New & Renewable Energy Department/ Haryana Renewable...
Transcript of New & Renewable Energy Department/ Haryana Renewable...
New & Renewable Energy Department/
Haryana Renewable Energy Development Agency (HAREDA)
Invites e- tender for Selection of Bidders
for
Supplying Solar Power by Commissioning
of
Grid Connected Roof Top Solar Photovoltaic (PV) Power Plants
on the Roofs of Govt. Buildings in State of Haryana
through
Renewable Energy Service Company (RESCO) mode
E-Tender No: HAREDA/SPV/RESCO/2017-18
HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA)
(DEPARTMENT OF RENEWABLE ENERGY, HARYANA)
Akshay Urja Bhawan, Institutional Plot No.-1, Sector-17, Panchkula
PHONE: 0172-2587233, 2587833, Fax No.0172-2564433
Email: [email protected] Website: www. hareda.gov.in
Table of Contents
S.No. Particulars Page no.
1 DEFINITIONS & ABBREVIATIONS 3
2 INTERPRETATIONS 7
3 TENDER NOTICE 8
4 BID INFORMATION SHEET 9
5 INSTRUCTIONS TO BIDDER ON ELECTRONIC
TENDERING SYSTEM
10
6 BID DETAILS & GENERAL INSTRUCTIONS TO THE
BIDDERS
16
7 GENERAL CONDITIONS OFTHE CONTRACT/SCOPE
OF WORK
25
8 BID OPENING, EVALUATION OF BIDS, SELECTION
OF BIDDERS
32
9 TECHNICAL SPECIFICATIONS 40
10 SAMPLE FORMATS 58
(To be furnished after bidding document complete in all respect i.e. after incorporating
technical specifications and according to relevant indent)
Page 3 of 74
SECTION –I
I. DISCLAMIER:
i. Though adequate care has been taken while preparing the document, the Bidders shall
satisfy themselves that the document is complete in all respects. Intimation of any
discrepancy shall be given to this office immediately. If no intimation is received from
any Bidder within ten (10) days from the date of notification /Issue of the document,
it shall be considered that the document is complete in all respects and has been
received by the Bidder.
ii. HAREDA reserves the right to modify, amend or supplement this document including
all formats and Annexures.
iii. While this document has been prepared in good faith, neither Department of
Renewable Energy, Haryana / HAREDA nor their employees or advisors make any
representation or warranty, express or implied, or accept any responsibility or liability,
whatsoever, in respect of any statements or omissions herein, or the accuracy,
completeness or reliability of information, and shall incur no liability under any law,
statute, rules or regulations as to the accuracy, reliability or completeness of this
document, even if any loss or damage is caused by any act or omission on their part.
II. DEFINITIONS & ABBREVIATIONS
In this “E-Bid / RFS Document” the following words and expression will have the
meaning as herein defined where the context so admits:
i. “ Affiliate” shall mean a company that either directly or indirectly
a. controls or
b. is controlled by or
c. is under common control with
a Bidding Company and “control” means ownership by one company of at
least twenty six percent (26%) of the voting rights of the other company.
ii. "B.I.S" shall mean specifications of Bureau of Indian Standards (BIS);
iii. “Bid” shall mean the Techno Commercial and Price Bid submitted by the Bidder
along with all documents/credentials/attachments annexure etc., in response to
this RFS, in accordance with the terms and conditions hereof.
Page 4 of 74
iv. “Bidder/Bidding Company” shall mean Bidding Company submitting the Bid.
Any reference to the Bidder includes Bidding Company / including its successors,
executors and permitted assigns as the context may require”;
v. “Bid Deadline” shall mean the last date and time for submission of Bid in
response to this RFS as specified in Bid information Sheet;
vi. “Bid Capacity” shall means capacity offered by the bidder in his Bid under
invitation.
vii. “CEA” shall mean Central Electricity Authority.
viii. “HERC” shall mean Haryana Electricity Regularity Commission
ix. “Chartered Accountant” shall mean a person practicing in India or a firm
whereof all the partners practicing in India as a Chartered Accountant(s) within
the meaning of the Chartered Accountants Act, 1949;
x. “Competent Authority‟‟ shall mean Director , HARYANA RENEWABLE
ENERGY DEVELOPMENT AGENCY himself and/or a person or group of
persons nominated by Director, HAREDA for the mentioned purpose herein;
xi. “Commissioning” means Successful operation of the Project / Works by the
Contractor, for the purpose of carrying out Performance Test(s) as defined in
RFS.
xii. “Company” shall mean a body incorporated in India under the Companies Act,
1956 or Companies Act,2013 including any amendment thereto;
xiii. “Capacity Utilization Factor” (CUF) means the ratio of the annual output of the
plant in kWh versus installed plant capacity for number of days. CUF = plant
output in kWh / (installed plant capacity in kW * 365X24).
xiv. “Eligibility Criteria” shall mean the Eligibility Criteria as set forth in Clause 3.4
of this document;
xv. “Financially Evaluated Entity” shall mean the company which has been
evaluated for the satisfaction of the Financial Eligibility Criteria set forth in
Clause 3.4.3 hereof;
xvi. "IEC" shall mean specifications of International Electro-technical Commission;
xvii. "kWp" shall mean Kilo-Watt Peak;
Page 5 of 74
xviii. "kWh" shall mean Kilo-Watt-hour;
xix. "MNRE" shall mean Ministry of New and Renewable Energy, Government of
India;
xx. “Model(s)” RESCO model
xxi. "O&M" shall mean Operation & Maintenance of Rooftop Solar PV system;
xxii. “Owner of project” shall mean anyone who has ownership of the roof (in lease
form also) and is the legal owner of all equipment‟s of the project OR the
Successful bidder under Part-II who has taken the roof on mutually agreed terms
and conditions from the roof top owner(s) and enters into a PPA with the
consumer (s) for supply of solar power for at least 25 years from the date of
Commissioning of project.
xxiii. “Levellized Tariff” shall mean the tariff offered by the Bidder for 25 years the
Scope of work as per RFS document.
xxiv. “Project capacity” means Capacity in kWp allocated to the Bidder for different
states of India consisting of single or multiple roof tops. The project capacity
specified is on “DC” output Side only.
xxv. “Performance Ratio” (PR) means
“Performance Ratio” (PR) means the ratio of plant output versus installed plant
capacity at any instance with respect to the radiation measured. PR= (Measured
output in kW /Installed Plant capacity in kW * (1000 W/m2/Measured radiation
intensity in W/m2).
xxvi. “Parent Company” shall mean a company that holds at least twenty six percent
(26%) of the paid-up equity capital directly or indirectly in the Bidding Company
as the case may be;
xxvii. “Project Company” shall mean Company incorporated by the bidder as per
Indian Laws in accordance with Clause no 3.5.
xxviii. “Project Sanction Documents” shall mean the documents as specified in
Annexure – A
xxix. “Price Bid” shall mean Envelope III of the Bid, containing the Bidder‟s quoted
Price as per the Section- IV of this document;
Page 6 of 74
xxx. “Qualified Bidder ” shall mean the Bidder(s) who, after evaluation of their
Techno Commercial Bid as per Clause 3.4 stand qualified for opening and
evaluation of their Price Bid;
xxxi. "RFS" shall mean Request for Selection (RFS)/Bid document/Tender document
xxxii. “RESCO” shall mean Renewable Energy Service Companies
xxxiii. “RESCO model” shall mean where the bidders intend to take a roof top owned
by some other entity on mutually agreed terms and conditions from the roof top
owner(s) and enters into the PPA with rooftop owner / DISCOM / others for
supply of Solar power for 25 years from the date of Commissioning of project.
xxxiv. “Statutory Auditor” shall mean the auditor of a Company appointed under the
provisions of the Companies Act, 1956 or under the provisions of any other
applicable governing law;
xxxv. “Successful Bidder(s) /Contractor/Project Developers(s)” shall mean the
Bidder(s) selected by HAREDA pursuant to this RFS Phase-V of different states
of India for Implementation of Grid Connected Roof Top Solar PV System as per
the terms of the RFS Documents, and to whom Letter of Allocation has been
issued;
xxxvi. “HAREDA” shall mean Haryana Renewable Energy Development Agency ( A
Govt of Haryana Enterprise) under department of Renewable Energy ;
xxxvii. “SNA” shall mean State Nodal Agency.
xxxviii. “Subsidy” shall mean 30% of total Project Cost or Bench mark cost fixed by
Rate Contract or Rs. 20/- per watt whichever less is or as applicable according to
Guidelines of MNRE/GOI / State Govt.
xxxix. “Tendered Capacity” shall mean the Total aggregate capacity proposed to be
allocated by HAREDA to the Successful Bidder through this bidding process as
per terms and conditions specified therein;
xl. “Wp” shall mean Watt Peak
xli. Quoted item: Shall means the Grid Connected Rooftop Solar Power Plant
consisting mainly Modules & inverters.
Page 7 of 74
III. INTERPRETATIONS
1. Words comprising the singular shall include the plural & vice versa
2. An applicable law shall be construed as reference to such applicable law including its
amendments or re-enactments from time to time.
3. A time of day shall save as otherwise provided in any agreement or document be
construed as a reference to Indian Standard Time.
4. Different parts of this contract are to be taken as mutually explanatory and
supplementary to each other and if there is any differentiation between or among the
parts of this contract, they shall be interpreted in a harmonious manner so as to give
effect to each part.
5. The table of contents and any headings or sub headings in the contract has been
inserted for case of reference only & shall not affect the interpretation of this
agreement.
Page 8 of 74
HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA)
(DEPARTMENT OF RENEWABLE ENERGY, HARYANA)
Akshay Urja Bhawan, Sector-17, Panchkula
PHONE: 0172-2585733, 2585433 Fax No.0172-2564433
Email: [email protected] Website: www. hareda.gov.in
TENDER NOTICE
E-Tender No: HAREDA/SPV/RESCO/2017-18
E-Tenders are invited for selection of Renewable Energy Service Companies (RESCOs) for Supply of
Solar power on RESCO Mode by Installation & Commissioning of Grid Connected Rooftop Solar
Power Plants with Net metering facility of tentative Capacity of 4 MWp on Government buildings.
Bidders will be required to furnish levellized tariff for 25 years starting from the date of
commissioning of the Project, in two bid system i.e. Technical Bid and Financial Bid:-
S.
No.
Description
EMD
Document
fees + e-
Service
fees
Start Date &
Time of online
Bid Preparation
& Bid
Submission
Expiry Date
& Time of
online Bid
Preparation
&
Submission
Date &
Time for
opening of
Technical
Bid
1 Supply of solar Power on RESCO
mode by Installation &
Commissioning of Grid
Connected Rooftop Solar Power
Plants With Net Metering Facility
On RESCO Mode.
Rs. 2.00
Lacs
Rs. 5000/-
+
Rs. 1000/-
17.08.2017 at
2.00 PM
08.09.2017
at 3.00 PM
08.09.2017
at 4.00 PM
1. The Tender Documents fee and E-Service will be paid online. The tender fee for the Haryana
based Small and Micro Enterprises (including Khadi & Village Industries) will be Rs. 1,000/- (
rupees one thousand only) subject to the condition that the concerned Enterprise participate
directly in the tender and not through any intermediaries i.e. their dealers/ agents and distributors
etc.
2. Part-I of the E-Tenders against the above NIT will be opened in the office of the Director General,
HAREDA, Sector-17, Panchkula (Haryana) as per schedule given above.
3. The tender documents having detailed terms and conditions can be downloaded from the website
https://haryanaeprocurement.gov.in or from www.hareda.gov.in from the date as mentioned above.
The E-Tenders shall be received through website only. All interested bidders are requested to get
themselves registered as vendors with the said website for submitting their bids. For any
assistance, please contact, Toll free no. 1800-180-2097 of M/s Nextenders (India) Pvt. Ltd.
4. Only those tenders shall be considered who deposit the earnest money and tender cost &
transaction fee by due date.
5. Corrigendum, if any would be published online on the website, www.hareda.gov.in.
Director General,
New & Renewable Energy Department/HAREDA
Page 9 of 74
BID INFORMATION SHEET
The calendar of events for the tender is listed in the table below:-
Tender Enquiry No. HAREDA/SPV/RESCO/2017-18
Broad Scope of work Selection of Renewable Energy Service Companies (RESCOs) for
Supply, Installation & Commissioning of Grid Connected Rooftop
Solar Power Plants with Net metering facility
Tentative capacity 4 MWp
Document fees + e-Service
fees
Rs. 5000/- as Tender Document Fee
(as applicable)
+
Rs. 1000/- as e-tender fee
EMD Rs.2,00,000/-(Rs. Two Lakhs Only)
Start Date & Time of
online Bid Preparation &
Bid Submission
17.08.2017 from 14:00 Hrs
Expiry Date & Time for
Bid Preparation, Uploading
& Submission of tenders
online
08.09.2017 at 15.00 Hrs.
Bid Opening
(Technical Bids)
08.09.2017 at 16.00 hours at HAREDA office, Akshay Urja
Bhawan, Sector-17, Panchkula (Haryana) in the presence of the
bidder who wish to be present.
Bid Opening
(Financial Bids)
Date, time and venue for Financial bid opening shall be
communicated to Technically Qualified Bidder through e-mail.
Page 10 of 74
INSTRUCTIONS TO BIDDER ON ELECTRONIC TENDERING SYSTEM
These conditions will over-rule the conditions stated in the tender documents, wherever
relevant and applicable.
1. Registration of bidders on e-Procurement Portal:-
All the bidders intending to participate in the tenders processed online are required to
get registered on the centralized e-Procurement Portal i.e.
https://haryanaeprocurement.gov.in. Please visit the website for more details.
2. Obtaining a Digital Certificate:
2.1 The Bids submitted online should be encrypted and signed electronically with a Digital
Certificate to establish the identity of the bidder bidding online. These Digital
Certificates are issued by an Approved Certifying Authority, by the Controller of
Certifying Authorities, Government of India.
2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant‟s
PAN Card) and Address proofs and verification form duly attested by the Bank
Manager / Post Master / Gazetted Officer. Only upon the receipt of the required
documents, a digital certificate can be issued. For more details please visit the website
– https://haryanaeprocurement.gov.in.
2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying
Authority or Sub-certifying Authority authorized by the Controller of Certifying
Authorities or may obtain information and application format and documents required
for the issue of digital certificate from:
M/s Nextenders (India) Pvt. Ltd.
O/o. DS&D Haryana,
SCO – 09, IInd Floor,
Sector – 16,
Panchkula – 134108
E - mail: [email protected]
Help Desk: 1800-180-2097 (Toll Free Number)
2.4 Bid for a particular tender must be submitted online using the digital certificate
(Encryption & Signing), which is used to encrypt and sign the data during of bid
preparation stage. In case, during the process of a particular tender, the user loses his
digital certificate (due to virus attack, hardware problem, operating system or any
other problem) he will not be able to submit the bid online. Hence, the users are
advised to keep certificate at safe place under proper security (for its use in case of
emergencies).
2.5 In case of online tendering, if the digital certificate issued to the authorized user of a
firm is used for signing and submitting a bid, it will be considered equivalent to a no-
objection certificate/power of attorney /lawful authorization to that User. The firm has
to authorize a specific individual through an authorization certificate signed by all
partners to use the digital certificate as per Indian Information Technology Act 2000.
Page 11 of 74
Unless the certificates are revoked, it will be assumed to represent adequate authority
of the user to bid on behalf of the firm in the department tenders as per Information
Technology Act 2000. The digital signature of this authorized user will be binding on
the firm.
2.6 In case of any change in the authorization, it shall be the responsibility of management
/ partners of the firm to inform the certifying authority about the change and to obtain
the digital signatures of the new person / user on behalf of the firm / company. The
procedure for application of a digital certificate however will remain the same for the
new user.
2.7 The same procedure holds true for the authorized users in a private/Public limited
company. In this case, the authorization certificate will have to be signed by the
directors of the company.
3 Opening of an Electronic Payment Account:
For purchasing the tender documents online, bidders are required to pay the tender
documents fees online using the electronic payments gateway service shall be
integrated with the system. For online payments guidelines, please refer to the Home
page of the e-tendering Portal https://haryanaeprocurement.gov.in.
4 Pre-requisites for online bidding:
In order to bid online on the portal https://haryanaeprocurement.gov.in , the user
machine must be updated with the latest Java & DC setup. The link for downloading
latest java applet & DC setup are available on the Home page of the e-tendering Portal.
5 Online Viewing of Detailed Notice Inviting Tenders:
The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the
tenders floated through the single portal eProcurement system on the Home Page at
https://haryanaeprocurement.gov.in
6 Download of Tender Documents:
The tender documents can be downloaded free of cost from the e-Procurement portal
https://haryanaeprocurement.gov.in
7 Key Dates:
The bidders are strictly advised to follow dates and times as indicated in the online
Notice Inviting Tenders. The date and time shall be binding on all bidders. All online
activities are time tracked and the system enforces time locks that ensure that no
activity or transaction can take place outside the start and end dates and the time of the
stage as defined in the online Notice Inviting Tenders.
8 Bid Preparation (Technical & Financial) Online Payment of Tender Document
Fee, eService fee, EMD fees of online Bids:
8.1 The online payment for Tender document fee, eService Fee & EMD can be done using
the secure electronic payment gateway. The Payment for Tender Document Fee and
eService Fee can be made by eligible bidders/ contractors online directly through
Page 12 of 74
Debit Card/ Credit Cards & Internet Banking Accounts and the Payment for EMD can
be made online directly through RTGS / NEFT.
The secure electronic payments gateway is an online interface between contractors
and Debit Card/ Credit Card / online payment authorization networks.
8.2 The bidders shall upload their technical offer containing documents, qualifying
criteria, technical specification, schedule of deliveries, and all other terms and
conditions except the rates (price bid).
The bidders shall quote the prices in price bid format.
NOTE:-
(A) If bidder fails to complete the Online Bid Preparation & Submission stage on the
stipulated date and time, his/hers bid will be considered as bid not submitted,
and hence not appear during tender opening stage.
(B) Bidders participating in online tenders shall check the validity of his/her Digital
Signature Certificate before participating in the online Tenders at the portal
https://haryanaeprocurement.gov.in.
(C) For help manual please refer to the „Home Page‟ of the e-Procurement website at
https://haryanaeprocurement.gov.in, and click on the available link „How to .. ?‟
to download the file.
Guideline for Online Payments in e-tendering
Post registration, bidder shall proceed for bidding by using both his digital certificates
(one each for encryption and signing). Bidder shall proceed to select the tender he is
interested in. On the respective Department‟s page in the e-tendering portal, the
Bidder would have following options to make payment for tender document & EMD:
A. Debit Card/ Credit Card
B. Net Banking
C. RTGS/NEFT
Operative Procedures for Bidder Payments
A) Debit Card/ Credit Card
The procedure for paying through Debit Card/ Credit Card will be as follows.
(i) Bidder selects Debit Card/ Credit Card option in e-Procurement portal.
(ii) The e-Procurement portal displays the amount and the card charges to be paid by
bidder. The portal also displays the total amount to be paid by the bidder.
(iii) Bidder clicks on “Continue” button
(iv) The e-Procurement portal takes the bidder to Debit Card/ Credit Card payment
gateway screen.
Page 13 of 74
(v) Bidder enters card credentials and confirms payment
(vi) The gateway verifies the credentials and confirms with “successful” or “failure”
message, which is confirmed back to e-Procurement portal.
(vii) The page is automatically routed back to e-Procurement portal
(viii) The status of the payment is displayed as “successful” in e-Procurement portal. The
e-Procurement portal also generates a receipt for all successful transactions. The
bidder can take a print out of the same,
(ix) The e-Procurement portal allows Bidder to process another payment attempt in case
payments are not successful for previous attempt.
B) Net Banking
The procedure for paying through Net Banking will be as follows.
(i) Bidder selects Net Banking option in e-Procurement portal.
(ii) The e-Procurement portal displays the amount to be paid by bidder.
(iii) Bidder clicks on “Continue” button.
(iv) The e-Procurement portal takes the bidder to Net Banking payment gateway screen
displaying list of Banks
(v) Bidder chooses his / her Bank
(vi) The Net Banking gateway redirects Bidder to the Net Banking page of the selected
Bank
(vii) Bidder enters his account credentials and confirms payment
(viii) The Bank verifies the credentials and confirms with “successful” or “failure” message
to the Net Banking gateway which is confirmed back to e-Procurement portal.
(ix) The page is automatically routed back to e-Procurement portal
(x) The status of the payment is displayed as “successful” in e-Procurement portal.
The e-Procurement portal also generates a receipt for all successful transactions. The
bidder can take a print out of the same. (xi) The e-Procurement portal allows Bidder to
process another payment attempt in case payments are not successful for previous
attempt.
C) RTGS/ NEFT
The bidder shall have the option to make the EMD payment via RTGS/ NEFT. Using
this module, bidder would be able to pay from their existing Bank account through
RTGS/NEFT. This would offer a wide reach for more than 90,000 bank branches and
would enable the bidder to make the payment from almost any bank branch across
India.
i. Bidder shall log into the client e-procurement portal using user id and password as per
existing process and selects the RTGS/NEFT payment option.
Page 14 of 74
ii. Upon doing so, the e-procurement portal shall generate a pre-filled challan. The
challan will have all the details that is required by the bidder to make RTGS-NEFT
payment.
iii. Each challan shall therefore include the following details that will be pre-populated:
Beneficiary account no: (unique alphanumeric code for e-tendering)
Beneficiary IFSC Code:
Amount:
Beneficiary bank branch:
Beneficiary name:
iv. The Bidder shall be required to take a print of this challan and make the RTGS/ NEFT
on the basis of the details printed on the challan.
v. The bidder would remit the funds at least T + 1 day (Transaction + One day) in
advance to the last day and make the payment via RTGS / NEFT to the beneficiary
account number as mentioned in the challan.
vi. Post making the payment, the bidder would login to the e-Tendering portal and go to
the payment page. On clicking the RTGS / NEFT mode of payment, there would be a
link for real time validation. On clicking the same, system would do auto validation of
the payment made.
List of Net banking banks
1. Allahabad Bank
2. Axis Bank
3. Bank of Bahrain and Kuwait
4. Bank of Baroda
5. Bank of India
6. Bank of Maharashtra
7. Canara Bank
8. City Union Bank
9. Central Bank of India
10. Catholic Syrian Bank
11. Corporation Bank
12. Deutsche Bank
13. Development Credit Bank
14. Dhanlaxmi Bank
15. Federal Bank
16. HDFC Bank
17. ICICI Bank
18. IDBI Bank
19. Indian Bank
20. Indian Overseas Bank
21. Indusind Bank
22. ING Vysya Bank 23. J and K Bank
Page 15 of 74
23. Karnataka Bank
24. Kotak Mahindra Bank
25. Karur Vysys Bank
26. Punjab National Bank
27. Oriental Bank of Commerce
28. South Indian Bank
29. Standard Chartered Bank
30. State Bank Of Bikaner and Jaipur
31. State Bank of Hyderabad
32. State Bank of India
33. State Bank of Mysore
34. State Bank of Travencore
35. State Bank Of Patiala
36. Tamilnad Mercantile Bank
37. Union Bank of India
38. United Bank of India
39. Vijaya Bank
40. Yes Bank:
Page 16 of 74
SECTION - II
BID DETAILS AND GENERAL INSTRUCTIONS TO THE BIDDERS
1. INTRODUCTION
1.1 MNRE launched a scheme for promotion of grid-connected roof top (GCRT) solar
power projects and HAREDA has been designated as State Nodal Agency (SNA) /
implementing agency for this scheme in the State of Haryana. This bid with aggregate
capacity of approx. 4 MWp in various districts across the State envisages installation
& commissioning of grid-connected roof top solar PV projects on the roofs of Govt.
Buildings. The generated solar power will be utilized for captive consumption under
RESCO mode under the Net Metering Regulations notified by the Haryana Electricity
Regularity Commission (HERC) vide notification no. HERC/31/2014 dated 25th
November, 2014 & latest amendment thereof. The scheme aims to reduce the fossil
fuel based electricity and make building self-sustainable from the point of electricity
consumption, to the extent possible.
1.2 Under RESCO Mode, the entire system is owned by the developer. Responsibility of
O&M for the system lifetime (25 years) is also with the developer. Rooftop owners
may consume the electricity generated, Excess generation may be exported to the grid
under net metering facility. The rooftop owner has to pay a pre-decided tariff on a
monthly basis for the energy generated from the solar power plant.
1.3 On behalf of State Govt., HAREDA, which expression shall also include its successors
and permitted assigns, hereby invites interested companies to participate in the bidding
process for the selection of Successful Bidder(s) for implementation of large scale
Grid-Connected Rooftop Solar Photovoltaic Projects under this scheme in various
Govt. buildings in the State.
1.4 The Bidder is advised to read carefully all instructions and conditions appearing in this
document and understand them fully. All information and documents required as per
the bid document must be furnished. Failure to provide the information and / or
documents as required may render the bid technically unacceptable.
1.5 The bidder shall be deemed to have examined the bid document, to have obtained his
own information in all matters whatsoever that might affect the carrying out the works
in line with the scope of work specified elsewhere in the document at the offered rates
and to have satisfied himself to the sufficiency of his bid. The bidder shall be deemed
to know the scope, nature and magnitude of the works and requirement of materials,
equipment, tools and labour involved, wage structures and as to what all works he has
to complete in accordance with the bid documents irrespective of any defects,
omissions or errors that may be found in the bid documents.
Page 17 of 74
2. BID DETAILS:
The bidding process under the rooftop scheme is for tentative 4 MWp capacity under
RESCO model. Bidder shall submit bids for minimum capacity of 2 MW. Bid with
capacity less than 50% of tendered capacity shall be rejected.
a) Bids for RESCO Model:
Bids are invited from the prospective bidders for the tentative Tendered Capacity of 4
MWp. Bidders will be required to furnish levellized tariff for 25 years starting from
the date of commissioning of the Project. Capacity will be allocated based on the
lowest levellized tariff. All the projects have been divided in following two
categories:
Category Capacity Range
1st 40 kWp -100 kWp
2nd
101 kWp to 750 kWp
b) SIZE OF THE PROJECTS:
i. The size of each project shall be in the range from 40 Kwp to up to 750 kWp.
One project shall installed in one campus only. Each roof top power plant can
separately connected with the grid and may have separate solar generation
meters.
ii. The site wise details along with the capacity of the GCRT Solar Power Plants is
given in Annxure-I. However, more projects may be allotted in addition of this
capacity during the currency of this contract, if demand arises.
3. INSTRUCTIONS TO THE BIDDER:
iii. Bidder must meet the eligibility criteria independently as a company.
Consortium of Companies is not allowed in any form. Bidder will be declared as
a Technically Qualified Bidder based on meeting the eligibility criteria and as
demonstrated based on documentary evidence submitted by the Bidder in the
Bid.
iv. Bid Document can also be viewed from Nodal Agency‟s (HAREDA) website
www.hareda.gov.in or https://haryanaeprocurement.gov.in.
v. The Bidders shall have to submit their bid and other required relevant
documents/ certificates, if any; online only as per time schedule (Key dates). Bid
other than online will not be accepted by the Nodal Agency.
Page 18 of 74
4. ELIGIBILITY CRITERIA FOR THE BIDDER:
a) TECHNICAL ELIGIBILITY CRITERIA:
i. The Bidder should be System Integrator, Project Developer, RESCO Company or
a body incorporated in India under the Companies Act, 1956 or 2013 including
any amendment thereto or proprietary/partnership firm. A copy of certificate of
incorporation shall be furnished along with the bid in support of above and shall
be engaged in the business of Solar Power for minimum three years..
ii. The minimum capacity to be quoted by the bidder must be at least 50% of the
tendered capacity. If offer quoted capacity by bidder is less that 50% of the
tendered capacity, the bid will not be considered and it will not be further
evaluated.
iii. Bidder should be “A” Category Channel Partner of MNRE under Grid Connected
Power Plant Programme as on the last date of submission of tender. The
certificate of channel partner certificate shall be the valid as on last quarter i.e.
30.06.2017. However, if certificate expired after 30.06.2017, then firm shall
submit a proof of being applied for renew of the same. Certificate issued by
MNRE, GOI, shall be uploaded. The firm shall not be de-empanelled or placed in
the negative list by MNRE as on the last date of submission of the tender.
iv. PV modules must be tested and approved by one of the IEC authorized test
centres while the PCU/ inverters should be tested from the MNRE approved test
centres/ NABL/ BIS/ IEC accredited/authorised testing-calibration laboratories. In
case of imported inverters, these should be approved by international test houses
or by MNRE approved labs.
v. Test Certificates for components (Solar PV Module & Inverter) is to be provided.
vi. Test Certificate(s) should have been issued on or after 01.04.2013.
vii. Bidder should have not been debarred/blacklisted by any Govt. Deptt‟s /
organization/ PSU‟s / institutions/ agencies/ autonomous Organizations. If any
bidder provides false information regarding debarred / blacklisted or conceals the
facts in this regard, Nodal agency reserves the right to forfeit both EMD &
Performance Bank Guarantee of the bidder.
viii. The Bidder should have valid GST & TIN registration certificate. A copy of
which should be enclosed.
ix. If awarded contract, bidder will need to establish at least one Service Centre
in the state of Haryana within one month of date of empanellment.
However, Haryana based new entrepreneur/s registered with competent Govt.
authority engaged in the business of Solar Power will also be eligible to participate in
the bid.
A copy of certificate of incorporation/ registration shall be furnished along with
the bid in support of above.
Page 19 of 74
Note: Bid should be accompanied with certificate for module qualification from
IEC/MNRE accredited/authorised Test lab to be submitted as part of the bid offer.
However, the bidders are allowed to submit duly signed (name of signatory,
designation, name of testing centre and date of receipt) acknowledgement receipt of the
IEC/ MNRE accredited / authorised test centre of the sample of the system/ product
with the bid subject to condition that they have to submit the test report of the system/
product from the same test centre before opening of the Financial Bid or such
communication notified to the bidder/s in written by the HAREDA failing which their
bid will out rightly be rejected and correspondence in the matter will not be
entertained.
(Document to be uploaded: Relevant document supporting the claim, Test report of
the component manufactured, test reports of rest of the major component)
b) EXPERIENCE AND PAST PERFORMANCE:
Bidder should have successfully completed Supply, Installation & Commissioning of
Grid Connected Rooftop Solar Power Plants under RESCO model of minimum
capacity of 100 kWp single project or shall have supplied & commissioned 1000
kWp (Cumulative capacity) grid connected solar power plants during last two years,
which should have been commissioned at least one months prior to date of issue of
this tender, for any State / Centre Govt. Agency / Department/ Organization/
autonomous body/ private sector verified by SNA. The list of project commissioned
along with the JCRs issued by State Nodal Agencies shall be uploaded along with the
bid.
(Document to be uploaded: Relevant document supporting the claim.)
c) FINANCIAL ELIGIBILITY CRITERIA:
i. The bidder should have minimum average annual turnover Rs. 6 Crores in the last
three years, ending 31st March of the previous Financial Year. (for year 2016-17,
provisional balance sheet shall also be considered).
ii. The bidder should have positive net worth in the last three years, ending 31st
March of the previous Financial Year.
(Document to be uploaded: Relevant document supporting the claim.)
5. BID SUBMISSION BY THE BIDDER
i. The information and/or documents shall be submitted by the Bidder as per the
formats specified in this document.
ii. Strict adherence to the formats wherever specified, is required. Wherever,
information has been sought in specified formats, the Bidder shall refrain from
referring to brochures/pamphlets. Non-adherence to formats and / or submission
Page 20 of 74
of incomplete information may be a ground for declaring the Bid as non-
responsive and liable for rejection without any communication in that regard.
Each format has to be duly signed and stamped by the authorized signatory of the
Bidder.
6. BID DOCUMENTS:
(a) TECHNICAL BID (PART-I) - The Bid in response to this e-tender shall be
submitted by the Bidder strictly in the manner provided in the Bidding Document in
PERFORMA-I along with all required relevant documents.
(b) FINANCIAL BID (PART-II) – Financial Bid shall be furnished & submitted in the
PERFORMA-II of the bidding document.
Note: Bidder shall submit their Technical bid and Financial Bid online only. All
documents related to technical evaluation, technical eligibility, Experience & Past
Performance criteria etc. shall be uploaded in technical/first folder online, only
Performa II, price bid part, shall be uploaded in price bid folder.
7. EARNEST MONEY DEPOSIT & TENDER FEE
a) Earnest Money Deposit
(i) The Payment for EMD Rs.2,00,000/- can be made online directly through Internet
Banking/Debit Card/Credit Card and the bidder would remit the funds at least T+1
day (Transaction + one day) in advance to the last day of the online bid submission
and make the payment to the beneficiary account number as mentioned in the Challan.
(ii) Offers without EMD (wherever required) shall be out rightly rejected.
(iii) Central or Haryana Public Sector Enterprises, eligible MSEs of Haryana and
“approved sources” as declared by the Department of Industries & Commerce,
Haryana, would be exempted from the deposit of EMD. These Central or Haryana
Public Sector Enterprises and “approved source” as declared by the Industries
Department, Haryana shall submit proof issued by the competent Govt. authority for
exemption of EMD. EMD is also exempted for the bidders covered under the policy
guidelines issued by Industries & commerce Department, Haryana vide GO No.
2/2/2010-41B-II of dated 20.10.2016.
(iv) The EMD of unsuccessful bidders shall be returned within 30 days from the date of
issue of Letter of Allocation(s) after finalization of the tender. No separate request
will be required as the EMD shall be refunded online through e-procurement portal.
EMD of Successful bidder shall be released after the receipt of PBG in the format
prescribed by HAREDA and after the receipt of confirmation of their PBG‟s from
their respective banker.
(v) EMD shall be forfeited without prejudice to the Bidder being liable for any further
consequential loss or damage incurred to HAREDA under following circumstances:
a. Hundred percent (100%) , if a Bidder withdraws/revokes or cancels or
Page 21 of 74
unilaterally varies his bid in any manner during the period of Bid Validity
specified in the RFS document .
b. Hundred percent (100%), if the Successful Bidder fails to unconditionally
accept the Allocation letter within 15 days from the date of its issue.
c. Hundred percent (100%), if the Successful Bidder fails to furnish the
“Performance Security”.
(B) Tender Fee + e-Service fee (Non-refundable):
Amount of Tender fee (Non-refundable), to be obtained from all the bidders except in
the case of Haryana based eligible MSEs (as per instructions of DGS&D dated
20.10.2016): Rs. 5000/-
Besides, the above Tender Fee, all the bidders, including MSEs, are required to pay
additional e-Service Fee of Rs. 1000/- (Rupees one thousand only), (Non-refundable),
also online directly through Debit Cards/Credit Cards OR Internet Banking Accounts.
8. PERFORMANCE SECURITY/PERFORMANCE BANK GUARANTEE (PBG)
i. Within 30 days from the date of commissioning of the respective project,
Successful Bidder shall furnish the Performance Security @ Rs 2,000/- per kWp
of plant capacity. The Performance Security shall be denominated in Indian
Rupees and shall be in the form of a demand draft or a bank guarantee from the
nationalized bank.
ii. The PBG shall be forfeited as follows without prejudice to the Bidder being liable
for any further consequential loss or damage incurred to HAREDA.
a. If the Successful Bidder is not able to commission the projects within the
specified (or extended) time period to the satisfaction of HAREDA, PBG
amount, pro-rata to the capacity not commissioned by the Successful Bidder.
However, Hundred percent (100%) PBG amount furnished for the
Sanctioned Capacity, if the Successful Bidder fails to Commission the
Projects(s) to the satisfaction of HAREDA, for the already identified
locations, which are notified by HAREDA in the RFS or otherwise and for
which allocation letter/sanction letter has been issued.
b. In all the above cases corresponding unidentified/non-commissioned capacity
shall stand cancelled.
iii. The Performance Security shall be valid for a minimum period of 2 years from
the date of its issue and shall be released after one year from the date of
commissioning of the project.
9. CLARIFICATIONS AND PRE-BID MEETING
The HAREDA will not enter into any correspondence with the Bidders, except to
furnish clarifications on Bid Documents, if necessary. The Bidders may seek
Page 22 of 74
clarifications or suggest amendments to Bid document in writing, through a letter
or by fax (and also soft copy by e-mail) to reach HAREDA within 10 days of issue
tender. No query will be entertained after this period.
10. AMENDMENTS TO BID DOCUMENT BY HAREDA.
i. At any time prior to the deadline for submission of Bids, the HAREDA may, for
any reason, whether at its own initiative or in response to a clarification requested
by a prospective Bidder, modify the bid document by issuing clarification(s)
and/or amendment(s).
ii. The clarification(s) / amendment(s) (if any) may be notified on HAREDA
website e procurement portal of Haryana www.hareda.gov.in at least Two (2)
days before the proposed date of submission of the Bid. If any amendment is
required to be notified within Two (2) days of the proposed date of submission of
the Bid, the Bid Deadline may be extended for a suitable period of time.
iii. HAREDA will not bear any responsibility or liability arising out of non-receipt of
the information regarding Amendments in time or otherwise. Bidders must check
the website for any such amendment before submitting their Bid.
iv. All the notices related to this Bid which are required to be publicized shall be
uploaded on www.hareda.gov.in.
11. BIDDING PROCESS
The Bid in response to this RFS shall be submitted by the Bidders in the manner
provided in the DNIT. The Bid shall comprise of the following:
a) TECHNO-COMMERCIAL BID DOCUMENTS
i. Letter as per prescribed Format.
ii. Tender Fee information
iii. EMD information
iv. Original power of attorney issued by the Bidding Company in favor of the
authorized person signing the Bid, in the form attached hereto as Format-6 or
standard power of attorney in favor of authorized person signing the Bid.
(Power of Attorney must be supplemented by Board Resolution to above effect
for the company incorporated under Company Act 1956 or Company Act-
2013). However, Employer may accept general Power of Attorney executed in
favor of Authorized signatory of the Bidder, if it shall conclusively establish that
the signatory has been authorized by the Board of Directors to execute all
Page 23 of 74
documents on behalf of the Bidding Company
iii. Certificate of Incorporation of Bidding company.
iv. General particulars of bidders as per Format
v. Document in support of meeting Eligibility Criteria.
vi. Details for meeting Financial Eligibility Criteria.
b) PRICE BID(S) AS PER SECTION-IV
i. Bidder shall inter-alia take into account the following while preparing and
submitting the Price Bid duly signed by an authorized signatory.
ii. Bidder shall submit Price Bid online in the prescribed Format, in the Price Bid
folder only.
c) BID DUE DATE
The Bidder should submit the on line Bids on or before due date as per the bid
information sheet.
d) VALIDITY OF BID
i. The bid and the Price Schedule included shall remain valid for a period of 12
months from the date of techno-commercial bid opening, with bidder having no
right to withdraw, revoke or cancel his offer or unilaterally vary the offer
submitted or any terms thereof. In case of the bidder revoking or cancelling his
offer or varying any term & conditions in regard thereof or not accepting letter of
allocation, HAREDA shall forfeit the EMD furnished by him. Confirmation
regarding the Bid offer validity shall be clearly mentioned in the covering letter.
ii. In exceptional circumstances when letter of allocation is not issued, the HAREDA
may solicit the Bidder's consent to an extension of the period of validity. The
request and the responses thereto shall be made in writing. A Bidder may refuse
the request without forfeiting its EMD. A Bidder granting the request will neither
be required nor permitted to modify its Bid in any manner.
e) METHOD OF BID SUBMISSION
i. Only e-Bid, online on e-procurement portal, https://haryanaeprocurement.gov.in,
will be accepted as per Bid Deadline. Bids submitted by telex/telegram/fax/e-mail
shall not be considered under any circumstances. HAREDA shall not be responsible
for any delay in receipt of the Bid. Any Bid / processing fee/ EMD received after the
Bid Deadline will automatic rejected. It should be noted that except Envelope II (Price
bid Envelop), no other envelope shall contain any information/document relating to
Price Bid. HAREDA shall not be responsible for premature opening of the Price Bids
in case of non-compliance of above.
Page 24 of 74
ii. All pages of the Bid must be signed by the authorized signatory on behalf of the
Bidder. It is clarified that the same authorized signatory shall sign all pages of the Bid.
However, any published document submitted with the Bid shall be signed by the
authorized signatory at least on the first and last page of such document. No change or
supplemental information to a Bid will be accepted after the Bid Deadline, unless the
same is requested for by HAREDA.
iii. The Bid must be complete in all technical and commercial respect and should contain
requisite certificates, informative literature etc. as required in the Bid document. Bids
with any type of change or modification in any of the terms/ conditions of this
document shall be rejected. If necessary, additional papers may be attached by the
Bidder to furnish/ submit the required information. Any term / condition proposed by
the Bidder in his bid which is not in accordance with the terms and conditions of the
RFS document or any financial conditions, payment terms, rebates etc. mentioned in
Price Bid shall be considered as a conditional Bid and will make the Bid invalid.
f) COST OF BIDDING
i. The bidder shall bear all the costs associated with the preparation and submission
of his offer. The Bidder shall not be entitled to claim any costs, charges and
expenses of and incidental to or incurred by him through or in connection with
submission of bid even though HAREDA may elect to modify / withdraw the
invitation of Bid.
ii. Tender fee of Rs. 5000/- + Rs. 1000/- ( e-service charges) will be furnished by the
Bidder online.
However, the tender fee for the Haryana based Small and Micro Enterprises (
including Khadi & Village Industries) will be Rs. 1,000/- ( rupees one thousand
only) subject to the condition that the concerned Enterprise participate directly in
the tender and not through any intermediaries i.e. their dealers/ agents and
distributors etc.
g) OPENING OF BIDS
i. Envelope-I, Technical Bid, of the Bidders shall be opened on the date & time at
the given venue as per bid information sheet, in the presence of one representative
from each of the Bidders who wish to be present.
ii. The date of opening of the Financial bid shall be communicated to the bidders
lateron through email.
iii. Name of the Bidder, price details of the EMD and capacity offered for different
projects of India shall be read out to all the Bidders at the time of opening of
Envelope-I and Envelope-II (price Bid).
h) RIGHT TO WITHDRAW THE RFS AND TO REJECT ANY BID
i. This RFS may be withdrawn or cancelled by the HAREDA at any time without
Page 25 of 74
assigning any reasons thereof. The HAREDA further reserves the right, at its
complete discretion, to reject any or all of the Bids without assigning any reasons
whatsoever and without incurring any liability on any account.
ii. The HAREDA reserve the right to interpret the Bid submitted by the Bidder in
accordance with the provisions of the RFS and make its own judgment regarding
the interpretation of the same. In this regard the HAREDA shall have no liability
towards any Bidder and no Bidder shall have any recourse to the HAREDA with
respect to the selection process. HAREDA shall evaluate the Bids using the
evaluation process specified in Section -I, at its sole discretion. HAREDA
decision in this regard shall be final and binding on the Bidders.
iii. HAREDA reserves its right to vary, modify, revise, amend or change any of the
terms and conditions of the Bid before submission. The decision regarding
acceptance of bid by HAREDA will be full and final.
i) ZERO DEVIATION
This is a ZERO Deviation Bidding Process. Bidder is to ensure compliance of all
provisions of the Bid Document and submit their Bid accordingly. Tenders with
any deviation to the bid conditions shall be liable for rejection.
j) EXAMINATION OF BID DOCUMENT
i. The Bidder is required to carefully examine the Technical Specification, terms
and Conditions and other details relating to supplies as given in the Bid
Document.
ii. The Bidder shall be deemed to have examined the bid document including the
agreement/contract, to have obtained information on all matters whatsoever that
might affect to execute the project activity and to have satisfied himself as to the
adequacy of his bid. The bidder shall be deemed to have known the scope, nature
and magnitude of the supplies and the requirements of material and labour
involved etc. and as to all supplies he has to complete in accordance with the Bid
document.
iii. Bidder is advised to submit the bid on the basis of conditions stipulated in the
iv. Bid Document. Bidder‟s standard terms and conditions if any will not be
considered. The cancellation / alteration / amendment / modification in Bid
documents by the bidder shall not be accepted by HAREDA.
v. Bid not submitted as per the instructions to bidders is liable to be rejected. Bid
shall confirm in all respects with requirements and conditions referred in this bid
document.
12. GENERAL CONDITIONS OF CONTRACT (GCC)
a) SCOPE OF WORK
The scope of work for the bidder is to supply solar power to the user
department/organization by erection/installation & commissioning of the grid
Page 26 of 74
connected rooftop solar PV project of prescribed capacity at a given site with net
metering facility including operation and maintenance (O&M) of the project for a
period of 25 years after commissioning with its own cost under RESCO mode.
Obtaining No Objection Certificate (NOC)” from Distribution Company
(DISCOM) for grid connectivity is in the scope of the bidder. The installation of
Solar Generation meter & bi-directional meter( along with CT/PT if required) is
also in the scope of the bidder.
b) LEVELLIZED TARIFF
i. The Levellized Tariff of 25 years shall include all the costs related to above Scope
of Work. Bidder shall quote for the entire facilities on a “single responsibility”
basis such that the total Bid Price covers all the obligations mentioned in the
Bidding Documents in respect of Design, Supply, Erection, Testing and
Commissioning including Warranty, Operation & Maintenance for a period of 25
years, goods and services including spares required if any during O&M period.
The Bidder has to take all permits, approvals and licenses, Insurance etc..
ii. The Levellized tariff for 25 years shall remain firm and fixed and shall be binding
on the Successful Bidder till completion of work. No escalation will be granted
for any reason whatsoever. The bidder shall not be entitled to claim any additional
charges, even though it may be necessary to extend the completion period for any
reasons whatsoever.
iii. The Levellized tariff for 25 years shall be inclusive of all duties and taxes,
insurance etc. The prices quoted by the firm shall be complete in all respect and
no price variation /adjustment shall be payable
iv. The operation & maintenance of Solar Photovoltaic Power Plant would include
wear, tear, overhauling, machine breakdown, insurance, and replacement of
defective modules, invertors, spares, consumables & other parts for a period of 25
years.
v. The Levellized tariff for 25 years shall be specified in sanction letter based on
Successful Bidder‟s quote @ Rs/kWh for each project.
vi. The Bidder shall complete the Price Bid (Format-B) for different categories of
projects as under:
Category Capacity Range
1st 40 kWp -100 kWp
2nd
101 kWp to 750 kWp
vii. After completion of 25 years, the plant shall be handed over to the user
department in operational condition with the power output as per MNRE
specifications (i.e. minimum 80% power output of the modules at the end of 25th
year) without any charges.
Page 27 of 74
c) HAREDA SERVICE CHARGES
HAREDA service charges are for site visits, inspection; liaison, monitoring etc.
Taxes and duties shall be paid extra. The HAREDA one time service charges @
Rs. 2500/- - per Kwp capacity of the project will be as non-refundable and
for each project the service charges has to be paid within 30 days from date of
issuance of Allotment letter by HAREDA. Further, any delay beyond 30 days
shall attract interest @ 12 % per month of the amount not paid, calculated on day
to day basis till the full payment including interest is paid. HAREDA has the right
to recover / adjust any unpaid HAREDA service charges including interest from
the 1st installment of due amount to the Successful Bidder. HAREDA at its sole
discretion may cancel the Sanctioned capacity and forfeit 100% of Performance
Security in case HAREDA service charges are not paid within 60 days of issue of
Sanction Letter.
d) INSURANCE
i. The Bidder shall be responsible and take an Insurance Policy for transit-cum-
storage-cum-erection for all the materials to cover all risks and liabilities for
supply of materials on site basis, storage of materials at site, erection, testing and
commissioning. The bidder shall also take appropriate insurance during O&M
period, if required.
ii. The Bidder shall also take insurance for Third Party Liability covering loss of
human life of engineers and workmen and also covering the risks of damage to
the third party/material/equipment/properties during execution of the projects.
Before commencement of the work, the Bidder will ensure that all its employees
and representatives are covered by suitable insurance against any damage, loss,
injury or death arising out of the execution of the work or in carrying out the
Contract. Liquidation, Death, Bankruptcy etc., shall be the responsibility of
bidder.
e) WARRANTEES AND GUARANTEES
The Bidder shall warrant that the goods supplied under this contract are new,
unused, of the most recent or latest technology and incorporate all recent
improvements in design and materials. The bidder shall provide warrantee covering
the rectification of any and all defects in the design of equipment, materials and
workmanship including spare parts for a period of 25 years from the date of
commissioning. The responsibility of operation of Warrantee and Guarantee
clauses and Claims/ Settlement of issues arising out of said clauses shall be joint
responsibility of the Successful bidder and the user department. HAREDA will not
be responsible in any way for any claims whatsoever on account of the above.
f) TYPE AND QUALITY OF MATERIALS AND WORKMANSHIP
i. The design, engineering, supply, installation, testing and performance of the
equipment shall be in accordance with latest appropriate IEC/Indian Standards as
per Technical specifications of the bid document. Where appropriate Indian
Page 28 of 74
Standards and Codes are not available, other suitable standards and codes as
approved by the MNRE shall be used.
ii. The specifications of the components should meet the technical specifications
mentioned in Section III.
iii. Any supplies which have not been specifically mentioned in this Contract but
which are necessary for the design, engineering, manufacture, supply &
performance or completeness of the project shall be provided by the Bidder
without any extra cost and within the time schedule for efficient and smooth
operation and maintenance of the SPV plant.
g) OPERATION & MAINTENANCE (O&M)
The bidder shall be responsible for operation and maintenance of the Roof top
Solar PV system for a period of 25 years for this model projects, during which
HAREDA will monitor the project for effective performance in line with
conditions specified elsewhere in the bid document. During this period, the bidder
shall be responsible for supply of all spare parts as required from time to time for
scheduled and preventive maintenance, major overhauling of the plant,
replacement of defective modules, inverters etc. and maintaining log sheets for
operation detail, deployment of staff for continuous operations & maintenance
and qualified engineer for supervision of O&M work, complaint logging & its
attending.
h) METERING AND GRID CONNECTIVITY
Metering and grid connectivity of the roof top solar PV system under this scheme
would be the responsibility of the Bidder in accordance with the prevailing
guidelines of the concerned DISCOM and / or CEA (if available by the time of
implementation). HAREDA/SNA could facilitate connectivity; however the
entire responsibility lies with bidder only.
i) PLANT PERFORMANCE EVALUATION/ PROGRESS REPORT
i. The successful bidder shall be required to meet minimum guaranteed generation
with Performance Ratio (PR) at the time of commissioning and related Capacity
Utilization Factor (CUF) as per the GHI levels of the location during the O&M
period. PR should be shown minimum of 75% at the time of inspection for initial
commissioning acceptance . Minimum CUF of 15% should be maintained for a
period of 5 years for fulfilling one of the conditions for release of PBG. The
bidder should send the periodic plant output details to HAREDA for ensuring the
CUF. The PR will be measured at Inverter output level during peak radiation
conditions.
ii. The bidder shall ensure to annually production of minimum 1400 kWh per kWp
capacity in the first year with the permission of permissible degradation as per
MNRE specifications/guidelines.
iii. The bidder will not be allowed to put extra modules than that of the plant
capacity. However, maximum 3% variation may be allowed on higher side.
Page 29 of 74
iv. Remote monitoring system shall be installed with the SPV power plant with an
access to HAREDA. The RMS shall be kept operational for the life of the project
i.e. 25 years form the date of commissioning.
v. The bidder shall submit the progress report monthly to HAREDA & user
department in Prescribed Performa. HAREDA & user Department will have the
right to depute his/their representatives to ascertain the progress of contract at the
premises of works of the bidder.
j) PROJECT INSPECTION.
i. The project progress will be monitored by HAREDA & user department and the
projects will be inspected for quality at any time during commissioning or after
the completion of the project either by officer(s) from HAREDA/ user department
or any authorized agency/ experts.
ii. HAREDA may depute a technical person(s) from its list of empanelled experts or
its officer(s) for inspection, third party verification, monitoring of system
installed to oversee, the implementation as per required standards and also to visit
the manufactures facilities to check the quality of products as well as to visit the
system integrators to assess their technical capabilities as and when required.
k) APPLICABLE LAW
The Contract shall be interpreted in accordance with the laws of the Union of
India & the Government of Haryana.
l) SETTLEMENT OF DISPUTE / ARBITRATION
If any question, dispute or difference what so ever shall arises between user
department and the contractor, in the connection with this agreement except as
to matters, the decisions for which have been specifically provided, either party
may forthwith give to the other notice in writing of existence of such question,
dispute or difference and the same shall be referred to the sole arbitration of the
Director, user department or a person nominated by him. This reference shall be
governed by the Indian Arbitration Act, and the rules made there under. The
award in such arbitration shall be final and binding on both the parties. Work
under the agreement shall be continuing during the arbitration proceedings
unless the UserDepartment or the arbitrator directs otherwise
m) FORCE MAJEURE
i. Notwithstanding the provisions of clauses contained in this RFS document; the
contractor shall not be liable to forfeit (a) PBG for delay and (b) termination of
contract; if he is unable to fulfill his obligation under this contract due to force
majeure conditions.
ii. For purpose of this clause, "Force Majeure" means an event beyond the control of
the contractor and not involving the contractor's fault or negligence and not
foreseeable, either in its sovereign or contractual capacity. Such events may
include but are not restricted to Acts of God, wars or revolutions, fires, floods,
epidemics, quarantine restrictions and fright embargoes etc. Whether a “Force
Page 30 of 74
majeure” situation exists or not, shall be decided by HAREDA/ user department
and its decision shall be final and binding on the contractor and all other
concerned.
iii. In the event that the contractor is not able to perform his obligations under this
contract on account of force majeure, he will be relieved of his obligations during
the force majeure period. In the event that such force majeure extends beyond six
months, HAREDA/ Owner has the right to terminate the contract in which case,
the PBG shall be refunded to him.
iv. If a force majeure situation arises, the contractor shall notify HAREDA & Owner
in writing promptly, not later than 14 days from the date such situation arises. The
contractor shall notify HAREDA & Owner not later than 3 days of cessation of
force majeure conditions. After examining the cases, HAREDA & Owner shall
decide and grant suitable additional time for the completion of the work, if
required.
n) LANGUAGE
All documents, drawings, instructions, design data, calculations, operation,
maintenance and safety manuals, reports, labels and any other date shall be in
English Language. The contract agreement and all correspondence between the
HAREDA & user and the bidder shall be in English language.
o) OTHER CONDITIONS
i. The Successful bidder shall not transfer, assign or sublet the work under this
contract or any substantial part thereof to any other party without the prior
consent of HAREDA & user in writing.
ii. The Successful bidder or its subcontractors shall not display the photographs of
the work and not take advantage through publicity of the work without written
permission of user department.
b. The Successful bidder or its subcontractors shall not make any other use of any of
the documents or information of this contract, except for the purposes of
performing the contract.
c. HAREDA will not be bound by any Power of Attorney granted/ issued by the
Successful bidder or its subcontractors or by any change in the composition of the
firm made during or subsequent to the execution of the contract. However
recognition to such Power of Attorney and change (if any) may be given by
HAREDA after obtaining proper legal advice, the cost of which will be
chargeable to the Successful bidder concerned.
p) SUCCESSORS AND ASSIGNS:
In case the HAREDA/ user department or Successful bidder may undergo any
merger or amalgamation or a scheme of arrangement or similar re-organization
& this contract is assigned to any entity (ies) partly or wholly, the contract shall
be binding mutatis mutandis upon the successor entities & shall continue to
Page 31 of 74
remain valid with respect to obligation of the successor entities.
q) SEVERABILITY:
It is stated that each paragraph, clause, sub-clause, schedule or annexure of this
contract shall be deemed severable & in the event of the unenforceability of any
paragraph, clause sub-clause, schedule or the remaining part of the paragraph,
clause, sub-clause, schedule annexure & rest of the contract shall continue to be
in full force & effect.
r) RIGHTS & REMEDIES UNDER THE CONTRACT ONLY FOR THE
PARTIES:
This contract is not intended & shall not be construed to confer on any person
other than the HAREDA & Successful bidder hereto, any rights and / or remedies
herein.
s) CORRESPONDENCE
Bidder requiring any Techno-Commercial clarification of the bid documents may
contact in writing or by Fax /E Mail.
Director, HAREDA, Akshay Urja Bhawan, Institutional Plot No.-1, Sector-17,
Panchkula
Fax No.0172-2587833,2587233, E-mail: [email protected]
Verbal clarifications and information given by the HAREDA or its employees or
its Representatives shall not be in any way entertained.
Page 32 of 74
SECTION-III
1. EVALUATION CRITERIA
i. BID EVALUATION
The evaluation process comprises the following four steps:
Step I - Responsiveness check of Techno Commercial Bid
Step II - Evaluation of Bidder‟s fulfillment of Eligibility Criteria as
Step III - Evaluation of Price Bid
Step IV - Successful Bidders(s) selection
ii. RESPONSIVENESS CHECK OF TECHNO COMMERCIAL BID
The Techno Commercial Bid submitted by Bidders shall be scrutinized to
establish responsiveness to the requirements laid down in the RFS. Any of the
following may cause the Bid to be considered “Non-responsive”, at the sole
discretion of HAREDA:
a. Bids that are incomplete, i.e. not accompanied by any of the applicable
formats inter alia covering letter, power of attorney supported by a board
resolution, Bid Bond, etc.;
b. Bid not signed by authorized signatory and /or stamped in the manner
indicated in this RFS;
c. Material inconsistencies in the information /documents submitted by the
Bidder, affecting the Eligibility Criteria;
d. Information not submitted in the formats specified in this RFS;
e. Bid being conditional in nature;
f. Bid having Conflict of Interest;
g. Bidder delaying in submission of additional information or clarifications
sought by HAREDA as applicable;
j. Bidder makes any misrepresentation.
Each Bid shall be checked for compliance with the submission requirements set
forth in this RFS before the evaluation of Bidder‟s fulfillment of Eligibility
Criteria is taken up. Relevant Clause shall be used to check whether each Bidder
meets the stipulated requirement.
iii. PRELIMINARY EXAMINATION
i. The HAREDA will examine the Bids to determine whether they are complete,
whether any computational errors have been made, whether required sureties
have been furnished, whether the documents have been properly signed and
stamped and whether the Bids are otherwise in order.
ii. Arithmetical errors will be rectified on the following basis. If there is a
Page 33 of 74
discrepancy between the unit price and the total Amount that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total
amount shall be corrected. If there is a discrepancy between words and figures,
the amount written in words will prevail.
iv. EVALUATION OF BIDDER‟S FULFILMENT OF ELIGIBILITY CRITERIA
Evaluation of Bidder‟s Eligibility will be carried out based on the information
furnished by the Bidder as per the prescribed Formats and related documentary
evidence in support of meeting the Eligibility Criteria as specified in relevant
Clause. Non-availability of information and related documentary evidence for the
satisfaction of Eligibility Criteria may cause the Bid to be non-responsive.
v. EVALUATION OF PRICE BID
i. Price Bid (Envelope II) of the Qualified Bidders shall be opened in presence of
the representatives of such Qualified Bidders, who wish to be present, on a date as
may be intimated by HAREDA to the Bidders through HAREDA website
www.hareda.gov.in or Email. The evaluation of Price Bid shall be carried out
based on the information furnished in Envelope III (Price Bid). The Price Bid
submitted by the Bidders shall be scrutinized to ensure conformity with the RFS.
Any Bid not meeting any of the requirements of this RFS may cause the Bid to be
considered “Non-responsive” at the sole decision of the HAREDA.
ii. The levellized tariff shall be calculated up to two decimal places. However in case
of a tie it may be expanded to break the tie.
2. SUCCESSFUL BIDDER(S) SELECTION
i. Levellised Tariff requirement quoted in all Price Bids of Qualified Bidders shall
be ranked from the lowest to the highest.
ii. Based on the price bid quoted by the bidders, HAREDA shall arrange the bids in
the ascending order i.e. L1, L2, L3, _ _ _ (L1 being the lowest levellized tariff).
iii. Lowest bidder will be declared as the successful bidder. For further allocation, the
L2 bidder will be asked to match the price quoted by the L1 bidder. In case the L2
bidder refuses to match the L1 price then L3 bidder shall be offered to match L1
price. The process will continue till the next bidder matches the L1 price. The
bidder who matches the L1 price will also be declared Successful bidder.
iv. There shall be no negotiation on the quoted levellized tariff between the
HAREDA and the Bidder(s), during the process of evaluation.
v. The Letter(s) of Allocation (LOA) shall be issued to all such Successful
Bidders(s).
vi. Each Successful Bidder shall acknowledge the LOA and return duplicate copy
with signature of the authorized signatory of the Successful Bidder to the
HAREDA within Ten (10) days of issue of LOA.
vii. If the Successful Bidder, to whom the Letter of Allocation has been issued, does
Page 34 of 74
not fulfill any of the conditions specified in Bid document, the HAREDA reserves
the right to annul/cancel the award of the Letter of Allocation of such Successful
Bidder.
viii. The HAREDA at its own discretion, has the right to reject any or all the Bids
without assigning any reason whatsoever, at its sole discretion
3. INCREASE/DECREASE OF BIDDER ALLOCATED CAPACITY
i. HAREDA reserves the right to increase/decrease the Bidder Allocated Capacity..
ii. In case capacity is enhanced by HAREDA. Successful bidder shall submit the
required PBG to HAREDA within 30 days from the date of commissioning of the
project, failing which sanctioned capacity shall stands cancelled.
4. TRANFER OF CAPACITY
i. In case a Successful Bidder is facing genuine difficulty in execution of project as
per letter of allocation. HAREDA may allow transfer of allocated capacity in full
or part depending on the merit of the case.
ii. Amended Performance security (PBG pertaining to additional capacity allocated
or capacity transferred shall be submitted by bidder within 30 days from the date
of issue of such notification.
Note: It is the prerogative of HAREDA to increase/decrease/transfer the Successful
Bidder Capacity at the time of Allocation. If HAREDA intends to increase the
capacity of the Successful bidder, it will be done with mutual consultation.
5. NOTIFICATION TO SUCCESSFUL BIDDERS
The name of Successful Bidders indicating the allocated capacity along with the
rates shall be notified on HAREDA website www.hareda.gov.in and also shall be
notified individually through letter of allocation.
6. PROJECT ALLOCATION AND PENALTY
i. The Bidders, however, in their own interest are advised to make a preliminary
survey of availability of roof tops of buildings for which they intend to Bid and as
prescribed in the RFS, as well as issue of Grid connectivity.
ii. The Successful Bidders shall be issued Letter of Allocation (LOA) indicating the
allocated capacity & Project Cost etc.
iii. The bidders, who have been notified as Successful Bidders, shall be given 4
months time for completion of the project from the date of issue of Letter of
Allocation.
iv. The time period of delivery (includes supply, installation & commissioning)
stipulated in the letter of allocation shall be deemed to be the essence of the
contract and should the contractor fail to complete the work (includes supply,
installation & commissioning) within the period prescribed for such delivery
penalty @ 2% of the work value per month subject to max. of 10% of the work
order value recoverable. Once the maximum is reached, the New & Renewable
Page 35 of 74
Energy Department/HAREDA may consider termination of the work order. For
the purpose of calculation of penalty, month will be considered of 30 days and the
week of 7 days. In case of non-payment by the contractor, recovery will be made
from his bills or amount of Earnest money or security deposited with Director,
New & Renewable Energy Department or through legal process, provide also
that:
a) No recovery of penalty will be made if the Director, New & Renewable
Energy Department/HAREDA accepts the delayed supplies by extending the
delivery period by recording in writing that the exceptional circumstances
were beyond the control of the supplier and there was no loss to the
Government on written request by the supplier, with proper documentation
establishing the reasons for delay were beyond the control of the supplier,
before the expiry of the allowed time. Requests for extension received after the
expiry of the allowed timeline shall not be entertained and shall be subject to
penalty.
b) The supplies, if any, made beyond the time limit for completion of the project
defined in the work order will require prior approval of the Director, New &
Renewable Energy Department /HAREDA even the same are with penalty
means supplier has no right to deliver the material with applicable penalty
clause without the written concurrence of the Director, HAREDA. If any
supplies fall under the warranty clause then the supplier has to obtain written
permission from the Director, HAREDA through a request letter at least seven
days before the expiry of delivery period with reason for delay.
v. On the failure of the supplier/s to make supply within the extended period or
otherwise and the receipt of such information in the office of the Director, New &
Renewable Energy Department/HAREDA, risk purchase at the cost of the
supplier will be made by the Director, New & Renewable Energy
Department/HAREDA after the maximum penalty is reached by obtaining
consent from the L2, L3 bidders or approved supplier/s or approved RC holder of
DGS&D, GOI or any State empanelled supplier or by inviting short terms
quotations from the Registered and other known suppliers within next two
months. The difference of excess cost thus, incurred will be recovered from the
supplier from his pending bills, earnest money or security whichever is available.
This procedure will be adopted after serving a registered notice to the supplier to
supply stores within 15 days.
vi. The Contractor shall not;
a. Without the consent in writing of New & Renewable Energy
Department/HAREDA transfer, assign or sublet the work under this
contract or any substantial part thereof to any other party. New &
Renewable Energy Department/HAREDA shall have at all reasonable
time access to the works b e i n g carried out by the contractor under this
Page 36 of 74
contract. All the work shall be carried out by the contractor to the
satisfaction of New & Renewable Energy Department/HAREDA.
b. Disclose details of the conditions governing this contract to unauthorized
persons (Indenting against this contract is permissible only for the bonafide
use of Governments departments and quasi public and not for private parties
or for the private use of the Government officers).
c. In the event of the contractor failing duly and properly to fulfill or
committing breach of any of the terms and conditions of the tender or
repeatedly supplying goods liable to rejection hereunder or failing,
declining, neglecting/ or delaying to comply with any demand or requisition
or otherwise not executing the same in accordance with the terms of this
tender, or if the bidder or his agents or servants being guilty of fraud in
respect of the contract or any other contract entered into by the contractor or
any of his partners or representatives thereof with Government directing,
giving, promising or offering any bribes, gratuity, gift, loan, perquisite,
reward or advantage pecuniary or otherwise to any person in the
employment of Government in any way relating to such officers or person
of persons, office or employment or if the contractor or any of his partners
become insolvent or apply for relief as insolvent debtor or commence any
insolvency proceedings or make any composition with his/ their creditors or
attempts to do so then without prejudice to Government rights and remedies
otherwise, New & Renewable Energy
Department/HAREDA/Government shall be entitled to terminate this
contract forthwith and to blacklist the contractor for a period as deemed fit
by the competent authority and purchase or procure or arrange from
Government‟s stocks or otherwise at the contractor‟s risk and at the
absolute discretion of the Director, New & Renewable Energy
Department/HAREDA as regards the manner, place or time of such
purchases, such supplies as have not been supplied or have been rejected
under this agreement or are required subsequently by Government there
under and in cases where issues in replacement are made from
Government‟s stocks or supplies, the cost of value of stocks or supplies
together with all incidental charges or expenses, shall be recoverable from
the contractor on demand and the contractor shall not be entitled to benefit
from any profit which may accrue to.
7. SUBSIDY /ACHIEVEMENT LINKED INCENTIVE of MNRE:
The bidder is free to avail the Subsidy/ Achievement linked incentive from
MNRE, GoI, New & Renewable Energy Department/HAREDA will not be
responsible for this. However, New & Renewable Energy Department/ HAREDA
will provide the JCR and other document available with the office, which may be
required by MNRE as per guidelines.
Page 37 of 74
8. TAX EXEMPTIONS:
Price bids are invited inclusive of Taxes and duties. However, Tax exemptions
including certificates of any sort, if available may be dealt with the concerned
department of Govt. of Haryana by the bidder. HAREDA in no case will be
responsible for providing any tax exemptions to the bidder.
9. OPERATION OF THE SYSTEM DURING WEEKENDS AND GENERAL
HOLIDAYS AND CALCULATION OF CUF:
i. During grid failure, the SPV system stops generating. Any instances of grid
failure need to be mentioned in the monthly report and those instances need to be
authorized by local DISCOM. Then the period will be excluded in calculation of
CUF and deemed generation will be considered. However, if grid failure is only
for 15 hours in a month, then no benefit of deemed generation will be given for
this period to the contractor for non generation of the power.
ii. Taxes and duties shall be paid extra by the bidder as applicable on the HAREDA
service charges and the bid processing fee.
10. USER ID FOR UPDATING THE PROJECT PROGRESS ON BI-WEEKLY
BASIS
Successful bidder authorized representative in whose name Power of Attorney
(PoA) has been executed and submitted along with the bid shall be provided
Password and User id for updating the project progress on biweekly basis in the
allocation letter for the City. Successful bidder should update the info as per the
requirement of the software tool .Non updating of the progress shall be considered
as no progress and shall attract punitive actions as per the relevant provision of
the Contract. However, the decision of Director, New & Renewable Energy
Department/HAREDA shall be final in this regard.
11. INSPECTION AND AUDIT BY THE GOVERNMENT
The Successful bidder shall permit the New & Renewable Energy
Department/HAREDA or user department to inspect the Successful bidder‟s site,
accounts and records relating to the performance of the Contractor and to have
them audited by auditors appointed by the HAREDA, if so required by the
HAREDA at any time.
12. COMMISSIONING /COMPLETION CERTIFICATE:
i. Application for completion/commissioning certificate:
When the Successful bidder fulfils his obligation under the Contract, he shall be
eligible to apply for Completion Certificate. The Director, New & Renewable
Energy Department/HAREDA or his representative shall normally issue to the
Successful bidder the Completion Certificate within one month after receiving
any application therefore from the Successful bidder after verifying from the
completion documents and satisfying himself that the Work has been completed
in accordance with and as set out in Contract documents. The Successful bidder,
Page 38 of 74
after obtaining the Completion Certificate, is eligible to avail the subsidy as per
the Clause 6.8
ii. Document Submission For Issue of Commissioning/Completion Certificate:
For the purpose of completion of the project, the following documents will be
deemed from the contractor:
a. Checklist for inspection of Roof top SPV power plants as per HAREDA
format.
b. Project completion report from successful bidder as per HAREDA format
c. Project completion/satisfaction certificate from roof top owners/project
developers.
13. DEDUCTIONS FROM THE CONTRACT PRICE:
All costs, damages or expenses which HAREDA/ User Department may have
paid or incurred, which under the provisions of the Contract, the Successful
bidder is liable/will be liable, will be claimed by the New & Renewable Energy
Department/ HAREDA User Department. All such claims shall be billed by the
New & Renewable Energy Department/ HAREDA/ User Department to the
Contractor within 15 (fifteen) days of the receipt of the payment request and if not
paid by the Successful bidder within the said period, the New & Renewable
Energy Department/ HAREDA/ User Department may, then, deduct the amount
from any amount due i.e., Performance Security or becoming due to the
contractor or Successful bidder under the contract or may be recovered by actions
of law or otherwise, if the Successful bidder fails to satisfy the New & Renewable
Energy Department/ HAREDA/ User Department of such claims.
14. CORRUPT OR FRAUDULENT PRACTICES
The HAREDA requires that Successful Bidders/ Contractors should follow the
highest standard of ethics during the execution of contract. In pursuance of this
policy, the HAREDA defines, for the purposes of this provision, the terms set
forth as follows :
i. “corrupt practice” means the offering, giving, receiving or soliciting of anything
of value to influence the action of a public official in the bid process or in
contract execution; and
ii. “fraudulent practice” means a misrepresentation of facts in order to influence a
bid process or the execution of a contract to the detriment of the HAREDA/Govt
scheme, and includes collusive practice among Bidders (prior to or after Bid
submission) designed to establish Bid prices at artificial non-competitive levels
and to deprive the HAREDA of the benefits of free and open competition;
iii. will declare a firm ineligible/debarred, either indefinitely or for a specific period
of time, a GOVT contract if at any time it is found that the firm has engaged in
corrupt or fraudulent practices in competing for, or in executing, a Government/
HAREDA schemes.
Page 39 of 74
15. DEBARRED FROM PARTICIPATING IN HAREDA‟S TENDER
i. HAREDA reserves the right to carry out the performance review of each Bidder
from the time of submission of Bid onwards. In case it is observed that a bidder
has not fulfilled its obligations in meeting the various timelines envisaged, in
addition to the other provisions of the RFS, such Bidders may be debarred from
participating in HAREDA‟s any future tender for a period as decided by the
competent authority of HAREDA.
ii. Any roofs on which projects has been installed or commissioned before the issue
of allocation letter/sanction letter shall be construed as fraudulent activity in
which case Successful bidder(s) may be debarred from participating in
HAREDA‟s future tender for a period as decided by the Competent authority.
However, such locations may be used for installation of additional capacity with
the prior approval of competent authority.
Page 40 of 74
SECTION-IV
DETAILED TECHNICAL SPECIFICATIONS
(Grid Connected Solar Rooftop Photo Voltaic (SPV) power plant-without battery bank)
The projects shall be installed and commissioned as per the technical specifications
given below.
1. DEFINITION
A Grid Connected Solar Rooftop Photo Voltaic (SPV) power plant consists of SPV
array, Module Mounting Structure, Inverter/Power Conditioning Unit (PCU) consisting
of Maximum Power Point Tracker (MPPT), and Controls & Protections, interconnect
cables and switches. PV Array is mounted on a suitable structure. Grid connected SPV
power plant is without battery and should be designed with necessary features to
supplement the grid power during day time. Components and parts used in the SPV
power plants including the PV modules, metallic structures, cables, junction box,
switches, inverters/PCUs etc., should conform to the BIS or IEC or international
specifications, wherever such specifications are available and applicable.
Solar PV system shall consist of following equipments/components.
Solar PV modules consisting of required number of Crystalline PV cells.
Grid interactive Power Conditioning Unit with Remote Monitoring System
Mounting structures
Junction Boxes.
Earthing and lightening protections.
IR/UV protected PVC Cables, pipes and accessories
2. SOLAR PHOTOVOLTAIC MODULES:
(i) The PV modules shall be of indigenous make.
(ii) The efficiency of the PV modules should be minimum 15% and fill factor should
be more than 70%.
(iii) Modules of mono/poly crystalline type can be used.
(iv) The PV modules used must qualify to the latest edition of IEC PV module
qualification test or equivalent BIS standards Crystalline Silicon Solar Cell
Modules IEC 61215/IS14286. In addition, the modules must conform to IEC
61730 Part-1 - requirements for construction & Part 2 – requirements for testing,
for safety qualification or equivalent IS. a) For the PV modules to be used in a
highly corrosive atmosphere throughout their lifetime, they must qualify to IEC
61701. Certificate for module qualification from IEC or equivalent to be submitted
as part of the bid offer. Self undertaking from manufacturer / supplier that the
modules being supplied are as per above. The Potential Induced Degradation
(PID) test for solar modules will be mandatory.
(v) Module shall consists of Solar Cell of minimum 4 Bus Bar technology. At the time
of supply the supplier shall submit the certificate from the manufacturer of the
module certifying that he has supplied the modules to …………………. (name of
Page 41 of 74
supplier) strictly manufactured as per BOM of IEC certificate mentioning the
technology of the solar cell (as per Performa- VI).
(vi) Raw materials(solar Cells) and technology employed in the module production
processes will be certified and a certificate giving details of major materials i.e.
cells, Glass, back sheet, their makes and data sheets to be submitted for the
modules being supplied.
(vii) The modules of the manufacturers who are having OEM and co-certification will
not be considered as qualified modules.
(viii) The total solar PV array capacity should not be less than allocated capacity (kWp)
and should comprise of solar crystalline modules of minimum 300 Wp (with 72
cells) and above wattage for the project above 5 kWp and of minimum 250 Wp
(with 60 cells) and above wattage for the project upto 5kWp. Module capacity less
than minimum of these wattage shall not be accepted.
(ix) Protective devices against surges at the PV module shall be provided. Low voltage
drop bypass diodes shall be provided.
(x) PV modules must be tested and approved by one of the IEC authorized test centres
(xi) The module frame shall be made of corrosion resistant materials, preferably
having anodized aluminum.
(xii) The bidder shall carefully design & accommodate requisite numbers of the
modules to achieve the rated power in his bid. HAREDA/owners shall allow only
minor changes at the time of execution.
(xiii) Other general requirement for the PV modules and subsystems shall be the
Following:
a) The rated output power of any supplied module shall have tolerance of plus
3%.
b) The peak-power point voltage and the peak-power point current of any
supplied module and/or any module string (series connected modules) shall
not vary by more than 2 (two) per cent from the respective arithmetic means
for all modules and/or for all module strings, as the case may be.
c) The module shall be provided with a junction box with weather proof lid of
sealed type and IP-65 rated.
d) I-V curves at STC shall be provided with the module.
(xiv) The module should have the following minimum information laminated inside the
module.
Made in India (to be subscribed in words )
Company name /logo
Model number (it should indicate the voltage and rated wattage of the
module )
Serial number
Year of make
(xv) Warranties:
a) Material Warranty:
Page 42 of 74
(i) Material Warranty is defined as: The manufacturer should warrant the Solar
Module(s) to be free from the defects and/or failures specified below for a
period not less than five (05) years from the date of commissioning of the
system
(ii) Defects and/or failures due to manufacturing
(iii) Defects and/or failures due to quality of materials
(iv) Non conformity to specifications due to faulty manufacturing and/or
inspection processes. If the solar Module(s) fails to conform to this
warranty, the manufacturer will repair or replace the solar module(s), at the
Owners sole option
b) Performance Warranty:
(i) The predicted electrical degradation of power generated not exceeding 20%
of the minimum rated power over the 25 year period and not more than 10%
after ten years period of the full rated original output.
3. ARRAY STRUCTURE (MODULE MOUNTING STRUCTURE):
MMS should be installed along with the hot dipped galvanized (minimum 80 microns)
array support structure for mounting of SPV modules at site. The panel frame structure
should be capable of withstanding a minimum wind load of 150 KM per hour, after
grouting and installation. MMS should be sturdy & designed to assist SPV Modules to
render maximum output. The hardware (fasteners) used for installation of SPV Modules
& MMS should be of suitable Stainless Steel (SS 304). Each MMS should be with four
legs grouted on pedestals of minimum 300X300X250 mm with anchoring/ chipping &
chemical sealing of foundation based on RCC roof. Foundation bolts of stainless /GI
steel should be at least 300 mm long.
Its size should be with reference to the specifications of the selected make SPV
modules. Anti Theft Nut Bolts of SS (with washers) should be used for for mounting
modules for better theft proofing.
Foundation:
The CC foundation shall have to be designed on the basis of the weight of the structure
with module and minimum wind speed of the site, i.e. 150 Km/hour. Normally each
MMS should be with four legs grouted on pedestals of proper size. However, for sheds
CC work will not be required, the structure shall be grouted to withstand the required
wind velocity. In that case aluminum structure of suitable strength may be used.
4. Specifications For Inverter:
As SPV array produce direct current electricity, it is necessary to convert this direct
current into alternating current and adjust the voltage levels to match the grid voltage.
Conversion shall be achieved using an electronic Inverter and the associated control and
protection devices. All these components of the system are termed the “Inverter”. In
addition, the inverter shall also house MPPT (Maximum Power Point Tracker), an
interface between Solar PV array & the Inverter, to the power conditioning unit/inverter
should also be DG set interactive, if necessary. Inverter output should be compatible
Page 43 of 74
with the grid frequency. Typical technical features of the inverter shall be as follows:
Specifications of Inverter
Parameters Detailed Specifications
Switching devices IGBT
Capacity The Rated Capacity of the Inverter shall not be less than
the solar PV array capacity subject to variation of 5%.
Control Microprocessor /DSP
Nominal Voltage 230V / 415V as the case may be
Voltage range Single Phase: Shall work from 180 Volts to 270 Volts;
Three Phase: Shall work from 180 Volts to 270 Volts
per phase Operating
frequency/ range
50 Hz (47 to 52 Hz)
Grid Frequency
Synchronization range
± 3 Hz or more (shall also compatible for Synchronization with
DG Set)
Waveform Sine Wave
Harmonics AC side total harmonic current distortion < 5%
Ripple DC voltage ripple content shall not be more than 1%.
Efficiency
1. The inverters should be tested as per IEC standards. The
following criteria should be followed :
1. The benchmarking efficiency criteria for the Grid tied (
string inverters ) inverter
At nominal voltage and full load is >95%
For load >25% is >92% .
2. No load losses should not be more than 5%.
Losses Maximum losses in sleep mode: 2W per 5kW
Maximum losses in stand-by mode: 10W
Casing protection
levels
Degree of protection: Minimum IP-21 and 22 for indoor
use and IP 65 certification for outdoor use
Temperature Should withstand from -10 to +50 deg Celsius
Humidity Should withstand up to 95% (relative humidity)
Operation Completely automatic including wake up,
synchronization
(phase-locking) and shut down MPPT Maximum power point tracker shall be integrated in the inverter
to maximize energy drawn from the array.
MPPT range must be suitable to individual array
voltages in power packs
Protections Mains Under / Over Voltage
Over current
Page 44 of 74
Over/Under grid frequency
Over temperature
Short circuit
Lightening
Surge voltage induced at output due to external
source Anti Islanding (for grid synch. mode)
System
Monitoring
Parameters
Inverter voltage & current
Mains Voltage, Current & Frequency
PV Voltage, Amps & KWH
System Mimic & Faults
Recommended LCD
Display on Front
Panel
Accurate displays on the front panel:
DC input voltage
DC current
AC Voltage ( all 3 phases, in case of 3 phase)
AC current ( all 3 phases in case of 3 phase)
Ambient temperature
Instantaneous & cumulative output power
Daily DC energy produced
Battery Voltage (in case of Hybrid PCU)
Communication
interface
RS 485 / RS 232
PCU shall also house MPPT (Maximum Power Point Tracker),
an interface between Solar PV array to the power conditioning
unit/inverter should also be DG set interactive.
Power Factor > 0.9
THD <3%
Test Certificates The inverter should be tested from the MNRE approved test
centres / NABL /BIS /IEC accredited/authorised testing-
calibration laboratories. In case of imported power conditioning
units, these should be approved by international test houses.
a) Three phase inverter shall be used with each power plant system (10kW and/or
above) but in case of less than 10kW single phase inverter can be used as per
site requirement. The inverter of single phase shall be installed if grid supply
is of single phase and that of three phase shall be installed if grid supply is of
three phase.
b) Inverter shall be capable of complete automatic operation including wake-up,
synchronization & shutdown.
c) The output of power factor of inverter is suitable for all voltage ranges or sink
of reactive power, inverter should have internal protection arrangement against
any sustainable fault in feeder line and against the lightning on feeder.
d) Built-in meter and data logger to monitor plant performance through external
computer shall be provided (Providing Computer is not part of DNIT & is in
Page 45 of 74
the scope of user).
e) Anti-islanding (Protection against Islanding of grid): The inverter shall
have anti islanding protection in conformity to IEEE 1547/UL 1741/ IEC
62116/IS16169 or equivalent BIS standard.
f) Successful Bidders shall be responsible for galvanic isolation of solar roof top
power plant (>100kWp) with electrical grid or LT panel.
g) In Inverter, there shall be a direct current isolation provided at the output by
means of a suitable isolating transformer. If Isolation Transformer is not
incorporated with Inverter, there shall be a separate Isolation Transformer of
suitable rating provided at the output side of inverter units for capacity more
than 100 kW.
h) The inverter generated harmonics, flicker, DC injection limits, Voltage Range,
Frequency Range and Anti-Islanding measures at the point of connection to
the utility services should follow the latest CEA (Technical Standards for
Connectivity Distribution Generation Resources) Guidelines.
i) The inverter should comply with applicable IEC/ equivalent BIS standard for
efficiency measurements and environmental tests as per standard codes IS/IEC
61683 and IEC 60068-2 (1,2,14,30)/ Equivalent BIS Std./EN50530,IEC 61727
(all clauses except clause 5.2.2). in case of clause 5.2.2, it should withstand the
over/under frequency in the range 47 to 52 Hz.
j) The MPPT units environmental testing should qualify IEC 60068-2 (1, 2, 14,
30)/ Equivalent BIS std. The junction boxes/ enclosures should be IP 65 (for
outdoor)/ IP 54 (indoor) and as per IEC 529 specifications.
5. INTEGRATION OF PV POWER WITH GRID:
(i) The output power from SPV would be fed to the inverters which converts DC
produced by SPV array to AC and feeds it into the main electricity grid after
synchronization. In case of grid failure, or low or high voltage, solar PV system
shall be out of synchronization and shall be disconnected from the grid. 4 pole
isolation of inverter output with respect to the grid connection need to be provided.
A bidirectional energy meter, as per HERC Net Metering Regulations should also
be installed in the campus/building of beneficiary.
(ii) The solar generation meter and Bi-directional meter along with CT/PT (if required)
with Surge Protection Device (SPD) should be of 0.2S accuracy class is in the
scope of bidder. For LT connection the accuracy shall be as per requirement of
DISCOMs.
(iii) CEA guideline 2013 for interconnecting solar power with Grid shall be followed.
(iv) Certification of Islanding protection in the inverter from the manufacturer of the
equipment shall be mandatory. This shall be arranged by the supplier from the
manufacturer.
Page 46 of 74
(v) Technical Standards for Interconnection:
S.
No.
Parameters Requirements Reference
1. Overall
Conditions of
Service
Reference to
regulations
Conditions for
Supply of
Electricity of
Distribution
Licensees
2. Overall Grid
Standards
Reference to
regulations
Central Electricity
Authority (Grid
Standards)
Regulations
2010
3. Equipment Applicable industry
standards
IEC standards/IS
4. Safety and
Supply
Reference to
regulations, Chapter
III (General Safety
Requirements)
Central Electricity
Authority
(Measures of Safety
and Electricity
Supply) Regulations,
2010 and subsequent
amendments
5. Meters Reference to
regulations and
additional conditions
issued by the
Commission.
Central Electricity
Authority
(Installation &
Operation of Meters)
regulations 2006 and
subsequent
amendments
6. Harmonic
Current
Harmonic current
injections from a
generating station shall
not exceed the limits
specified in IEEE 519
IEEE 519 relevant
CEA (Technical
Standards for
Connectivity of the
distributed
generation
resource) regulations
2013 and subsequent
amendments
7. Synchronization Photovoltaic system
must be equipped
with a grid frequency
synchronization
Relevant CEA
(Technical Standards
for Connectivity of
the distributed
Page 47 of 74
device, if the system is
using synchronizer
inherently built into
the inverter than no
separate synchronizer
is required.
generation
resources)
regulations 2013
and subsequent
amendments.
8. Voltage The voltage-
operating window
should minimize
nuisance tripping and
should be under
operating range of
80% to 110% of the
nominal connected
voltage. beyond a
clearing time of 2
seconds, the
Photovoltaic system
must isolate itself from
the grid.
9. Flicker Operation of
Photovoltaic system
shouldn‟t cause
voltage flicker in
excess of the limits
stated in IEC 61000
or other equivalent
Indian standards, if
any
Relevant CEA
regulations
2013 and
subsequent if any,
(Technical
Standards for
Connectivity of the
distributed
generation resource)
10. Frequency When the Distribution
system frequency
deviates outside the
specified conditions
(52 Hz on upper side
and 47 Hz on lower
side up to 0.2 sec),
the Photovoltaic
system shouldn‟t
energize the grid and
should shift to island
mode.
11. DC Injection Photovoltaic system
should not inject DC
power more than 0.5%
Page 48 of 74
of full rated output at
the interconnection
point. or 1% of
rated inverter output
current into
distribution system
under any operating
conditions
12. Power Factor While the output of
the inverter is greater
than 50%, a lagging
power factor of
greater than 0.9 shall
be maintained
13. Islanding and
Disconnection
The Photovoltaic
system in the event
of voltage or
frequency variations
must island/
disconnect itself
within IEC standard
on stipulated period
14. Overload and
Overheat
The inverter should
have the facility to
automatically switch off
in case of overload or
overheating and should
restart when normal
conditions are restored
15 Cable For interconnecting
Modules, Connecting
modules and junction
Boxes and junction
boxes to inverter, DC
copper cable of proper
sizes shall be used. To
connect inverter with
AC panel aluminium
cable of proper size
shall be used. All the
internal cables to be
used in the systems
shall be included in the
cost while 100 mtr. AC
Relevant CEA
regulations 2013
and subsequent if
any, (Technical
Standards for
Connectivity of the
distributed
generation resource)
Page 49 of 74
aluminium cable of
proper size to be used
to connect
inverter/PCU to AC
panel shall be included
in the cost of the
system.
a) All switches and the circuit breakers, connectors should conform to IEC 60947, part I,
II and III/ IS60947 part I, II and III.
b) The change-over switches, cabling work should be undertaken by the bidder as part of
the project.
6. JUNCTION BOXES FOR CABLES FROM SOLAR ARRAY:
The junction boxes shall be made up of FRP (Hensel or equivalent make)/PP/ABS with
dust, water and vermin proof. It should be provided with proper locking arrangements.
Series / Array Junction Box (SJB/AJB) (whichever is required): All the arrays of the
modules shall be connected to DCCB. AJB shall have terminals of bus-bar arrangement
of appropriate size Junction boxes shall have suitable cable entry with suitable glanding
arrangement for both input and output cables. Suitable markings on the bus bars shall
have to be provided to identify the bus bars etc. Suitable ferrules shall also have to be
provided to identify interconnections. Every AJB should have suitable
arrangement Reverse Blocking diode of suitable rating. Suitable SPD, suitable
Isolation switches to isolate the DC input to Inverter has to be installed in AJB for
protection purpose. Thus AJB should have DC isolator for disconnecting the arrays
from inverter input. If in any case diodes, HRC Fuses, SPDs and isolators are
installed in the string inverters, then there is need to install these again in AJB. If
some of these safety gadgets are not installed in String Inverter it should be
installed in AJB. Cable interconnection arrangement shall be within conduit pipe on
saddles installed properly. Cable connection should be done in such a manner that
fault findings if any, can be identified easily. The cables should be connected in
such a manner that clamp meter can be comfortably inserted around the
individual cables to measure the data like current, voltage etc. AJB should also be
marked as A1, A2, & so on. Wherever conduits are laid on wall/roof or ground, then it
should be suitably laid in cable tray or appropriate civil structure which should be at
least four inches above roof/ground level.
7. PROTECTION & SAFETY:
Both AC & DC lines have suitable MCB/MCCB, Contractors, SPD, HRC Fuse etc to
allow safe start up and shut down before & after string inverter installed in the system.
Page 50 of 74
String inverters should have protections for overload, surge current, high Temperature,
over/ under voltage and over/ under frequency & reverse polarity. The complete
operation process & safety instructions should printed on the sticker & suitably pasted
on the near inverters.
Inverter should have safety measures to protect inverter from reverse short circuit
current due to lightening or line faults of distribution network.
Inverter should be suitably placed in covered area on a suitable platform or
concrete platform (on rubber mat) with complete safety measure as per norms.
8. INVERTER/ARRAY SIZE RATIO:
The combined wattage of all inverters should not be less than rated capacity of power
plant under STC in KW subject to variation of -5%..
Maximum power point tracker shall be integrated in the inverter to maximize energy
drawn from the array
9. AC COMBINER BOX BOARD (ACCB):
This shall consist of box of at least cum grid interphase panel or good quality FRP/
suitable powder coated metal casing. One Electronic Energy Meter (0.2S Class), ISI
make, Three Phase duly tested by DISCOMs (Meter testing Division) with appropriate
CT (if required), of good quality shall have to be installed in ACCB suitable placed to
measure the power daily generated from SPV Power Plant, as per HERC Net Metering
Regulations. Proper rating MCCB & HRC fuse and AC SPDs shall be installed to
protect feeders from the short circuit current and surges as per the requirement of the
site. Operation AC Isolator Switch of Grid Connectivity should be such that it can
be switched ON or OFF without opening the ACCB.
10. CABLES/WIRE:
All cables should be of copper as per IS and should be of 650V/1.1 KV grade as per
requirement. All connections should be properly made through suitable lug/terminal
crimped with use of suitable proper cable glands. The size of cables/wires should be
designed considering the line loses, maximum load on line, keeping voltage drop within
permissible limit and other related factors. The cable/wire should be of ISI/ISO mark
for overhead distribution. For normal configuration the minimum suggested sizes of
cables are:
Module to module/SJB/AJB : 4 sq mm (single core) DC Cable.
AJBs to MJBs/DCDB Up to capacity of 10 kWp Solar Plant, minimum 6 sq
mm (Single/Double core) DC Cable, with respect to
current ratings of designing.
For capacity more than 10 kWp & up to 20 kWp
Solar Plant, minimum 10 sq. mm (Single/Double
Page 51 of 74
core) DC Cable, with respect to current ratings of
designing.
For capacity more than 20 kWp Solar Plant,
minimum 16 sq mm (Single/Double core) DC Cable,
with respect to current ratings of designing.
MJBs to DCCB Up to capacity of 10 kWp Solar Plant, minimum 10
sq mm (single core) DC Cable, with respect to
current ratings of designing.
For capacity more than 10 kWp & upto 20 kWp Solar
Plant, minimum 16 sq mm (single core) DC Cable,
with respect to current ratings of designing.
For capacity more than 20 kWp Solar Plant,
minimum 25 sq mm (single core) DC Cable, with
respect to current ratings of designing.
DCCB to Inverter Up to capacity of 10 kWp Solar Plant, minimum 10
sq mm (single core) DC Cable, with respect to
current ratings of designing.
For capacity more than 10 kWp & upto 20 kWp Solar
Plant, minimum 16 sq mm (single core) DC Cable,
with respect to current ratings of designing.
For capacity more than 20 kWp Solar Plant,
minimum 25 sq mm (single core) DC Cable, with
respect to current ratings of designing.
Inverter to ACCB AC Cable as per design & rating.
The size & rating of the cables may vary depending on the design & capacity of SPV
Power Plant.
11. CABLE TRAY:
All the cables should be laid in appropriate cable tray as per the requirement of the site,
No cable should be laid directly on ground or wall cable tray should be laid such that
there is gap of at least four inches above ground/roof/wall.
12. DISPLAY BOARD:
The bidder has to display a board at the project site mentioning the following:
Plant Name, Capacity, Location, Type of Renewable Energy plant (solar), Date of
commissioning, details of tie-up with transmission and distribution companies, Power
generation and Export FY wise.
Page 52 of 74
Financial Assistance details from HAREDA/MNRE/Any other financial institution
apart from loan. This information shall not be limited to project site but also be
displayed at site offices/head quarter offices of the successful bidder
The size and type of board and display shall be approved by Engineer-in-charge
before site inspection.
DANGER BOARDS: Danger boards should be provided as and where necessary as
per IE Act. /IE rules as amended up to date.
13. MANUAL DISCONNECTION SWITCH:
It should be provided to isolate the system from Grid which should be outside of ACCB.
14. DC DISTRIBUTION BOARD:
a) DC Distribution panel to receive the DC output from the array field.
b) DC DPBs shall have sheet from enclosure of dust & vermin proof conform to IP
65 protection. The bus bars are made of copper of desired size. Suitable capacity
MCBs/MCCB shall be provided for controlling the DC power output to the PCU
along with necessary surge arrestors.
15. AC DISTRIBUTION PANEL BOARD:
a) AC Distribution Panel Board (DPB) shall control the AC power from PCU/
inverter, and should have necessary surge arrestors. Interconnection from
ACDB to mains at LT Bus bar while in grid tied mode.
b) All switches and the circuit breakers, connectors should conform to IEC
60947, part I, II and III/ IS60947 part I, II and III.
c) The changeover switches, cabling work should be undertaken by the bidder as
part of the project.
d) All the Panel‟s shall be metal clad, totally enclosed, rigid, floor mounted, air -
insulated, cubical type suitable for operation on three phase / single phase, 415
or 230 volts, 50 Hz
e) The panels shall be designed for minimum expected ambient temperature of 45
degree Celsius, 80 percent humidity and dusty weather.
f) All indoor panels will have protection of IP54 or better. All outdoor panels
will have protection of IP65 or better.
g) Should conform to Indian Electricity Act and rules (till last amendment).
h) All the 415 AC or 230 volts devices / equipment like bus support insulators,
circuit breakers, SPDs, VTs etc., mounted inside the switchgear shall be
suitable for continuous operation and satisfactory performance under the
following supply conditions.
Variation in supply voltage +/- 10 %
Variation in supply frequency +/- 3 Hz
Page 53 of 74
16. DATA ACQUISITION SYSTEM / PLANT MONITORING (for 10 kWp and
above).
(i) For systems of capacity 10 kWp and above, web based remote monitoring which
shall also be linked with HAREDA software monitoring system with latest
software/hardware configuration. If needed access to MNRE shall also be provided.
(ii) PV array energy production: Digital Energy Meters to log the actual value of AC/
DC voltage, Current & Energy generated by the PV system provided. Energy meter
along with CT/PT should be of 0.2 accuracy class.
(iii) String and array DC Voltage, Current and Power, Inverter AC output voltage and
current (All 3 phases and lines), AC power (Active, Reactive and Apparent), Power
Factor and AC energy (All 3 phases and cumulative) and frequency shall be
monitored.
(iv) Computerized AC energy monitoring shall be in addition to the digital AC energy
meter.
(v) The data shall be recorded in a common work sheet chronologically date wise. The
data file shall be MS Excel compatible. The data shall be represented in both tabular
and graphical form.
(vi) All instantaneous data shall be shown on the computer screen.
(vii) Software shall be provided for USB download and analysis of DC and AC
parametric data for individual plant.
(viii) Provision for instantaneous Internet monitoring and download of historical data shall
be also incorporated.
(ix) Computerized DC String/Array monitoring and AC output monitoring shall be
provided as part of the inverter and/or string/array combiner box or separately.
(x) Remote Server and Software for centralized Internet monitoring system shall be also
provided for download and analysis of cumulative data of all the plants and the data
of the solar radiation and temperature monitoring system.
(xi) Simultaneous monitoring of DC and AC electrical voltage, current, power, energy
and other data of the plant for correlation with solar and environment data
shall be provided.
(xii) Remote Monitoring and data acquisition through Remote Monitoring System
software at the owner / HAREDA location with latest software/hardware
configuration and service connectivity for online / real time data monitoring / control
complete to be supplied and operation and maintenance / control to be ensured by
the bidder
(xiii) The user have to take approval/NOC from the Concerned DISCOM for the
connectivity, technical feasibility, and synchronization of SPV plant with
distribution network and submit the same to HAREDA before commissioning of
Page 54 of 74
SPV plant, however the supplier have to extend all technical help to the user for
getting the above clearance from DISCOMs.
(xiv) The bidders shall be obligated to push real-time plant monitoring data on a specified
intervals (say 15 minute) through open protocol at receiver location (cloud server) in
XML/JSON format, preferably. Suitable provision in this regard will be intimated to
the bidders.
(xv) Reverse power relay shall be provided by bidder (if necessary), as per the local
DISCOM requirement.
17. PRIORITY FOR POWER CONSUMPTION:
Regarding the generated power consumption, in case of string inverter, priority need to
given for internal consumption first and thereafter any excess power can be exported to
grid. In case of hybrid system the PCU shall have the function of combining the power
from SPV and Grid (in case load is greater than PV power available), first priority shall
be from Solar, second from grid and third from battery bank.
18. PROTECTIONS
The system should be provided with all necessary protections like earthing, Lightning,
and grid anti- islanding as follows:
(i) Lightning And Over Voltage Protection:
The SPV Power Plant shall be provided with lightening and over voltage protection.
The principal aim in this protection is to reduce the over voltage to a tolerable value
before it reaches the PV or other sub-systems components. The source of over voltage
can be lightening or any other atmospheric disturbance. The Lighting Arrestor (LA) is
to be made of 1¼" diameter (minimum) and 12 feet long GI spike on the basis of the
necessary meteorological data of the location of the projects. Necessary foundation for
holding the LA is to be arranged keeping in view the wind speed of the site and
flexibility in maintenance in future. Each LA shall have to be earthed through suitable
size earth bus with earth pits. The earthing pit shall have to be made as per IS 3043. LA
shall be installed to protect the array field, all machines and control panels installed in
the control rooms. Number of LA shall vary with the capacity of SPV Power Plant &
location. Number of LA should be in such a manner that total layout of solar modules
should the effective coverage of LA‟s.
For systems up to 20 kWp the lightening arrester shall of conventional type and for
above 20 kWp systems it should be of Early Streamer Emission (ESE) type.
(ii) Earthing Protection:
Each array structure of the PV yard shall be grounded properly. In each array every
module should be connected to each other with copper wires, lug teethed washers
addition the lightening arrestor/masts shall also be provided inside the array field.
Provision shall be kept for shorting and grounding of the PV array at the time of
maintenance work. All metal casing/shielding of the plant shall be thoroughly grounded
in accordance with Indian Electricity Act/IE rules as amended up to date. The earthing
pit shall be made as per IS: 3043. All the array structures, equipments & control
Page 55 of 74
systems shall be compulsorily connected to the earth. Number of earthling shall vary
with the capacity of SPV Power Plant & location. G.I. /Copper strips should be used for
earthling instead of G.I. wires. LA should be installed to protect the array field &
machines installed in the control rooms. Number of LA shall vary with the capacity of
SPV Power Plant & location. Earth resistance shall not be more than 5 ohms. It
shall be ensured that all the earthing points are bonded together to make them at the
same potential.
(iii) Surge Protection:
Internal surge protection shall consist of three MOV type surge-arrestors
connected from +ve and –ve terminals to earth (via Y arrangement)
(iv) Grid Islanding:
a) In the event of a power failure on the electric grid, it is required that any
independent power-producing inverters attached to the grid turn off in a short
period of time. This prevents the DC-to-AC inverters from continuing to feed
power into small sections of the grid, known as “islands.”
Powered islands present a risk to workers who may expect the area to be
unpowered, and they may also damage grid-tied equipment. The Rooftop PV
system shall be equipped with islanding protection. In addition to disconnection
from the grid (due to islanding protection) disconnection due to under and over
voltage conditions shall also be provided.
b) A manual disconnect pole isolation switch beside automatic disconnection to grid
would have to be provided at utility end to isolate the grid connection by the
utility personnel to carry out any maintenance. This switch shall be locked, if
required, by the utility personnel
19. CONNECTIVITY:
The maximum capacity for interconnection with the grid at a specific voltage level shall
be as specified in the Distribution Code/Supply Code and amended from time to time.
Following criteria have been suggested for selection of voltage level in the distribution
system for ready reference of the solar suppliers.
Plant Capacity Connecting voltage
Up to 10 kWp 240V-single phase or 415V-three phase at
the option of the consumer
Above 10kWp and up to 100 kWp 415V – three phase
Above 100kWp 415V – three phase or as per site
requirement based on the availability of
grid level and as per DISCOM rules
Page 56 of 74
Utilities may have voltage levels other than above, DISCOMS may be consulted before
finalization of the voltage level and system shall be designed accordingly.
20. DRAWINGS & MANUALS:
(i) Two sets of Engineering, electrical drawings and Installation and O&M
manuals are to be supplied. Bidders shall provide complete technical data
sheets for each equipment giving details of the specifications along with
make/makes in their bid along with basic design of the power plant and power
evacuation, synchronization along with protection equipment.
(ii) Approved ISI and reputed makes for equipment be used.
(iii) For complete electro-mechanical works, bidders shall supply complete design,
details and drawings for approval to HAREDA/owners before progressing
with the installation work
21. DRAWINGS TO BE FURNISHED BY BIDDER AFTER AWARD OF
CONTRACT
i. The Contractor shall furnish the following drawings Award/Intent and obtain
approval
ii. General arrangement and dimensioned layout
iii. Schematic drawing showing the requirement of SV panel, Power conditioning
Unit(s)/ inverter, Junction Boxes, AC and DC Distribution Boards, meters etc.
iv. Structural drawing along with foundation details for the structure.
v. Itemized bill of material for complete SV plant covering all the components
and associated accessories.
vi. Layout of solar Power Array
vii. Shadow analysis of the roof
22. SAFETY MEASURES:
The bidder shall take entire responsibility for electrical safety of the installation(s)
including connectivity with the grid and follow all the safety rules & regulations
applicable as per Electricity Act, 2003 and CEA guidelines etc. All work shall be
carried out in accordance with the latest edition of the Indian Electricity Act and rules
formed there under and as amended from time to time.
23. CODES AND STANDARDS
The quality of equipment supplied shall be controlled to meet the guidelines for
engineering design included in the standards and codes listed in the relevant ISI and
other standards, such as :
i. IEEE 928 Recommended Criteria for Terrestrial PV Power Systems.
ii. IEEE 929 Recommended Practice for Utility Interface of Residential and
Page 57 of 74
Intermediate PV Systems.
iii. IEEE 519 Guide for Harmonic Control and Reactive Compensation of
Static Power Controllers.
iv. National Electrical NEPA 70-(USA) or equivalent national standard.
v. National Electrical Safety Code ANSI C2- (USA) or equivalent national
standard.
vi. JRC Specification 503 (Version 2.2 March 1991) or JPL Block V standard
for PV modules.
vii. The inverter manufacturer should attach efficiency certificate from
Independent Third party Testing laboratory i.e. IEC, TUV, SNL/ERTL &
STQC. PCU should confirm to IEC 61683 for efficiency measurements
and IEC 60068 2 for environmental testing. MPPT unit should confirm to
design qualification IEC 62093.
viii. IEC 62116 for Anti Islanding
ix. IEC 62109-1, IEC 62109-2 for safety
x. IEC 61727 FOR UTILITY INTERFACE.
Page 58 of 74
FORMATS FOR SUBMITTING RFS
PERFORMA-I
INFORMATION IN SUPPORT OF MEETING ESSENTIAL ELIGIBILITY CONDITIONS
REGARDING AVERAGE ANNUAL TURNOVER OF THE BIDDER IN LAST THREE FINANCIAL
YEAR ENDING 31.3.2017
Annual turnover of the bidder in last three financial year:
Name of Bidder:
Annual turnover data for last three years ending on 31st March 2017
S.No. Year Turnover
(Rs. in Lacs)
1 2014-15
2 2015-16
3 2016-17*
4 Sub-Total
(1+2+3)
Average turnover in last three years ending on 31st March 2017
Signature with seal of bidder
Dated:
Signature of Charted Accountant with seal
Name ____________________________
M.No. ______________________________
Note:
1. Bidder must complete the information in this form.
2. The information provided shall be certified by Chartered Accountant and
supported by Audited Balance Sheets. Page marking of supported documents to be
done & mentioned in column 4.
3. *For the year 2016-17, provisional balance sheet will also be considered
Page 59 of 74
PERFORMA -II
(DECLARATION BY THE BIDDER
(To be submitted on letter head of Bidder)
Ref. No. _________Date:___________
From: ____________(name and address of Bidding Company)
To
The Director General,
New & Renewable Energy Department/HAREDA,
Sector 17, Panchkula.
Sub: Bid for “Implementation of Grid connected Roof Top Solar PV System Scheme
through RESCO Mode in various Schools of Haryana on the roofs of Schools”
Dear Sir,
We, the undersigned………..[name of the „Bidder‟] having read, examined and understood in
detail the Document for Implementation of Grid connected Roof Top Solar PV System
Scheme hereby submit our Bid comprising of Price Bid and Techno Commercial Bid. We
confirm that neither we nor any of our Parent Company / Affiliate/Ultimate Parent Company
has submitted Bid other than this Bid directly or indirectly in response to the aforesaid
document.
We give our unconditional acceptance to the RFS, dated………………and Documents
attached thereto, issued by HARYANA RENEWABLE ENERGY DEVELOPMENT
AGENCY , as amended. As a token of our acceptance to the RFS Documents, the same have
been initialed by us and enclosed to the Bid. We shall ensure that we execute such RFS
Documents as per the provisions of the RFS and provisions of such RFS Documents shall be
binding on us.
1. Bid Capacity
The bid is submitted for the capacity of ________ MWp.
2. We have deposited a EMD of Rs……….(Insert Amount)
3. We have submitted our Price Bid strictly as per requirement of RFS, without any
deviations, conditions and without mentioning any assumptions or notes for the Price Bid
in the said format(s).
Page 60 of 74
4. Acceptance
We hereby unconditionally and irrevocably agree and accept that the decision made by
HAREDA in respect of any matter regarding or arising out of the RFS shall be binding
on us. We hereby expressly waive any and all claims in respect of Bid process.
We confirm that there are no litigations or disputes against us, which materially affect
our ability to fulfill our obligations with regard to execution of projects of capacity
offered by us.
5. Familiarity with Relevant Indian Laws & Regulations
We confirm that we have studied the provisions of the relevant Indian laws and
regulations as required to enable us to submit this Bid and execute the RFS Documents,
in the event of our selection as Successful Bidder. We further undertake and agree that
all such factors as mentioned in RFS have been fully examined and considered while
submitting the Bid.
6. Contact Person
Details of the contact person are furnished as under:
Name : ………………………………………....
Designation : ………………………………………....
Company : ………………………………………....
Address : ………………………………………....
Phone Nos. : ………………………………………....
Fax Nos. : ………………………………………....
E-mail address ………………………………………....
It is confirmed that our Bid is consistent with all the requirements of submission as stated
in the RFS and subsequent communications from HAREDA. The information submitted
in our Bid is complete, strictly as per the requirements stipulated in the RFS and is
correct to the best of our knowledge and understanding. We would be solely responsible
for any errors or omissions in our Bid. We confirm that all the terms and conditions of
our Bid are valid for acceptance for a period of 12 month from the Bid deadline. We
confirm that we have not taken any deviation so as to be deemed non-responsive.
Dated the_____________day of________,2017.
Signature of bidder
Name, Designation and Signature of Authorized Person in whose name Power of
Attorney/Board Resolution.
Page 61 of 74
PERFORMA-III
GENERAL PARTICULARS OF BIDDER
Bid for Design, Supply, Erection, Testing & Commissioning of Grid Connected Rooftop
Solar Power Plants, on RESCO Mode in the Haryana State.
1. Name of firm
2. Postal Address
3. Telephone, Telex, Fax No
4. E-mail
5. Web site
6. Channel Partner Category under which
bidder is empanelled by MNRE
(Pl also mention Sr. No. in the MNRE
empanelled list of Channel Partners)
A/B/C/D
7. Category of Bidder
a. General
b. Manufacturing Micro & Small
Enterprises of Haryana (including
Khadi & Village
Industries/Units)
c. Manufacturing Medium
Enterprises of Haryana
d. Registered with
DGS&D/NSIC/GOI
Departments/State Govt.
Department/GOI PSUs/State
Govt. PSUs in respect of the
item/goods mentioned in the
tender
e. Any other
8. If, the bidder Manufacturing Small &
Medium Enterprises (including Khadi &
Village Industries) or Manufacturing
Micro Enterprises (including Khadi &
Village Industries), then please mention
the device/item for which it is
registered.
Page 62 of 74
A copy of certificate of
Entrepreneurs Memorandum issued
by Industry Department Haryana
should be furnished along with the
bid in support of above.
9. Name of Directors of Company
(at least Two directors with email IDs &
contact Numbers)
i. ……..
ii. ……..
10. Name & designation of the authorized
signatory to whom reference shall be
made
11. Present activities/business of the firm
i. Module Manufacturer
ii. Inverter manufacturer
iii. System Integrator
12. Type of organization
- Private Ltd. Company
- Public Ltd. Company
- Other category
13. Registration number
GST No.
TIN No.
PAN No.
Any other
14. Place & State of billing
15. Have the contractor/firm ever been
debarred by any Govt. Deptt. /Public
Sector Undertakings for undertaking any
work?
16. Monthly capacity of supply, installation
& commissioning of the systems.
17. Bid offered for
(Please mention the capacity for offered
category of bid)
First Category (40 to 100 kWp): …… kWp
Second Category (101 to 750 kWp): ……
kWp
OR
Both Categories : …… kWp
(if bid submitted for both categories then fill
NA in 17.1 & 17.2)
18. Proposed minimum capacity quoted in
the bid (in kWp. )
19. Average annual turnover of the bidder
Page 63 of 74
for the last three years (Rs. in Lakh)
20. The bidder have positive net worth in the
last three years, ending 31st March of the
previous Financial Year.
21. Experience and Past Performance of the
bidder (in kWp)
22. Makes of components offered for the
system
a.
b.
c.
23. Name of the any close/near relative
working in Renewable Energy
Department, Haryana or HAREDA
Name
Designation
Place of Posting
Relationship
24. Any Other Information
Note: No column should be kept blank.
Verified that all the information above are true and nothing has been concealed.
We solemnly declare that we will abide by any penal action such as disqualification or black
listing or termination of contract or any other action deemed fit, taken by, the Nodal agency
against us, if it is found that the information, statements, documents, certificates produced by
us are false / fabricated.
Date (Signature of Bidder)
with SEAL
Page 64 of 74
PERFORMA-IV
FORMAT FOR PERFORMANCE BANK GUARANTEE (PBG)
{To be submitted for the Allocated capacity in different States of India}
(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of
execution.)
In consideration of the ----- [Insert name of the Bidder] (hereinafter referred to as selected
Solar Power Developer') submitting the response to RfS inter alia for selection of the Project of
the capacity of ____ MWp, at
…………[Insert name of the State] under Roof Top scheme in response to the RfS
dated………… issued by HARYANA RENEWABLE ENERGY DEVELOPMENT
AGENCY/ OWNER (hereinafter referred to as HAREDA or OWNER ) and HAREDA/SED
considering such response to the RfS of ………[insert the name of the selected Solar Power
Developer] (which expression shall unless repugnant to the context or meaning thereof include
its executers, administrators, successors and assignees) and selecting the Solar Power Project
of the Solar Power Developer and issuing Letter of allocation No ------- to (Insert Name of
selected Solar Power Developer) as per terms of RfS and the same having been accepted by the
selected SPD or a Project Company, M/s ------------- {a Special Purpose Vehicle (SPV) formed
for this purpose}, if applicable ]. As per the terms of the RfS, the _______________
[insert name & address of bank] hereby agrees unequivocally, irrevocably and unconditionally
to pay to HAREDA/SED at [Insert Name of the Place from the address of the HAREDA]
forthwith on demand in writing from HAREDA or any Officer authorised by it in this behalf,
any amount upto and not exceeding Rupees------ [Total Value] only, on behalf of M/s
__________ [Insert name of the selected Solar Power Developer / Project Company]
This guarantee shall be valid and binding on this Bank up to and including……….. and shall
not be terminable by notice or any change in the constitution of the Bank or the term of
contract or by any other reasons whatsoever and our liability hereunder shall not be impaired
or discharged by any extension of time or variations or alternations made, given, or agreed
with or without our knowledge or consent, by or between parties to the respective agreement.
Our liability under this Guarantee is restricted to Rs. ____________
Our Guarantee shall remain in force until…………….. HAREDA/SED shall be entitled to
invoke this Guarantee till ……….
The Guarantor Bank hereby agrees and acknowledges that HAREDA/ SED shall have a right
to invoke this BANK GUARANTEE in part or in full, as it may deem fit.
Page 65 of 74
The Guarantor Bank hereby expressly agrees that it shall not require any proof in addition to
the written demand by HAREDA, made in any format, raised at the above mentioned address
of the Guarantor Bank, in order to make the said payment to HAREDA/SED.
The Guarantor Bank shall make payment hereunder on first demand without restriction or
conditions and notwithstanding any objection by ------------- [Insert name of the selected
bidder]. The Guarantor Bank shall not require HAREDA/SED to justify the invocation of this
BANK GUARANTEE, nor shall the Guarantor Bank have any recourse against HAREDA in
respect of any payment made hereunder
This BANK GUARANTEE shall be interpreted in accordance with the laws of India and the
courts at Panchkula shall have exclusive jurisdiction.
The Guarantor Bank represents that this BANK GUARANTEE has been established in such
form and with such content that it is fully enforceable in accordance with its terms as against
the Guarantor Bank in the manner provided herein.
This BANK GUARANTEE shall not be affected in any manner by reason of merger,
amalgamation, restructuring or any other change in the constitution of the Guarantor Bank.
This BANK GUARANTEE shall be a primary obligation of the Guarantor Bank and
accordingly HAREDA/ SED shall not be obliged before enforcing this BANK GUARANTEE
to take any action in any court or arbitral proceedings against the selected Solar Power
Developer / Project Company , to make any claim against or any demand on the Successful
bidder or to give any notice to the selected Solar Power Developer / Project Company or to
enforce any security held by HAREDA/ SED or to exercise, levy or enforce any distress,
diligence or other process against the selected Solar Power Developer / Project Company .
Notwithstanding anything contained hereinabove, our liability under this Guarantee is
restricted to Rs. ___________ (Rs. ________________________ only) and it shall remain in
force until …………….. We are liable to pay the guaranteed amount or any part thereof under
this Bank Guarantee only if HAREDA/ OWNER serves upon us a written claim or demand.
Signature ____________________
Name___________________
Power of Attorney No._______________
For
Page 66 of 74
______[Insert Name of the Bank]__
Banker's Stamp and Full Address.
Dated this ____ day of ____, 20__
Witness:
1. …………………………………….
Signature
Name and Address
2. …………………………………..
Signature
Name and Address
Notes:
1. The Stamp Paper should be in the name of the Executing Bank and of appropriate
value.
2. The Performance Bank Guarantee (PBG) shall be executed by any of the Bank from the
List of Banks enclosed as per Annexure-B
Page 67 of 74
PERFORMA-V
POWER OF ATTORNEY
(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of
execution.)
(a) Power of Attorney to be provided by the Bidding Company in favour of its representative as
evidence of authorized signatory‟s authority.
Know all men by these presents, We …………………………………………………….
(name and address of the registered office of the Bidding Company as applicable) do hereby constitute,
appoint and authorize Mr./Ms. …………………………….. (name & residential address) who is
presently employed with us and holding the position of
……………………………………… as our true and lawful attorney, to do in our name and on our
behalf, all such acts, deeds and things necessary in connection with or incidental to submission of our
Bid for implementation of grid connected Roof top solar PV Project in the State of Haryana in response
to the NIT No
………………………………… dated ………….. issued by HAREDA, Panchkula including signing
and submission of the Bid and all other documents related to the Bid, including but not limited to
undertakings, letters, certificates, acceptances, clarifications, guarantees or any other document which the
HAREDA may require us to submit. The aforesaid Attorney is further authorized for making
representations to the HAREDA and providing information / responses to HAREDA, representing us in
all matters before HAREDA and generally dealing with HAREDA in all matters in connection with Bid
till the completion of the bidding process as per the terms of the above mentioned NIT.
We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this Power of
Attorney and that all acts, deeds and things done by our aforesaid attorney shall be binding on us and
shall always be deemed to have been done by us.
All the terms used herein but not defined shall have the meaning ascribed to such terms under the NIT.
Signed by the within named
……………………………………………….. (Insert the name of the executant company)
through the hand of
Mr. …………………………………………………
duly authorized by the Board to issue such Power of Attorney
Page 68 of 74
Dated this ………………………………… day of …………………
Accepted
………………………………………………..
Signature of Attorney
(Name, designation and address of the Attorney)
Attested
…………………………………………………
(Signature of the executant)
(Name, designation and address of the executant)
…………………………………………………
Signature and stamp of Notary of the place of execution
Common seal of ……………………… has been affixed in my/our presence pursuant to Board of
Director‟s Resolution dated……………
WITNESS
1. …………………………………………………………..
(Signature)
Name…………………………………………………
Designation ………………………………………
2. ………………………………………………………….
(Signature)
Page 69 of 74
Name…………………………………………………
Designation ………………………………………
Notes:
The mode of execution of the power of attorney should be in accordance with the procedure, if any, laid
down by the applicable law and the charter documents of the executants(s) and the same should be under
common seal of the executants affixed in accordance with the applicable procedure. Further, the person
whose signatures are to be provided on the power of attorney shall be duly authorized by the executants
(s) in this regard.
The person authorized under this Power of Attorney, in the case of the Bidding Company / Lead Member
being a public company, or a private company which is a subsidiary of a public company, in terms of the
Companies Act, 1956, with a paid up share capital of more than ------ ( lacs rupees) should be the
Managing Director / whole time director/manager appointed under section 269 of the Companies Act,
1956. In all other cases the person authorized should be a director duly authorized by a board resolution
duly passed by the Company.
Also, wherever required, the executant(s) should submit for verification the extract of the chartered
documents and documents such as a Board resolution / power of attorney, in favour of the person
executing this power of attorney for delegation of power hereunder on behalf of the executants(s).
Page 70 of 74
PERFORMA-VI
NET WORTH (FINANCIAL CAPABILITY)
(Refer Clause …….. of Section…..)
Name of bidder
Financial information
in Rs. Lakhs
Actual:
Previous three financial years ( Rs. In Lakhs)
Year….. Year….. Year…..
Total assets
Current assets
Total liabilities
Current liabilities
Profits before taxes
Profits after taxes
Net worth (Paid up share
capital + reserves &
surplus)
Average Net worth for
last Three Years
Signature with seal of bidder Signature with seal of
Chartered Accountant
Name:
M.No.
1. Bidder must fill in the form.
2. Copies of the Audited Financial Statements, including Balance Sheets (stating that the above
statement is true – signature of Chartered Accountant), for the last three years along with certified
copy of Income Tax return submitted in the Income Tax Office are to be attached. Firms owned
by individuals or member ships may submit their balance sheets certified by a Chartered
Accountant, along with certified copy of income tax return.
3. The statement of Net Worth is to be certified by a Chartered Accountant.
4. Attach certificate from a Chartered Accountant that the bidder not suffered losses for any reasons
whatsoever in last 3 years.
Page 71 of 74
PERFORMA-VII
PRICE BID FOR RESCO
Following is our tariff for a period of 25 years from the date of commissioning of the project:
Category of GCRT Solar
Power Plant
Capacity Range Levellized Tariff for 25
years, including all taxes,
duties & charges
(Rs./kWh)
First 40 kWp to 100 kWp
Second 101 kWp to 750 kWp
Levellized Tariff for 25 years
in words
Note:
a. The levellized tariff shall be up to two decimal places.
b. Bids not in conformity with above provisions will be rejected.
Business Address:
Date: ………………… Signature of Bidder
Name:
Designation:...............................
(Company Stamp)...........................
Page 72 of 74
Performa-VIII
INFORMATION IN SUPPORT TO ELIGIBILITY CRITERIA FOR EXPERIENCE – SOLAR
SYSTEMS/ PROJECTS COMMISSIONED IN LAST THREE YEARS ENDING ON 31ST
MARCH, 2017
----------------------------------------------------------------------------------------------------------------
(Refer Clause …….. of Section…..)
Name of Bidder
Quantity/ capacity offered by the bidder: ……. ( nos./ capacity in Kwp)
( name of the system/ project)
S.No Name of
Customer
Capacity of
GCRT solar
power plant
commissioned
Work order
value
(Rs in Lakhs)
Date of
commissioning
of system
Copy of
Joint Commissioning Report
at Page
No…… to…… of the bid.
Signature with seal of bidder
Note:
Bidder must attach copies of JCRs (signed by SNA). JCRs may be got verified by the HAREDA, if
required.
Page 73 of 74
Annexure-I
List of site where GCRT Solar Power Plants are to be installed on RESCO Mode
S.No. Name of Jail Total rooftop
area (in Sq.
Meter)
Sanctioned
Load (KW)
Load capacity
required
( as per DG,
Prisons)
Capacity
GCRT SPV
Plant
1 Central Jail Ambala 58726 99 200 100
2 Central Jail Hisar 13637 41 150 40
3 Central Jail Hisar-2 3506 60 70 60
4 District Jail Rohtak 17148 631 650 630
5 District Jail Karnal 20846 716 750 710
6 District Jail Gurgaon 35937 785 750 750
7 District Jail Bhiwani 21976 67 100 70
8 District Jail Sirsa 8964 481 150 150
9 District Jail Sonepat 9978 87 150 90
10 District Jail Jind 454 60 100 60
11 District Jail
Kurukshetra
117 56 100 55
12 District Jail Narnaul 4380 113 120 110
13 District Jail Kaithal 5521 130 150 130
14 District Jail
Faridabad
26356 610 700 610
15 District Jail Yamuna
Nagar
3000 236 250 240
16 District Jail Jhajjar 16360 354 150 150
17 Head Officer, Prison,
Sector-14, Panchkula
300 Sq. Mtr.
roof + 200
Sq. Mtr.open
space
50 100 50
Total 4005
Page 74 of 74
Annexure-II
Check list of Documents to be Uploaded
(The following information/documents are to be uploaded by the Bidders along with the BID)
S.No. Particulars Uploaded or Not
( Yes/No).
1. Test certificate (s) of system in the name of the
bidder/Manufacturer as per MNRE standards in support of
eligibility as Manufacturer
a. Solar Module
b. Inverter
a.
b.
2. Proforma-I (about average annual turnover of the bidder in the
last three financial duly signed by CA)
3. Copy of valid GST &TIN registration certificate.
4. Preformed-II (Declaration about debarring and acceptance of
all terms & conditions of DNIT on the letter head of the
bidder)
5. Bidders details in Performa III
6. Net worth (financial capability) as per Performa-VI
7. Price bid in Performa VII (Uploaded in Price Bid Only)
8. Information In Support To Eligibility Criteria For Experience
as per Performa-VIII
9. Relevant documents supporting the claim of being Channel
Partner
10. Commissioning certificates issued by SNA shall be submitted
in support of experience.
11. Any other, please specify
Signature with seal of bidder