Sub: Queries raised by prospective bidder during …...Sub: Queries raised by prospective bidder...
Transcript of Sub: Queries raised by prospective bidder during …...Sub: Queries raised by prospective bidder...
Sub: Queries raised by prospective bidder during and after pre bid conference.
(A) Queries regarding Tender Document:
Clause No. Details of Clause Queries raised Comments
Page 1 Note-2
Non-transferable Bid documents containing detailed description of stores, required as also
other terms and conditions may be obtained from the office of the Director, Railway Stores (F), Ministry of Railways, Railway Board, Rail
Bhavan, Room No.342A, New Delhi-110001. The cost of the Bid document (IN CASH) is to be
deposited with the FA&CAO of any zonal Railway. The bid documents Tender document for Solar photo voltaic modules will be issued
only on production of the original receipt thereof. The bid documents except drawings and specification are also available on Indian
Railways’ website. The website address is www.indianrailways.gov.in/ railways/deptts/
stores/stores-tenders.htm. The same can be downloaded from the above website which shall be equally valid for participation in the tender.
Nevertheless, the bidder shall be required to pay the cost of bid documents specified above by
draft in favor of FA&CAO, Northern Railway, Baroda House, New Delhi-110001 (India) along with the offer.
There seems to be a contradiction on page 2 & 4
Clause modified suitably.
1.4 The Purchaser intends to pre-qualify and short-list suitable Bidders, evaluate the offer of Bidder
(the “Bidders”) and award the “Contract” through an open competitive bidding process in accordance with the procedure set out herein.
The successful bidder to whom “Contract”is
Clause 1.4 states that the contract will be awarded to
successful bidder. Kindly clarify that whether the 100% order value be awarded
to L1 bidder or the partial order
Bidders are to quote for all
locations of atleast one group. The offer for part
location of any
awarded has to supply, installation, commission, test, certify and maintain the Solar Voltaic Modules under warranty period and AMC period
along with providing requisite training.
will also be given to L2 and L3 bidders subject to them agreeing to match L1 price.
group will be rejected.
As per the discussions in the pre bid meeting it was
indicated that 100% qty. will be given to the L1 bidder. In this
regard as the quantities are large enough and also that this is a time bound project, we
suggest the order must be split amongst 3 bidders, to ensure having options with the
board/timely completion of project.
We request you to clarify the training requisite as mentioned
in clause 1.4 (introduction) of the tender schedule, whether it will be on site of factory
training and duration of training/man hours etc.
The word “along with providing
requisite training” deleted.
2.4.3.1 Offers should be submitted in triplicate envelope. Two inner envelopes, containing the “Technical Offer” and “Financial offer” shall
be sealed separately and marked Technical Offer FOR TENDER NO.--------------- and Financial
Offer FOR TENDER NO.- ---------. These inner envelopes should be placed in one outer …..
Triplicate envelopes are meant for two copies and one original or each envelop of triplicate
envelop shall have original copy-1 and copy-2
Clause has been suitably modified.
2.4.3.2 The Bidder shall seal the “original” and the two
copies of the Bid, together with their respective enclosures, in separate envelopes duly marking
the envelopes as “ORIGINAL” and “COPY- 1” and “COPY-2”.
Triplicate envelopes are meant
for two copies and one original or each envelop of triplicate
envelop shall have original copy-1 and copy-2
Clause has been
suitably modified.
2.7.2 PRICES The price must be stated in Indian Rupees only. Excise Duty, Sales Tax /VAT (State-wise), Service
Tax, Insurance, packing / forwarding / freight, AMC charges for each year should be shown
separately.
What about Customs Duty for the imported items.
This is indigenous tender thus variation in
custom duty is not payable.
2.12.1 The bidder must deposit an earnest money of 2%
of total value of offer up to the maximum of Rs. 10,00,000/-(Rupees Ten lakhs only) in the manner specified in para 2.13.2 below and
attach the same with the original offer of bid.. The EMD should remain valid for a period of 45 days beyond the final bid validity period i.e for
225 days . The earnest money will be returned without interest to the bidders, whose tenders
are not accepted. Tenders without earnest money are liable to be rejected.
What is the amount of EMD if
bidder will submit for only Group I or Group II.
Bidder has to pay
submit earnest money of Rs.10,00,000/-
irrespective of the groups quoted. Clause 2.12.1 has
been suitably modified
2.9.2 …Liquidated Damages and not by way of penalty, a sum equivalent to 2% ( two percent) of the price of delayed stores ( including elements of
taxes, duties freight etc.) which the contractor has failed to deliver within the period fixed for delivery in the contract or as extended for each
month or part of a month during which the delivery of such stores may
be in arrears where delivery thereof is accepted after expiry of the aforesaid period, subject to a maximum of ten percent of value of the delayed
supplies. For the purpose of “liquidated damages” the date of commissioning of solar photo voltaic will be considered as delivery
period.
Request for 0.5% per week and maximum up to 5%
No change is envisaged.
2.13 2.13 SECURITY DEPOSIT/ PERFORMANCE
GUARANTEE
As there are so many locations
under one group, the security
No change is
envisaged.
2.13.1: The successful bidder shall, as per clause 0500 of Indian Railway Standard Conditions of contract, deposit, a sum of equal to 10% of the
total value of the stores for which the tender has been accepted subject to a maximum of Rs.20,
00,000/- as security deposit for the due fulfillment of the contract before issue of contract.
deposit should be released in parts. Clarifications required from the customers.
2.16 PERFORMANCE STATEMENT Firms must fill in the enclosed performance
statement as Annexure-D-(i) & D-(ii). They should also submit a proforma for equipment and quality control as per Annexure-E.
They should also submit information regarding production Capacity as per Annexure-F.
Firm will provide the performance statement after
awarding the contract.
Not acceptable
2.19 PRICE PREFERENCE FOR EARLIER DELIVERY
It should be noted that if a contract is placed on a higher bidder as a result of this invitation to tender in preference to the lowest acceptable
offer in consideration of offer of earlier delivery, the contractor will be liable to pay to the Government the difference between the contract
rate and that of the lowest acceptable tender on the basis of the final price FOR Destination
including all elements of freight, Sales Tax, local taxes, duties and other incidentals in case of failure to complete supplies in terms of such
contract within the date of delivery specified in the tender and incorporated in the contract. This is in addition to and without prejudice to
other rights of the Government to recover all other losses and damages resulting from delayed
supplies and of cancellation and risk purchase
Firm will accept LD clause instead of price preference for
earlier delivery
Clause 2.19 of tender Price
preference for earlier delivery deleted.
in case of failure to supply the stores. In the event of risk purchase being made against such a contract, the contractor will be liable to pay to
the Government, as extra expenditure incurred, the difference between the rate quoted by the
lowest acceptable tender against the present tender and that at which the risk purchase contract has been concluded.
3.1(i) Description of Stores & quantity required
200 locations in Group II where 10 KWp systems are required
to be installed. Can these locations be spilt into sub groups based on Zonal
railways,
Not agreed as clarified against
clause 1.4 above.
3.1 Group-2
(i) page -14
Supply, Installation, Testing, Commissioning &
Maintenance of 10 KWp Solar photo Voltaic Modules battery backup and with energy
efficient light fittings
Need clarify on:
i) Rating of energy efficient light …..?
ii) Make and wattage ….? iii) No Detail of load backup
and duration…?
(Back up may vary because rural area having much power cut so site wise power
cut details required)
Light fitting are
not required
Load details are
mentioned in RDSO spec. no.
RDSO/2009/EM/ SPEC/0004 (Rev
1) 2012, clause 6.5.4
As informed during the meeting
that the group 2 is without any light fittings/fixtures as against
of narration of the subject tender. We assume the same as without fittings
3.1(ii) The Annual Maintenance Contract (AMC) for 5 years will be applicable 2 years during
warranty period and 3 years after expiry of the warranty period. The rates for AMC shall be
AMC may be waived off owing to the no. of sites and their
inaccessibility. Firm can provide proper training to
Not agreed
quoted separately by the bidders which will be considered for evaluation of bid offer.
railway personnel for the maintenance of SPV plant.
3.2 Delivery: Delivery & installation should be completed within 09 months from the award of the contract.
Please extend delivery period up to 12 months
Not agreed
As per para 3.2, DOC is mentioned as 9 months from
the award of the contract. We request you to review the date of completion for Group 2 as 15
months keeping in view the complexities involved at 200
stations under 24 Railway divisions.
Not agreed
3.3(i) The contractor shall provide 5 years AMC, 2 years during warranty period and 3 years after expiry of the warranty period.
Beyond warranty period of two years, please clarify that cost of the damaged equipment/
repair of the equipment will be born by Railways.
Standard terms of contracts will be followed.
3.3(iii) AMC agreement shall be entered with individual Zonal Railways as per the accepted rate in the bid.
Confirmation should be given beforehand only
AMC is mandatory & contract for AMC will be
issued by Zonal Railways. 3.3(iv) It is optional for the zonal Railways to enter for
Annual Maintenance Contract(AMC).
3.4 Quantity Variation Clause:
Purchaser reserves the right to vary the quantity mentioned in the “Schedule of Requirements” by plus/minus 30% during the currency of the
contract
It should be +/- 10%. Not agreed
4.0 SOR
Group 2
Supply, Installation, Testing, Commissioning &
Maintenance of 10 KWp Solar photo Voltaic Modules with battery backup and with energy efficient light fittings as per RDSO specification
i) Please clarify the scope of
supply of energy efficient light fittings. Whether we have to supply the light
Light fitting not
required.
solar panel of
No. RDSO/PE/SPEC/PS/0092- 2008 (Rev.0) Amendment ‘4’
fittings ? If we have to supply the light fittings please mention the
quantities an specification. ii) Please also clarify that
wiring and conduiting of lighting is not in the scope of bidder, for particularly 10
kwp off grid type battery back up solar system. We assume that our scope of
work would be from pv module to ACDB. Not
distribution of power to load. iii) Please mention the limit
of AC load to be connected
with 10 kwp solar system. As 10 Kw solar system
would not generate 10 kwp power, and battery bank also require solar power for
charging. So there should be clear cut defined capacity of battery bank and AC load
to be connected with solar power. Please note that this
load need separation from the main circuit.
capacity of 10 kWp are to be provided as per
RDSO/2009/EM/SPEC/0004-
(Rev.1)2012
As per SOR 4 the unit rate and total rate shall be quoted as per annexure-I
but point 3 of Annexure I states that the price rates to be quoted for supply,
Annexure-I modified suitably(To be
filled electronically only)
whereas the work is for supply, installation & commissioning, hence
modifications for said annexure is requested. The
performa for installation & commissioning is to be added for quoting rates for I
& C.
We understand that in
Group 2 the material to be supplied across 24 divisions which falls under 10 states,
the statutory documents like Way-bill/Road Permits etc.
will be provided by the concerns railway divisions/ Zonal railways.
Locations have
been redistributed in tender document to cater
lesser nos of divisions &
railways.
As discussed and confirmed by your good offices we
consider Group 2 schedule would be followed as per RDSO Specification no..
RDSO/PE/SPEC/PS/0092-2008 (Rev. ‘0’), Amdt. - 4
Kindly refer tender document.
As per the scope of work involves supply, installation,
testing and commissioning of SPV modules, we request you to clarify the issuance of
TDS and WCST certificates.
This tender is for supply of SPV
modules treated as supply contract not as a work
contract.
Explanatory
Note (b)
The warranty period of goods will start after
successfully commissioning of Solar photo Voltaic Modules at site
We understand that as per
explanatory note Para “b” the warranty period of 2
Accepted
years will commence after successful commissioning of the work at individual site
and not linked with commissioning of whole
sites of entire Railway zone/division,
Group 1 Table A and Group2
NPV factor 10 % per annum Why NPV factor 10% is applied? Would the price under column A cost/solar
pv module be constant or it may vary ? what is the basis of calculation
Payment will be made as per column ‘A’
cost/Solar PV modules. Bidder is of liberty to quote
same/different rates for different
years. However evaluation will be done as per
column “D”.
5.1 Elgibility criteria
5.1.1 (i) (i) The “Bidder” shall be an Indian manufacturer or a JV consortium having maximum two
members with one manufacturer who shall be lead member having experience as defined in Technical Capabilities
Bidder shall be any member of JV Consortium, i.e. bidder can
bid in the name of individual’s company’s name (any company’s name of the JV
consortium) and not in the name of JV Consortium.
Any member of JV Consortium can be the Lead Member.
Kindly refer tender document.
i) The EPC companies are also
capable of executing such projects and should be
allowed to participate in bidding, independently.
Kindly refer tender
document.
ii) Please delete… “lead member”…, in second line
Please clarify that in the event of the module manufacturer not willing to
become the lead member, can the other consortium
partner can become the lead member.
Kindly refer tender document.
5.1.1./5.1.1.
(ii)
Technical Capability:
The bidder shall possess experience as a manufacturer of Solar PV Cell/ Solar PV modules
for at least one year. b) The bidder shall have established after sales service in India.
c) The bidder must have at least three years experience of supplying installing,
commissioning of solar photovoltaic modules of- Single unit of 50 KWp or above in India with aggregate of capacity of such
panels supplied in any one of the preceding three years (Financial year 2012-13,2011-12 & 2010-11) in India shall be at least 750 KWp.
d) The total capacity of installed panel in any one of the preceding three years (Financial year
2012-13, 2011-12 & 2010-11) shall not be less than 1500 KWp.
e) The bidder must have technical capability for integrating total systems and at least successfully executed-
10 “system” each of at least 50 KWp capacity, during last one year (Financial year 2012-13).
One “system” will be considered as complete
Should we have to count total
of C (i) + d + e (i) for experience criteria ? for example 750 Kwp
+ 1500 Kwp + 100 Kwp or 750 kwp + 1500 kwp + 500 kwp. Please clarify.
(a) The bidder shall posses
experience as a manufacturer of solar PV cell/Solar PV modules for at
least three year, b) After sales and service point should be changed to Bidder
shall have O&M experience in India for last 2 years.
This clause may be amended without any number of system
Kindly refer tender
document.
independent system consisting of solar PV module, Power Condition Units, cabling & mounting arrangement etc.
f) The bidder shall submit proof of supply &
commissioning for the above information in the prescribed Performa enclosed at Annexure D(i). The proof for
(a) and (b) above shall also be submitted.
General Can we send the bid
through courier service instead of Registered Post
It is the
responsibility of the bidder that bid reaches before due
date & time.
5.1.1./5.1.1.
(ii)
e) The bidder must have technical capability for
integrating total systems and at least successfully executed-
5. 10 “system” each of at least 50 KWp capacity, during last one year (Financial
year 2012-13). One “system” will be considered
as complete independent system consisting of solar PV module, Power Condition Units, cabling & mounting arrangement etc
i) Please delete this clause.
ii) The clause restricts the competition and would
eliminate capable and front running solar EPC companies.
iii) Refex has already executed eight (8) solar PV projects, totaling to 45 MW, through
EPC contracts. Company has strong capabilities in
design, engineering, procurement, construction, erection, commissioning and
testing of solar PV plants.
Kindly refer tender
document.
5.1.1(ii) Bidder should be manufacturer of SPV Cell and
Solar PV module
This is Not agreed as being
cell and module manufacturer and matching your required experience in
installation will be unfair
Kindly refer
tender document.
condition and it will not allow majority to enter the bid.
5.1.1(ii) (a) The bidder shall possess experience as a manufacturer of Solar PV Cell/ Solar PV
modules for at least one year.
In eligibility criteria, during pre bid meeting stage
certain participants had shown reservations on
criteria of ‘experience as manufacturer of solar PV cell and solar PV module’
however it needs to be acknowledged that present JNNSM policy (Phase I ;
Batch II ) also make it mandatory to have
manufacturing capability in both cells and modules”
Kindly refer tender document.
We are leading EPC players, we are meeting all the other capabilities as mentioned in
the tender. We request you to kindly amend the clause.
Kindly refer tender document.
‘The bidder shall possess experience as a manufacturer of Solar PV Cell & Solar PV
modules for at least one year’. We request you not to amend
this clause and it should remain as in its present stage otherwise it will restrict the
competition and only handful manufacturer will be eligible to bid. Thereby giving scope for
bidding a very high price by a
Kindly refer tender document.
very few manufacturer of both. In fact the RDSO guidelines for approving manufacturers in
their panel is to be followed without changing/adding any
other clause to it, by restricting the other OEMs who manufacturers solar PV
modules this may lead to bias/tampering the eligibility conditions.
5.1.1(ii) c,d,e
c) The bidder must have at least three years experience of supplying installing,
commissioning of solar photovoltaic modules of- (i) Single unit of 50 KWp or above in India with
aggregate of capacity of such panels supplied in any one I preceding three years (Financial year 2012-13,2011-12 & 2010-
11) in India shall be at least 750 KWp. d) The total capacity of installed panel in any one of the preceding three years (Financial year
2012-13, 2011-12 & 2010-11) shall not be less than 1500 KWp.
e) The bidder must have technical capability for integrating total systems and at least successfully executed-
(i) 10 “system” each of at least 50 KWp capacity, during lastone year (Financial year 2012-13).
One “system” will be considered as complete independent system consisting of solar PV module, Power Condition Units, cabling &
mounting arrangement etc.
Please clarify that for the consortium bidding, the
combined supply and installation experience of both
consortium partners will be taken into account to meet the technical capability required in
the tender.
(e) This would favour only few suppliers/contractors and
would restrict the competition. Therefore, we request you to amend the technical
qualification criterion for clause no. 5.1.2 (ii), e (i) from
10 systems of 10 KWp to 10 systems of 5 KWp or a system integrator and supplier of 10
systems of 5 KWp.
Kindly refer tender document.
Combined supply and installation
experience of both consortium partners will be
taken into account
2 systems each of at least 50
KWp capacity during last one
Kindly refer
tender document.
year (Fiancial year 2012-13). One “system” will be considered as complete independent
system consisting of solar PV module, power condition units,
cabling and mounting arrangements etc.
5.1.1./5.1.2.(iii)
Financial Capacity: Average annual turnover capacity of the bidder shall be at least INR 75 crores
during the last three Financial Years at the close of the Financial Year before the bid due date. The average annual turnover of lead
member should be at least 50% of specified turnover of bidder i.e 75 crores. Audited
accounts of bidder shall be submitted alongwith the bid. Financial capacity details to be submitted as per Annexure D-(iii).
We financially capable to execute complete contract by overselves, so we request you
to consider the financial criteria of the Lead bidder only who is any one of consortium
member. Financial criteria should be turnover of atleast
500 crores.
Kindly refer tender document.
5.1 Eligibility criteria amendments i) Last 10 years experience should be considered
ii) Bidder should be MNRE channel partner with any rating.
iii) Bidder should be ISO 9001:2000 certified.
iv) Bidder should have work experience of solar project of atleast 10 kw in Indian
Railway during last 18 months.
v) Project experience in foreign
countries by partner company of module
manufacturer in India
Kindly refer tender document.
should be considered for work experience requirement.
vi) Bidder should have valid electrical contractor license.
vii) The manufacturer from whom Charge Controller/Inverter is
procured should have experience of supplying these for at least 2 years.
5.1.2(ii) (e)
(i)
e) The bidder must have technical capability for
integrating total systems and at least successfully executed-
(i) 10 “system” each of at least 10 KWp capacity, during lastone year (Financial year 2012-13). One “system” will be considered as complete
independent system consisting of solar PV module, Power Condition Units, cabling & mounting
arrangement etc.
5 “system” each of at least 10
KWp capacity, during last one year (Financial year 2012-13).
One “system” will be considered as complete independent system consisting of solar PV
module, Power condition Units cabling and mounting arrangements etc.
Kindly refer
tender document.
5.3 Payment Schedule : The payment shall be made by FA&CAO of the zonal Railway where solar photo
voltaic modules have been commissioned. The payment shall be made as under –
Payment for 1st unit of each type of Solar PV module will be made after prototype testing by RDSO at site.
(ii) For balance 100% payment after successful erection, testing and commissioning at site after certification of the consignee after submitting of
bank guarantee of 10% value of the stores supplied and commissioned towards warranty.
(iii) Payment of AMC charges will be made on six monthly basis.
Please advise break up of payment schedule. Payment should be there against supply
of material also.
Kindly refer tender document.
The payment shall be made by FA&CAO of the zonal Railway where solar photo voltaic modules have been commissioned.
Disbursement of payment shall be done via single window. This will help in easier flow of funds
and will minimize the delays caused by budget allocation to various zonal railways
No change is envisaged.
Suggestion on payment disbursement: Payment should
be disbursed from one location.
No change is envisaged
Payment term is stated 100%
after installation and commissioning. Considering
the large project size, kindly clarify if some advance payment can be released to
successful bidder,
No change is
envisaged
5.3 (ii) Payment Schedule : (ii) For balance 100% payment after successful erection, testing and commissioning at
site after certification of the consignee after submitting of bank guarantee of 10%
value of the stores supplied and commissioned towards warranty.
In solar EPC projects close to 80% of the project cost is equipment and as it is a
nascent industry in India, credit is not available from the
equipment manufacturers. We request you to kindly have either of the two alternatives:
i) 10% advance against Bank Guarantee, 70% against delivery of material on site
and 20% after erection. OR
ii) 80% payment against supply of material. Remaning 20% after
successful erection, testing and commissioning at site
after certification of the consignee, on submitting of bank guarantee of 10%
value of the stores supplied and commissioned towards warranty.
Kindly refer tender document
5.3 (ii) We request to amend the payment terms as follows:
Supply: 30% advance within 7 days from the date of NTP
against BG. 70% against dispatch document within 7 days .
Erection: 30% advance within 7 days from date of NTP against BG .
70% against Running bill.
Payment schedule may be
modified as: 10% interest free advance 80% against supply of materials at
site. 10% after successful installation and commissioning
10% advance on BG, 70% on supply and balance 10% on I &
C and remaining 10% on completion of warranty of 2
years
The payment terms should be linked with supply and
execution (installation, testing and commissioning) milestones
i.e. 90% against supplies and 10% against I& C, alongwith 100% I&C charges.
After supply- 60%, After I&C - 30% and balance
10% against BG.
5.8 Loading and unloading of heavy materials:
The contractor shall make his own arrangements for loading or unloading of all materials at his depot or at worksites. Railway may facilitate the
contractor whenever required.
Required permission/license to
be provided by the customers. For loading and unloading and store the material, inherence
free area to be provided within 50 m from installation location.
No change is
envisaged
Annexure- A (7.10)
Performa of bank guarantee for contract performance guarantee bond/ security deposit (Annexure- K)
Please provide Annexure K ( Generation Guarantee or system performance
No change is envisaged
Guarantee)
Annexure L
point (7)
We undertake to pay to the Government any
money so demanded notwithstanding any dispute or disputes raised by the Sellers in any suit or proceeding pending before any
Tender document for Solar photo voltaic modules 49 Court or Tribunal relating thereto our liability under this present being absolute and
unequivocal. We also undertake to pay to the Government any money so demanded against
the Purchaser’s claims in any other contracts placed on the said sellers. The payment so made by us under this bond
shall, be a valid discharge of our liability for payment thereunder and the Sellers shall
have no claim against us for making such payment.
Purchaser can claim only for
this contract not for any other contract.
No change is
envisaged
Annexure M Lead Partner According to this clause any
one member of consortium can become Lead Member and can
submit the bid his name. This is the favorable condition, we want to bid in compliance with
the same provision.
Kindly refer
tender document.
8 Validity Validity of the tender shall be
kept open for 90 days as PV market is volatile and dollar cost also affect the rates
majority, which is also volatile.
No change is
envisaged 8.1 We agree to keep our offer valid for acceptance for a period of 180 days from the date of the
opening of technical Bid and shall be bound by a communication of acceptance within the time.
Please clarify can the offer valid
period reduced up to 90 days (We would urgued the
No change is
envisaged
validation for 90 days as the PV market is volatile and dollar cost is fluctuates.
9.0 We have read and understood the terms of the Indian Railway Standard Conditions of contract
(latest revision) and also the terms of the invitation of tender and instructions to bidders
and undertake to supply the stores as per these terms. The deviations from the above terms and conditions are only those mentioned in relevant
annexures.
Terms of the Indian Railway Standard conditions of contract
(latest revision) –required for comply T&C.
Kindly refer tender document.
(B) Queries regarding Technical Specification:
Clause No. Details of Clause Queries raised Board’s comments
6.18 &
6.3.21
Maintenance System
The Array Yard should have permanent Water Line with Butterfly valve and rubber hose
so that cleaning can be done by during warranty period and later on by Railway personnel or
agency.
Referring to the pre bid meeting, the
cleaning of PV modules may be proposed once in 15 days of interval. Water availability and
other arrangements have to made by Railways at the respective PV installations.
Kindly refer tender document,
clause no. 3.3. which mention that “Firm to clean Solar PV modules once in 3 month. The
available water at stations/vicinity area shall be used.”
2 Scope
This specification provides the generic requirement for grid
connect solar photovoltaic (SPV) system capacities in the range 10 KWp to 100 KWp. The
user will specify the SPV system’s KWp capacity, duly considering the electrical load
and availability of space for installation of SPV modules. In
instances where none of the available Power conditioning unit (PCU) capacities exactly
match the purchaser specified KWp of SPV system, PCU of
next higher capacity should be supplied.
Please provide load list for grid
system with battery back up.
Please provide details of battery
back up hours and days of autonomy for off grid system
For grid connected system please provide total load of premises. To
be ensured that generated solar power shall be consumed in
premises only.
Whether energy export metering
is in the scope of work.
Please specify the output voltage
level of 10 kwp off grid system’s solar inverter, i.e. three phase or single phase.
Generally the lights/fans/UPS
load will be connected.
Kindly refer to clause 6.6 of
RDSO specification no. RDSO/2009/EM/
SPEC/0004(Rev 1) 2012
Grid connected system will
cater to part load of the existing building.
Energy export metering is not required for 10 & 100 KWp
system for required for 500 KWp system.
Kindly refer to clause 6.5.4
specification of RDSO no. RDSO/2009/EM/
SPEC/0004(Rev 1) 2012,
6.7.2 Data logger shall gather Apart from these pls let us know Only the parameters mentioned
information and monitor the performance of the inverter. It shall also support
measurements from the external sensors. Data Logger shall also
monitor the Solar Insolation and Temp of Array Yard. RDSO and the
concerned railway shall be afforded free of cost facility for viewing the system performance
data on the manufacturer’s or system integrator’s or railway’s
web portal for until the contractual warranty period of the system; arrangements
thereafter shall be as may be agreed between railway and the
firm.
any other part to be considered as a part of met station.
in the specification are to be measured.
6.8 Sizing of the SPV system
Sizing of the system should be decided on the basis of railway’s
electrical load requirement and the availability of space for installation of SPV system
The solar pv size is predefined in the tender document, How can we
justify the additional cost of extra system due to specific requirement
of station load and sizing of solar system would become higher than estimated?
Firm to supply solar PV system of required capacity i.e. 10 KWp,
100KWp & 500KWp as per specification & tender
document.
6.9.1 SPV Module Individual Solar PV Module
should be of minimum capacity 230 Wp conforming to IEC:61215 Ed 2 or latest –
Edition II, IEC : 61730 – I :2007, IEC : 61730 – II : 2007,
manufactured in a plant
i) Can PV module with capacity higher than 230 Wp be used or
not? ii) Imported modules are also IEC
certified and can also be tested
through MNRE. SO kindly allow us to supply imported module
cell.
i) Minimum capacity of PV module to be 230Wp .
ii) Imported modules not be
used.
iii) Arrangements for provision
of bird spikes on the
certified under ISO 9001 : 2008 and type tested by an accredited
national/international testing laboratory. The Solar PV
Module should be made from mono/poly crystalline Silicon Solar Cell connected in series.
Imported SPV module or cell will not be accepted, unless MNRE’s policy/ rules permit the
same. PV modules to be used in a highly corrosive atmosphere
(coastal areas, etc.) must qualify Salt Mist Corrosion Testing as per IEC 61701; this
compliance and certification will not be required, unless the
purchaser specifically asks for the same. Cut cells should not be used.
(see Annex C, item 2) Bird spike shall be provided so as to avoid bird sitting on the
solar modules at the highest point of the array/module
structure.
iii) Please provide sample
drawing/photograph for module
mounting structure with bird spikes.
modules available in market can be adopted.
6.9 Imported SPV module or cell will
not be accepted, unless MNRE’s policy/ rules permit the same.
Kindly clarify on the matter of
imported cell content
Please refer to clause 5.1 for
eligibility criteria. Further existing MNRE guidelines shall be fallowed.
6.9.10 The output of any supplied
module shall not be less than
BHEL will offer solar PV modules
with capacity of minimum 240 Wp.
Material to be supplied as per
RDSO specification. Minutes
the rated output and shall not exceed the rated power by more than 5Wp. Each module,
therefore, has to be tested and rating displayed.
The PV module power will be in the range from 240 W-255 W. The modules will be grouped together
inpower bands of 5 Wp (i.e. 240W-244.9W, 245 – 249.9 and = or
greater than 250 W). The modules to be connected in one string will be of similar output with +5 Wp
tolerance only to avoid array mismatch loss, as per clause 6.9.2 of RDSO specs.
details will be considered at design stage.
6.9.15 (x) Date & place of manufacture of SPV module
Year and place of manufacture of SPV module will be printed on the
sticker which shall be provided externally on the SPV Module.
Marking the year and place of manufacture with a sticker
provided externally is generally acceptable. The stickers used
should be of good quality which can withstand harsh weather conditions.
6.10.3 The array structure shall be made of hot dipped galvanized
MS angles of suitable size. Galvanization thickness shall be of min.
85μm. If the systems are installed in coastal/ corrosive
areas, the minimum galvanization thickness of array structure shall be
120μm. Unless the purchaser has specifically asked for 120 μm thickness, normally 85 μm
will be supplied (see Annex C item 3).
We would like to propose cold form steel sections for module mounting
structure & galvanizations for cold formed steel shall conform to IS:277. Please confirm. And if only
hot dipped to be used, can any other sections conforming to IS
2062 be used ? Please provide how many site
locations are in coastal/corrosive areas.
To be supplied as per RDSO specification clause with 85
micron thickness of galvanization at all the locations..
6.10.4 The foundation for module We would like to propose PCC RCC foundation shall be the
mounting structure shall be preferably 1:2:4 RCC construction or any other
combination based on the local site
condition requirement for which design details shall be submitted.
Pedestal foundation for mounting structure. Please confirm.
preferred option.
6.10.5 The support structure, design and foundation shall normally
be designed to withstand wind speed upto 150 kmph. In coastal/ high wind areas, the
support structure, design and foundation shall be designed to
withstand wind speed upto 200 kmph. If the purchaser does not specify anything to the
contrary, then 150 kmph wind withstanding capability shall be provided (Refer item 4 of
Annexure-C).
Please confirm the roof live load of all the buildings. Please provide us
autocad drawings for the roof layouts and also building structure layouts.
Please provide how many site
locations are in coastal/high wind areas.
Generally roof having adequate load strength will be selected.
Firms are required to design the
mounting structure for wind speed of 150 kmph at all
locations.
6.10.5/Anne
xure J
Module mounting structure For various locations as given
Annexure J of Bid document, we will design solar mounting structure
for wind zones as specified in IS: 875 code. Please confirm
Firms are required to design the
mounting structure for wind speed of 150 kmph at all
locations.
6.10.8 In general, bolt, nuts, shims and other hardware should be zinc plated. Fasteners visible to
the public shall generally be of stainless steel SS304. The generally applicable engineering
principle will be
In normal practice in solar industry, SS 304 grades bolts are used only in mounting modules to the
structure. Where as GI bolts of 5.6 grade will be used for other hardwares. Please confirm if we can
follow this trend.
RDSO clause has in-built flexibility and industry good practices will be
acceptable.
that fasteners shall be equal to or of greater corrosion resistance than the most
corrosion resistant metals being fastened.
6.10.9 (v) The Array Junction Box should preferably have maximum 08
input and 01 output with SPD and Terminal block.
String inverters will have more than 3 inputs, In this case the 8 in 1 out
combination will not suitable. Can junction boxes inputs and outputs shall be designed accordingly ?
Please confirm
The clause includes the word preferably". As such, a different
design can be accepted, if found suitable.
6.12.8 The PCU shall be capable of
complete automatic operation, including wake-up, synchronization and shut down.
Synchronization feature is
applicable for grid tied inverter only, not applicable for 10 kwp off grid system with battery back up.
Kindly refer to specification of
RDSO no. RDSO/2009/EM/ SPEC/0004(Rev 1) 2012
6.12.10 PCU shall be able to synchronize independently and
automatically/ phase-lock with POWER SUPPLY AUTHORITY grid power line
frequency to attain synchronization
The specification is applicable for grid tied inverter only, and not for
10 kwp off grid system with battery back up.
6.12 Power Conditioning Unit (PCU)
PCU shall supply the DC energy produced by array to DC bus for inverting to AC voltage using its
MPPT (Maximum Power Point Tracking) control to extract maximum energy from solar
array and produce 415V (+15% and -20%) AC, 3 phase, 50 ±
5% Hz (47.5 to 52.5 Hz) to synchronize with the local grid.
Please provide approved make of PCU Battery bank specifications.
Please provide battery bank specifications. Please also provide
approved make of battery bank.
Any PCU/ battery vendor who can comply the spec. will be
acceptable
The array output should be well within the input voltage range of the inverter so that the
inverter works in MPPT range for most of the solar insolation
range. This should be applicable for the whole life of the solar array and needs to be
substantiated through design calculations. PCU should be able to handle maximum open
circuit DC voltage of 1,000V.
6.12.12 Inverter shall be tested for
islanding protection performance.
The specification is applicable for
grid tied inverter only, and not for 10 kwp off grid system with battery
back up.
Kindly refer to specification of
RDSO no. RDSO/2009/EM/ SPEC/0004(Rev 1) 2012
6.12.13 Only isolated inverters shall be
grounded on DC side.
The specification is applicable for
Grid tied inverter only, and not for 10 KWp off grid system with battery back up.
Kindly refer to specification of
RDSO no. RDSO/2009/EM/ SPEC/0004(Rev 1) 2012
6.12.27 PCU can be a combination of multiple string (10 to 20 KWp
each) inverters depending on capacity of SPV.
These inverters contains DC Disconnectors, Fuses, Surge
protections. Please confirm when inverters are having safety features do it is mandatory to consider DC
junction boxes/distribution boxes.
Such issues are examined in detail at design approval stage.
6.15 (iii) The Solar Power should be
exported to the bus bar inside the ACDB through a LCD Energy Meter.
Please confirm, whether energy
meter need to be provided at outgoing feeder alone, where the ACDB is connected to the grid or
even in the incoming feeders as well, where each inverters is
connected to ACDB.
Energy meter(s) should be
provided for aggregate AC power Output.
6.15(v) The SPV system will help We have experience in LEED Green Not accepted.
Railways to obtain GRIHA/ ECBC certification for the buildings
building certification, one of the our green building project named Sabarmati gas limited in
Gandhinagar, Gujarat was certified as LEED Gold rating. We also have
expertise of solar installations as per NEC guidelines. We request you to add one clause – the bidder
should have experience of ‘Green building certification’
6.17 Prototype Testing
Please mention the name of inspection agency who will conduct the inspection of 10 Kwp off grid
type solar system with battery back up. Please mention the amount of
RDSO inspection fee. The type testing can be done at the manufacturer’s place only, so there
may be more than single inspection calls from outside for inspection of 1. PV module, 2. Solar inverter 3.
Junction boxes and 4. BOS, 5. Battery bank. During such
situation shall we have to submit inspection fees more than one time?
Type test will be witnessed by RDSO & there will be no charge for any inspection. The type
tests that are carried out at manufacturers' works shall
be witnessed by RDSO. In respect of tests got done by the firm at accredited laboratories,
test reports are generally acceptable. Given the large
quantity, at bulk inspection stage, multiple
inspection visits to manufacturers' works will be involved. The firm will not be
required to pay any inspection fee for railways contracts.
6.17.1 RDSO shall conduct prototype testing of Grid connect Solar Generating System of individual
capacity separately. For certain tests, the type testing authority
i.e. RDSO may choose to rely upon previous type test reports/conformance
certificates, as long as they pertain to similar design and are of comparable rating.
However, the manufacturer cannot demand this as a matter
of right.
BHEL modules are IEC certified and are manufactured in state of the art
ISO 9001 certified manufacturing facility. Prototype testing for ‘grid
connect solar generating system of
RDSO shall witness the tests on PV system and PCU, as are
carried out by the relevant Manufacturers at their works.
In respect of tests
individual capacity’ as per clause 6.17 may be waived of for BHEL. However, acceptance test of first
unit should not be a hold point of dispatches.
already got done by firms at accredited labs, generally test reports shall be accepted.
7.2 The SPV panel shall have a provision for angular
adjustment of the mounting structure to get maximum utilization of incident sunlight.
It shall be mounted facing south and tilted to an angle equal to the latitude (where
being used), for optimum performance.
Annexure-J gives the different locations for the solar photovoltaic
modules. So the mounting structure will be designed so that the panels will be tilted to an angle
equal to the latitude of the particular location. Pls. confirm.
It will be examined and finalised at design approval
stage.
Annexure B (3.0)
All PV modules supplied shall be accompanied with I-V curves
(tested in the manufacturing unit, clearly indicating the serial number, batch number,
date and country of origin).
BHEL will provide : i) A consolidated test report
(tabulated form) shall be provided with the following details. Module Sl. No. , Voc,
Isc, Vmp, Imp, Pmax. ii) RFID cum bar-code tag shall be
pasted on the back sheet
(outside) of the PV module. iii) RFID tag: As per JNNSM
guidelines,
Consolidate report with details of I-V curve shall be provided.
Kindly refer to specification no. 6.9.16 of
RDSO/PE/SPEC/PS/0092-2008(Rev0) Amdt5 &6.3.17 of RDSO/2009/EM/SPEC/0004
(rev1)2012 for RFID. Prevailing MNRE guidelines with regard to
RFID cum Bar-code shall be followed
Annexure B (4.0)
Environmental Testing: Following environmental test shall be conducted on offered
module or on module of similar design, for initial clearance of the offered
system.
BHEL SPV modules ae tested and certified for IEC 61215, IEC 61730 and IEC 61701. Hence we request
IR for waiving off Environmental Testing.
Not accepted.
Annexure B (1.7)
Junction box should have common terminals with suitable blocking diode to prevent
reverse current flow.
Module junction box will be provided with bypass diodes and aray junction box will be provided
with blocking diodes to prevent reverse current flow.
Such details will be examined and finalized during design approval stage.
General Need clarify whether: i) The total capacity equal to 100
KWp or output of 100 KW AC( We would suggest for string inverters also for GC systems.
Also it is recommended for optimization with suitable DC to AC capacity,
ii) Is shadow free area availability at remote site.(Railway stations
have more tree in rural areas) iii) Building roof details (Module
mounting structure can be of
standard one as per approval. But if any deviation need for any specific location then additional
cost provision should be there as per site specific need)
Module of 100Wp to be provided
as per specifications Generally, stations will have
required area. Standard structure mounting to
be provided based on need.
Annexure C Technical details to be furnished by the purchaser in
his tender
Please provide this
O&M to clarify.
Kindly refer document, “Annexure Technical”.
General
The specification Spec. no. RDSO/PE/SPEC/PS/0092-2008 (Rev. ‘0’), Amdt. - 4
The tender condition conditions does not match with the tender requirement of a battery based
system
Kindly refer to specification of RDSO no. RDSO/2009/EM/ SPEC/0004(Rev 1) 2012
Group 2(3)
page 16
RDSO specification No.
RDSO/PE/SPEC/PS/0092- 2008 (Rev.0) Amendment ‘4’
Is it need to avail the certifications
of all the proposed systems from RDSO?
RDSO shall witness the tests on
PV system and PCU, as are carried out by the relevant
(We would like to propose that individual components (Like PV module, inverter and battery) with
having IEC certifications would sufficient for implementation of the
PV system without any more need of RDSO specifications. Somehow certain test may take up at
manufacturing facility to validate the IEC standards of
Manufacturers at their works. In respect of tests already got done by firms at
accredited labs, generally test reports there of shall be
accepted.