PAU SPVP BID
Transcript of 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
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
3
\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx
SECTION - I
1. INVITATION FOR BIDS
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
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.
6
\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx
SECTION II
2. INSTRUCTIONS TO BIDDERS
(ITB)
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
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
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 &
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
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.
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.
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.
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
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
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
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
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
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
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
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
22
\\192.168.10.2\nm\GOVT.BUIDING\School Plants (2225+109)\DNIT Schools 28.docx
SECTION III
3. SCHEDULE OF REQUIREMENTS
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
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
25
SECTION IV
4. TECHNICAL SPECIFICATIONS
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
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.
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.
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:
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
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
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.
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.
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.
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
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:
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
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.
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
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
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)
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:.......................................................
....................................................................
....................................................................
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.
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).
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 :
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
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
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:-
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.
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)
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
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 :
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,
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.
56
C:\Program Files (x86)\PDF Tools AG\3-Heights(TM) Document Converter
Service\Temp\98000fd23f51d679227d1f62b542682f5eb8afdb6a58b415e19c14795da63016.docx
ANNEXURE II
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
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
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
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
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
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
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
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
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
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