Further, all the confirmations, declarations and representations made in my/our Bid

are true and accurate. In case this is found to be incorrect after my/our selection as

Successful Bidder, I/we agree that the same would be treated as the Bidder‟s event

of default under Tripartite Agreement and consequent provisions of Tripartite

Agreement shall apply.

Dated the__________day of____________20…

Thanking you,

Yours faithfully,

(Name, Designation and Signature of Authorised Signatory as per Clauses of 3.7)

67

SOLAR RFP DOCUMENT

FORMAT-6.2 A

FORMAT FOR POWER OF ATTORNEY

(To be provided by the Bidding Company in favour of the Authorised Signatory of

the Bidding Company)

POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of appropriate value as per Stamp

Act relevant to place of execution.)

KNOW ALL MEN BY THESE PRESENTS THAT

M/s…………….…………….having its registered office at

…………………………..…….., …..,..… having agreed to appoint

Mr/Ms……………………………..…, having his/her address

at………………………..and appointed as …………………at the Bidding Company,

as the Authorised Signatory, do hereby constitute, nominate and appoint

Mr/Ms…………….…………..

as our duly constituted lawful Attorney (hereinafter called as Authorised Signatory) to

exercise all or any of the powers for and on behalf of the Bidding Company in regard to

submission of the response to RFP No ………………….. We also authorize the said

Authorised Signatory to undertake the following acts:

i) To submit on Bidding Company, the response to RFP.

ii) To do any other act or submit any information and documents related to the

above response to RFP Bid.

It is expressly understood that in the event of the Bidding Company being selected as

Successful Bidder, this Power of Attorney shall remain valid, binding and irrevocable

until the Bidding Company achieves execution of Tripartite Agreement.

We as the Directors of the Bidding Company agree and undertake to ratify and confirm

all whatsoever the said Attorney/Authorised Signatory has done on behalf of the

Bidding Company pursuant to this Power of Attorney and the same shall bind us and

deemed to have been done by us.

IN WITNESS WHEREOF M/s …………………………………………..……., as the

Director of the Bidding Company have executed these presents on this……….. Day of

........under the Common Seal of our Company.

For and on behalf of Bidding Company M/s………………………….

68

SOLAR RFP DOCUMENT

--------------------------------

(Signature of person authorised by the board)

(Name

Designation

Place:

Date:

)

Accepted

---------------------------------

(Signature, Name, Designation and Address of the Authorised Signatory)

Attested

---------------------

(Signature of the executant)

------------------------------

(Signature & stamp of Notary of the place of execution)

Place:----------------

Date:------------------

Notes:

(1) 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 executant(s) and the same should be under common seal of the

executant affixed in accordance with the applicable procedure. Further, the person

69

SOLAR RFP DOCUMENT

whose signatures are to be provided on the power of attorney shall be duly authorized

by the executant(s) in this regard.

70

SOLAR RFP DOCUMENT

FORMAT-6.2 B

FORMAT FOR POWER OF ATTORNEY

(To be provided by the partners of the Bidding Firm in favour of the Authorised

Signatory of the Bidding Firm)

POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of appropriate value as per Stamp

Act relevant to place of execution.)

KNOW ALL MEN BY THESE PRESENTS THAT

M/s…………….…………….having its registered office at

…………………………..…….., …..,..… having agreed to appoint

Mr/Ms……………………………..…, having his/her address

at………………………..and a partner in our Bidding Firm as per the partnership deed

No….executed on………….., as the Authorised Signatory, do hereby constitute,

nominate and appoint Mr/Ms…………….………….. as our duly constituted lawful

Attorney (hereinafter called as Authorised Signatory) to exercise all or any of the

powers for and on behalf of the Bidding Firm in regard to submission of the response to

RFP No ………………….. We also authorize the said Authorised Signatory to

undertake the following acts:

i) To submit on behalf of Bidding Firm, the response to RFP.

ii) To do any other act or submit any information and documents related to the

above response to RFP Bid.

It is expressly understood that in the event of the Bidding Firm being selected as

Successful Bidder, this Power of Attorney shall remain valid, binding and irrevocable

until the Bidding Firm achieves execution of Tripartite Agreement.

We as the partners of the Bidding Firm agree and undertake to ratify and confirm all

whatsoever the said Attorney/Authorised Signatory has done on behalf of the Bidding

Firm pursuant to this Power of Attorney and the same shall bind us and deemed to have

been done by us.

IN WITNESS WHEREOF M/s …………………………………………..……., as the

partners of the Bidding Firm have executed these presents on this……….. Day of

........under the partnership deed

For and on behalf of Bidding Firm M/s………………………….

--------------------------------

(Signature of all the partners under the partnership deed)

(Name

71

SOLAR RFP DOCUMENT

Designation

Place:

Date:

)

Accepted

---------------------------------

(Signature, Name, Designation and Address

of the Authorised Signatory)

Attested

---------------------

(Signature of the executant)

------------------------------

(Signature & stamp of Notary of the place of execution)

Place:----------------

Date:------------------

Notes:

(1) 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 executant(s) and the same should be under common seal of the

executant 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 executant(s) in this regard.

72

SOLAR RFP DOCUMENT

FORMAT-6.2 C

FORMAT FOR POWER OF ATTORNEY

(To be provided by each of the other Members of the Bidding Consortium in

favour of the Lead Member)

POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of appropriate value as per Stamp

Act relevant to place of execution.)

KNOW ALL MEN BY THESE PRESENTS THAT

M/s…………….…………….having its registered office at

…………………………..…….., ………..….., ..…………… and M/s

…………………….…. having its registered office at …………………………………..

, (Insert names and registered offices of all Members of the Consortium) the Members

of Consortium have formed a Bidding Consortium named ……………………. (Insert

name of the Consortium if finalized) (hereinafter called the „Consortium‟) vide

Consortium Agreement dated………..……………… and having agreed to appoint

M/s……………………………..…as the Lead Member of the said Consortium do

hereby constitute, nominate and appoint M/s…………….…………..as Lead Member

of the Bidding Consortium ……….………(hereinafter called the “Lead Member”)

and having its Registered /Head Office at

……………………..……….and Mr/Ms …………, a …………..< appropriate

designation as Lead Member is a Company) in the Lead Member of the Consortium as

our duly constituted lawful Attorney to exercise all or any of the powers for and on

behalf of the Consortium in regard to submission of the response to RFP No

………………….. We also authorize the said Authorised Signatory to undertake the

following acts:

i) To submit on behalf of Consortium Members response to RFP.

ii) To do any other act or submit any information and documents related to the

above response to RFP Bid.

It is expressly understood that in the event of the Consortium being selected as

Successful Bidder, this Power of Attorney shall remain valid, binding and irrevocable

until the Bidding Consortium achieves execution of Tripartite Agreement.

We as the Member of the Consortium agree and undertake to ratify and confirm all

whatsoever the said Attorney/Lead Member has done on behalf of the Consortium

Members pursuant to this Power of Attorney and the same shall bind us and deemed to

have been done by us.

73

SOLAR RFP DOCUMENT

IN WITNESS WHEREOF M/s …………………………………………..……., as the

Member of the Consortium have executed these presents on this……….. Day of

........under the Common Seal of our Company.

For and on behalf of Consortium Member M/s………………………….

--------------------------------

(Signature of authorized signatory of the Company)

Name:

Designation:

Place:

Date:

Accepted

---------------------------------

(Signature, Name, Designation and Address of the signatory authorised by the Lead

Member)

Attested

---------------------

(Signature of the executant)

------------------------------

(Signature & stamp of Notary of the place of execution)

Place:

Date:

74

SOLAR RFP DOCUMENT

FORMAT-6.2 D

FORMAT FOR CONSORTIUM AGREEMENT

(Applicable for Bidding Consortium)

(To be on non-judicial stamp paper of appropriate value as per Stamp Act

relevant to place of execution and to be registered under the relevant Laws and

Regulations)

THIS Consortium Agreement (“Agreement”) executed on this _____________ day of

_________ Two thousand _____________ between M/s ………… [insert

name of Lead Member] ____________ a Company incorporated under the

laws of ______________ and having its Registered Office at ______________

(hereinafter called the “Member-1”, which expression shall include its successors,

executors and permitted assigns) and M/s _________ a Company incorporated

under the laws of ____________ and having its Registered Office at _________

(hereinafter called the “Member-2”, which expression shall include its successors,

executors and permitted assigns), M/s ____________ a Company incorporated under

the laws of ___________ and having its Registered Office at ___________

(hereinafter called the “Member-n”, which expression shall include its successors,

executors and permitted assigns), [The Bidding Consortium should list the details of all

the Consortium Members] for the purpose of submitting response to RFP and

execution of Tripartite Agreement (in case of award), against RFP No.______ dated

_______ issued by NREDCAP (Authorized Representative) a Company incorporated

under the Company‟s Act, 1956, and having its Registered Office at ________ or

_________ constituted under

WHEREAS, each Member individually shall be referred to as the “Member” and all of

the Members shall be collectively referred to as the “Members” in this Agreement.

WHEREAS Procurer desire to implement the Solar Pumpset System(s) in accordance

with the Scope of Work specified in the RFP;

WHEREAS, Authorized Representative had invited response to RFP vide its Request

for Proposal (RFP) dated …………….

WHEREAS the RFP stipulates that in case response to RFP is being submitted by a

Bidding Consortium, the Members of the Consortium will have to submit a legally

enforceable and registered Consortium Agreement in a format specified by Authorized

Representative wherein the Consortium Members have to clearly specify the roles and

obligations of each of the Members of the Consortium.

NOW THEREFORE, THIS CONSORTIUM AGREEMENT WITNESSTH AS

UNDER:

75

SOLAR RFP DOCUMENT

In consideration of the above premises and agreements all the Members in this Bidding

Consortium do hereby mutually agree as follows:

1. We, the Members of the Consortium and Members to the Agreement do hereby

unequivocally agree that Member-1 (M/s _), shall act as the Lead Member

as defined in the RFP for self and agent for and on behalf of Member-2, -----,

Member-3.

2. The Lead Member is hereby Authorized by the Members of the Consortium and

Members to the Agreement to bind the Consortium and receive instructions for

and on their behalf.

3. Notwithstanding anything contrary contained in this Consortium Agreement,

the Lead Member shall always be liable for the obligations of all the

Consortium Members i.e. for both its own liability and obligations as well as the

liability and obligations of other Members.

4. Notwithstanding anything to the contrary contained in this Consortium

Agreement, the Lead Member shall be liable and responsible for ensuring the

individual and collective commitment of each of the Members of the

Consortium in discharging all of their respective obligations. Each Member

further undertakes to be individually liable for the performance of its part of the

obligations without in any way limiting the scope of collective liability

envisaged in this Consortium Agreement.

5. The Tripartite Agreement shall be executed among the Procurer, the NREDCAP

and the Lead Member and upon default of any of the obligations under the

Tripartite Agreement by the Lead Member, one of the other Members shall

mandatorily substitute and assume the entire responsibilities and obligations of

the Lead Member and will henceforth become the Lead Member for the purpose

of this Consortium Agreement as well as the Tripartite Agreement.

6. The individual obligations of each of the Members of the Consortium are as

specified hereunder:

Lead Member < Description of obligations in relation

to the Scope of Work specified in

RFP>

Member 1 < Description of obligations in relation

to the Scope of Work specified in the

RFP>

Member 2 < Description of obligations in relation

to the Scope of Work specified in the

RFP>

7. This Consortium Agreement shall be construed and interpreted in accordance

with the Laws of India and jurisdiction of High Court Judicature for the state of

Andhra Pradesh and the decision of the High Court, alone shall have the

exclusive jurisdiction in all matters relating thereto and arising there under.

8. It is hereby further agreed that in case of being selected as the Successful

Bidder, the Members do hereby agree that they shall furnish the Performance

Guarantee in favour of NREDCAP (with which the Tripartite Agreement will

be signed) in terms of the RFP.

9. It is further expressly agreed that the Consortium Agreement shall be

irrevocable and shall form an integral part of the Tripartite Agreement and shall

76

SOLAR RFP DOCUMENT

remain valid until the expiration or early termination of the Tripartite

Agreement in terms thereof, unless expressly agreed to the contrary by

Authorized Representative / Procurer.

10. The Lead Member is Authorized and shall be fully responsible for the accuracy

and veracity of the representations and information submitted by the Members

respectively from time to time in the response to RFP.

11. It is hereby expressly understood between the Members that no Member at any

given point of time, may assign or delegate its rights, duties or obligations under

the Tripartite Agreement except with prior written consent of Authorized

Representative.

12. This Consortium Agreement

a) has been duly executed and delivered on behalf of each Member hereto

and constitutes the legal, valid, binding and enforceable obligation of

each such Member;

b) sets forth the entire understanding of the Members hereto with respect to

the subject matter hereof; and

c) may not be amended or modified except in writing signed by each of the

Members and with prior written consent of Authorized Representative.

13. All the terms used in capitals in this Consortium Agreement but not defined

herein shall have the meaning as per the RFP and the Tripartite Agreement.

IN WITNESS WHEREOF, the Members have, through their Authorized

representatives, executed these present on the Day, Month and Year first mentioned

above.

For M/s _____________________ [Member 1]

-----------------------------------------

(Signature, Name & Designation of the person Authorized vide Board Resolution

Dated [●])

Witnesses:

1) Signature----------------------- 2)

Signature ---------------------

Name:

Name:

Address:

Address:

For M/s _____________________ [Member 2]

-----------------------------------------

(Signature, Name & Designation of the person Authorized vide Board Resolution

Dated [●])

Witnesses:

77

SOLAR RFP DOCUMENT

1) Signature----------------------- 2)

Signature ---------------------

Name:

Name:

Address:

Address:

For M/s _____________________ [Member n]

-----------------------------------------

(Signature, Name & Designation of the person Authorized vide Board Resolution

Dated [●])

Witnesses:

1) Signature----------------------- 2)

Signature ---------------------

Name:

Name:

Address:

Address:

_____________________________________________

Signature and stamp of Notary of the place of execution

78

SOLAR RFP DOCUMENT

FORMAT- 6.3

FORMAT FOR EARNEST MONEY DEPOSIT

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to

place of execution.)

Ref._______________________

Bank Guarantee No.________________

Date: _____________________

In consideration of the ___________________[Insert name of the Bidder] (hereinafter

referred to as 'Bidder') submitting the response to RFP inter alia for selection of the

supplier for installation and commissioning of Solar Pumpset Systems, in response to

the RFP No.________ dated _____ issued by the NREDCAP (hereinafter referred to as

Authorised Representative) and Authorised Representative considering such response

to the RFP of __________ [insert the name of the Bidder] as per the terms of the RFP,

the_____________[insert name & address of bank] hereby agrees unequivocally,

irrevocably and unconditionally to pay to Authorised Representative at [Insert Name of

the Place from the address of Authorised Representative] forthwith on demand in

writing from Authorised Representative or any Officer authorised by it in this behalf,

any amount upto and not exceeding Rupees __________________ [Insert amount]

only, on behalf of .______________ [Insert name of the Bidder] .

This guarantee shall be valid and binding on this Bank upto and

including__________[insert date of validity in accordance with Clause 3.6 of this

RFP] 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 Tripartite Agreement.

79

SOLAR RFP DOCUMENT

Our liability under this Guarantee is restricted to INR. _______________

(INR._________ only). Our Guarantee shall remain in force until _________ [insert

date of validity in accordance with Clause 3.6 of this RFP]. Authorised Representative

shall be entitled to invoke this Guarantee till ________ [insert date corresponding to

thirty (30) days beyond the validity of the EMD].

The Guarantor Bank hereby agrees and acknowledges that the Authorised

Representative shall have a right to invoke this BANK GUARANTEE in part or in full,

as it may deem fit.

The Guarantor Bank hereby expressly agrees that it shall not require any proof in

addition to the written demand by Authorised Representative, made in any format,

raised at the above mentioned address of the Guarantor Bank, in order to make the said

payment to Authorised Representative.

The Guarantor Bank shall make payment hereunder on first demand without restriction

or conditions and notwithstanding any objection by _______________[Insert name of

the Bidder] and/or any other person. The Guarantor Bank shall not require Authorised

Representative to justify the invocation of this BANK GUARANTEE, nor shall the

Guarantor Bank have any recourse against Authorised Representative in respect of any

payment made hereunder.

This BANK GUARANTEE shall be interpreted in accordance with the laws of India

and the courts at Andhra Pradesh 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 Authorised Representative shall not be obliged before enforcing this

BANK GUARANTEE to take any action in any court or arbitral proceedings against

the Bidder, to make any claim against or any demand on the Bidder or to give any

notice to the Bidder or to enforce any security held by Authorised Representative or to

exercise, levy or enforce any distress, diligence or other process against the Bidder.

The Guarantor Bank acknowledges that this BANK GUARANTEE is not personal to

Authorised Representative and may be assigned, in whole or in part, (whether

absolutely or by way of security) by Authorised Representative to any entity to whom

Authorised Representative is entitled to assign its rights and ligations under the

Tripartite Agreement.

Notwithstanding anything contained hereinabove, our liability under this Guarantee is

restricted to INR _________(INR ________ only) and it shall remain in force until

_________ [Date to be inserted on the basis of Clause 3.6 of this RFP]. We are liable

80

SOLAR RFP DOCUMENT

to pay the guaranteed amount or any part thereof under this Bank Guarantee only if

Authorised Representative serves upon us a written claim or demand.

Signature ____________

Name ______________

Power of Attorney No. _____________

For

______[Insert Name of the Bank]______

Banker's Stamp and Full Address.

Dated this ____day of___, 20__

81

SOLAR RFP DOCUMENT

FORMAT- 6.4 A

FORMAT FOR TECHNICAL ELIGIBILITY CRITERIA

To,

The VC & Managing Director, NREDCAP

12-464/5/1, River Oaks Apartments,

CSR Kalyana Mandapam Road,

Tadepalli, Guntur District -522 501

Dear Sir,

Sub: Response to RFP No. __________________ for selection of supplier for

installation and commissioning of Solar Pumpset System(s) in the state of Andhra

Pradesh.

I/We hereby submit the following documents to meet the Technical Eligibility Criteria

as per the provisions of the RFP.

Technical Eligibility Criteria

Sl.

No.

Parameter FY

2013-14

FY

2014-15

FY

2015-16

FY 2016-

17

FY2017-

18

Total

1 Number of AC

Pumpsets installed in

accordance with

Clause 3.4.1.2

2 Number of BLDC

Pumpsets installed in

accordance with

Clause 3.4.1.2

Total

Or

82

SOLAR RFP DOCUMENT

Sl.

No.

Parameter FY

2013-14

FY 2014-

15

FY

2015-16

FY 2016-

17

FY2017-

18

Total

1 MW capacity of

ground mounted

Solar Power Project

installed in

accordance with

Clause 3.4.1.2

Total

I/We undertake that we are not be blacklisted by any Govt. Agency in the past or at

present. I/We undertake that were not blacklisted ever by any Govt. Agency.

I/We undertake that valid Test Certificate(s) for each proposed Solar Pumpset

System(s) Model (Solar Pumpset System(s) Model 1/2/3/4/5/6/7) of Solar Water

Pumpset System from a MNRE authorized testing center prior to the Bid Deadline

(mandatorily by Lead Member in case of Bidding Consortium).Any improvement in

technology shall be implemented only on submitting relevant test certificate for the

same from a MNRE authorized testing center only.

I/We hereby undertake to certify that we would establish Authorized Service Centers of

operation before supply as per the provisions of the Tripartite Agreement District wise

in the State.

Signature of Authorised Signatory of the Bidder

Place:

Date:

83

SOLAR RFP DOCUMENT

Note:

1. Format 6.4 A shall be certified by Chartered Accountant or Statutory

Auditor of the Bidder.

2. Certificate of Incorporation and GST certificate

3. Test Certificate for the proposed model shall be submitted.

FORMAT- 6.4 B

FORMAT FOR FINANCIAL ELIGIBILITY CRITERIA

To,

The VC & Managing Director, NREDCAP,

12-464/5/1, River Oaks Apartments,

CSR Kalyana Mandapam Road,

Tadepalli-522 501, Guntur District

Dear Sir,

Sub: Response to RFP No. __________________ for selection of supplier for

installation and commissioning of Solar Pumpset System(s) in the state of Andhra

Pradesh.

I/We hereby submit the following documents to meet the Technical Eligibility Criteria

as per the provisions of the RFP.

I/We hereby undertake to certify that we have an average annual turnover of Rs.

________________ Crs as per Clause 3.4.1.4 of RFP;

Sl.

No.

Financial year Value in Crores (Rs)

1 FY 2015-16

2 FY 2016-17

3 FY 2017-18

4 Average Annual Turnover

NOTE:

84

SOLAR RFP DOCUMENT

i. Attach certificate from the Chartered Accountant/Statutory Auditor along

with audited financial statements (Balance Sheet, Profit & Loss Account,

Schedules and cash flow statement). Provisional financial statements

certified by chartered accountant shall be furnished in case final financial

statements are not ready for FY 2017-18.

ii. The documents submitted without certification by the Chartered Accountant

shall not be considered.

Signature of Authorised Signatory of the Bidder

Place:

Date:

FORMAT- 6.5 A

FORMAT FOR FINANCIAL BID

Name of the Bidder: __________________________________________

S.

No. Model

Type of Solar

Pumpset

System(s)

Quoted

number

of solar

pumpset

system(s)

Quoted Price per Solar

Pumpset System(s)

(INR)

(Exclusive of all

applicable taxes, duties

etc. and CMC Charges,

to be quoted only by

Open Category bidder)

(A)

Applicable

taxes,

duties etc.

(INR)

(B)

Total

Cost per

Solar

Pumpset

(INR)

(C=A+B)

1

Solar Pumpset System(s) Model 1

Surface mounted Solar PV Pumpset System(s) with minimum PV Array of 2700 wp – 3 HP A/C

2

Solar

Pumpset

System(s)

Model 2

Submersible Solar PV

Pumpset

System(s) with

minimum PV

85

SOLAR RFP DOCUMENT

S.

No. Model

Type of Solar

Pumpset

System(s)

Quoted

number

of solar

pumpset

system(s)

Quoted Price per Solar

Pumpset System(s)

(INR)

(Exclusive of all

applicable taxes, duties

etc. and CMC Charges,

to be quoted only by

Open Category bidder)

(A)

Applicable

taxes,

duties etc.

(INR)

(B)

Total

Cost per

Solar

Pumpset

(INR)

(C=A+B)

Array of 3000

wp – 3 HP

A/C

3

Solar

Pumpset

System(s)

Model 3

Surface

mounted Solar PV

Pumpset

System(s) with

minimum PV

Array of 4800

wp – 5 HP

A/C

4

Solar

Pumpset

System(s)

Model 4

Submersible Solar PV

Pumpset

System(s) with

minimum PV

Array of 4800

wp – 5 HP

A/C

5

Solar

Pumpset

System(s)

Model 5

Surface

mounted Solar PV Solar

Pumpset

System(s) with

minimum PV

Array of 2700

wp – 3 HP

BLDC based

solar pumpset

6

Solar

Pumpset

System(s)

Model 6

Submersible Solar PV Solar

Pumpset

System(s) with

minimum PV

Array of 3000

wp – 3 HP

86

SOLAR RFP DOCUMENT

S.

No. Model

Type of Solar

Pumpset

System(s)

Quoted

number

of solar

pumpset

system(s)

Quoted Price per Solar

Pumpset System(s)

(INR)

(Exclusive of all

applicable taxes, duties

etc. and CMC Charges,

to be quoted only by

Open Category bidder)

(A)

Applicable

taxes,

duties etc.

(INR)

(B)

Total

Cost per

Solar

Pumpset

(INR)

(C=A+B)

BLDC based

solar pumpset

7

Solar

Pumpset

System(s)

Model 7

Submersible Solar PV Solar

Pumpset

System(s) with

minimum PV

Array of 4800

wp – 5 HP

BLDC based

solar pumpset

8

Certified that:

Above rates are in accordance with the specifications & various terms &

conditions mentioned in the RFP and are applicable for installation anywhere in

Andhra Pradesh State.

The number of pumpsets quoted in Format 6.0 should match with Format 6.5 A.

Any mismatch will lead to disqualification.

The rates are inclusive of all latest prevailing taxes and duties etc., of Govt. of

Andhra Pradesh as well as Govt. of India. Moreover, NREDCAP will not be

responsible for providing Road permits.

The rates are inclusive of all the charges regarding Design, Supply, Installation,

Commissioning including Transportation, tracking facility, Remote Monitoring

Unit and the additional BOS like Suction Pipe, Delivery Pipe, Cable etc., with

proper foundation and any other charges mentioned in the RFP and also any

risks that are foreseen by the Tenderer. The rates are also inclusive of 5 years of

Remote Monitoring Unit charges and Insurance charges.

All the components including PV system, software‟s and other components

mentioned above should be quoted as a single item. No partial quotes are

87

SOLAR RFP DOCUMENT

accepted.

Site conditions shall be taken care of while laying the foundation for installation

of the system.

The components/items to be supplied for installation of the system are as per the

component/items indicated in the Test Certificate submitted towards

Qualification Requirements specified under Clause 3.4.1.2 (d), 3.4.1.3 (b) of the

RFP of the authorized test centres of MNRE including the brand, capacity etc.

The component wise cost details with brand name are enclosed

Signature of Authorised Signatory of the Bidder with seal

Place:

Date:

FORMAT- 6.5 B

Statement showing the component wise cost details with brand name, for the

Quoted Price, for supply of 3HP/5HP A/C/BLDC Solar PV Solar Pumpset

System(s)

S

l

N

o

Item

Brand

Component wise cost (INR)

Solar

Pumpset

System(s

) Model

1

Solar

Pumpset

System(s

) Model

2

Solar

Pumpset

System(s

) Model

3

Solar

Pumpset

System(s

) Model

4

Solar

Pumpse

t

System(

s)

Model 5

Solar

Pumpse

t

System(

s)

Model 6

Solar

Pumpset

System(s)

Model 7

1 Solar P V

Modules as per

MNRE/IEC

specifications

88

SOLAR RFP DOCUMENT

S

l

N

o

Item

Brand

Component wise cost (INR)

Solar

Pumpset

System(s

) Model

1

Solar

Pumpset

System(s

) Model

2

Solar

Pumpset

System(s

) Model

3

Solar

Pumpset

System(s

) Model

4

Solar

Pumpse

t

System(

s)

Model 5

Solar

Pumpse

t

System(

s)

Model 6

Solar

Pumpset

System(s)

Model 7

2 Solar Inverter / VFD with remote monitoring Unit

3 Pump

4 GI Mounting structure with manual tracking as per MNRE norms

5 A.SUBMERSIBLE PUMP HDPE pipe of 10kg/sqcm-minimum 63mmOD-PE 100 grade of 150 ft length with 3 core 2.5 sqmm flat cable as per ISI standards of 170 ft length

B. SURFACE MOUNTED PUMP HDPE pipe of 6 kg/ Sqcm- 90/110 mm OD(Delivery/Suction)-PE 100 grade of 50ft length with required Cable as per ISI standards

6 Civil works and all other necessary materials

89

SOLAR RFP DOCUMENT

S

l

N

o

Item

Brand

Component wise cost (INR)

Solar

Pumpset

System(s

) Model

1

Solar

Pumpset

System(s

) Model

2

Solar

Pumpset

System(s

) Model

3

Solar

Pumpset

System(s

) Model

4

Solar

Pumpse

t

System(

s)

Model 5

Solar

Pumpse

t

System(

s)

Model 6

Solar

Pumpset

System(s)

Model 7

required for installation including transport charges etc at any location in AP

7 Installation, Commissioning & Insurance charge for a period of 5 years

8 Any other item, if any

Quoted Price (A=Sum of amount of items 1 to 8)

9 Applicable taxes, duties etc. (B)

Total Cost per Pumpset (C=A+B)

All the above items are as per MNRE specifications of 2015-16 and also as per the Test

Certificate issued by the authorized test centres of MNRE. These rates are applicable

for supply & installation of solar Solar Pumpset System(s) anywhere in AP state with

Insurance for 5 years on Turnkey basis.

Note: The component wise cost details without quoting of Financial Bid is not

valid.

Signature of Authorised Signatory of the Bidder

with seal

90

SOLAR RFP DOCUMENT

Place:

Date:

91

SOLAR RFP DOCUMENT

7 Annexures

Annexure – A: Technical Specifications as per MNRE guidelines

Annexure – B: Format for Experience of Bidders for allocation of Local Category

pumps

Annexure – C: Performance Guarantee Format

92

SOLAR RFP DOCUMENT

ANNEXURE – A

Technical Specifications as per MNRE, JNNSM

(2015-16)

1. INTRODUCTION

A Solar Photovoltaic (SPV) Water Pumping System consists of:

PV Array:

Capacity in the range of 200 Wp to 10 KWp. These ranges of Solar

Photovoltaic (SPV) Water Pumping Systems are basically for “Irrigation”

applications. However, these may also be used for “Drinking Water

Applications wherever such capacities are required”.

PV Array should be mounted on a suitable structure with a provision of

tracking the sun.

Motor Solar Pumpset System(s) (Surface or submersible):

- D.C. Motor Solar Pumpset System(s) (with Brushes or Brush less D.C.)

Or

- A.C. Induction Motor Solar Pumpset System(s) with a suitable Inverter

Electronics:

- Maximum Power Point Tracker

- Inverter for A.C. Motors (Appropriate Electronic Controller in case of

B.L.D.C.)

- Electronic Protections

Interconnect Cables and

“On – Off” Switch.

2. PERFORMANCE SPECIFICATIONS AND REQUIREMENTS

Solar PV Water Pumps with PV module capacity in the range of 900 Watt to 5 KWp

may be installed on a suitable bore-well / open well / Water Reservoir / Water stream

etc.

Under the “Average Daily Solar Radiation” condition of 7.15 KWh / sq.m. on the

surface of PV array (i.e. coplanar with the PV Modules), the minimum water output

from a Solar PV Water Pumping System at different “Total Dynamic Heads” should be

as specified below :

For D.C. Motor Solar Pumpset System(s) with Brushes or Brush Less D.C.(B.L.D.C. ) :

(i) 100 liters of water per watt peak of PV array, from a Total Dynamic Head of 10

metres (Suction head, if applicable, minimum of 7 metres) and with the shut off

head being at least 12 metres.

(ii) 50 liters of water per watt peak of PV array, from a Total Dynamic Head of 20

metres (Suction head, if applicable, up to a maximum of 7 metres) and with the shut

off head being at least 25 metres.

(iii) 35 liters of water per watt peak of PV array, from a Total Dynamic Head of 30

metres and the shut off head being at least 45 metres.

(iv) 21 liters of water per watt peak of PV array, from a Total Dynamic Head of 50

metres and the shut off head being at least 70 metres.

93

SOLAR RFP DOCUMENT

(v) 14 liters of water per watt peak of PV array, from a Total Dynamic Head of 70

metres and the shut off head being at least 100 metres.

vi) 9.5 liters of water per watt peak of PV array, from a Total Dynamic Head of 100

metres and the shut off head being at least 150 metres.

The actual duration of pumping of water on a particular day and the quantity of water

pumped could vary depending on the solar intensity, location, season, etc.

Indicative performance specifications for the Shallow and Deep well SPV Water

Pumping Systems are given in the Annexure I.

For A.C. Induction Motor Solar Pumpset System(s) with a suitable Inverter :

(i) 90 liters of water per watt peak of PV array, from a Total Dynamic Head of 10

metres (Suction head, if applicable, minimum of 7 metres) and with the shut off

head being at least 12 metres.

(ii) 45 liters of water per watt peak of PV array, from a Total Dynamic Head of 20

metres (Suction head, if applicable, up to a maximum of 7 metres) and with the shut

off head being at least 25 metres.

(iii) 32 liters of water per watt peak of PV array, from a Total Dynamic Head of 30

metres and the shut off head being at least 45 metres.

(iv) 19 liters of water per watt peak of PV array, from a Total Dynamic Head of 50

metres and the shut off head being at least 70 metres.

(v) 13 liters of water per watt peak of PV array, from a Total Dynamic Head of 70

metres and the shut off head being at least 100 metres.

(vi) 8.5 liters of water per watt peak of PV array, from a Total Dynamic Head of

100 metres and the shut off head being at least 150 metres.

The actual duration of pumping of water on a particular day and the quantity of water

pumped could vary depending on the solar intensity, location, season, etc.

Indicative performance specifications for the Shallow and Deep well SPV Water

Pumping Systems are given in the Annexure II.

3. PV ARRAY

The SPV water pumping system should be operated with a PV array capacity in the

range of 200 Watts peak to 10000 Watts peak, measured under Standard Test

Conditions (STC). Sufficient number of modules in series and parallel could be used to

obtain the required PV array power output. The power output of individual PV modules

used in the PV array, under STC, should be a minimum of 125 Watts peak, with

adequate provision for measurement tolerances. Use of PV modules with higher power

output is preferred.

Indigenously produced PV module (s) containing mono/ multi crystalline silicon solar

cells should be used in the PV array for the SPV Water Pumping systems.

Modules supplied with the SPV water pumping systems should have certificate

as per IEC 61215 specifications or equivalent National or International/

Standards.

Modules must qualify to IEC 61730 Part I and II for safety qualification testing.

The efficiency of the PV modules should be minimum 14% and fill factor

should be more than 70%.

The terminal box on the module should have a provision for “Opening” for

replacing the cable, if required.

94

SOLAR RFP DOCUMENT

There should be a Name Plate fixed inside the module which will give:

a. Name of the Manufacturer or Distinctive Logo

b. Model Number

c. Serial Number

d. Year of Manufacture

4. MOTOR PUMP-SET

The SPV Water pumping systems may use any of the following types of motor

Solar Pumpset System(s):

a. Surface mounted motor Solar Pumpset System(s)

b. Submersible motor Solar Pumpset System(s)

c. Floating motor Solar Pumpset System(s)

d. Any other type of motor Solar Pumpset System(s) after approval from

Test Centers of the Ministry

The “Motor Solar Pumpset System(s)” should have a capacity in the range of

0.2 HP to 10 HP and should have the following features:

The mono block DC/ AC centrifugal motor Solar Pumpset System(s)

with the impeller mounted directly on the motor shaft and with

appropriate mechanical seals which ensures zero leakage.

The motor of the capacity ranging from 0.2 HP to 10 HP should be AC,

PMDC or BLDC type. The suction and delivery head will depend on the

site specific condition of the field.

Submersible pumps could also be used according to the dynamic head of

the site at which the pump is to be used.

It is recommended that all parts of the pump and the motor of the submersible

pumps should be made of stainless steel.

- The manufacturers of pumps should self-certify that, the pump and all

external parts of motor used in submersible pump which are in contact

with water, are of stainless steel. The pumps used for solar application

should have a 5 years warranty so it is essential that the construction of

the pump be made using parts which have a much higher durability and

do not need replacement or corrode for at least 5 years.

Provision for remote monitoring of the installed pumps must be made in the

controllers or the inverters either through an integral arrangement or through an

externally fitted arrangement. It should be possible to ascertain the daily water

output, the power generated by the PV array, the UP TIME of the pump during

the year, Number of days the pump was unused or under breakdown/repairs.

The following details should be marked indelibly on the motor Solar Pumpset

System(s):

a. Name of the Manufacturer or Distinctive Logo

b. Model Number

c. Serial Number

The suction/ delivery pipe (GI/HDPE), electric cables, floating assembly, civil

work and other fittings required to install the Motor Solar Pumpset System(s).

95

SOLAR RFP DOCUMENT

5. MOUNTING STRUCTURES and TRACKING SYSTEM

The PV modules should be mounted on metallic structures of adequate strength and

appropriate design, which can withstand load of modules and high wind velocities up to

150 km per hour. The support structure used in the pumping system should be hot dip

galvanized iron with minimum 80 micron thickness.

To enhance the performance of SPV water pumping systems, manual or passive or auto

tracking system must be used. For manual tracking, arrangement for seasonal tilt angle

adjustment and three times manual tracking in a day should be provided.

6. ELECTRONICS AND PROTECTIONS

Maximum Power Point Tracker (MPPT) should be included to optimally use the

Solar panel and maximize the water discharge.

Inverter could be used, if required, to operate an A.C. Pump. The inverter must

have IP 54 protection or must be housed in a cabinet having at least IP54

protection.

Controller for BLDC motor driven pumps, if required be used. The controller

must have IP 54 protection or must be housed in a cabinet having at least IP 54

protection.

Adequate protections should be incorporated against dry operation of motor

Solar Pumpset System(s), lightning, hails and storms.

Full protection against open circuit, accidental short circuit and reverse polarity

should be provided.

7. ON/OFF SWITCH

A good reliable switch suitable for DC use is to be provided. Sufficient length of cable

should be provided for inter-connection of the PV array, Controller / Inverter and the

motor Solar Pumpset System(s).

8. WARRANTY

The PV Modules must be warranted for output wattage, which should not be less than

90% at the end of 10 years and 80% at the end of 25 years. The whole system including

submersible/ surface pumps shall be warranted for 5 years. Required Spares for trouble

free operation during the Warrantee period should be provided along with the system.

9. OPERATION AND MAINTENANCE MANUAL

An Operation and Maintenance Manual, in English and the local language, should be

provided with the solar PV pumping system. The Manual should have information

about solar energy, photovoltaic, modules, DC/AC motor Solar Pumpset System(s),

tracking system, mounting structures, electronics and switches. It should also have clear

instructions about mounting of PV module, DO's and DONT's and on regular

maintenance and Trouble Shooting of the pumping system. Name and address of the

person or Centre to be contacted in case of failure or complaint should also be

provided. A warranty card for the modules and the motor Solar Pumpset System(s)

should also be provided to the beneficiary.

96

SOLAR RFP DOCUMENT

10. NOTES

Wherever the “Water table” or the level of water in the reservoir or the water

source (e.g. Diggie) from which the water is to be pumped, is within 10 metres

depth, „Surface Motor Solar Pumpset System(s)” should be preferred.

The type of Solar Pumpset System(s) used must match the total dynamic head

requirement of the site (i.e. the location at which it is installed). Moreover, it

should be appropriately tested and certified by the authorized test centres of the

Ministry to meet the performance and water discharge norms specified in

section II above.

There should not be any compulsion to use only one or the other type of Motor-

Solar Pumpset System(s). The beneficiary may select an appropriate Model (i.

e. Capacity of PV Array and Type of Motor Solar Pumpset System(s)) as per

site requirement.

Annexure – I

Indicative Technical Specifications of Shallow Well (Surface) Solar Pumping Systems,

with D.C. Motor Solar Pumpset System(s) with Brushes Less D.C. (B.L.D.C.)

Description Description Description Description

PV Array 900 Wp 1800 Wp 2700 Wp

Motor Capacity 1 HP 2 HP 3 HP

Shut Off Dynamic

Head

12 metres 12 metres 25 metres

Water Output* 90,000 litres per

day from a total

head of 10 metres

180,000 litres per

day from a total

head of 10 metres

135,000 litres per

day from a total

head of 20 metres

* Water output figures are on a clear sunny day with three times tracking of SPV panel,

under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the

surface of PV array (i.e. coplanar with the PV Modules).

Notes:

a. Suction head, if applicable, minimum 7 metres.

b. For higher or lower head / PV capacity, or in between various models; water

output could be decided as per the Clause 2 in this annexure. (i.e. performance

specifications and requirements) specified earlier.

c. If submersible pumps are used in lieu of surface pumps, the water output must

match that of the surface pumps as specified in this table.

d. Module mounting structure shall be MS hot dipped galvanised, with a facility of

manual tracking at least three times a day.

Indicative Technical Specifications of Solar Deep Well (Submersible) Pumping

Systems, with D.C. Motor Solar Pumpset System(s) with Brushes or Brushes Less D.C.

(B.L.D.C.)

Descri

ption

Model-

I

Model-

II

Model-

III

Model-

IV

Model-

V

Model-

VI

Model-

VII

Model-

VIII

PV

array

1200

Wp

1800

Wp

3000

Wp

3000

Wp

3000

Wp

4800

Wp

4800

Wp

4800

Wp

Motor 1 HP 2 HP 3 HP 3 HP 3 HP 5 HP 5 HP 5 HP

97

SOLAR RFP DOCUMENT

capacit

y

submer

sible

with

control

ler

submer

sible

with

control

ler

submer

sible

with

control

ler

submer

sible

with

control

ler

submer

sible

with

control

ler

Submer

sible

with

controll

er

Submer

sible

with

controll

er

Submer

sible

with

controll

er

Shut

Off

Dynam

ic Head

45

metres

45

metres

45

metres

75

metres

100

metres

70

metres

100

metres

150

metres

Water

output*

42,000

litres

per day

from a

total

head of

30

metres

63,000

litres

per day

from a

total

head of

30

metres

105,00

0 litres

per day

from a

total

head of

30

mtres

63,000

litres

per day

from a

total

head of

50

mtres

42,000

litres

per day

from a

total

head of

70

metres

100,80

0 litres

per day

from a

total

head of

50

metres

67,200

litres

per day

from a

total

head of

70

metres

45,600

litres

per day

from a

total

head of

100

metres

* Water output figures are on a clear sunny day with three times tracking of SPV panel,

under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the

surface of PV array (i.e. coplanar with the PV Modules).

Notes:

1. For higher or lower head / PV capacity, or in between various models; water

output could be decided as per the Clause 2 in this annexure. (i.e. performance

specifications and requirements) specified earlier.

2. If surface pumps are used in lieu of submersible pumps, the water output must

match that of the submersible pumps as specified in this table.

3. Module mounting structure shall be MS hot dipped galvanised, with a facility of

manual tracking at least three times a day.

Indicative Technical Specifications of Solar Deep Well (Submersible) Pumping

Systems, with D.C. Motor Solar Pumpset System(s) with Brushes or Brushes Less D.C.

(B.L.D.C.) (Contd.):

Descripti

on

Model-IX Model-X Model-XI Model-

XII

Model-

XIII

Model-

XIV

PV array

(minimu

m)

6750 Wp 6750 Wp 6750 Wp 9,000 Wp 9,000 Wp 9,000 Wp

Motor

capacity

7.5 HP

Submersi

ble with

controller

7.5 HP

Submersi

ble with

controller

7.5 HP

Submersi

ble with

controller

10 HP

Submersib

le with

controller

10 HP

Submersi

ble with

controller

10 HP

Submersi

ble with

controller

Shut Off

Dynamic

Head

70 metres 100

metres

150

metres

70 metres 100

metres

150

metres

Water

output*

141,750

litres per

day from

a total

head of 50

94,500

litres per

day from

a total

head of 70

64,125

litres per

day from

a total

head of

189,000litr

es per day

from a

total head

of 50

126,000

litres per

day from

a total

head of 70

85,500

litres per

day from

a total

head of

98

SOLAR RFP DOCUMENT

metres metres 100

metres

metres metres 100

metres

* Water output figures are on a clear sunny day with three times tracking of SPV panel,

under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the

surface of PV array (i.e. coplanar with the PV Modules).

Notes:

1. For higher or lower head / PV capacity, or in between various models; water

output could be decided as per the Clause 2 in this annexure. (i.e. performance

specifications and requirements) specified earlier.

2. If surface pumps are used in lieu of submersible pumps, the water output must

match that of the submersible pumps as specified in this table.

3. Module mounting structure shall be MS hot dipped galvanised, with a facility

of manual tracking at least three times a day.

Annexure – II

Indicative Technical Specifications of Shallow Well (Surface) Solar Pumping Systems,

with A.C. Induction Motor Solar Pumpset System(s) and a suitable inverter:

Description Model-I Model-II Model-III Model-

IV

Model- V Model-

VI

PV array 900 Wp 1800 Wp 2700 Wp 2700 Wp 4800 Wp 4800 Wp

Motor

capacity

1 HP 2 HP 3 HP 3 HP 5 HP 5 HP

Shut Off

Dynamic

Head

12 metres 15 metres 15metres 25 metres 15metres 30 metres

Water

output *

81,000

litres per

day from

a total

head of

10 metres

162,000

litres per

day from

a total

head of

10 metres

243,000

litres per

day from

a total

head of 10

metres

121,500

litres per

day from

a total

head of

20 metres

432,000

litres per

day from

a total

head of 10

metres

216,000

litres per

day from

a total

head of

20 metres

* Water output figures are on a clear sunny day with three times tracking of SPV panel,

under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the

surface of PV array (i.e. coplanar with the PV Modules).

Notes:

1. Suction head, if applicable, minimum 7 metres.

2. For higher or lower head / PV capacity, or in between various models; water

output could be decided as per the Clause 2 in this annexure. (i.e. performance

specifications and requirements) specified earlier.

3. If submersible pumps are used in lieu of surface pumps, the water output must

match that of the surface pumps as specified in this table.

4. Module mounting structure shall be MS hot dipped galvanised, with a facility

of manual tracking at least three times a day.

Indicative Technical Specifications of Solar Deep Well (submersible) Pumping

Systems, with A.C. Induction Motor Solar Pumpset System(s) and a suitable inverter:

Descri

ption

Model-

I

Model-

II

Model-

III

Model-

IV

Model-

V

Model-

VI

Model-

VII

Model-

VIII

PV 1200 1800 3000 3000 3000 4800 4800 4800

99

SOLAR RFP DOCUMENT

array Wp Wp Wp Wp Wp Wp Wp Wp

Motor

capacit

y

1 HP

submer

sible

with

control

ler

2 HP

submer

sible

with

control

ler

3 HP

submer

sible

with

control

ler

3 HP

submer

sible

with

control

ler

3 HP

submer

sible

with

control

ler

5 HP

Submer

sible

with

controll

er

5 HP

Submer

sible

with

controll

er

5 HP

Submer

sible

with

controll

er

Shut

Off

Dynam

ic Head

45

metres

45

metres

45

metres

75

metres

100

metres

70

metres

100

metres

150

metres

Water

output*

38,400

litres

per day

from a

total

head of

30

metres

57,600

litres

per day

from a

total

head of

30

metres

96,000

litres

per day

from a

total

head of

30

metres

57,000

litres

per day

from a

total

head of

50

metres

39,000

litres

per day

from a

total

head of

70

metres

91,200

litres

per day

from a

total

head of

50

metres

62,400

litres

per day

from a

total

head of

70

metres

40,800

litres

per day

from a

total

head of

100

metres

* Water output figures are on a clear sunny day with three times tracking of SPV panel,

under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the

surface of PV array (i.e. coplanar with the PV Modules).

Notes:

1. For higher or lower head / PV capacity, or in between various models; water

output could be decided as per the Clause 2 in this annexure. (i.e. performance

specifications and requirements) specified earlier.

2. If surface pumps are used in lieu of submersible pumps, the water output must

match that of the submersible pumps as specified in this table.

3. Module mounting structure shall be MS hot dipped galvanised, with a facility

of manual tracking at least three times a day.

Indicative Technical Specifications of Solar Deep Well (submersible) Pumping

Systems, with A.C. Induction Motor Solar Pumpset System(s) and a suitable inverter

(Contd.):

Descripti

on

Model-IX Model-X Model-XI Model-

XII

Model-

XIII

Model-

XIV

PV array

(minimu

m)

6750 Wp 6750 Wp 6750 Wp 9,000 Wp 9,000 Wp 9,000 Wp

Motor

capacity

7.5 HP

Submersi

ble with

controller

7.5 HP

Submersi

ble with

controller

7.5 HP

Submersi

ble with

controller

10 HP

Submersi

ble with

controller

10 HP

Submersi

ble with

controller

10 HP

Submersi

ble with

controller

Shut Off

Dynamic

Head

70 metres 100

metres

150

metres

70 metres 100

metres

150

metres

Water

output*

128,250

litres per

87,750

litres per

57,375

litres per

171,000

litres per

117,000

litres per

76,500

litres per

100

SOLAR RFP DOCUMENT

day from

a total

head of 50

metres

day from

a total

head of 70

metres

day from

a total

head of

100

metres

day from

a total

head of 50

metres

day from

a total

head of 70

metres

day from

a total

head of

100

metres

* Water output figures are on a clear sunny day with three times tracking of SPV panel,

under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the

surface of PV array (i.e. coplanar with the PV Modules).

Notes:

1) For higher or lower head / PV capacity, or in between various models; water

output could be decided as per the Clause 2 in this annexure. (i.e. performance

specifications and requirements) specified earlier.

2) If surface pumps are used in lieu of submersible pumps, the water output must

match that of the submersible pumps as specified in this table.

3) Module mounting structure shall be MS hot dipped galvanised, with a facility

of manual tracking at least three times a day.

Other Specifications:

In case of Submersible Pumpset System(s), the suction pipe should be of 150ft

length and Cable should be of a length of 170ft.

The Supplier shall ensure that the suction pipes are firmly supported by

appropriate structures. There should be minimum of two (2) mounting

structures with anti-theft nuts and bolts used wherever required.

101

SOLAR RFP DOCUMENT

ANNEXURE - B

Certificate for ensuring past experience for allocation of Local Category pumpsets

To,

The VC & Managing Director, NREDCAP

12-464/5/1, River Oaks Apartments,

CSR Kalyana Mandapam Road,

Tadepalli, Guntur District -522 501

Dear Sir,

Sub: Response to RFP No. __________________ for selection of supplier for

installation and commissioning of Solar Pumpset System(s) in the state of Andhra

Pradesh.

I/We hereby submit the following documents to meet the Technical Eligibility Criteria

as per the provisions of the RFP.

Technical Eligibility Criteria

Sl.

No.

Parameter FY

2013-14

FY

2014-15

FY

2015-16

FY 2016-

17

FY2017-

18

Total

1 Number of AC

Pumpsets installed in

the State of Andhra

Pradesh

2 Number of BLDC

Pumpsets installed in

the State of Andhra

Pradesh

Total

I/We undertake that we are not be blacklisted by any Govt. Agency in the past or at

present. I/We undertake that were not blacklisted ever by any Govt. Agency.

I/We undertake that valid Test Certificate(s) for each proposed Solar Pumpset

System(s) Model (Solar Pumpset System(s) Model 1/2/3/4/5/6/7) of Solar Water

Pumpset System from a MNRE authorized testing center prior to the Bid Deadline

(mandatorily by Lead Member in case of Bidding Consortium).Any improvement in

102

SOLAR RFP DOCUMENT

technology shall be implemented only on submitting relevant test certificate for the

same from a MNRE authorized testing center only.

I/We hereby undertake to certify that we would establish Authorized Service Centers of

operation before supply as per the provisions of the Tripartite Agreement District wise

in the State.

Signature of Authorised Signatory of the Bidder

Place:

Date:

Note:

1. Annexure B shall be certified by Chartered Accountant or

Statutory Auditor of the Bidder.

2. Test Certificate for the proposed model shall be submitted.

103

SOLAR RFP DOCUMENT

ANNEXURE – C

Format for Bank Guarantee

To : _________________________________________________ [name of Employer)

_________________________________________________ [address of

Employer)

Whereas __________________________________________ [name and address of

Supplier]

(hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No.

_______________dated ________________ to execute _______________ [name of

Tripartite Agreement and brief description of Works] (hereinafter called “the Tripartite

Agreement”).

AND WHEREAS it has been stipulated by you in the said Tripartite Agreement that the

Supplier shall furnish you with a Bank Guarantee by a recognized bank for the sum

specified therein as security for compliance with his obligations in accordance with the

Tripartite Agreement “

AND WHEREAS we have agreed to give the Supplier such a Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to

you, on behalf of the Supplier, up to a total of ___________________ [amount of

guarantee] 1 ____________________ [in words], such sum being payable in the types

and proportions of currencies payable as per the Tripartite Agreement in which the

Contract Price is payable, and we undertake to pay you, upon your first written demand

and without cavel or argument, any sum or ;sums within the limits of

___________________ [amount of guarantee]1 as aforesaid without your needing to

prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Supplier

before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the

Tripartite Agreement or of the Works to be performed thereunder or of the Tripartite

Agreement documents which may be made between you and the Contract hall in any

way release us from any liability under this guarantee, and we hereby waive notice of

any such change, addition or modification.

This guarantee shall be valid until _____ days from the Expiry Date (which shall be

180 days from Expiry Date)

Witnesses Signature and seal of the Guarantor

______________

1. Name of Bank

_______________________

2. Address _________________________

Date ____________________________

104

SOLAR RFP DOCUMENT