PAU SPVP BID

65
1 \\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx Tender No. : PEDA/2021-22/57 E-BIDDING DOCUMENTS For DESIGN, MANUFACTURE, SUPPLY, ERECTION, TESTING AND COMMISSIONING INCLUDING WARRANTY AND MAINTENANCE FOR 5 YEARS OF 243 NOS. GRID INTERACTIVE SPV POWER PLANTS OF AGGREGATE CAPACITY 1215 KW AT VARIOUS GOVT. SCHOOLS AND DIETS IN PUNJAB by PUNJAB ENERGY DEVELOPMENT AGENCY PLOT NO. 1&2 SECTOR 33-D, CHANDIGARH 160 034, PB., INDIA TELEPHONES: (91) 0172 - 2663382, 2663328, FAX : (91) 0172 – 2664502

Transcript of PAU SPVP BID

Page 1: PAU SPVP BID

1

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

Tender No. : PEDA/2021-22/57

E-BIDDING DOCUMENTS

For

DESIGN, MANUFACTURE, SUPPLY, ERECTION, TESTING AND COMMISSIONING INCLUDING WARRANTY AND MAINTENANCE

FOR 5 YEARS OF 243 NOS. GRID INTERACTIVE SPV POWER PLANTS OF

AGGREGATE CAPACITY 1215 KW

AT VARIOUS GOVT. SCHOOLS AND DIETS IN

PUNJAB

by

PUNJAB ENERGY DEVELOPMENT AGENCY

PLOT NO. 1&2 SECTOR 33-D, CHANDIGARH 160 034, PB., INDIA TELEPHONES: (91) 0172 - 2663382, 2663328, FAX : (91) 0172 – 2664502

Page 2: PAU SPVP BID

2

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

CONTENTS

I. INVITATION FOR BIDS : 3-5

II. INSTRUCTIONS TO BIDDERS : 6-21

III. SCHEDULE OF REQUIREMENTS : 22-24

IV. TECHNICAL SPECIFICATIONS : 25-38

V. FORMATS : 39-50

VI.

VII

SCOPE OF OPERATION & MAINTENANCE OF

POWER PLANT

List of Schools and DIETs

:

:

51-54

55-65

Page 3: PAU SPVP BID

3

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

SECTION - I

1. INVITATION FOR BIDS

Page 4: PAU SPVP BID

4

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

PUNJAB ENERGY DEVELOPMENT AGENCY Solar Passive Complex Plot No. 1 & 2, Sector 33-D, Chandigarh

Notice Inviting E-Tender E-tender notice no. PEDA/2021-22/57

Punjab Energy Development Agency (PEDA), invites e-tender for Design, Manufacture, Supply, Erection, Testing and Commissioning including warranty for 5 years of 243 nos.( 5 kW capacity each) of aggregate capacity 1215 KW Grid Interactive SPV Power Plants at various Govt. Schools and DIETs in Punjab:

Sr.

No Name of work EMD

(Rs.) Date of start of downloading e- tender document

Last Date & time for submission of e-bids

Date & time of opening of Techno- commercial e-bids

1. Design, Manufacture, Supply, Erection, Testing and Commissioning including Warranty and Maintenance for 5 years of 243 Nos.of 5 KW each Grid Interactive SPV Power Plants at Various Govt. Schools and DIETs in Punjab

12,00,000 04.09.2021 20.09.2021 upto 4:00 PM

21.09.2021 at 11:00 AM

Cost of Tender Document Non-refundable Tender Document fee Rs. 5,000/- through online Mode only

E-Processing Fee Non-refundable e-processing fee as applicable through online mode only

Earnest Money Deposit Earnest Money as mentioned above shall be deposited through online mode or in the form of Bank Guarantee. The Original Bank Guarantee must reach PEDA Office on or before the day of opening of the technical bids.

1. Eligibility criteria and other terms & conditions for the works are given in the Tender Document which can be downloaded from www.eproc.punjab.gov.in.

2. Bidders shall have to get themselves registered with eproc.punjab.gov.in and get user ID and Password. Class- 2/3 Digital Signature, mandatory to participate in the e- tendering process. For any clarification on the tender document clauses, please contact at 0172-2663328, 0172-2663382. For any clarification/difficulty regarding e-tendering process flow, please contact at 0172-2791326, 2791226.

3. Corrigendum / Addendum / Corrections, if any will be published on the e-tender website and no separate notices shall be issued

4. PEDA reserve the right to accept or reject any or all the tenders without assigning any reason thereof.

Director

Page 5: PAU SPVP BID

5

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

SCOPE OF WORK

BID-SUBJECT-DESIGN, MANUFACTURE, SUPPLY, ERECTION, TESTING AND

COMMISSIONING INCLUDING WARRANTY AND MAINTENANCE FOR 5 YEARS OF 243 NOS. 5 KW CAPACITY GRID INTERACTIVE SPV POWER PLANTS AT VARIOUS GOVT. SCHOOLS AND DIETS IN PUNJAB

1. A complete set of bidding documents in English may be purchased from

www.eproc.punjab.gov.in through IPG Mode payment of a non-refundable fee of

Rs.5000/-.

2. Bids must be submitted through e-tender upto 4:00 PM. on dt. 20.09.2021. All bids

must be accompanied by a Earnest Money Deposit of Rs. 12,00,000/- . Conditional

bids will be rejected. Bids will be opened in the presence of bidders representative

who choose to attend at the address below on dated 21.09.2021 at 11:00 AM. The

details are given below:

a. Name of office Punjab Energy Development Egency

b. Name of Person Director, PEDA

c. Postal Address Plot no. 1&2, Sector 33 D, Chandigarh-160022, India

d. Telephone Numbers

(91) 0172-2663328, 2663382

f. Last date & Time for the receipt of bids

20.09.2021 upto 4:00 PM

g. Time & Date of opening of Technical Bids

21.09.2021 at 11:00 AM

h. Time & Date of opening of Financial Bids

To be Inform after evaluation of Techno Commercial E-bids.

3. The bidding shall be in two parts pattern. Technical Bid and Financial Bid: Technical bid will contain the qualifying requirement and the financial offer will contain the offered prices.

Page 6: PAU SPVP BID

6

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

SECTION II

2. INSTRUCTIONS TO BIDDERS

(ITB)

Page 7: PAU SPVP BID

7

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

A. INTRODUCTION

Scope of work :Design, Manufacture, Supply, Erection, Testing and Commissioning including

warranty for 5 years of 243 nos.( 5 kW capacity each)of aggregate capacity 1215 KW Grid

Interactive SPV Power Plants at various Govt. Schools and DIETs in Punjab alongwith the

operation & maintenance of Rooftop Solar Photovoltaic Power Plant include wear, tear,

overhauling, machine breakdown, and replacement of defective modules, invertors / Power

Conditioning Unit (PCU), spares, consumables & other parts for a period of 5 years . The

plant will be set up under State Net Metering Policy. Entire responsibility fot Net Metering i.e

approval from PSPCL, purchase and installation of bi directional meter is in scope of Bidder.

B. Source of Funds

Punjab Govt. has accorded sanction for installation of grid-connected solar

roof top power plants in Punjab. The generated solar power may be utilized for

captive application and the surplus power may be fed to the grid as per State Net

Metering policy .The scheme aims to reduce the fossil fuel based electricity and

make buildings self-sustainable from the point of electricity, to the extent possible.

1. TERMS & CONDITIONS:

E-tenders shall be submitted on www.eproc.punjab.gov.in. Conditional tenders and tenders

without EMD shall be rejected.

The Rates to be quoted in Financial Bid form I &II should be FOR at site inclusive of all

applicable taxes/octoroi, installation, commissioning, maintaining & warrantee for 5 years.

The rates shall be valid for 90 days from the date of opening of Financial Bid. The bidder

should fill the cost break up in the Performa attached with Financial bid, incase of mismatch

of rates between financial bid and cost break up the rates of financial bid will be final. . The

maximum schools and DIETs have three phase connections, however the bidder is bound to

give the single phase inverter where single phase electric connection and three phase

inverter where school connection is three phase. The plant should be insured for the breakage of

modules, theft , fire etc. by EPC company and the premium shall be born by EPC compny during AMC

period of 5 years.

The allocated work should be completed within 100 days from the date of placement

of work order.

The supporting documents to be submitted as proof with the bid should be in sequence order

and page marked. The bids found not in order and conditional bids with addition/ omission to

original DNIT are liable to be rejected.

No additional documents will be accepted after opening of the technical bid on

due date. The solecriteria of qualification / disqualification will depend on the

Page 8: PAU SPVP BID

8

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

documents uploaded by the bidders. However the Evaluation committee of PEDA

can sought any information regarding the papers/installation of the plant.

The bidder shall upload the bids as per formats on or before the date and time notified

in this document/ NIT. It is mandatory to submit the bid for whole work, i.e., 1215 kW

and the allotment will be given to the single bidder, i.e., to L1. This capacity can be

increased or decreased as per actual conditions.

The list of selected schools and DIETs for setting up of grid connected

solar plants is placed at Annexure-II.

Director PEDA reserves the right to accept or reject any or all the tenders without

assigning any reason in the interest of user and Punjab Energy Development Agency.

Correspondence for enquiries and clarifications:

All correspondence, clarifications in respect of the bid document shall be

addressed to:

Director ,

Punjab Energy Development Agency,

Plot No. 1 & 2, Sector 33-D, Chandigarh,

Tel: 0172 - 2663328 / 2663382

Fax: 0172 –2662865

and should reach one day prior to pre bid meeting in PEDA office or

through Email: [email protected]. Queries received after pre bid

meeting will not be entertained.

2. Eligible Bidders

Bidder must meet the eligibility criteria independently as a Bidding

Company

Bidder will be declared as a Qualified Bidder based on meeting the

eligibility criteria and as demonstrated based on documentary evidence

submitted by the Bidder in the Bid.

The Successful Bidder shall be required to establish at least one Service

Centre in Punjab.

3. ELIGIBILITY CRITERIA

GENERAL

Page 9: PAU SPVP BID

9

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

(a) Bidder must meet the eligibility criteria.The Bidder should be a body incorporated

in India under the Companies Act, 1956 or 2013 including any amendment

thereto OR a Partnership Firm having valid and Registered Partnership Deed as

per Sections 58 & 59 of the Partnership Act, 1932,as amended OR a Limited

Liability Partnership (LLP) Firm registered under Section 12 of Limited Liability

Partnership Act, 2008, as amended OR registered Sole Proprietor. The

Companies / Firms barred by Government Departments are not eligible to

participate in this tender. A copy of Certificate of Incorporation (CoI), Partnership

Deed or LLP incorporation or Sole Proprietor Registration, as applicable and

relevant, shall be furnished along with the bid in support of above.

(b) Bidder must meet the eligibility criteria independently as a Bidding Company/

Firm. Bidder will be declared a Qualified Bidder based on meeting the eligibility

criteria and as demonstrated based on documentary evidence submitted by the

Bidder in the Bid. Consortium is not allowed under this DNIT.

b) A copy of certificate of incorporation shall be furnished along with the bid in

support of above.

3..2 ELIGIBILITY CRITERIA:

The tendering firm shall satisfy the following eligibility criteria:

a) Financial Eligibility Criteria: -

i) Financial turnover of the tenderer company during the

any one of the last three years ending 31.03.2020 or

31.03.2021 should be atleast Rs. 600 Lac. Bidders shall furnish

documentary evidence as per the Performa-8, duly certified by

Authorized Signatory and the Statutory Auditor / Practicing

Chattered Accountant of the Bidding Company in support of

their financial capability. Bidder is also required to submit the

documentary proof like Balance sheet along with CA certificate

of Turnover. Unaudited or provisional balance sheet should not

be accepted. Turnover of bidder company will be accepted

only.

ii) Experience of having successfully completed similar works i.e

solar rooftops of any capacity during last seven years should be either

of the following.

Three similar completed works costing not less than the amount of Rs. 2.40 crore each .

OR

Two similar completed works costing not less than the amount Rs. 3.00 Crore each

OR

One similar completed works costing not less than the amount Rs 4.80 crore.

iii) Similar works means Supply, Installation, Testing &

Page 10: PAU SPVP BID

10

Commissioning of Rooftop SPV power plant OR Installation &

Commissioning (I&C) of SPV power plant in India and the firm

should have done the work in his own name.

Note:- The self certificate on the letter of company alongwith

work order copy and completion certificate regarding the

above has to be uploaded alongwith bid document

b) Technical Eligibility Criteria: -

The bidder must have satisfactory installed & commissioned rooftop SPV

systems of cumulative capacity 1000 kWp in India from which minimum 25 nos. plants must be upto 10 KW, i.e., each plant capacity under any Govt. agencies/ State Nodal Agencies/ Govt. Public Sector or the similar work satisfactory installed & commissioned as empanelled party of Govt. agencies/ State Nodal Agencies/ Govt. Public Sector and commissioning certificate being issued by Govt. agencies/ State Nodal Agencies/ Govt. Public Sector or the similar work successfully installed & commissioned under private sector in India and commissioning certificate issued by Govt. agencies/ State Nodal Agencies/ Govt. Public Sector and the same should be working satisfactorily. Party will submit this certificate alongwith tender bid. The list of project commissioned indicating the project is grid connected, along with a copy of the Commissioning certificate and Work order / Contract / Agreement/ from the Client/Owner shall be submitted. The plant/plants should be in successful operation for a minimum period of three months from the date of publishing of NIT and certificate duly issued by SNA/ Govt. Department shall be submitted along with bid. The performance certificate issued by SNA/Govt. Deptt. should not be older than 10 months from the date of publishing of NIT.

4. SUBMISSION OF BIDS

The bidder shall upload the bids as per formats on or before the date and time notified in this

document/ NIT.

Bids shall be uploaded in two parts.

Part – I Techno Commercial Bid

Part – II Price Bid.

It should be clearly noted that Part –I should not contain any price bid.

Part-I containing of those bidders who satisfy the requirement of bid security deposit will only

be opened at the time & date notified for opening. If any bidder indicates the price in Part-Ii.e

techno commercial bid , the bid will not be read out and bid would stand rejected. Part II

containing will not be opened at the time of opening Part-I. The bidders who do not qualify in

Part –I, their bid of Part –II (Price Bid) shall not be opened.

The Bidder shall submit complete e-bid through e-tender at website www.eproc.punjab.gov.in

Bids shall remain valid for the period 90 days after the date of bid opening prescribed by the

Purchaser for the purpose of evaluation. A bid valid for a shorter period shall be rejected by

the Purchaser as non-responsive

Annual maintenance charges for 5 years will be 10% of the total cost of

each 5 KW plant which will be deducted from the total cost of plant.

5. Earnest Money Deposit

The Earnest Money Deposit is required to protect the Purchaser against risk

of Bidder's conduct which would warrant the security's forfeiture.The Earnest Money

Deposit of Rs.12,00,000/- ( Rs.Twelve Lacs only) shall be deposited through IPG

Page 11: PAU SPVP BID

11

mode/ Bank Guarantee , The original bank Guarantee equal to EMD amount must

reach in PEDA office on or before the day of opening of technical bids .A bank

guarantee towards Earnest Money Deposit (EMD) issued by a bank located in the

purchaser‟s country should be valid for 180 days .

.

Any bid not secured in accordance with above EMD will be rejected by the Purchaser

as non responsive.

Unsuccessful Bidder's Earnest Money Deposit will be discharged/returned as

promptly as possible but not later than thirty (30) days after the expiration of the

period of bid validity prescribed by the purchaser.

The successful Bidder's will be discharged upon the Bidders executing the Contract

and furnishing the performance security.

The Earnest Money Deposit may be forfeited:

a) if a Bidder:

I. withdraws its bid during the period of bid validity specified by the Bidder

II. does not accept the correction of errors

b) in case of a successful Bidder, if the Bidder fails

i. to sign the Contract in accordance or

ii. to furnish performance security.

6. . Deadline for Submission of Bids

Bids must be submitted through e-tendering process in time and date as

mentioned

in NIT.

The Purchaser may, at its discretion, extend this deadline for submission of bids

by amending the Bid Documents, in which case all rights and obligations of the

Purchaser and Bidders previously subject to the deadline will thereafter be subject

to the deadline as extended.

7. Late Bids

After the deadline for submission of bids as mentioned in NIT, any bid shall not be

received by the e-tender system and no physical bids will be accepted.

8. Modification and Withdrawal of Bids

No bid can be modified subsequent to the deadline for submission of bids.

No bid may be withdrawn in the interval between the deadline for submission of

bids and the expiration of the period of bid validity specified by the Bidder on the

Bid Form. Withdrawal of a bid during this interval may result in the Bidder's

forfeiture of its EMD.

9. Opening of Bids by Purchaser

The Purchaser will open e-Technical bids, in the presence of Bidders' representatives who

choose to attend, at the time, on the date, and at the place specified inDNIT.

Bids that are not opened and read out at bid opening shall not be considered further for

evaluation, irrespective of the circumstances.

The technical e-bids shall be evaluated by the purchaser for assessing

responsiveness, bidders qualification and technical confirmation.

The bidders whose technical bids are declared as technically responsive and qualified shall

be informed accordingly and their Price Bids shall be opened.

The bidders whose technical bids do not qualify, there Price Bids shall not be opened.

Price Bids opening date shall be conveyed subsequentlyon e tendering website.

Page 12: PAU SPVP BID

12

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

10. Evaluation of Financial Bids

The evaluation of Price Bid shall be carried out based on the information furnished in

the uploaded E-Price Bid. The Price Bid submitted by the Bidders shall be scrutinized

to ensure conformity with the DNIT. Any Bid not meeting any of the requirements of

this DNIT may cause the Bid to be considered “Non-responsive” at the sole decision

of thePEDA.. The cost break up is for reference only.

11. Award of Contract

a) Post qualification

In the absence of pre qualification, the Purchaser will determine to its satisfaction whether the

Bidder selected as having submitted the lowest evaluated responsive bid is qualified to

perform the contract satisfactorily.

The determination will take into account the Bidder's financial, technical and production

capabilities. It will be based upon an examination of the documentary evidence of the Bidder's

qualifications submitted by the Bidder, as well as such other information as the Purchaser

deems necessary and appropriate.

An affirmative determination will be a prerequisite for award of the contract to the bidder. A

negative determination will result in rejection of the bidder‟s bid, in which event the purchaser

will proceed to the next lowest evaluated bid to make a similar determination of that bidder‟s

capabilities to perform satisfactorily.

The Rates quoted should be on the basis of FOR destinations anywhere in the State of

Punjab. Prices along with all applicable taxes/GST, octroi etc. to be indicated in Financial Bid

Format. Quoted rates shall be valid upto90 days from the date of opening of Financial Bid.

The tenderer shall acquaint with the work and working conditions at site and locality. No claim

shall be entertained on this issue after the offer has been submitted. Once the firm has submitted

the bid, it shall be presumed that they have inspected the site and workconditions.

The unit rate of the equipment and accessories must be listed in the Cost Break Up form.

The tenderer must quote for each item contained in the Financial bid Performa .

12. Selection of Bidder

The Project Cost quoted in Price Bids of Qualified Bidders shall be ranked from the

lowest to the highest..The lowest bidder with total plant cost will be declared as the

successful bidder. If the L1 bidder fails to accept the LOI/Work order, then, the next

bidder/bidders will be offered to do the work at L1 rates.

Page 13: PAU SPVP BID

13

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.do

14 . Purchaser's Right to Accept Any Bid and to Reject Any or All Bids

The Purchaser reserves the right to accept or reject any bid, and to annul the bidding

process and reject all bids at any time prior to award of Contract, without thereby

incurring any liability to the affected Bidder or Bidders or any obligation to inform the

affected Bidder or Bidders.

15 . Notification of Award

Prior to the expiration of the period of bid validity, the Purchaser will notify the successful

Bidder in writing by registered letter of Intent, that its bid has been accepted.

The notification of award will constitute the formation of the Contract

16. ISSUE OF WORK ORDER

The work order/ orders shall be placed within the validity period of rates and work shall be

allotted on L1rates during the validity of bid subject to discretion of PEDA. However PEDA

shall have no financially liability in any case if no work is allotted during rate validity period.

The decision of PEDA regarding allocation of quantity will be final and binding on selected

bidders in this case to complete the works timely. .

17 . Performance Bank Guarantee (PBG)

Within twenty (20 ) days from the date of issue of notification of award/LOI/work order for

approval of rates from the Purchaser, the successful Bidder shall furnish the PBG to the

amount equal to 10 % of the work order value valid for12 months from the date of issue of

notification of Award.

17 .2 Failure of the successful Bidder to comply with the above within the stated time

periods shall constitute sufficient grounds for the annulment of the award and

forfeiture of the EMD.

The PBG shall be denominated in the currency of the Contract, and shall be in one of the

following forms:

(a) A Bank guarantee, issued by a reputed bank located in the purchaser‟s

country , acceptable to the Purchaser, in the form provided in the Bidding

Documents; or

(b) A Demand draft favoring Punjab Energy Development Agency.

The PBG shall be forfeited without prejudice to the Bidder being liable for any further

consequential loss or damage incurred to PEDA :-

If the Bidder/Company is not able to commission the projects to the

satisfaction of PEDA,

If the bidder company not accepted the work order during rate approval

period.

17.4 The performance security will be discharged by the Purchaser and returned to the

Supplier not later than thirty (30) days following the date of completion of the

Supplier's performance obligations, under the Contract, including any warranty

obligation.

Page 14: PAU SPVP BID

14

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

18. INSPECTIONS AND TESTS

The Purchaser or its representative shall have the right to inspect and/or to test the Goods to

confirm their conformity to the Contract specification at no extra cost to the purchaser.

Technical Specifications shall specify what inspections and tests the Purchaser requires and

where they are to be conducted. The Purchaser shall notify the Supplier in writing of the

identity of any representatives retained for these purposes.

The inspection and tests of the plant may be conducted on the premises of the

Supplier and its subcontractor(s) at point of delivery and/or at the Goods final

destination. If conducted on the premises of the supplier or its subcontractor(s) all

reasonable facilities and assistance, including access to drawing and production data

- shall be furnished to the inspectors at no charge to the Purchaser.

Should any inspected or tested Goods fail to conform to the specifications, the

Specifications, the Purchaser may reject the Goods, and the Supplier shall either

replace the rejected Goods or make all alterations necessary to meet specification

requirements free of cost to the Purchaser.

The Purchaser's right to inspect, test and, where necessary, reject the Goods after the

Goods' arrival in the purchaser‟s country shall in no way be limited or waived by reason

of the Goods having previously been inspected, tested and passed by the Purchaser or

its representative prior to the Goods shipment from the country of origin.

The complete charges for inspection & tests including equipment simulation at the works Supplier and its subcontractor(s) including to &fro airfare, boarding & lodging for purchasers engineers shall be borne by the supplier.

19 . a) Inspection at Works:

The Purchaser, his duly authorized representative and/or outside inspection agency

acting on behalf of the Purchaser shall have at all reasonable times access to the

Contractor's premises or works and shall have the power at all reasonable times in

inspect and examine the materials and workmanship of the works during its

manufacture or erection and if part of the works is being manufactured at the sub-

contractor's works or assembled in their premises or works, the contractor shall obtain

for the Purchaser and for his duly authorized representative, permission to inspect as

if the works were manufactured or assembled in the Contractor's own premises or

works.

The Contractor shall give the Purchaser/Inspector 10 days written notice of any

material being ready for testing. Such test shall be to the Contractor's account. The

Purchaser/Inspector, unless witnessing of the test is virtually waived, will attend such

test within 7(seven) days of the date on which the equipment is notified as being ready

for test/inspection, failing which the Contractor may proceed with the test which shall

be deemed to have been made in the Inspector's presence and he shall forthwith

forward to the Inspector duly certified copies of tests in triplicate.

The Purchaser or Inspector shall within 7(seven) days from the date of inspection as

defined herein give notice in writing to the Contractor, or any objection to any

drawings and all or any equipment and workmanship which in his opinion is not in

Page 15: PAU SPVP BID

15

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

accordance with the Contract. The Contractor shall give due consideration to such

objections and shall either make the modifications that may necessary to meet the

said objections or shall confirm in writing that no modifications are necessary to

comply with Completion of these tests or the issue of the certificate shall not bind the

Purchaser to accept the equipment should it, on further tests after erection be found

not to comply with the Contract.

In all cases where the contract provide for tests whether at the premises or works of

the Contractor or of any Sub-contractor, the contractor, except where otherwise

specified, shall provide free of charge such items as labour, materials, electricity,

apparatus and instruments as may be reasonably demanded by the

Purchaser/Inspector or his authorized representative to carry out effectively such tests

of the equipment in accordance with the contract and shall give facilities to the

Purchaser/Inspector or to his authorized representative to accomplish testing.

The inspection by Purchaser/Inspector and issue of Inspection Certificate thereon shall

in no way limit the liabilities and responsibilities of the Contractor in respect of the

agreed quality assurance programme forming a part of the Contract.

(c) Performance and guarantee test

The final test as to the performance and guarantees shall be conducted at site, by the

purchaser. Such tests will be commenced after successful completion of Trial

Operations.

These tests shall be binding on both the parties of the Contract to determine

compliance of the equipment with the performance guarantees.

Any special equipment, load, tool and tackles required for the successful completion of

the performance and guarantee tests shall be provided by the Contractor.

The guaranteed performance figures of the equipment, shall be proved by the

Contractor during these performance and guarantees tests. Should the results of

these tests show any decrease from the guaranteed values, the Contractor shall

modify the equipment as required to enable it to meet the guarantees. In such case,

performance and guarantee tests shall be repeated within one month, from the date

the equipment is ready for retest and all cost for modification including labour,

materials and the cost of additional testing to prove that the equipment meet the

guarantees, shall be borne by the Contractor

20. For the System & Other Software the following will apply :

The Supplier shall provide complete and legal documentation of hardware, all subsystems, operating systems, compiler, system software and the other software. The Supplier shall also provide licensed software for all software products, whether developed by it or acquired from others. The supplier shall also indemnify the purchaser against any levies/penalties on account of any default in this regard.

21. Acceptance Certificates cum Commissioning Certificate:

On successful completion of acceptability test, receipt of deliverables etc, and after the purchaser is satisfied with the working on the plant, the commissioning

Page 16: PAU SPVP BID

16

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

certificate/Joint commissioning report signed by the supplier and the representative of the purchaser will be issued.

22 WARRANTY

The Supplier warrants that the Goods supplied under this Contract are new, unused, of the

most recent or current models and incorporate all recent improvements in design and

materials unless provided otherwise in the Contract. The Supplier further warrants that the

Goods supplied under this Contract shall have no defect arising from design, materials or

workmanship (except when the design and/or is required by the Purchaser's Specifications)

or from any act or omission of the Supplier, that may develop under normal use of the

supplied Goods in conditions prevailing in the country of final destination.

This warranty shall remain valid for Sixty Months 60 months after the Goods or any portion

thereof as the case may be, have been delivered and installed to and accepted at the final

destination indicated in the Contract, or for 72 seventy two months after the date of shipment

from the port of loading in the source country, whichever period concluded earlier.

The Purchaser shall promptly notify the Supplier in writing of any claims arising under this

warranty.

Upon receipt of such notice, the Supplier shall, within the period 3 days and with all

reasonable speed, repair or replace the defective Goods or parts thereof, without cost to the

Purchaser other than, where applicable, the cost of inland delivery of the repaired or replaced

Goods or parts from the port of entry to the final destination.

If the Supplier, having been notified, fails to remedy the defect(s) within the period specified

above , the Purchaser may proceed to take such remedial action as may be necessary, at

the Supplier's risk and expense and without prejudice to any other rights which the

Purchaser may have against the Supplier under the Contract.

23. Payments

Payment shall be made in the following manner:

(a) Payment for Goods and Services (excluding Annual Maintenance Charges)

(i) Advance Payment : Ten (10) percent of the contract price shall be paid within thirty

(30) days of signing of the contract and upon submission of claim against a simple

receipt and a bank guarantee for the 110% amount valid until the goods are

delivered and in the form provided in the bidding documents or another form

acceptable to be purchaser.

(ii) On delivery : Sixty (60) percent of the contract price shall be paid within 30 days

upon submission of required documents and conditions of the contract have been

complied with. Partial payment will be allowed and thses payments will be released

on the basis of breakup cost to be filled by successful L1 bidder.

(iii) On Final Acceptance: the remaining twenty (20)% of the contract price of the goods

shall be paid within thirty (30) days after the date of the Acceptancecum

Page 17: PAU SPVP BID

17

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

commissioning Certificate issued by the Purchaser‟s representative in the Performa

given in Performa- 6.

(iv) Balance 10% payment of work order value shall be released after the five year

maintenance period, however this amount can be released against equal amount of

Bank Guarantee valid for five years from the actual date of commissioning. On

receipt of Bank guarantee in the favour of PEDA Chandigarh for 10% equivalent

value of the contract (excluding annual maintenance costs) in the Performa-9

provided in the bidding document.

(b) Payment for Annual maintenance charges:

The annual maintenance charges shall be paid in equal yearly

installments within thirty days of receipt of claim at the end of each year subject to

satisfaction of PEDA/ User Agency

(c) (i) For all the payments to be made, against Bank guarantees, the bank guarantee shall be issued by a Scheduled Indian Bank located in India in the format enclosed at Section VIII. the guarantees issued by other banks should be confirmed by a scheduled Indian Bank operating in India.

(ii) Bank guarantees for advance payment shall be released not later than 30 days after the date of completion of installation of the of the goods at their final destination.

24. Prices

Prices payable to the Supplier as stated in the Contract shall be firm and not subject

to adjustment during performance of the Contract.

25. DELETED

26. MAINTENANCE SERVICE

Maintenance services shall be provided by the supplier during the period of warranty. Annual maintenance and repairs of the entire system including supply of spares etc. for next 60 months will be done by the supplier from the date of commissioning of the plant at their own cost.

The maximum response time for a maintenance complaint from any of the destination

specified in the schedule of requirements (i.e. time required for suppliers maintenance engineers to report to the installations after a request call/telegram/fax is made or letter is written) shall not exceed 72 hours .

It is expected that the average downtime of an item will be less than half the

maximum downtime (i.e. defined as number of days for which an item of equipment is

not usable because of inability of the supplier to repair it) as mentioned by the bidder

in the form of technical details. In case an item is not usable beyond the stipulated

maximum downtime the supplier will be required to arrange for an immediate

replacement of the same till it is repaired. Failure to arrange for the immediate

repair/replacementi.e within 72 hours will be liable for penalty of Rs. 100 /- per day

per plant. In case of any part to be imported the maximum period for repair should

not be more than 7 days. However, under Force Majure circumstances penalty can

be waived off.. The amount of penalty will be recovered from bank guarantee during

warranty or annual maintenance period as the case may be. If the supplier failed to

maintain/repair the plant during 5 years maintenance period within stipulated time

Page 18: PAU SPVP BID

18

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

period then PEDA shall have every right to encash their 10% amount or forfeit the

BGlying with PEDA .

27. Liquidated Damages

(i) Failure to complete work order in time shall attract penalty @ 1 % of the

delayed goods for every week of delay or part thereof subject to a maximum

of 10% value of delayed goods and services including project commissioning.

However on reaching of Maximum penalty the work order cum contract

agreement may be cancelled and performance security may also be forfeited

by PEDA. The penalty will be calculated plant wise.

(ii) Relaxation in completion period for the purpose of penalty can be allowed if

the delay is beyond the control of contractor or due to force majeure

conditions. The proper documentation establishing the reasons for delay in

this regard will be required to be given by the supplier to PEDA. The decision

in this regard shall be given by Chief Executive, PEDA.

28. Resolution of Disputes

The dispute resolution shall be as follows:

(a) In case of Dispute or difference arising between the Purchaser and a domestic

supplier relating to any matter arising out of or connected with this agreement,

such disputes or difference shall be settled in accordance with the Arbitration and

Conciliation Act, 1996. The arbitral tribunal shall consist of 3 arbitrators one each

to be appointed by the Purchaser and the Supplier. The third Arbitrator shall be

chosen by the two Arbitrators so appointed by the Parties and shall act as

Presiding arbitrator. In case of failure of the two arbitrators appointed by the

parties to reach upon a consensus within a period of 30 days from the

appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall

be appointed by the *Indian Council of Arbitration/President of the Institution of

Engineers (India)/The International Centre for Alternative Dispute Resolution

(India).

(b) In the case of a dispute with a Foreign Supplier, the dispute shall be settled in

accordance with provisions of UNCITRAL (United Nations Commission on

International Trade Law) Arbitration Rules. The Arbitral Tribunal shall consist of

three Arbitrators one each to be appointed by the Purchaser and the Supplier. The

third Arbitrator shall be chosen by the two Arbitrators so appointed by the Parties,

and shall act as presiding arbitrator. In case of failure of the two arbitrators

appointed by the parties to reach upon a consensus within a period of 30 days

from the appointment of the arbitrator appointed subsequently, the Presiding

Arbitrator shall be appointed by the *Indian Council of Arbitration/President of the

Institution of Engineers (India)/The International Centre of Alternative Dispute

Resolution (India).

(c) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and

(b) above, within 30 days after receipt of the notice of the appointment of its

arbitrator by the other party, then the *Indian Council of Arbitration/President of the

Institution of Engineers (India)/The International Centre for Alternative dispute

Page 19: PAU SPVP BID

19

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

Resolution (India), both in cases of the Foreign supplier as well as Indian supplier,

shall appoint the arbitrator. A certified copy of the order of the *Indian Council of

Arbitration/President of the Institution of Engineers (India)/The International Centre

for Alternative Disputes Resolution (India), making such an appointment shall be

furnished to each of the parties.

(d) Arbitration proceedings shall be held at Chandigarh , India, and the language of

the arbitration proceedings and that of all documents and communications

between the parties shall be English.

(e) The decision of the majority of arbitrators shall be final and binding upon both

parties. The cost and expenses of Arbitration proceedings will be paid as

determined by the arbitral tribunal. However, the expenses incurred by each party

in connection with the preparation, presentation etc. of its proceedings as also the

fees and expenses paid to the arbitrator appointed by such party or on its behalf

shall be borne by each party itself.

(f) Where the value of the contract is Rs. 10 million and below, the disputes or

differences arising shall be referred to the Sole Arbitrator. The Sole Arbitrator

should be appointed by agreement between the parties; failing such agreement,

by the appointing authority namely the *Indian Council of Arbitration/President of

the Institution of Engineers (India)/The International Centre for Alternative Dispute

Resolution (India).

29. PLANT INSTALLATION:

The Supplier is responsible for all unpacking, assemblies, wiring, installations,

cabling between solar modules and connecting to power supplies & INVERTER .

The Supplier will test all equipment operations and accomplish all adjustments

necessary for successful and continues operation of the plant at the installation

site.

30. TERMINATION FOR DEFAULT

The Purchaser may, without prejudice to any other remedy for breach of contract, by written

notice of 10 days of default sent to the Supplier, terminate the Contract in whole or in part:

a. if the Supplier fails to deliver any or all of the Goods within the

period(s) specified in the Contract, or within any extension thereof

granted by the Purchaser or

b. if the Supplier fails to perform any other obligation(s) under the

Contract.

c. If the supplier, in the judgment of the purchaser, has engaged in

corrupt or fraudulent practices in competing for or in executing the

contract.

For the purpose of this clause :

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

anything of value to influence the action of a public official in the

procurement process or in contract execution.

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

influence a procurement process or the execution or a contract to the

detriment of the borrower, and includes collusive practice among

bidders (prior to or after bid submission) designed to establish bid

Page 20: PAU SPVP BID

20

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

prices at artificial non-competitive levels and to deprive the borrower of

the benefits of free and open competition.

In the event the Purchaser terminates the Contract in whole or in part, pursuant to, the Purchaser

may procure, upon such terms and in such manner as it deems appropriate, Goods or

services similar to those undelivered, and the Supplier shall be liable to the Purchaser for any

excess costs for such similar Goods or services. However, the Supplier shall continue the

performance of the Contract to the extent not terminated.

31. FORCE MAJEURE

The Supplier shall not be liable for forfeiture of its performance security, liquidated damages

or termination for default, if and to the extent that, its delay in performance or other failure to

perform its obligations under the Contract is the result of an event of Force Majeure.

For purposes of this Clause, "Force Majeure" means an event beyond the control of the

Supplier and not involving the Supplier's fault or negligence and not foreseeable. Such events

may include, but are not restricted to, acts of the Purchaser in its sovereign capacity, wars or

revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing

of such conditions and the cause thereof. Unless otherwise directed by the Purchaser in

writing, the Supplier shall continue to perform its obligations under the Contract as far as is

reasonably practical, and shall seek all reasonable alternative means for performance not

prevented by the Force Majeure event.

32. TERMINATION FOR INSOLVENCY

32.1 The Purchaser may at any time terminate the Contract by giving written notice of 10

days to the Supplier, if the Supplier becomes bankrupt or otherwise insolvent. In this

event, termination will be without compensation to the supplier, provided that such

termination will not prejudice or affect any right of action or remedy which has

accrued or will accrue thereafter to the Purchaser.

33. TERMINATION FOR CONVENIENCE

The Purchaser, may by written notice of 10 days sent to the Supplier, may terminate the

Contract, in whole or in part, at any time for its convenience. The notice of termination shall

specify that termination is for the Purchaser's convenience, the extent to which performance

of the supplier under the Contract is terminated, and the date upon which such termination

becomes effective.

The Goods that are complete and ready for shipment within 30 days after the Supplier's

receipt of notice of termination shall be accepted by the Purchaser at the Contract terms and

prices. For the remaining Goods, the Purchaser may elect:

a) to have any portion completed and delivered at the Contract terms and prices;

and/or

b) to cancel the remainder and pay to the Supplier an agreed amount for partially

completed Goods and services for materials and parts previously procured by

the Supplier.

34. SETTLEMENT OF DISPUTES

Page 21: PAU SPVP BID

21

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

34.1 If any dispute or difference of any kind whatsoever shall arise between the Purchaser

and the supplier in connection with or arising out of the contract, the parties shall

make every effort to resolve amicably such dispute or difference by mutual

consultation.

If, after thirty (30) days the parties have failed to resolve their dispute or difference by such mutual

consultation, then either the purchaser of the supplier may give notice to the other party of its

intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no

arbitration in respect of this matter may be commenced unless such notice is given.

Any dispute or difference in respect of which a notice of intention to commence arbitration has been

given in accordance with this clause shall be finally settled by arbitration. Arbitration may be

commenced prior to or after delivery of the Goods under the contract.

Arbitration proceedings shall be conducted in accordance with the rules of procedure

specified above.

Notwithstanding any reference to arbitration herein,

(a) the parties shall continue to perform their respective obligations under the

contract unless they otherwise agree ; and

(b) the purchaser shall pay the supplier any monies due the supplier.

35. LIMITATION OF LIABILITY

Except in cases of criminal negligence or willful misconduct, and in the case of infringement

pursuant to Clause ,

(a) the supplier shall not be liable to the purchaser, whether in contract, tort, or

otherwise, for any indirect or consequential loss or damage, loss of use, loss of

production, or loss of profits or interest costs, provided that this exclusion shall

not apply to any obligation of the supplier to pay liquidated damages to the

purchaser and

(b) the aggregate liability of the supplier to the purchaser, whether under the

contract, in tort or otherwise, shall not exceed the total contract price, provided

that this limitation shall not apply to the cost of repairing or replacing defective

equipment.

36. PLANT PERFORMANCE EVALUATION

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. Minimum

CUF of 15% should be maintained for a period of 5 years. The bidder should send

the periodic plant output details to PEDA for ensuring the CUF. The PR will be

measured at Inverter output level during peak radiation conditions. For the

purpose of calculation of PR, the radiation of nearby solar plant of PEDA/any Govt.

Solar Plant will be taken.

37. Bidder should furnish performance Statement in Performa-5, Service Centre

Detail in Performa-7, 38. GOVERNING LANGUAGE

The governing language shall be English

Page 22: PAU SPVP BID

22

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

SECTION III

3. SCHEDULE OF REQUIREMENTS

Page 23: PAU SPVP BID

23

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

Part 1

The general scope under this contract includes design, manufacture, shop testing, inspection, packing & forwarding, transportation upto project site loading & unloading, storage in safe custody, erection, carrying out preliminary tests at site, installation of bi directional meter from PSPCL ,commissioning, performance testing & handing over to the purchaser all the equipment installed including the insurance coverage for the concept to commissioning period including 5 years maintenance as under :-

The illustrative Schedule of requirements is in accordance with the specifications contained in this document

Sl. No.

Brief Description Units Make

1. SPV modules for a total capacity as per specifications.

1 Set Compliance to IEC61215/IS14286 IEC61730, IEC61701, BIS Certificates and MNRE, GOI latest specifications/standards

2. SPV module roof top mounting structure suitable for accommodating SPV modules including foundation as per specifications on rooftop.

1 Set As per specification

3. Inverter as per specifications As per spec. As per IEC 61683/IS 61683 and IEC 60068-2(1,2,14,30) /Equivalent BIS Std and MNRE, GOI latest specifications/standards

4. DC Distribution Switchgear units as per specifications

1 set Compliant to IEC 60947, part I, II and III/ IS60947 part I, II

5. AC Distribution Switchgear units as per specifications

1 Set Compliant to IEC 60947, part I, II and III/ IS60947 part I, II

6. DC Cable requirement as per design

Meters As required at site for full plant commissioning

Compliant to IEC 60227/IS 694, IEC 60502/IS1554

7. AC Cable requirement as per design

Meters As required at site for full

Compliant to IEC 60227/IS 694, IEC 60502/IS1554

Page 24: PAU SPVP BID

24

Note : 1. The requirements for the plant and machinery are indicated in the schedule of requirements. The items indicated in the schedules are only indicative and the suppliers are required to include and quote for any other item left out in the schedule. Complete details and quantity of mandatory spare parts shall be furnished by the supplier in their bid. Suppliers shall offer their complete design along with drawings for the plant in their bids.

plant commissioning The cable to solar meter will also be provided by bidder.

8. Lightning arrester complete set as per specification 1 Set As per DNIT specs 9. Earthing complete 3 numbers as per specification 1 Set 3 Numbers

10. Maintenance of the SPV Power Plant for a period of 5 years from date of commissioning of the power plant as per scope.

11. Engineering, electrical drawings and installations and O&M manuals

3 Sets

12. Any other equipment required to complete the installation

13. Civil work and array structures: complete design, construction of array support structures on the roof top.

As per design submitted by supplier and approved by purchaser

Page 25: PAU SPVP BID

25

SECTION IV

4. TECHNICAL SPECIFICATIONS

Page 26: PAU SPVP BID

26

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

General Description

The power plant shall provide a reliable and independent power supply

to the critical AC loads in the Building. The power plant shall have a

provision to export the excess power generated to the grid and shall

have a provision to import power from grid for localized use in case of

load exceeding the PV generation. The Inverter shall be designed to

convert DC power produced by SPV modules, in to AC power and

adjust the voltage & frequency levels to suit the grid voltage &

frequency.

A Grid Tied Solar Rooftop Photo Voltaic (SPV) power plant consists of

SPV array, Module Mounting Structure, Power Conditioning Unit

(PCU) consisting of Maximum Power Point Tracker (MPPT), Inverter,

and Controls & Protections, interconnect cables and switches. PV

Array is mounted on a suitable structure. Grid tied SPV system 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, 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 modules.

□ Grid interactive Power Conditioning Unit with Remote Monitoring System

□ Mounting structures

□ Earthing and lightening protections.

□ IR/UV protected PVC Cables, pipes and accessories

Note :-In compliance to MNRE order No. 146/57/2018-P&C dated 11.12.2018 Minimum Percentage of make in India domestic content required in Solar PV plants are as follows– i. Solar PV modules = 100% ii. Balance of system apart from civil works (Inverters etc) = 40%

1. Solar Photovoltaic Modules

(A) Indigenous makeonly The PV modules should be made in India i.e including Indian PV cells (DCR).

Further, the makes of solar modules should be as per latest ALMM list of

MNRE, GOI. The PV modules used must qualify to the latest edition of

IEC PV module qualification test or equivalent BIS standards

Page 27: PAU SPVP BID

27

Crystalline Silicon Solar Cell Modules IEC 61215/IS14286. In

addition, the modules must conform to IEC 61730 Part-2-

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/IS 61701

b) The total solar PV array capacity should not be less than allocated

capacity (kWp) and should comprise of solar crystalline modules of

minimum 250 Wp and above wattage. Module capacity less than

minimum 250 watts should not be accepted. The efficiency of the modules

should not be less than 16%.

c) The Module PMAX should be atleast 1% higher than the rated module capacity (Pnom)

d) Protective devices against surges at the PV module shall be provided. Low voltage drop

bypass diodes shall be provided.

e) PV modules must be tested and approved by one of the IEC authorized test centers.

f) The module frame shall be made of corrosion resistant materials, preferably having

anodized aluminum.

g) The bidder shall carefully design & accommodate requisite numbers of the modules to

achieve the rated power in his work order.

h) Other general requirement for the PV modules and subsystems shall be the Following:

I. The rated output power of any supplied module shall have positive tolerance of atleast

1%. .

II. 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.

III. The module shall be provided with a junction box with either provision of external

screw terminal connection or sealed type and with arrangement for provision of by-

pass diode. The box shall have hinged, weather proof lid with captive screws and

cable gland entry points or may be of sealed type and IP-65 rated.

IV. IV curves at STC should be provided by bidder.

Modules deployed must use a RF identification tag. The following information must be

mentioned in the RFID used on each modules (This can be inside or outside the

laminate, but must be able to withstand harsh environmental conditions).

a) Name of the manufacturer of the PV module

b) Name of the manufacturer of Solar Cells.

Page 28: PAU SPVP BID

28

c) Month & year of the manufacture (separate for solar cells and modules)

d) Country of origin (separately for solar cells and module)

e) I-V curve for the module Wattage, Im, Vm and FF for the module

f) Unique Serial No and Model No of the module

g) Date and year of obtaining IEC PV module qualification certificate.

h) Name of the test lab issuing IEC certificate.

i) Other relevant information on traceability of solar cells and module as per ISO 9001 and

ISO 14001

Warranties:

a) Material Warranty:

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 sale .

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.

2. ARRAY STRUCTURE

a) Hot dip galvanized MS mounting structures may be used for mounting the modules/

panels/arrays. Each structure should have angle of inclination as per the site conditions

to take maximum insolation. However to accommodate more capacity the angle

inclination may be reduced until the plant meets the specified performance ratio

requirements.

b) The Mounting structure shall be so designed to withstand the speed for the wind zone

of the location where a PV system is proposed to be installed (like Delhi-wind speed of

150 KM/ hour). It may be ensured that the design has been certified by a recognized

Lab/ Institution in this regard and submit wind loading calculation sheet to PEDA.

Suitable fastening arrangement such as grouting and calming should be provided to

secure the installation against the specific wind speed.

Page 29: PAU SPVP BID

29

c) The mounting structure steel shall be as per latest IS 2062: 1992 and galvanization of

the mounting structure shall be in compliance of latest IS 4759.

d) Structural material shall be corrosion resistant and electrolytically compatible with the

materials used in the module frame, its fasteners, nuts and bolts. Aluminium structures

also can be used which can withstand the wind speed of respective wind zone.

Necessary protection towards rusting need to be provided either by coating or

anodization.

e) The fasteners used should be made up of stainless steel. The structures shall be

designed to allow easy replacement of any module. The array structure shall be so

designed that it will occupy minimum space without sacrificing the output from the SPV

panels

f) Regarding civil structures the bidder need to take care of the load baring capacity of the

roof and need arrange suitable structures based on the quality of roof.

g) The total load of the structure (when installed with PV modules) on the terrace should

be less than 60 kg/m2.

h) The minimum clearance of the structure from the roof level should be 300 mm.

i) In addition to the other specificationns, the Hot Dip Galvanised Mounting Structure

should have minimum following specifications: -

LEG/COLUMN (C CHANNEL) 75MM X 40MM X 3MM

RAFTER 75MM X 40MM X 2MM

PURLIN 70MM X 40MM X 1.5MM OR STRUT CHANNEL OF SIZE 41*41*2 MM

j )No damage in any way should be caused to the roof of the building while

installation of SPV Power Plant. If any damage done it will wholly be the

responsibility of the bidder and cost shall be recovered from the bidder. To

avoid any problem the system of fixing of panel structure shall be got approved.

Foundation block size should have minimum size of 400*400*300 MM

Detailed design and Drawing shall have to submit to PEDA for

acceptance and approval before execution of work.

NOTE: The structural design of the complete system should be compatible with the

structural strength and load bearing capacity of the roof, design calculations and

certificate to this effect shall be provided by a qualified chartered structural

engineer.

4. 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.

5. AC DISTRIBUTION PANEL BOARD:

Page 30: PAU SPVP BID

30

c) 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.

d) All switches and the circuit breakers, connectors should conform to IEC 60947, part I, II

and III/ IS60947 part I, II and III.

e) The changeover switches, cabling work should be undertaken by the bidder as part of

the project.

f) 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 +/- 10 %

voltage

Variation in supply +/- 3 Hz

frequency

6. PCU/ARRAY SIZE RATIO:

a) The combined wattage of all inverters should not be less than rated capacity of

power plant under STC.

b) Maximum power point tracker shall be integrated in the PCU/inverter to

maximize energy drawn from the array.

7. PCU/ 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 “Power

Conditioning Unit (PCU)”. In addition, the PCU shall also house MPPT (Maximum

Power Point Tracker), an interface between Solar PV array & the Inverter, to the power

conditioning unit/. Inverter output should be compatible with the grid frequency. Typical

Page 31: PAU SPVP BID

31

technical features of the inverter shall be as under:-

Switching devices IGBT/SIC

Control Microprocessor / DSP

Nominal AC output voltage and frequency 415V, 3 phase, 50 Hz or 220V Single

phase

Output Frequency Synchronization range + 3 Hz or more

Ambient temperature considered -20 Co to 50 Co

Humidity 95% Non-condensing

Protection of Enclosure IP-20 (minimum) for indoor

IP-65(minimum) for outdoor

Grid Frequency Tolerance range + 3 or more

Grid Voltage Tolerance -20% & + 15%

No-load losses Less than 1% of rated power

Inverter efficiency (minimum) >95%

THD < 3%

PF >0.9

a) Three phase or single phase inverter shall be used with each power plant system as

per site requirement.

b) PCU/inverter shall be capable of complete automatic operation including wake-up,

synchronization & shutdown.

c) The output of power factor of PCU 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.

e) The power conditioning units / inverters should comply with applicable IEC/ equivalent

BIS standard for efficiency measurements and environmental tests as per standard

codes IEC 61683/IS 61683 and IEC 60068-2(1,2,14,30) /Equivalent BIS Std.

f) The charge controller (if any) / 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.

g) The PCU/ inverters should be tested from the MNRE approved test centres / NABL

/BIS /IEC accredited testing- calibration laboratories. In case of imported power

conditioning units, these should be approved by international test houses.

8. INTEGRATION OF PV POWER WITH GRID:

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/ DG power connection need to be provided.

8.1 Technical and interconnection requirements

Page 32: PAU SPVP BID

32

Overall conditions of

service

State Distribution/Supply Code State Distribution/Supply Code

Overall Grid Central Electricity Authority Central Electricity Authority (Grid

(Grid Standard)

Standards Standard) Regulations 2010 Regulations 2010

Equipment BIS / IEC / IEEE BIS / IEC / IEEE

Meters Central Electricity authority

(Installation & operation of

meters) Regulation 2006 as

amended time to time

Central Electricity authority

(Installation & operation of meters)

Regulation 2006 as amended time

to time

Safety and supply Central Electricity

Authority(measures of safety

and electricity supply)

Regulations, 2010

Central Electricity

Authority(measures of safety and

electricity supply) Regulations, 2010

Harmonic IEEE 519 CEA (Technical IEEE 519 CEA (Technical

Standards for

Requirements Standards for Connectivity of

the

Connectivity of the Distributed

Generation

Harmonic Current Distributed Generation

Resources) Regulations 2013

Resources) Regulations 2013

Synchronization IEEE 519 CEA (Technical

Standards for Connectivity of

the Distributed Generation

Resources) Regulations 2013

Photovoltaic system must be

equipped with a grid frequency

synchronization device. Every time

the generating station is

synchronized to the electricity

system. It shall not cause voltage

fluctuation greater than +/- 5% at

point of connection.

Voltage IEEE 519 CEA (Technical

Standards for Connectivity of

the Distributed Generation

Resources) Regulations 2013

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 second, the

photovoltaic system must isolate

itself from the grid.

Flicker IEEE 519 CEA (Technical

Standards for Connectivity of

the Distributed Generation

Resources) Regulations 2013

Operation of Photovoltaic system

should not cause

Frequency IEEE 519 CEA (Technical

Standards for Connectivity of

the Distributed Generation

Resources) Regulations 2013

When the Distribution system

frequency deviates outside the

specified conditions (50.5 Hz on

upper side and 47.5 Hz on lower

side), There should be over and

under frequency trip functions with a

clearing time of 0.2 seconds.

Page 33: PAU SPVP BID

33

DC injection IEEE 519 CEA (Technical

Standards for Connectivity of

the Distributed Generation

Resources) Regulations 2013

Photovoltaic system should not

inject DC power more than 0.5% of

full rated output at the

interconnection point or 1% of rated

inverter output current into distribution system under any

operating conditions.

Power Factor IEEE 519 CEA (Technical

Standards for Connectivity of

the Distributed Generation

Resources) Regulations 2013

While the output of the inverter is

greater than50%, a lagging power

factor of greater than 0.9 should

operate.

Islanding and IEEE 519 CEA (Technical The photovoltaic system in the

event of fault,

Disconnection Standards for Connectivity of

the Distributed Generation

Resources) Regulations 2013

voltage or frequency variations must

island/disconnect itself within IEC

standard on stipulated period.

Overload and Overheat IEEE 519 CEA (Technical

Standards for Connectivity of

the Distributed Generation

Resources) Regulations 2013.

The inverter should have the facility

to automatically switch off in case of

overload or overheating and should

restart when normal conditions are

restored.

Paralleling Device IEEE 519 CEA (Technical

Standards for Connectivity of

the Distributed Generation

Resources) Regulations 2013.

Paralleling device of photovoltaic

system shall be capable of

withstanding 220% of the normal

voltage at the interconnection point.

9. DATA ACQUISITION SYSTEM / PLANT MONITORING

i. Data Acquisition System shall be provided for each of the solar PV plant.

ii. Data Logging Provision for plant control and monitoring,. Metering and Instrumentation

for display of systems parameters and status indication to be provided.

iii. The following parameters are accessible via the operating interface display in real time

separately for solar power plant:

a. AC Voltage.

b. AC Output current.

c. Output Power

d. Power factor.

e. DC Input Voltage.

f. DC Input Current.

g. Time Active.

h. Time disabled.

Page 34: PAU SPVP BID

34

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

i. Time Idle.

j. Power produced

k. Protective function limits (Viz-AC Over voltage, AC Under voltage, Over frequency,

Under frequency ground fault, PV starting voltage, PV stopping voltage.

vi. All major parameters available on the digital bus and logging facility for energy auditing

through the internal microprocessorand logging facility (the current values, previous

values for up to a month and the average values) should be made available for energy

auditing .

vii. 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 0.5 accuracy class.

viii. Computerized AC energy monitoring shall be in addition to the AC energy meter.

ix. 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.

x. All instantaneous data shall be shown on the computer screen.

xi. Software shall be provided for USB download and analysis of DC and AC parametric

data for individual plant.

xii. Provision for Internet monitoring and download of data shall be also incorporated.

xiii. Remote Server and Software for centralized Internet monitoring system shall be also

provided for download and analysis of cumulative data of all the plants

xiv. 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.

xv. Remote Monitoring and data acquisition through Remote Monitoring System

softwarelocation 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 supplier.

xix. Energy Meter: The solar generation meter and Bi-directional meter installation along

with CT/PT (if required) with Surge Protection Device (SPD) should be of as per PSPCL

guidelines and is in the scope of bidder Including approval of net metering from

PSCPL. The delay in the installation of bi directional meter on the end of the

DISCOM will not be taken into account towards installation of the plant. In this

case actual date of synchronization of the plant will be considered as date of

commissioning, i.e., with or without meter , but successful commission certificate

will be issued after the completion of process net metering.

Page 35: PAU SPVP BID

35

10. POWER CONSUMPTION:

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

a) Regarding the generated power consumption, priority need to give for internal

consumption first and thereafter any excess power can be exported to grid..

11. PROTECTIONS

The system should be provided with all necessary protections like earthing,

Lightning, and grid islanding as follows:-

LIGHTNING PROTECTION

The SPV power plants shall be provided with lightning &overvoltage protection. The

main aim in this protection shall be to reduce the over voltage to a tolerable value

before it reaches the PV or other sub system components. The source of over voltage

can be lightning, atmosphere disturbances etc The entire space occupying the SPV

array shall be suitably protected against Lightning by deploying required number of

Lightning Arrestors. Lightning protection should be provided as per IEC

62305standard. The protection against induced high-voltages shall be provided by

the use of metal oxide varistors (MOVs) and suitable earthing such that induced

transients find an alternate route to earth.

SURGE PROTECTION

Internal surge protection shall consist of three MOV type surge-arrestors connected

from +ve and –ve terminals to earth (via Y arrangement)

EARTHING PROTECTION

i. Each array structure of the PV yard should be grounded/ earthed properly as per

IS:3043-1987. In addition the lighting arrester/masts should also be earthed inside the

array field. Earth Resistance shall be tested in presence of the representative of PEDA

as and when required after earthing by calibrated earth tester. PCU, ACDB and DCDB

should also be earthed properly.

ii. 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.

GRID ISLANDING:

i. 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.

ii. A manual disconnect 4pole isolation switch beside automatic disconnection to grid

would have to be provided at utility end to isolate the grid connection by the utility

Page 36: PAU SPVP BID

36

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

personnel to carry out any maintenance. This switch shall be locked by the utility

personnel

12. CABLES

Cables of appropriate size to be used in the system shall have the following

characteristics:

i. Shall meet IEC 60227/IS 694, IEC 60502/IS1554 standards

ii. Temp. Range: –10oC to +80oC.

iii. Voltage rating 660/1000V

iv. Excellent resistance to heat, cold, water, oil, abrasion, UV radiation

v. Flexible

vi. Sizes of cables between array interconnections, array to junction boxes, junction boxes to

Inverter etc. shall be so selected to keep the voltage drop (power loss) of the entire solar

system to the minimum. The cables (as per IS) should be insulated with a special grade

PVC compound formulated for outdoor use.

vii. Cable Routing/ Marking: All cable/wires are to be routed in a GI cable tray or HDPE Pipe

and suitably tagged and marked with proper manner by good quality ferule or by other

means so that the cable easily identified.

viii. The Cable should be so selected that it should be compatible up to the life of the solar PV

panels i.e. 25years.

ix. The ratings given are approximate. Bidder to indicate size and length as per system

design requirement. All the cables required for the plant provided by the bidder. Any

change in cabling sizes if desired by the bidder/approved after citing appropriate reasons.

All cable schedules/layout drawings approved prior to installation.

x. Multi Strand, Annealed high conductivity copper conductor PVC type „A‟ pressure

extruded insulation or XLPE insulation. Overall PVC/XLPE insulation for UV protection

Armoured cable for underground laying. All cables conform to latest edition of IEC/

equivalent BIS Standards as specified below: BoS item / component Standard.

Description Standard Number Cables General Test and Measuring Methods, PVC/XLPE

insulated cables for working Voltage up to and including 1100 V ,UV resistant for outdoor

installation IS /IEC 69947.

xi. The size of each type of DC cable selected shall be based on minimum voltage drop

however; the maximum drop shall be limited to 1%.

xii. The size of each type of AC cable selected shall be based on minimum voltage drop

however; the maximum drop shall be limited to 2 %.

13. DRAWINGS & MANUALS:

Page 37: PAU SPVP BID

37

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 theirbid 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 PEDA before progressing with the installation work

14. 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

15. 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.

16. CIVIL STRUCTURE

General Specification of Work.

Scope : The scope of work includes :

1. Providing of pedestals if required for mounting of the INVERTER‟s and control

panels

Page 38: PAU SPVP BID

38

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

2. RCC columns structures to support the structural steel / aluminium frame work /

depending on design approval.

3. Any other work urgently required as per site conditions.

4. All structural drawings to be got approved from PEDA.

B) Cement Plaster

1. Plastering shall be done in mortar of various ingredients mixed in the specified

proportion in the drawing and shall be specified thickness as per drawings.

2. Preparation of surface for the durability of the plaster is of the utmost importance to

obtain satisfactory bond between the background and the plaster coat and also

ensure that the bond is maintained subsequently.

18 . QUALITY AND ADAPTABILITY OF THE EQUIPMENT:

Bidders must verify the grid behavior, solar insolation levels, general site conditions on

their own before bidding, the bidder shall accordingly ensure that the equipment and the

design submitted, shall be able to perform as per guaranteed performance levels in the

available site conditions. The design of the plant and the equipment offered by the

bidders shall be evaluated for its quality and adaptability to the site conditions based on

the purchasers past experience, projects earlier executed by the bidders and from other

sources. Bidders must submit detailed technical operational parameters and latest plant

performance indicators and status complete with the clients address and contact no‟s.

with regard to projects of similar nature already executed.

Page 39: PAU SPVP BID

39

\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx

SECTION V

5. Bid Form, Price Schedules and other Formats

Page 40: PAU SPVP BID

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

40

Annexure-I

LIST OF DOCUMENTS TO BE ENCLOSED WITH THE BID.

i) Part-I-Techno-commercial Bid

The Techno-commercial bid Part-I of tender shall be furnished complete in all respects and

documents mentioned therein including the scanned copies of the following documents should

be submitted. The index must be attached with the bid and the documents must be placed in the

following sequence. In case, the documents are not placed in the following sequence, the bid is

liable to be rejected.

S. No. Particulars a) Page number

b) 1 c) Forwarding letter and Company/firm registration

certificate

d)

e) 2 f) Power of attorney for authorized signatory to sign the

documents.

g)

h) 3 Annual turnover along with CA certificate

i) Balance Sheet of last three years

j)

k) 4 Photocopies of satisfactory performance reports of

systems supplied to state nodal agencies/ Govt.

departments along with the copies of purchase orders

and Commissioning Reports, i.e., Technical Experience

as per clause 3.2

l)

5 Manufacturer’s authorization letter

6 m) Non debarring/black listing certificate.

7 Copies of IEC certification of Modules, inverter, cables

etc

8 Valid test report

(i) Test report of SPV module

(ii) Test report of PCU

9 Performance Statement form as per performa 5

10 Any other document as per DNIT

Page 41: PAU SPVP BID

42

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

PERFORMA-1

Format for forwarding letter

(To be submitted /uploaded by bidders on the official letter head of the company)

No. Dated:-

To

The Director

Punjab Energy Development Agency

Plot No 1 &2, Sector 33D, Chandigarh

Subject:- Offer in response to Notice inviting TenderforDesign, Manufacture,

Supply, Erection, Testing and Commissioning including warranty for 5 years of 243 nos. 5

kW capacity Grid Interactive SPV Power Plants at various Govt. Schools and DIETs in

Punjab given in the bid document at PEDA Office Chandigarh.

Sir,

We here by submit our offer in compliance with terms and conditions of the e-

tender Notice dated as specified, the offer has been submitted

a) That we are submitting this offer under the above mentioned notice after having fully

read and understood the nature of the work and having carefully noted all the specifications,

terms and conditions laid down in the tender document.

b) That we have never been debarred from executing similar type of work by any

central/state/public sector undertaking/department.

c) That we shall execute the work as per specifications, terms and conditions of the

tender document.

d) That our offer shall remain valid for placement of purchase order/ orders for 90 days

after the bid opening date.

e) We are not involved in any major litigation that may have an impact on the delivery

installation & commissioning of the project under this contract

f) I have read and accepted all the terms and conditions of DNIT.

Yours faithfully,

( ............ )

Name, Seal &Signature

(Authorized Signatory)

Page 42: PAU SPVP BID

43

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

PERFORMA 2. PERFORMANCE BANK GURANTEE FORM

(To be stamped in accordance with Stamp Act if any, of the Country of the Issuing Bank)

To: (Name of Purchaser)

WHEREAS ................................................................ (Name of Supplier)

(hereinafter called "the Supplier") has undertaken , in pursuance of Contract No.................

dated,........... 20... to supply...................... .................................................(Description of

Goods and Services) (hereinafter called "the Contract").

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall

furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as

security for compliance with the Supplier's performance obligations in accordance with the

Contract.

AND WHEREAS we have agreed to give the Supplier a Guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of

the Supplier, up to a total of ........................................................................... (Amount of the

Guarantee in Words and Figures) and we undertake to pay you, upon your first written

demand declaring the Supplier to be in default under the Contract and without cavil or

argument, any sum or sums within the limit of ................................ (Amount of Guarantee)

as aforesaid, without your needing to prove or to show grounds or reasons for your demand

or the sum specified therein.

This guarantee is valid until the ........day of...................20......

Signature and Seal of Guarantors

....................................................................

Date....................................................20.....

....................................................................

....................................................................

Address:.......................................................

....................................................................

....................................................................

Page 43: PAU SPVP BID

44

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

PERFORMA 3. BANK GUARANTEE FOR ADVANCE PAYMENT

(To be stamped in accordance with Stamp Act if any, of the Country of the Issuing

Bank)

To: (name of Purchaser)

(address of Purchaser)

(name of Contract)

Gentlemen:

In accordance with the provisions of the Special Conditions of Contract, which amends

Clause 16 of the General Conditions of Contract to provide for advance payment,

(name and address of Supplier) (hereinafter called "the

supplier") shall deposit with the Purchaser a bank guarantee to guarantee his proper and

faithful performance under the said Clause of the Contract in an amount of (amount of

guarantee*(in figures and words).

We, the (bank or financial institution), as instructed by the Supplier, agree

unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely,

the payment to the Purchaser on his first demand without whatsoever right of objection on

our part and without his first claim to the Supplier, in the amount not exceeding (amount of

guarantee*in figures and words).

We further agree that no change or addition to or other modification of the terms of the

Contract to be performed thereunder or of any of the Contract documents which may be

made between the Purchaser and the Supplier, shall in any way release us from any liability

under this guarantee, and we hereby waive notice of any such change, addition or

modification.

This guarantee shall remain valid and in full effect from the date of the advance

payment received by the Supplier under the contract until (date).

Yours truly,

Signature and seal :

Name of bank/

financial institution :

Address :

Date :

* An amount is to be inserted by the bank or financial institution representing the amount of

the Advance Payment.

Page 44: PAU SPVP BID

45

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

PERFORMA 4.MANUFACTURERS' AUTHORIZATION FORM

(For modules and Inverter Only )

(ON THE LETTER HEAD)

No. dated

To

Dear Sir:

Tender No.

We who are established and reputable manufacturers of

(name & descriptions of goods offered) having factories at

(address of factory) do hereby authorize M/s (Name and address of

Agent) to submit a bid, and sign the contract with you for the goods manufactured by us

against this DNIT.

We hereby extend our full guarantee and warranty as per DNIT

No...................dated for the goods and services offered for supply by the above

firm..

Yours faithfully,

(Name)

(Name of manufacturers)

Note: This should be signed by a person competent and having the power of attorney to

legally bind the manufacturer.

(The list of items for which this is required should be indicated by Purchaser).

Page 45: PAU SPVP BID

46

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

PERFORMA 5-PERFORMANCE STATEMENT FORM

PROFORMA FOR PERFORMANCE STATEMENT

Bid no. Date of opening

Time hours.

Name of the firm

Order

placed by

(full

address

of

purchase

r)

Order

no. and

date

Description

and

quantity of

ordered

equipment

Value

of order

Date of

completion of

delivery

Remarks

indicating

reasons for

late

delivery, if

any

Has the

equipment

been

satisfactorily

functioning?

(attach a

certificate

from the

purchaser/c

onsignee)

As per

contrac

t

Actual

1 2 3 4 5 6 7 8

Signature and seal of the bidder :

Page 46: PAU SPVP BID

47

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

Performa6. CERTIFICATE FOR ISSUE BY THE PURCHASER

AFTER SUCCESSFUL COMMISSIONING

JOINT COMMISSOING REPORT (Draft)

FOR GRID CONNECTED SOLAR PHOTOVOLTAIC POWER PLANT

Certified that a Grid Connected SPV Power Plant of................................ KWp capacity has

been installed at the school of...............................................................................

....................………………………………………………………………………………. district

………………………(Punjab) which has been installed by

M/s…………………………………………………………..

……………………………………………………………………………………………………..on

dated .................................................................. The system is as per DNIT /BIS/MNRE

specifications. The system has been checked for its performance on

dated ....................................... and it is working satisfactorily. The system has been supplied

with 5 years AMC/CMC and Warrantee of modules for its performance up to 25 years.

Detail of Modules :- Make: …………..Watt ………… Nos………... = Total .................... Kwh

Detail of Inverter:- Make: ………………KVA/Watt…………….Nos………… = Total…………

Structure Detail:

Status of Earthling:-

DCDB:

ACDB:

Signature of the School Signature of the rep. of supplier Signature of PEDA official With Stamp with Stamp with Stamp

Page 47: PAU SPVP BID

48

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

Performa7 : SERVICE SUPPORT DETAILS

NEAREST SERVICE CENTRE

Pac

k

no.

Destinati

on

Location List of

models

& types

of Pcs.

Service

d in last

2 years

Pho

ne

no.

Tele

x/Fa

x no.

Status

of

office

workin

g days

and

hours

Numbe

r of

softwar

e

engine

ers

Numbe

r of

hardwa

re

engine

ers

Numb

er of

hardw

are

staff

Value

of Min.

stock

availabl

e at all

times

Signature and Seal of the

Manufacturer/Bidder

Page 48: PAU SPVP BID

49

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

Performa-8 TURNOVER RECORD FORM

To be certified by Chartered Accountant

Annual turnover data for any past three years

Sr. No. Year Turnover (Rs. In Lacs) Profit Loss

1 2 3 4 5

1. 2017-18

2. 2018-19

3. 2019-20 `

4 2020-21

Signature with seal of the company

Signature with seal of the Chartered Accountant

Name of Company:-

Page 49: PAU SPVP BID

50

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

Performa 9

FORMAT FOR BANK GUARANTEE AGAINST ANNUAL MAINTENANCE

(To be stamped in accordance with Stamp Act if any, of the Country of the Issuing

Bank)

Bank Guarantee No. : ……………………………………. Date:…………………………..

To …………………………………………. (Name of the Purchaser)

Whereas ………………………………….. (Name of the Purchaser) hereinafter called “The

supplier” has undertaken, in pursuance of contract no……………………….. dated ………

20…….. to supply ................................................................................(Description of Goods and

Services) hereinafter called “the contract”.

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall

furnish you with a Bank Guarantee by a recognized Bank for the sum specified therein as

security for compliance with the Supplier‟s performance obligations under the contract for

Annual Maintenance and Repairs of the entire system including cost of spares after

warranty period of next five years.

AND WHEREAS we have agreed to give the Supplier a Guarantee

THEREFORE WE hereby affirm that we are Guarantors and responsible to you on behalf of

the Supplier, up to a total of Rs………………………. (Amount of guarantee in words and

figures) being 10 % of the total cost of equipment and we undertake to pay you, upon your

first written demand declaring the Supplier to be in default under the contract and without

cavil or argument, any sum or sums within the limit of Rs… ........................................ (Amount

of guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for

your demand or the sum specified therein.

This guarantee is valid until………………… day of…………….20………

Signature and Seal of Guarantors

……………………….

……………………….

Date:…………20…...

Note :

1. SUPPLIER SHOULD ENSURE THAT SEAL AND CODE No. OF THE SIGNATORY

IS PUT BY THE BANKERS, BEFORE SUBMISSION OF THE BANK

GUARANTEES.

Page 50: PAU SPVP BID

51

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

Performa 10 BID SECURITY FORM (EMD)

Whereas ...........................(hereinafter called “the Bidder”) having a registered office at .................................................... has submitted its bid dated ...................... (date of submission of bid) for the supply of ................................. (name and/or description of the goods) (hereinafter called “the Bid”).

KNOW ALL PEOPLE by these presents that WE ..................... (name of bank) of ................... (name of country), having our registered office at .................. (address of bank) (hereinafter called “the Bank”), are bound unto ............................. (name of Purchaser) (hereinafter called “the Purchaser”) in the sum of for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this day of 20 .

THE CONDITIONS of this obligation are:

1. If the Bidder:

(a) withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form; or

(b) does not accept the correction of errors in accordance with the Instructions to

Bidders; or

2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity:

(a) fails or refuses to execute the Contract Form if required; or

(b) fails or refuses to furnish the performance security, in accordance with the Instruction

to Bidders.

We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to upto and including ........... (date) and any demand in respect thereof should reach the Bank not later than the above date. Quote "Notwithstanding anything contained herein:

1. Our liability under this Bank Guarantee shall not exceed Rs. 25 lac (Rs. Twenty Five Lacs Only0. 2. This Bank Guarantee shall be valid upto ......... 3. We are liable to pay the guarantee amount or any part therof under this Bank Guarantee only & only if we receive a written claim or demand on or before....................... .

Sealed with the Common Seal of the Said Bank this......day of ......... 2020...................................

(Signature of the Bank)

Page 51: PAU SPVP BID

52

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

SECTION VI

6. SCOPE OF MAINTENANCE OF POWER PLANT

Page 52: PAU SPVP BID

53

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

Scope of maintenance of SPV power plant for a period of 5 years from date of

commissioning

The complete plant after commissioning will be handed over to user agency and

Maintenance work will be seen by the user agency/PEDAas per terms and condition of the

tender document.

Regular maintenance of the SPV Power Plant for a period of 5 years after commissioning

along with supply of Equipment as and when necessary and submission of performance

data of the power plant shall come, under the maintenance contract. Complete maintenance

of the plant has to be carried out by the successful bidding company and can not be sublet

to any third party. PEDA shall not bear any extra cost toward the replacement/repair of

faulty equipments during 5 years maintenance period and supplier will bear the cost.

The maintenance schedule of the SPV power plant during the 5 years contract period shall

be as detailed below :

1. 5 years maintenance period shall begin on the date of actual commissioning of the

power plant. The requisite number of qualified and trained personnel are required to be

available with company in order to ensure the proper functioning of the plants and to report the

data of the plant on monthly basis..

2. The deputed personnel shall be qualified and well trained so that they can handle any

type of operation hazard quickly and timely.

3. The deputed personnel shall have to keep daily log sheet for the power plant as per

format to be supplied after commissioning of the power plant.

4. The deputed personnel shall be in a position to check and test all the equipment

regularly, so that, preventive actions, if any, could be taken well in advance to save any

equipment from damage. Any abnormal behavior of any equipment shall be brought to

the notice of PEDA immediately for appropriate action.

5. Normal and preventive maintenance of the power plant, tightening of all electrical

connections, changing of tilt angle of module mounting structure, cleaning & greasing

of terminals etc.

6. During maintenance period of five years of the power plant, if there is any loss or

damage of any component of the power plant due to miss management/miss handling

or due to any other reasons, what-so-ever, the supplier shall be responsible for

immediate replacement/rectification. The damaged component may be repaired, if it is

understood after examination that after repairing performance of the component shall

not be degraded, otherwise the defective component shall have to be replaced by new

one without any extra cost.

7. It is mandatory to visit all the plants on quarterly basis and certificate from the school

authority in this regard must be obtainted. These certificate will submit to PEDA for

release of AMC payments otherwise no AMC payment will be released.

8. Maintenance Instructions :

Page 53: PAU SPVP BID

54

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

The successful bidder shall furnish 2 sets of the approved manuals of instructions at

the time of inspection and taking over of the equipment. These manuals shall

properly bound in book form and contain all information, description of equipment,

diagram etc., necessary to enable the customer to operate and maintain the whole

scheme.

Proper maintenance of the plant shall be carried out by the contractor during the

maintenance period of 60 months with quartely/annual review checkup of plant and

equipment in detail with purchaser.

Proper repainting, re coating of exposed surfaces to prevent rusting & replacement

of worn out parts shall be carried out along with the maintenance of the Inverter.

Supplier shall depute on engineer of their company for the AMC of the plant who

shall be fully responsible for the operation of the plants. The name and contact

nos. of this engineer shall be notified to the purchaser, for the purpose of contact,

responsibility and correspondence with regard to all trouble shooting . The cost of

SIM/ internet connection will be born by bidder during AMC period .Replacement

& repair of damaged parts shall be carried out immediately during the O&M

period so as to ensure at least 95% uptime.

Plant operation reports in a format prescribed by the purchaser shall be furnished

by the supplier on a monthly basis.

Plant shall be operated as per the standard IER practices to ensure proper safety

measures.

Proper data logs and records shall be maintained at the plant office with regard to

generation, efficiency, solar radiation, grid conditions and power fed to the grid

which shall be supplied on demand to the purchaser.

The supplier shall ensure replacement of worn out parts and components during

the AMC period for which purpose the supplier shall carry and maintain minimum

inventory levels of spares at the plant and at its works.

In case of delay in repair & maintenance and non observance of purchasers

schedules, the purchaser shall have the right to impose any penalties including

forfeiture of performance security.

10.5 Routine, Preventive, Breakdown & Capital Maintenance:

Routine and preventive maintenance shall include such checks and maintenance

activities, monthly, quarterly, half yearly, and yearly basis which are required to be

carried out on all the components of the power plant to minimize breakdowns and to

ensure smooth and trouble free running of the power plant. The supplier shall be

responsible to carry out routine and preventive maintenance and replacement of each

and every component / equipment of the power plant and he shall provide all labour,

material, consumables etc. for routine and preventive maintenance at his own cost.

Breakdown maintenance shall mean the maintenance activity including repairs and

replacement of any component or equipment of the power plant which is not covered by

routine and preventive maintenance and which is required to be carried out as a result

of sudden failure/breakdown of that particular component or equipment while the plant is

running. The supplier shall be responsible to carry out breakdown maintenance of each

and every component of the power plant and he shall provide the required manpower,

Page 54: PAU SPVP BID

55

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

materials, consumables, components or equipment etc. for breakdown maintenance at

his own cost irrespective of the reasons of the breakdown/failure.

Capital maintenance shall mean the major overhaul of any component or equipment of

the power plant which is not covered by routine, preventive and breakdown

maintenance which may become necessary on account of excessive wear & tear, aging,

which needs repair/replacement. The capital maintenance of power plant and all civil

structures shall normally be planned to be carried out on an annual basis. For this

purpose a joint inspection by the supplier and purchaser shall be carried out of all the

major components of the power plant, about two months in advance of the annual

maintenance period, in order to ascertain as to which components of the power plant

require capital maintenance. In this regard the decision of the purchaser will be final and

binding. However, if the condition of any plant and component warrants its capital

maintenance at any other time, a joint inspection of the purchaser and supplier shall be

carried out immediately on occurrence of such situation and capital maintenance shall be

carried out by arranging the shutdown of the plant/part of the plant, if required, in

consultation with concerned authorities. The decision of the purchaser shall be final and

binding.

Page 55: PAU SPVP BID

56

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

ANNEXURE II

Page 56: PAU SPVP BID

57

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

Sr. No. District Udise Code School Name

1 AMRITSAR 3020103202 GHS DIYAL BHARANG

2 AMRITSAR 3020103902 GHS KAMAL PURA

3 AMRITSAR 3020300302 GHS KHATRAI KALAN

4 AMRITSAR 3020104502 GHS MADHU CHANGA

5 AMRITSAR 3020101902 GHS TALWANDI NAHAR

6 AMRITSAR 3020302702 GHS RUDALA RMSA

UPGRADED

7 AMRITSAR 3020202202 GHS KAMASKE

8 AMRITSAR 3020202502 GHS ODHAR

9 AMRITSAR 3020302402 GHS UGGAR AULAKH

10 AMRITSAR 3020305802 GHS CHETANPURA

11 AMRITSAR 3020500802 GHS PANDHER KALAN

12 AMRITSAR 3020508502 GHS GOPALPURA

13 AMRITSAR 3020407802 GHS CHHAJAL WADI

GIRLS

14 AMRITSAR 3020607102 GHS SUDHAR RAJPUTAN

15 AMRITSAR 3020706602 GHS CHANANKE

16 AMRITSAR 3020703002 GHS SAIDPUR

17 BARNALA 3200100102 GHS ASPAL KALAN

18 BARNALA 3200100602 GHS BHAINI FATTA RMSA

19 BARNALA 3200201002 GHS CHHINIWAL KHURD

20 BARNALA 3200201202 GHS CHUHANKE KHURD

21 BARNALA 3200202402 GHS KUTBA

22 BARNALA 3200103602 GHS MANGEWAL

23 BARNALA 3200203502 GHS SAHOUR

24 BATHINDA 3140104701 GHS BHAGU

25 BATHINDA 3140700302 GHS BAJAK

26 BATHINDA 3140700402 GHS BAMBIHA (RMSA)

27 BATHINDA 3140105501 GHS CHUGHE KHURD

Page 57: PAU SPVP BID

58

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

28 BATHINDA 3140300701 GHS CHATHEWALA

29 BATHINDA 3140803301 GHS NATHEHA

30 FARIDKOT 3130100602 GHS BHAGTHALA KALAN

31 FARIDKOT 3130200102 GHS AJIT GILL

32 FARIDKOT 3130201202 GHS BISHNANDI

33 FARIDKOT 3130203102 GHS GUMTI KHURD

34 FARIDKOT 3130205402 GHS KARIR WALI

35 FARIDKOT 3130212702 GHS RAUWALA UKAND

WALA

36 FARIDKOT 3130200802 GHS BEHBAL KALAN

37 FARIDKOT 3130202102 GHS DHAB GURU KI

38 FAZILKA 3210105302 GHS GADDAN DOB

39 FAZILKA 3210303902 GHS KERIAN

40 FAZILKA 3210303702 GHS ODIAN RMSA

41 FAZILKA 3210417702 GHS JODHA BHAINI SSA

42 FAZILKA 3210402802 GHS SARHIAN RMSA

43 FEROZEPUR 3110809502 GHS BHANGALI NARAIN

GARH

44 FEROZEPUR 3110811202 GHS GILL

45 FEROZEPUR 3110502502 GHS JANDWALA

46 FEROZEPUR 3110501602 GHS LAPPO

47 FEROZEPUR 3111005502 GHS SARF ALI SHAH AT

KHANNA

48 FEROZEPUR 3110808602 GHS MISHRI WALA

49 FEROZEPUR 3110907402 GHS SEKHWAN

50 GURDASPUR 3010500102 GHS PABBRALI KALAN

51 GURDASPUR 3010511502 GHS RATTA ABDAL

52 GURDASPUR 3010503702 GHS THETHERKE

53 GURDASPUR 3010507602 GHS UDOWALI

54 GURDASPUR 3010312303 GHS DALAM

55 GURDASPUR 3010609502 GHS HAWELI UPGRADE

RMSA

Page 58: PAU SPVP BID

59

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

56 GURDASPUR 3011605902 GHS DUGRI

57 GURDASPUR 3010305602 GHS TALWANDI BHARTH

58 GURDASPUR 3010303704 GHS TEJA KALAN

59 GURDASPUR 3010104602 GHS GAZNIPUR

60 GURDASPUR 3011212302 GHS KALA BALA

61 GURDASPUR 3011306202 GHS PASSNAWAL

62 GURDASPUR 3011203402 GHS TUGALWAL

63 GURDASPUR 3011508702 GHS ANNEKOT

64 GURDASPUR 3011506602 GHS BOLEWAL

65 GURDASPUR 3010201702 GHS BHAMRI

66 GURDASPUR 3011503902 GHS PATTI TANDA

67 HOSHIARPUR 3050119202 GHS PANDORI ATTWAL

68 HOSHIARPUR 3050402802 GHS KALUWAHAR

69 HOSHIARPUR 3050403302 GHS KHANPUR

70 HOSHIARPUR 3050405802 GHS SOOS

71 HOSHIARPUR 3050101402 GHS BHANA

72 HOSHIARPUR 3050211002 GHS BISSO CHAK

73 HOSHIARPUR 3050215302 GHS PASSI KANDI

74 HOSHIARPUR 3050306003 GHS GARHI MUTTON

UPGRADE RMSA

75 HOSHIARPUR 3050314502 GHS ROR MAZARA

76 HOSHIARPUR 3050410702 GHS NANOWAL JATTAN

77 HOSHIARPUR 3050423302 GHS GOBINDPUR KHUN

KHUN

78 HOSHIARPUR 3050510302 GHS NANGAL SHAHIDAN

79 HOSHIARPUR 3050211502 GHS DADIAL

Page 59: PAU SPVP BID

60

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

80 HOSHIARPUR 3050505102 GHS MEHTIANA

81 HOSHIARPUR 3050703502 GHS KALEWAL BHAGTAN

82 HOSHIARPUR 3050705402 GHS MAILI

83 HOSHIARPUR 3050707502 GHS TUTO MAZARA

84 HOSHIARPUR 3050714602 GHS SARHALA KALAN

85 HOSHIARPUR 3050807002 GHS PURIKA UPGRADE

RMSA

86 HOSHIARPUR 3050904202 GHS AMROH

87 HOSHIARPUR 3050909102 GHS BHATER

88 HOSHIARPUR 3050907604 GHS RAJWAL

89 HOSHIARPUR 3051012802 GHS KANDHALA JATTAN

90 HOSHIARPUR 3050200202 GHS ALAMPUR

91 JALANDHAR 3041007301 GHS BOPARAI KHURD

92 JALANDHAR 3040503902 GHS CHAK VENDAL

93 JALANDHAR 3040504003 GHS CHANIAN

94 JALANDHAR 3040602702 GHS GANDHRAN

95 JALANDHAR 3040505302 GHS GOHIR

96 JALANDHAR 3040508602 GHS MALIAN KHURD

97 JALANDHAR 3040901202 GHS BHANDAL HIMMAT

98 JALANDHAR 3040902602 GHS CHUHEKI

99 JALANDHAR 3040803902 GHS HARI PUR

100 JALANDHAR 3040806002 GHS LANDHRA

101 JALANDHAR 3040600402 GHS BAGGA

102 JALANDHAR 3040600801 GHS BAOPUR

103 JALANDHAR 3040210702 GHS NIJJARAN

104 KAPURTHALA 3030202002 GHS BHANO LANGHA

105 KAPURTHALA 3030215402 GHS RAZA PUR

106 KAPURTHALA 3030100302 GHS DHAM BADSHAH PUR

Page 60: PAU SPVP BID

61

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

107 KAPURTHALA 3030204002 GHS DEWLAN WAL

108 KAPURTHALA 3030505802 GHS HAIBAT PUR

109 KAPURTHALA 3030521603 GHS THATTA NAWAN

110 KAPURTHALA 3030400402 GHS BAGHANA

111 KAPURTHALA 3030407904 GHS MEHTAN

112 KAPURTHALA 3030412802 GHS RIHANA JATAN

113 LUDHIANA 3090601302 GHS BHAGPUR

114 LUDHIANA 3090900202 GHS ANDLU

115 LUDHIANA 3090801502 GHS DHAIPAI

116 LUDHIANA 3090801702 GHS DHULKOT

117 LUDHIANA 3090801802 GHS DOLON KALAN

118 LUDHIANA 3090802002 GHS GHUNGHRANA

119 LUDHIANA 3091100402 GHS AMERGARH KALER

120 LUDHIANA 3090302902 GHS GUREH

121 LUDHIANA 3091200102 GHS ABUWAL

122 LUDHIANA 3090901002 GHS BURJ HAKIMA

123 LUDHIANA 3090302202 GHS CHONKIMAAN

124 LUDHIANA 3091201102 GHS HISSOWAL

125 MANSA 3150101301 GHS KHIVA KHURD

126 MANSA 3150203201 GHS GOBINDPURA

127 MANSA 3150203701 GHS HAKAMWALA

128 MANSA 3150205601 GHS MAGHANIA

129 MANSA 3150500302 GHS ADAMKE

130 MANSA 3150501905 GHS KAHNEWALA

131 MANSA 3150503201 GHS MANKHERA

132 MANSA 3150403001 GHS BURJ RATHI

133 MANSA 3150402301 GHS TAMKOT

134 MOGA 3100101702 GHS DHILWAN

135 MOGA 3100101202 GHS NATHO KE

Page 61: PAU SPVP BID

62

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

136 MOGA 3100202302 GHS CHUGHA KALAN

137 MOGA 3100212202 GHS NANAK SAR

MASITIAN

138 MOGA 3100305102 GHS KOTHE RAMPURA

PATTI M. W

139 MOGA 3100303602 GHS TAKHAN WADH

140 MOGA 3100401802 GHS BUKAN WALA

141 MOGA 3100501002 GHS KUSSA

142 MOGA 3100500502 GHS MALEANA

143 MOGA 3100503402 SHAHEED RISALDAR

HARCHAND SINGH

GOVT.HIGH SCHOOL ,

KHOTE

144 MUKTSAR 3120300303 GHS BADIAN

145 MUKTSAR 3120304802 GHS SAHIB CHAND

146 MUKTSAR 3120300904 GHS BUTTER SHARIN

UPGRADE RMSA

147 MUKTSAR 3120304502 GHS MANIAN WALA

148 MUKTSAR 3120404202 GHS PUNJAVA

149 MUKTSAR 3120403002 GHS SHERANWALA

150 MUKTSAR 3120201502 GHS GURUSAR JODHA

151 MUKTSAR 3120202202 GHS KHANE KI DHAB

152 MUKTSAR 3120104503 GHS JAWAHAREWALA

153 MUKTSAR 3120105302 GHS KOTLI DEWAN

154 MUKTSAR 3120106202 GHS MADAHAR KALAN

155 MUKTSAR 3120113002 GHS WARRING

156 PATHANKOT 3220400902 GHS CHAKKAR

157 PATHANKOT 3220404902 GHS SARTI

158 PATHANKOT 3221109602 GHS JHELLA AMADA

SHAKARGARH

159 PATHANKOT 3220902902 GHS FATEHGARH

160 PATHANKOT 3220904702 GHS GURRA KALAN

161 PATHANKOT 3221503302 GHS KANWAN

Page 62: PAU SPVP BID

63

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

162 PATHANKOT 3221506402 GHS SHERPUR GIDDERPUR

163 PATIALA 3170404002 GHS DANDRALA KHAROR

164 PATIALA 3170413702 GHS RANNO KALAN

165 PATIALA 3170203602 GHS FATEHPUR RAJPUTAN

166 PATIALA 3170804902 GHS KHERI FATTAN

167 PATIALA 3170507702 GHS RAKHRA NAWA

168 PATIALA 3170604202 GHS KARTARPUR

169 PATIALA 3170500802 GHS BARSAT

170 PATIALA 3170505602 GHS KHERI MUSALMANIA

171 PATIALA 3170507902 GHS RANBIRPURA

172 ROOPNAGAR 3070605202 GHS KALWAN

173 ROOPNAGAR 3070610802 GHS THANA

174 ROOPNAGAR 3070701902 GHS BALAMGARH ALIAS

MANDWARA

175 ROOPNAGAR 3070502602 GHS CHATAMALI

176 ROOPNAGAR 3070504102 GHS KALARAN

177 ROOPNAGAR 3070707802 GHS GHANAULA

178 ROOPNAGAR 3070710003 GHS MAJRI THEKEDARAN

179 ROOPNAGAR 3070601202 GHS BALEWAL

180 ROOPNAGAR 3070602402 GHS BHAOWAL

181 S.B.S. NAGAR 3060101802 GHS CHAKDANA

182 S.B.S. NAGAR 3060102302 GHS GARCHA

183 S.B.S. NAGAR 3060401702 GHS CHAHAR MAZARA

184 S.B.S. NAGAR 3060203702 GHS GARHI KANUNGOAN

Page 63: PAU SPVP BID

64

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

185 S.B.S. NAGAR 3060207702 GHS MEHATPUR

186 S.B.S. NAGAR 3060406502 GHS MIRPUR JATTAN

187 S.B.S. NAGAR 3060304202 GHS JHANDER KALAN

188 S.B.S. NAGAR 3060309202 GHS SARHALA RANUAN

189 S.B.S. NAGAR 3060103202 GHS JAGATPUR

190 S.B.S. NAGAR 3060104402 GHS LIDDER KALAN

191 S.B.S. NAGAR 3060501302 GHS CHAND PUR RURKI

192 S.B.S. NAGAR 3060501502 GHS CHHADAURI

193 S.B.S. NAGAR 3060505002 GHS RAKKARAN DHAHAN

194 SANGRUR 3160104902 GHS MOHALLA

AMARPURA

195 SANGRUR 3160712002 GHS SAROUD

196 SANGRUR 3161203202 GHS FALERA

197 SANGRUR 3161201402 GHS SATOJ

198 SANGRUR 3160902402 GHS TAKIPUR

199 SANGRUR 3161300302 GHS DHANDIAL

200 SANGRUR 3160605502 GHS SEKHUWAS

201 SANGRUR 3160706702 GHS NANGAL

202 SANGRUR 3160706202 GHS RAMPUR CHHANNA

203 SANGRUR 3160701002 GHS BHATIAN KALAN

204 SANGRUR 3160712302 GHS MANDIAN

205 SANGRUR 3160206502 GHS GULARI

206 SANGRUR 3160500902 GHS PALASAUR

207 SANGRUR 3160103502 GHS KHURD

208 SANGRUR 3161300802 GHS GHANAUR JATTAN

209 SAS NAGAR 3180106702 GHS JAULA KALAN

210 SAS NAGAR 3180201902 GHS BHAGU MAJRA

211 SAS NAGAR 3180303202 GHS FATWAN

Page 64: PAU SPVP BID

65

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

212 SAS NAGAR 3180305802 GHS KUBAHERI

213 TARN TARAN 3190601402 GHS BURJ PUHLA

214 TARN TARAN 3190202602 GHS KHAN CHHAPRI

215 TARN TARAN 3190300102 GHS AIMA KALAN

216 TARN TARAN 3190301502 GHS CHHINA BIDHI

CHAND

217 TARN TARAN 3190403403 GHS JALALABAD B

218 TARN TARAN 3190403404 GHS JALALABAD G

219 TARN TARAN 3190406902 GHS SARLI KALAN

220 TARN TARAN 3190407202 GHS TAKHATU CHAK

221 TARN TARAN 3190503002 GHS KOT MOHAMMAD

KHAN

222 TARN TARAN 3190504202 GHS RURE ASSAL

223 TARN TARAN 3190701302 GHS BHOJIAN

224 TARN TARAN 3190708102 GHS SHEIKH

225 TARN TARAN 3190105702 GHS SUGGA

226 TARN TARAN 3190704902 GHS LALU GHUMMAN

227 TARN TARAN 3190801602 GHS DUHAL KOHNA

228 TARN TARAN 3190802602 GHS KALIA SANKATRA

229 AMRITSAR DIET VERKA

230 BATHINDA DIET DEON

231 FATEHGARH

SAHIB

DIET FATEHGARH SAHIB

232 FEROZEPUR DIET FEROZEPUR

233 FARIDKOT DIET FARIDKOT

234 GURDASPUR DIET GURDASPUR

235 HOSHIARPUR DIET AJOWAL

236 JALANDHAR DIET RAMPUR LALLIAN

Page 65: PAU SPVP BID

66

C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter

Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx

237 KAPURTHALA DIET SHEIKHU PUR

238 LUDHIANA DIET JAGRAON

239 MANSA DIET BUDHLADA

240 SRI MUKTSAR

SAHIB

DIET BARKANDI

241 PATIALA DIET NABHA

242 SANGRUR DIET, SANGRUR

243 ROPAR DIET ROPAR