+ All Categories
Home > Documents > Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas...

Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas...

Date post: 21-Jun-2020
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
200
Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and Selection of Contractors For Survey, Supply, Installation & Commissioning of Solar Photo Voltaic Water Pumping Systems for Drinking Water Purpose, etc. with 5 years warranty & Comprehensive Maintenance Contract (CMC) in accordance with MNRE norms at various locations in the State of Madhya Pradesh. RFP No. MPUVN/ Solar Pump/ 2020-21/ 18 Date: 05.05.2020 Issued by: Madhya Pradesh Urja Vikas Nigam Limited Urja Bhawan Link Road No. 2, Shivaji Nagar, Bhopal 462016 Telephone No.: +91-755-2553595, 2575670 Fax No: 91-755-2553122 Email: [email protected] Website: http://www.mprenewable.nic.in
Transcript
Page 1: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Madhya Pradesh Urja Vikas Nigam Limited

Invites

Request for Proposal (RFP)

For

standardization of rates and Selection of Contractors

For

Survey, Supply, Installation & Commissioning of Solar Photo Voltaic Water Pumping Systems

for Drinking Water Purpose, etc. with 5 years warranty & Comprehensive Maintenance

Contract (CMC) in accordance with MNRE norms

at

various locations in the State of Madhya Pradesh.

RFP No. MPUVN/ Solar Pump/ 2020-21/ 18 Date: 05.05.2020

Issued by:

Madhya Pradesh Urja Vikas Nigam Limited

Urja Bhawan Link Road No. 2, Shivaji Nagar, Bhopal – 462016

Telephone No.: +91-755-2553595, 2575670

Fax No: 91-755-2553122

Email: [email protected]

Website: http://www.mprenewable.nic.in

Page 2: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

2 | P a g e

TABLE OF CONTENTS

S. NO. PARTICULARS PAGE NO.

1. BID INFORMATION SHEET 7

2. DEFINITIONS & ABBREVIATIONS 10

3. INTERPRETATIONS: 15

4. SECTION-I (INTRODUCTION, BID DETAILS AND INSTRUCTIONS TO THE BIDDER) 16

5. SECTION-II (BID EVALUATION) 50

6. SECTION III (SCOPE OF WORK) 57

7. SECTION IV (TERMS AND CONDITION FOR PAYMENT) 64

8. SECTION V (CHECKLIST) 67

9. SECTION VI (TECHNICAL PARAMETERS) 69

10. SECTION VII (FINANCIAL BID) 73

11. ANNEXURE 1: COVERING LETTER 101

12. ANNEXURE 2: GENERAL PARTICULARS OF THE BIDDER 106

13. ANNEXURE 3: ACKNOWLEDGEMENT OF RFP DOCUMENT 107

14. ANNEXURE 4: FORMAT FOR BANK GUARANTEE FOR BID SECURITY 108

15. ANNEXURE 5: FORMAT FOR PERFORMANCE BANK GUARANTEE 110

16. ANNEXURE 6: CHECK LIST FOR PBG (C-PBG/ O-PBG) 113

17. ANNEXURE 7: POWER OF ATTORNEY 114

18. ANNEXURE 8: TECHNICAL ELIGIBILITY CRITERIA REQUIREMENT 117

Page 3: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

3 | P a g e

S. NO. PARTICULARS PAGE NO.

19. ANNEXURE 9: FINANCIAL ELIGIBILITY CRITERIA REQUIREMENT 120

20. ANNEXURE 10-A: CERTIFICATE OF RELATIONSHIP OF AFFILIATE WITH THE

BIDDER

122

21. ANNEXURE 10-B: UNDERTAKING FORM 123

22. ANNEXURE 11: UNDERTAKING FOR COMBINED O-PBG 125

23. ANNEXURE 12: FORMAT FOR AGREEMENT 126

24. ANNEXURE 13: SUMMARY TABLE FOR TEST REPORTS 128

25. ANNEXURE 14: FORMAT FOR UNDERTAKING BY EQUIPMENT SUPPLIER 130

26. ANNEXURE 15: UNDERTAKING FOR DEDUCTION 133

27. ANNEXURE 16: CERTIFICATE OF HALF YEARLY VISITS 134

28. ANNEXURE 17: DECLARATION 135

29. ANNEXURE 18: FORMAT FOR BANK GUARANTEE FOR MOBILISATION ADVANCE 137

30. ANNEXURE 19: TECHNICAL SPECIFICATIONS 140

31. ANNEXURE 20: TECHNICAL SPECIFICATIONS (APPLICABLE FOR CATEGORY A and

F)

152

32. ANNEXURE 21: ENGINEERING DRAWING AND SPECIFICATIONS FOR MS STEEL

RAISED STRUCTURES FOR RMPE WATER STORAGE TANKS

160

33. ANNEXURE 22: IS 12701: 1996 ROTATIONAL MOUIJDED POLYETHYLENE WATER

STORAGE TANKS SPECIFICATION

167

34. ANNEXURE 23: CONSORTIUM AGREEMENT 182

35. ANNEXURE 24: ATTENDEE INFORMATION FOR PRE-BID MEETING 186

Page 4: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

4 | P a g e

S. NO. PARTICULARS PAGE NO.

36. ANNEXURE 25: UNIVERSAL SOLAR PUMP CONTROLLER (USPC) – TECHNICAL

SPECIFICATIONS

188

37. ANNEXURE 26: POWER OF ATTORNEY IN FAVOUR OF LEAD MEMBER OF

CONSORTIUM

198

Page 5: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

5 | P a g e

NOTICE INVITING PROPOSALS

RFP No: MPUVN/ Solar Pump/ 2020-21/ 18 Date: 05/05/2020

Madhya Pradesh Urja Vikas Nigam Limited (MPUVNL) invites proposals from eligible bidders for

standardization of rates and selection of Contractors for Survey, Supply, Installation & Commissioning of

Solar Photovoltaic Pumping Systems of various capacities/heads, with or without handpump, for Drinking

Water Purpose etc. with provision for manual three times tracking in a day and remote monitoring of the

system along with 5 years warranty & Comprehensive Maintenance Contract (CMC) in accordance with

MNRE/ BIS/ IEC/ CE norms, in existing bores at various locations in state of Madhya Pradesh.

For the implementation of above-mentioned work, Bidder should submit the scanned copy of their bid

proposal along with non-refundable Bid Processing Fee and all requisite documents complete in all

respects on or before 28/05/2020 up to 03:30 PM on online portal https://www.mptenders.gov.in in

prescribed format. Bid proposals received without the prescribed Bid Processing Fee and Bid Security will

be rejected. In the event of any date indicated above is a declared Holiday, the next working day shall

become operative for the respective purpose mentioned herein. Technical Bid will be opened online by

MPUVN on 30/05/2020 at 11:30 AM.

Bid documents, which include eligibility criteria, technical specifications, various conditions of Agreement,

formats, etc., can be viewed from Nodal Agency’s website http:// www.mprenewable.nic.in and can be

downloaded from https://www.mptenders.gov.in for online submission.

It may be noted that the costs of preparing the proposal and of negotiating the contract are not

reimbursable as a direct cost of the proposal and MPUVN is not bound to accept any/ all of the proposals

submitted. All Successful Bidders are expected to commence the Work on the Time-schedule specified in

the work order as per the Scope of Work, General & Specific Terms and Conditions mentioned herein.

(Chief Engineer)

M.P. Urja Vikas Nigam Ltd., Bhopal

Mobile-9425008000

Email: [email protected]

Page 6: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

6 | P a g e

DISCLAIMER

1. Though adequate care has been taken while preparing the RFP document, the Bidder shall satisfy

themselves that the RFP is complete in all respects. Intimation of any discrepancy shall be given

to this office immediately. If no intimation is received from prospective Bidder on or before pre-

bid meeting date, it shall be considered that the RFP document is complete in all respects and has

been received by the Bidder.

2. Nodal Agency reserves the right to modify, amend or supplement RFP documents, including all

formats and annexure, at any time before Bid submission date. Interested and eligible Bidders are

advised to follow and keep track of Nodal Agency’s website for updated information. Nodal

Agency is not obligated to send/ communicate separate notifications for such notices/

amendments/ clarification etc. in the print media or individually. Nodal Agency shall not be

responsible and accountable for any consequences to any party.

3. While this RFP has been prepared in good faith, neither Nodal Agency nor their employees or

advisors make any representation or warranty, expressed or implied, or accept any responsibility

or liability, whatsoever, in respect of any statement or omissions herein, or the accuracy,

completeness or reliability of information and shall incur no liability under any law, statute, rules

or regulations as to the accuracy, reliability or completeness of this RFP, even if any loss or damage

is caused by any act or omission on their part.

4. The capitalized term or any other terms used in this RFP, unless as defined in RFP or repugnant to

the context, shall have the same meaning as assigned to them by the Electricity Act, 2003 or

Company Act, 1956/2013 or Indian Partnership Act, 1932 or Limited Liability Partnership Act, 2008

or Income Tax Act, 1961 and the rules or regulations framed under these Acts.

Page 7: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

7 | P a g e

a) BID INFORMATION SHEET

Document Description Standardization of rates and selection of Contractor for Survey, Supply,

Installation & Commissioning of Solar Photovoltaic Pumping systems of various

capacities/heads , with or without handpump attached, for drinking water

purposes with provision for three times manual tracking in a day and remote

monitoring of the System along with 5 years warranty & Comprehensive

Maintenance Contract (CMC) etc. in accordance with MNRE/BIS/IEC/CE norms,

in existing bores, in the state of MP.

Number of Pumps Total Number of Pumps – Approximate 10,000

Number of Rotational

Molded Polyethylene

(RMPE) Water Storage

Tanks with MS steel

raised structure

Total Number of Water storage tanks – Approximate 4,000

RFP No. & Date RFP No: MPUVN/ Solar Pump/ 2020-21/ 18 Dated: 05/05/2020

RFP Purchase Start

Date

08/05/2020 at 06:00 PM

RFP Purchase End Date 28/05/2020 up to 11:00 AM

Pre-bid Meeting A pre-bid meeting shall be held through video conferencing on 19/05/2020 at

03:00 PM. Interested bidders are requested to provide the details (email IDs and

Names of the attendees), as per Annexure -24, through e-mail to

[email protected] and [email protected] by at least 2 days before

the Pre-Bid Meeting.

The details are mentioned as clause 3.11 of this RFP.

Last date & Time of

Submission of Technical

and Financial Bid

submission (ONLINE)

28/05/2020 up to 3:30 PM

Last date & Time of The hard copies should reach Nodal Agency preferably within 15 days from the

Page 8: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

8 | P a g e

Submission of technical

bid (HARD copies)

online bid submission deadline. In case of speed post and courier, bidder shall

communicate the tracking details through e-mail at [email protected] and

[email protected]

Bid Opening (Technical) 30/05/2020 at 11:30 AM

Bid Opening (Financial) 03/06/2020 at 11:30 AM (For any modification in Date and time for Financial

bid opening shall be updated on our website. Bidders are advised to keep

tracking of the same).

Project commissioning

timelines

Contractor would be expected to commission works mentioned in Work

Order within four (4) months from date of issue of work order, extendable by

a maximum of 30 days at sole discretion of Managing Director, MPUVNL.

however, this period may further be extended at the sole discretion of MD,

MPUVNL under extreme conditions. Work specific timelines shall be defined in

respective work orders.

Bid Processing Fee

(non- refundable)

Bidder shall pay Bid processing fee of Rupees 25,000/- (Rupees Twenty Five

Thousand only) online through www.mptenders.gov.in portal via NET BANKING

and NEFT/RTGS.

By paying this fee, a Bidder shall be eligible to Bid for one or more Categories

under this RFP.

Additionally, Bidder shall pay E-tendering fees of requisite amount to the hosting

agency vide online through www.mptenders.gov.in along with their E -tendering

fees, for submission of a Bid which may be for participation in one or more

categories.

No exemption towards processing fees or E-tendering fees is allowed to any

other type of organizations/ SSI/ MSME/ START-UP, any Govt./ semi Govt./ PSUs.

Bid Security Interested Bidder shall furnish Bid Security of required amount as per the RFP The

Bid Security as indicated in Table 7, Clause 3.15 of RFP document, shall be in the

form of

Bank guarantee as per prescribed format

or

Deposit through RTGS transfer to the MPUVN’s bank account.

Page 9: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

9 | P a g e

No exemption towards Bid Security fees or E-tendering fees is allowed to any

other type of organizations/ SSI/MSME, any Govt./ semi Govt./ PSUs.

However, start-up(s) and MSMEs registered with NSIC shall be exempted

from Bid security fee.

Performance Bank

Guarantee (“PBG”)

Contractor shall be required to furnish a Contract Performance Bank Guarantee

(“C-PBG”) of value equivalent to 5% of work order value excluding taxes.

Contractor shall furnish Operational Performance Bank Guarantee (“O-PBG”) as

per clause 3.16.6, in the form and manner prescribed in this RFP.

Bank Account details

may be used for the

purpose of submission

of Bid Security, C-PBG

and OPBG (If required

in any format/Annexure

etc.)

1. Account Holder Name : M.P. URJA VIKAS NIGAM LTD.

2. Bank Name : ICICI BANK LTD.

3. Bank Branch address : SHIVAJI NAGAR, BHOPAL

4. Account No. : 656501700049

5. IFSC Code : ICIC0006565

6. MICR Code : 462229012

Update on this RFP Bidders are advised to keep tracking of changes/ updates/ corrigendum

regarding this RFP on http://www.mprenewable.nic.in OR

http://www.mptenders.gov.in

Address for

correspondence

Chief Engineer, MP Urja Vikas Nigam

“Urja Bhawan” Link Road No. 2,

Shivaji Nagar,

Bhopal – 462016

Page 10: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

10 | P a g e

b) DEFINITIONS & ABBREVIATIONS

In this “Bid / RFP Document” the following words and expression will have the meaning as herein defined

where the context so admits:

1. “Affiliate” shall mean a Company / Limited Liability Partnership (LLP) Firm/ Partnership Firm/ Sole

Proprietor that directly or indirectly

• controls, or

• is controlled by, or

• is under common control with

Any bank or financial institution shall not be considered as Affiliate;

2. “Agreement” shall mean the terms and condition agreed and signed between Contractor and Nodal

Agency i.e. MPUVNL;

3. “Awarded Capacity” shall means the total quantity of works awarded to the Contractor for

implementation of Project under this RFP;

4. “B.I.S” shall mean specifications of Bureau of Indian Standards (BIS);

5. “Bid” shall mean the Technical and Financial proposal submitted by the Bidder along with all

documents/ credentials/attachments annexure etc., in response to this RFP, in accordance with the

terms and conditions hereof;

6. “Bidder(s)” shall mean bidding Company/Limited Liability Partnership (LLP) firm/ Partnership Firm/

Sole Proprietor submitting the Bid. Any reference to the Bidder includes its successors, executors and

permitted assigns as the context may require;

7. “Bidding Consortium or Consortium” shall refer to a group of maximum three (3) bidding Company/

Limited Liability Partnership (LLP) firm/ Partnership Firm/ Sole Proprietor that has collectively made a

Bid, in response to RFP for the project (as per annexure – 23)

8. “Bid Deadline” shall mean the last date and time for submission of Bid in response to this RFP as

specified in Bid Information Sheet;

9. “Bid Security” shall mean Bid Security of desired value in the form of unconditional and irrevocable

bank guarantee (as per Annexure 4) /RTGS, in favour of MPUVNL, to be submitted along with the Bid

Page 11: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

11 | P a g e

by the Bidder;

10. “Chartered Accountant” shall mean a person practicing in India or a firm whereof all the partners

practicing in India as a Chartered Accountant(s) within the meaning of the Chartered Accountants Act,

1949;

11. “Commissioning” shall mean the situation where the installed solar pump operates successfully for a

period of 1 (one) hour along with remote monitoring system for data acquisition and monitoring

performance of Project(s). Such remote monitoring system should successfully communicate data to

MPUVNL as per clause 7.20. However, in areas where internet services are not available, the data

shall be made available through data logger;

12. “Company” shall mean a body incorporated in India under the Companies Act, 1956 or Companies

Act, 2013 including any amendment thereto;

13. “Competent Authority” shall mean Managing Director of MPUVNL, himself and/or a person or group

of persons nominated by him for the mentioned purpose herein;

14. “Contract” shall mean the Survey, Supply, Installation and Commissioning of Solar Photo Voltaic

AC/DC, Submersible water Pumping system for drinking water purposes along with 5 years warranty

& Comprehensive Maintenance Contract (CMC) in accordance with MNRE norms etc, to be installed

in existing bores, at various locations in the State of Madhya Pradesh.

For the Solar water pumping system, where the water storage tank with MS steel raised structure are

required, the contract shall also include the Supply, Installation and commissioning of water storage

tank with MS steel raised structure;

15. “Contractor” shall mean the Successful Bidder or Project Company who has accepted the LICA and

has signed the Agreement;

16. “Control” means ownership, directly or indirectly, of more than 50% of the voting shares or the power

to direct the management and policies by operation of law, contract or otherwise;

17. “Eligible Bidder(s)” shall mean the Bidder who, after evaluation of their Technical Bid as per Eligibility

Criteria, stand qualified for opening and evaluation of their Financial Bid;

18. “Eligibility Criteria” shall mean the Eligibility Criteria as set forth in this RFP;

19. “Financial Bid” shall mean online financial Bid, containing the Bidder’s quoted Price as per RFP format;

Page 12: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

12 | P a g e

20. “LICA” shall mean Letter Inviting Consent for Agreement;

21. “Lead Member” shall mean the member of Bidding Consortium which is designated as lead of the

Consortium by other member(s) to represent them as Bidder for this RFP;

22. “MNRE” shall mean Ministry of New and Renewable Energy, Government of India;

23. “Nodal Agency” shall mean the Madhya Pradesh Urja Vikas Nigam Limited, (MPUVNL) Bhopal;

24. “Normal Controller” shall mean a solar pump controller, which is not a Universal Solar Pump

Controller and is in compliance with prevalent MNRE specifications/BIS;

25. “Prudent Utility Practices” shall mean the practices, methods and standards that are generally

accepted nationally from time to time by electric utilities for the purpose of ensuring the safe, efficient

and economic design, construction, commissioning, operation and maintenance of power generation

equipment of the type specified in this RFP, as per requirements of Indian Law;

26. “Qualified Bidder(s)” shall mean, for given scope of work, the Eligible Bidder having quoted minimum

Financial Bid in a Category or Eligible Bidder matching minimum Financial Bid in a Category;

27. “Rate Validity Period” shall mean the period between date of signing of Agreement and up to

31/03/2022. The rates standardised after bidding process under this RFP shall be valid and applicable

for Contract(s) awarded on or before the Rate Validity Period;

28. “RFP” shall mean Request for Proposal (RFP)/Bid document/Tender document and shall include

formats and annexures in it;

29. “Service Center” shall mean a facility of the Bidder where servicing of the solar pumps and

associated equipment shall be carried out;

30. “Site” shall mean the area where it is proposed to install the solar pumping system;

31. “Start-up (s)” shall mean Madhya Pradesh based organizations registered with DPIIT (Department of

Promotion of Industry and Internal Trade, Govt. of India) and recognized for doing business in the

field of Solar Pumps. Such start-ups must have MP based GST registration.

32. “Statutory Auditor” shall mean the auditor of a Company appointed under the provisions of the

Companies Act, 1956 or Companies Act, 2013 or under the provisions of any other applicable

governing law;

33. “Successful Bidder(s)” shall mean the Qualified Bidder(s) selected by MPUVNL pursuant to this RFP

for implementation of Project as per the terms and condition of the RFP Documents, and to whom

Page 13: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

13 | P a g e

LICA has been issued;

34. “Universal Solar Pump Controller (USPC)” shall mean the controller supplied for installation of solar

pumping system which is be able to perform several other tasks related to water supply and other

needs of the end user, complying to MNRE specifications /BIS

35. “Work” shall mean any work entrusted to the Contractors as mentioned in the scope of work in this

RFP and Agreement.

Page 14: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

14 | P a g e

ABBREVIATIONS

BEE Bureau of Energy Efficiency

BG Bank Guarantee

BIS Bureau of Indian Standards

CA Chartered Accountant

CC Certificate of Conformity

CMC Comprehensive Maintenance Contract

CPBG Contract Performance Bank guarantee

EVA Ethylene Vinyl Acetate

FDR Fixed Deposit Receipt

GI Galvanized Iron

GST Goods and Service Tax

IEC International Electro technical Commission

IP Ingress Protection

JNNSM Jawaharlal Nehru National Solar Mission

LCD Liquid Crystal Display

LICA Letter Inviting Consent for Agreement

LLP Limited Liability Partnership

MNRE Ministry of New and Renewable Energy

MPPT Maximum Power Point Tracking

MPUVN Madhya Pradesh Urja Vikas Nigam Limited

NABL National Accreditation Board for Testing and Calibration Laboratories

O/M Operation & Maintenance

OPBG Operation Performance Bank Guarantee

PAN Permanent Account Number

PCU Power Conditioning Unit

RMS Remote Monitoring System

RFP Request for Proposal

SI System Integrator

SPV Solar Photovoltaic

Wp Watt Peak

Page 15: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

15 | P a g e

c) INTERPRETATIONS:

1. Words comprising the singular shall include the plural & vice versa

2. An applicable law shall be construed as reference to such applicable law including its amendments or

re-enactments from time to time.

3. A time of day shall save as otherwise provided in any agreement or document be construed as a

reference to Indian Standard Time.

4. Different parts of this contract are to be taken as mutually explanatory and supplementary to each

other and if there is any differentiation between or among the parts of this contract, they shall be

interpreted in a harmonious manner so as to give effect to each part.

5. The table of contents and any headings or subheadings in the contract has been inserted for case of

reference only & shall not affect the interpretation of this agreement.

Page 16: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

16 | P a g e

SECTION-I

INTRODUCTION, BID DETAILS AND INSTRUCTIONS TO THE BIDDER

1. INTRODUCTION:

1.1. Request for Proposal for inviting Proposals for Standardization of rates and selection of

Contractor for Survey, Supply, Installation & Commissioning of

A. Solar Photo Voltaic, DC/AC, Submersible water Pumping Systems (with or without

handpump) for Drinking Water Purpose, etc. with provision for three times manual

tracking in a day and remote monitoring of the systems along with 5 years warranty &

Comprehensive Maintenance Contract (CMC) etc. in accordance with MNRE/ BIS/ IEC/

CE norms, in existing bores, at different sites/ villages located anywhere in Madhya

Pradesh.

B. Water storage RMPE tanks with MS steel raised structure in accordance with BIS norms.

The detailed RFP document can be viewed on www.mprenewable.nic.in and purchased &

downloaded from the web-site www.mptenders.gov.in .

1.2. The Bidder is advised to read carefully all instructions and conditions of this RFP and understand

the scope of work fully. All information and documents required as per the RFP must be

furnished with bid. MPUVNL reserves the right to seek clarifications on submitted bids. Failure

to provide the information and/or documents as required shall render the Bid(s) unacceptable

for further evaluation and may lead to rejection of the bid(s). All bidder qualifying technical

stage shall be treated at par. Financial bid of bidder qualifying at technical stage shall only be

opened.

1.3. Bidder shall be deemed to have examined the RFP, to have obtained information in all matters

whatsoever, that might affect the carrying out of the works in line with the scope of work

specified in the RFP at the bid price and to have satisfied himself of the sufficiency of his bid.

The Bidder shall be deemed to know scope, nature and magnitude of the works, and

requirement of materials, equipment, tools and labour involved, wage structures and as to what

all works Successful Bidder shall have to complete in accordance with the RFP, irrespective of

any defects, omissions or errors that may be found in RFP.

2. BID DETAILS:

Page 17: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

17 | P a g e

2.1. RFP is invited in a three-envelope system, i.e., Envelope “A” – containing Summary of

Participation & Bid Security, Envelope “B” containing Technical proposal and Envelope “C”

Financial Bid. All three envelops required to be submitted online only. However, bidder has to

submit the physical (hard copy) document to MPUVN preferably within 15 days from the bid

submission deadline. The rates once accepted shall be valid up to the Rate Validity Period.

2.2. Bidder shall be required to bid in different categories mentioned in table below:

Table 1: Handpump attached Solar Pump with normal controller

Category

Pump

capacity

(HP)

Type

Minimum

capacity of

PV array

(Wp)

*Total

Estimated

Quantity

(Nos.)

Type

Model as per MNRE

specified Solar PV Water

Pumping Systems

A 1.0 Submersible 900 5000 DC Model III, IV, V

(as per annexure 20)

B 1.0 Submersible 1200 500 DC Model I

(as per annexure 19)

C 2.0 Submersible 1800 350 DC Model II

(as per annexure 19)

D 3.0 Submersible 3000 270 DC Model III, IV, V`

(as per annexure 19)

E 5.0 Submersible 4800 500 DC Models VI, VII, VIII

(as per annexure 19)

*The estimated quantities mentioned in this tender are indicative and can increase/ decrease by 75%.

Table 2: Solar pump without Handpump with Normal Controller

Category

Pump

capacity

(HP)

Type

Minimum

capacity of

PV array

(Wp)

*Total

Estimated

Quantity

(Nos.)

Type

Model as per MNRE

specified Solar PV Water

Pumping Systems

F 1.0 Submersible 900 1000 DC Model III, IV, V

(as per annexure 20)

Page 18: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

18 | P a g e

Category

Pump

capacity

(HP)

Type

Minimum

capacity of

PV array

(Wp)

*Total

Estimated

Quantity

(Nos.)

Type

Model as per MNRE

specified Solar PV Water

Pumping Systems

G 1.0 Submersible 1200 100 DC Model I

(as per annexure 19)

H 2.0 Submersible 1800 350 DC Model II

(as per annexure 19)

I 3.0 Submersible 3000 280 DC Model III, IV, V`

(as per annexure 19)

J 5.0 Submersible 4800 650 DC Models VI, VII, VIII

(as per annexure 19)

K 7.5 Submersible 6750 95 DC Model IX, X & XI

(as per annexure 19)

L 7.5 Submersible 6750 125 AC Model IX, X & XI

(as per annexure 19)

M 10 Submersible 9000 230 DC Model XII, XIII & XIV

(as per annexure 19)

N 10 Submersible 9000 240 AC Model XII, XIII & XIV

(as per annexure 19)

*The estimated quantities mentioned in this tender are indicative and can increase/ decrease by 75%.

Table 3: Solar Pump without Handpump along with Universal Solar Pump controller

Category

Pump

capacity

(HP)

Type

Minimum

capacity of

PV array

(Wp)

Type

*Total Estimated

Quantity

(Nos.)

Model as per MNRE specified

Solar PV Water Pumping

Systems mentioned in

Annexure 19

O 3.0 Submersible 3000 DC 100 Model III, IV, V`

P 5.0 Submersible 4800 DC 100 Models VI, VII, VIII

Q 7.5 Submersible 6750 DC 30 Model IX, X & XI

R 7.5 Submersible 6750 AC 25 Model IX, X & XI

S 10 Submersible 9000 DC 30 Model XII, XIII & XIV

Page 19: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

19 | P a g e

Category

Pump

capacity

(HP)

Type

Minimum

capacity of

PV array

(Wp)

Type

*Total Estimated

Quantity

(Nos.)

Model as per MNRE specified

Solar PV Water Pumping

Systems mentioned in

Annexure 19

T 10 Submersible 9000 AC 25 Model XII, XIII & XIV

*The estimated quantities mentioned in this tender are indicative and can increase/ decrease by 75%.

Table 4: RMPE Rotational Moulded Polyethylene (RMPE) Tank as per IS 12701:1996 Category

Category Height of

Structure

(in Meters)

RMPERMPE Water

Storage Tank capacity

(in Liters)

*Total Estimated

quantity

(Nos.)

Specifications for

structures

U 3 5,000 800 For Structures -As

per Annexure 21

For Tanks -As per

Annexure 22

V 4.5 5,000 800

W 6 5,000 700

X 6 10,000 500

Y 9 5,000 700

Z 9 10,000 500

*The estimated quantities mentioned in this tender are indicative and can increase/ decrease by 75%.

2.3. RFP documents can be downloaded and purchased online from http://www.mptenders.gov.in.

For further information, Bidders are requested to contact Chief Engineer, M.P. Urja Vikas Nigam

Ltd., Bhopal.

2.4. Key Dates:

Sr.

No.

MPUVN Stage Date Time

1 Purchase of RFP start 08/05/2020 06:00 PM

2 Pre-bid meeting date & time 19/05/2020 03:00 PM

3 Purchase of RFP End Date 28/05/2020 11:00 AM

4 Online Proposal (Technical and Financial)

Submission End Date

28/05/2020 03:30 PM

6 Envelope- A & B: Technical Bid online

Opening Date

30/05/2020 11:30 AM

Page 20: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

20 | P a g e

Sr.

No.

MPUVN Stage Date Time

7 Financial Bid –online: Opening Date 03/06/2020 11:30 AM

3. INSTRUCTIONS TO THE BIDDER:

3.1. A Bidder shall not have a conflict of interest. Bidder(s) shall be disqualified in the Category(ies)

where it has conflict of interest. In a particular Category, the Bidder may be considered to have

conflict of interest with one or more parties in this bidding process, if:

a) A Bidder submits more than one Bid in the bidding process in the same Category, either

individually or as a part of a consortium, including bid submitted as authorised

representative on behalf of one or more Bidder(s).

b) They have a relationship with each other, directly or through common third parties, that

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

another Bidder in the same Category or influence the decisions of MPUVNL regarding

this bidding process. For purpose of this clause, relationship shall mean direct or indirect

ownership of 26% or more equity.

3.2. For carrying out the maintenance service during the warranty & CMC effectively, the Contractor

shall establish at least one local service center at each district where number of works

commissioned by Contractor are more than or equal to one hundred (100). The Bidder will

maintain the records of maintenance / half yearly visits in the enclosed format (Annexure 16).

As the maintenance facility is to be provided in the warranty of CMC, hence no additional

payment will be made by MPUVN for maintaining the above inventory at the service center.

3.3. Instructions to the bidders on e-Tendring:

a) For participation in e-tendering module, it is mandatory for Bidders to enrol on the e-

Procurement module of the MP Tenders Portal (URL: https://mptenders.gov.in/) by clicking

on the link “Online bidder Enrolment” on the MP TENDERS Portal. Cost of Enrolment and

renewal, if any, shall be borne by the bidder.

b) As part of the enrolment process, the bidders will be required to choose a unique username

and assign a password for their accounts.

c) Bidders are advised to register their valid email address and mobile numbers as part of the

Page 21: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

21 | P a g e

registration process. These would be used for any communication from the MP Tenders

Portal.

d) Upon enrolment, the bidders will be required to register their valid Digital Signature

Certificate (Class III Certificates with signing key usage) issued by any Certifying Authority

recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.

e) Only one valid DSC should be registered by a bidder. Please note that the bidders are

responsible to ensure that they do not lend their DSC’s to others which may lead to misuse

f) Bidder then logs in to the site through the secured log-in by entering their user ID /

password and the password of the DSC / e-Token.

g) For further information regarding issue of Digital Signature Certificate, the Bidders are

requested to visit website. Please note that it may take up to 3 to 5 working days for issue

of Digital Signature Certificate. Nodal Agency will not be responsible for delay in issue of

Digital Signature Certificate.

h) Tender documents can be downloaded from website free of cost. Bidders need to submit

the Bid Processing Fee at the time of online submission of the bid.

i) Service and gateway charges shall be borne by the Bidders.

j) The Browser should be Java enabled. Java Runtime Environment (JRE) should be installed

in the client system. This can be downloaded from the download links of the eProcurement

System.

k) If Bidder is participating for the first time in e- tendering, then it is advised to fulfil all

formalities, such as registration, obtaining Digital Signature Certificate, etc. well in advance.

l) Bidders are requested to regularly visit our e-tendering website for any clarification and /

or extension of due date.

m) Department shall not be responsible in any way for delay /difficulties /inaccessibility of the

downloading facility from the website for any reason whatever.

n) Whosoever on behalf of the Bidder is submitting the tender by his Digital Signature

Certificate, shall invariably upload the scanned copy of the authority letter, as well as

submit the copy of the same in physical form with the offer of particular Bid.

o) On the online MP Tenders portal, bidders including start-ups and MSMEs registered with

NSIC should opt for exemption of payment of Bid Security. In such cases, appropriate proof

shall be uploaded while opting for exemption on the portal i.e. DPIIT recognition

certification for start-up and NSIC registration certificate for MSME. However, bidders

other than start-ups and NSIC registered MSMEs shall be required to upload the scanned

copy of Bank Guarantee or proof of payment through RTGS of the required values.

Page 22: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

22 | P a g e

3.4. RFP can be viewed from Nodal Agency’s website http://www.mprenewable.nic.in

And

RFP document can be downloaded and purchased online from http://www.mptenders.gov.in

3.5. The Bidders shall have to submit their financial bid and other required relevant documents/

certificates, if any, online only (duly encrypted bids) as per time schedule (Key dates).

3.6. MPUVNL shall have full rights to accept or reject any or all the proposals, in part or full, without

assigning any reason thereof.

3.7. MPUVNL shall purchase systems /materials as per requirement. Even if MPUVNL does not

purchase any of the articles or purchases less than the quantity communicated in the RFP, the

Bidder shall not be entitled to claim any compensation / damage.

3.8. ELIGIBILITY CRITERIA:

3.8.1. GENERAL

a) The Bidder or member(s) of consortium should be a body incorporated in India under

the Companies Act, 1956 or 2013 including any amendment thereto or a Partnership

Firm having executed partnership deed and registered 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. A copy of certificate of incorporation, partnership deed or

LLPF/ Sole Proprietor registration, as applicable and relevant, shall be furnished along

with the bid in support of the above.

b) The Members of the Consortium shall nominate the Lead Member. Such nomination shall

be supported by a power of attorney signed by all the Members of Consortium (and duly

acknowledged by the Lead Member) and shall substantially be in the form set out

annexure 7.

c) The Lead Member shall have the authority to represent all the Members of the

Consortium during the Bid Process.

d) In a situation, where a consortium that is selected as a Successful Bidder, decides not to

form a project company, the Lead Member would be responsible for all the

correspondence and documentation. Moreover, all the Work Orders under this tender

Page 23: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

23 | P a g e

shall be issued in the name of the Lead Member.

e) Bidder must meet Eligibility Criteria either independently or as consortium of maximum

three members comprising of Companies or Sole Proprietor or Limited Liability

Partnership Firms or Partnership Firms or any combination of these. In case Bidder is a

Consortium, a consortium agreement as per Annexure-23 shall be required to be

furnished along with the Bid.

f) Bidder having been blacklisted by MPUVNL or by any Govt./PSU, for whatever reasons,

shall not be eligible/ allowed to participate in this RFP.

g) Test Certificate should have been issued in accordance with MNRE specification of solar

water pumping system as attached in Annexure-19 & Annexure-20 and testing

procedure for stand-alone solar PV water pumping system issued by MNRE dated 17 th

July 2019. Test certificate for Universal Solar Pump Controller shall be in accordance to

testing procedure for USPC issued by MNRE dated 17th July 2019. Test certificate for

RMPE water storage tanks shall be in accordance with IS 12701:1996. Generally, the

same make of solar panels, pumps, inverter/controller and RMPE water storage tanks,

for which the test report is submitted in the Bid, should be supplied by the Contractor.

However, subject to the approval of MPUVN, the Contractors may be allowed to use the

other brand of solar PV modules, Water Pump & Controller in the approved solar pump

system, provided the test lab certifies that other brand of solar PV modules, Water Pump

& Controller are of same capacity (wattage) with parameters and characteristics not

inferior to the already tested equipment’s. Bidder has to furnish an undertaking by

equipment supplier in the format attached as Annexure-14.

h) The Bidder should have valid GST registration certificate in the state of MP; a copy of

which should be enclosed. However, if the Bidder is not having the above registration in

the state of MP, then it shall have to submit an undertaking confirming its submission

before the issue of LICA, in the event of it being a Qualified Bidder. It is further clarified

that any payment to the Contractor shall be made only on submission of all statutory

document(s) (GST) relating to the state of MP, as applicable, in this regard.

3.8.2. TECHNICAL ELIGIBILITY CRITERIA:

a) For Categories A to T:

Bidders should have experience in manufacture/ supply/ Integration (contracts

Page 24: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

24 | P a g e

executed, completed and handed over) for MNRE/ Government supported schemes/

programmes, (including projects executed by channel partners availing MNRE support)

or any Government organization/ Agency/ State Nodal Agency/ PSU/ Distribution

Companies (DISCOM) in India. For meeting technical eligibility criteria, following

conditions shall be met:-

1) The Bidder should have either:

Cumulative Experience of at least 1 MWp in last 3 years, i.e. FY 2016-17, 2017-18,

2018-19, in executing contracts of on/off-Grid solar photovoltaic systems/power

plants (installed & commissioned, including the systems installed for solar water

pumping applications).

OR

Experience of last 3 years, i.e. FY 2016-17, 2017-18, 2018-19, in manufacture and

supply of Solar Motor-pump sets/solar pump controller/inverter/ SPV modules

(Tested & certified by MNRE accredited lab).

2) Further, Bidder should have installed & commissioned minimum number of pumps

as mentioned in Table -5 of solar photovoltaic based water pumping systems of any

size, on or before date of submission of Bid. However, Bidder placing Bid for more

than one Categories has to fulfill the highest criteria for prior experience of the

relevant categories.

Table 5: Prior Experience

Categories Prior Experience

(No. of Pumps)

Categories Prior Experience

(No. of Pumps)

A 1500 K 30

B 150 L 40

C 105 M 70

D 80 N 70

E 150 O 30

F 300 P 30

G 30 Q 10

H 105 R 10

Page 25: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

25 | P a g e

I 85 S 10

J 200 T 10

b) For categories U to Z:

For meeting technical eligibility criteria, the Bidder should have either:

Experience of last 3 years, i.e., FY 2016-17, 2017-18, 2018-19, in executing contracts of

on/off-Grid solar photovoltaic systems/power plants (installed & commissioned,

including the systems installed for solar water pumping applications).

OR

Experience of last 3 years, i.e., FY 2016-17, 2017-18, 2018-19, in manufacture and supply

of Solar Motor-pump sets/solar pump controller/inverter/ SPV modules (Tested &

certified by MNRE accredited lab).

OR

Experience of last 3 years in manufacture and/or supply of RMPE water storage Tanks

(Tested & certified by BIS accredited lab).

OR

Experience in last 3 years in Design, supply, installation, commissioning and testing of

RMPE tanks with mounting structures in drinking water projects for Public Health

Engineering Department (PHE)

Notes:

A. All the projects shown to meet eligibility criteria should have been commissioned prior to

Technical Bid submission date. The list of projects commissioned prior to Technical Bid opening

date, along with a copy of the commissioning certificate and work order/contract/agreement

from the Client/Owner/SNA, shall be submitted.

B. In case of Consortium/JV, technical criteria shall be met by any one (1) member from the

consortium/JV.

C. The credentials of Affiliate of Bidder shall not be considered for qualification against Technical

Eligibility Criteria.

Page 26: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

26 | P a g e

D. Authorisation letter/Agreement (mentioning tender number) from Pump and Panel

manufacturer should be submitted along with tender documents.

3.8.3. FINANCIAL ELIGIBILITY CRITERIA:

a) Bidder can use the financial strength of its Affiliate to fulfil the Financial Eligibility Criteria

mentioned in RFP, subject to condition that such Affiliate is not blacklisted by MPUVNL or by

any Govt./PSU, for whatever reasons. In case of consortium, the members may jointly fulfil the

financial eligibility criteria.

b) In case Bidder or any member of consortium opts to refer its Affiliate to meet the Financial

Eligibility criteria, then the Affiliate shall remain in control of the Bidder or control the bidder or

remain under common control with the Bidder from the date of bid submission till the period

of 1 year from the date of Commissioning of awarded capacity, without prior written approval

of Nodal Agency. Further, Affiliate of Bidder shall furnish information as sought in Annexure 9,

Annexure 10(A) and Annexure 10(B).

c) Minimum Average Annual Turnover during the last three (3) financial years, i.e., FY2016-17,

2017-18, FY 2018-19 should be – as per table 6 below. Certified copies of the annual returns

submitted to the ‘Registrar of companies’ (R.O.C.) should be enclosed.

Table – 6: Average Annual Turnover

Categories

Average Annual

Turnover

(Crores))

Categories

Average Annual

Turnover

(Crores))

A 7 N 5

B 2 O 1

C 2 P 2

D 2 Q 0.60

E 4 R 0.50

F 3 S 0.70

G 0.5 T 0.60

H 2 U 1.40

I 2 VU 1.30

J 5 W 1.80

Page 27: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

27 | P a g e

All requisite documents, such as balance sheet, P&L account, schedules etc., duly certified

by a Chartered Accountant (CA)/ Statutory Auditor (as applicable), in support of meeting the

financial eligibility criteria shall be required to be submitted.

d) However, Bidder placing Bid for more than one Categories has to fulfill the aggregate

criteria for Annual Turnover of the relevant categories.

e) For proprietary/partnership Companies, copies of Income Tax returns with full details of

turnover should be enclosed. A summarized sheet of turnover certified by registered CA should

also be enclosed

f) For the purposes of meeting financial requirements, only unconsolidated audited annual

accounts shall be used. However, audited consolidated annual accounts of the Bidder may be

used for the purpose of financial requirements, provided the Bidder has at least fifty one percent

(51%) equity in each company whose accounts are merged in the audited consolidated

accounts.

g) Bidder shall furnish documentary evidence as per the Annexure 9 Financial Eligibility Criteria

Requirement duly certified by Authorized Signatory and the Statutory Auditor / Practicing

Chartered Accountant of the Bidder in support of their financial capability.

h) Participants shall have to give a declaration (Annexure-17) to the effect that they fulfil the terms

and conditions of eligibility. If the declaration to above effect were found to be false, the

eligibility would be considered null and void.

3.8.4 START-UP –

The Nodal Agency, MPUVNL has decided to promote MP based entrepreneurs/startups as per

State Government’s policy for promotion of entrepreneurs/startups. These entities should have

DPIIT (Department of Promotion of Industry and Internal Trade, Govt. of India) recognition for

doing business in the field of Renewable Energy and must have MP based GST registration to

avail the benefits under this criteria.

i. The entrepreneurs/ startups shall be required to submit their proposals online, on the MP

Tenders portal. The startups are advised to refrain from submitting their Financial

K 2 X 2.50

L 2 Y 3.50

M 5 Z 4

Page 28: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

28 | P a g e

Proposal and leave it blank. This proposal should contain all the requisite documents as

per the RFP except for Bid Security in Envelope – A. Startups shall be required to submit

the list of projects installed and commissioned by them in the last five years along with

completion or commissioning certificate. Furthermore, they shall be required to submit

the latest turnover up to three (3) years (FY 2016-17, FY 2017-18 & FY 2018-19) since the

incorporation of startup as applicable, supported with year-wise audited annual accounts

duly certified by Chartered Accountant/ Statutory Auditor (if applicable) along with DPIIT

recognition certification.

ii. 5% of the capacity of Categories A to T shall be reserved for the entrepreneurs/ startups.

After the discovery of L1 rate of each category, the entrepreneurs/ startups shall be asked

to submit an undertaking stating the categories in which they are willing to work. They will

be required to match the L1 rate for each of the selected categories.

iii. The reserved quantity of work will be equally allocated to maximum of 5 startups, if

available in respective category. In a situation where works are required to be allocated

among multiple startups, they will be allotted in decreasing order of their combined total

turnover of last three (3) years (FY 2016-17, FY 2017-18, FY 2018-19).

iv. All such startup(s) should have DPIIT (Department of Promotion of Industry and Internal

Trade, Govt. of India) recognition for doing business in the field of solar pump and must

have MP based GST registration to avail the benefits under this criterion.

v. EMD/Bid Security shall be exempted for all such startups.

3.9. CHECK-LIST:

3.9.1. To ensure that the online and hard copy (within 15 days of bid submission) submission of RFP is

complete in all respects, check-lists for Envelope- A and Envelope- B, as mentioned in Section -V

is required to be duly tick marked/ filled for the enclosures which are attached with the RFP

document. The main envelope should only contain Envelope-A and Envelop-B in sealed

condition. The requisite documents required are indicated in the check-lists. It is essential for

the participant to submit check-lists duly sealed and signed with its corresponding envelope.

However, this Check-List is indicative and Bidder shall be responsible for meeting all information

requirements, as per provisions of this RFP.

3.10. BID SUBMISSION BY THE BIDDER:

Page 29: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

29 | P a g e

3.10.1. The Bidders are expected to read and examine all terms and conditions included in this document

very carefully. MPUVNL reserves the right to seek clarification on the submitted Bids. Failure to

provide the information and/or documents as required shall render the Bid(s) unacceptable for

further evaluation and may lead to rejection of the Bid(s). Bidders are also expected to regularly

check the RFP inviting authority’s website for updates regarding this RFP.

3.10.2. The Bidders are required to carefully study all the Condition(s) of the RFP, the Specifications and

the relevant Provisions of relevant International/ NABL/ BIS/ MNRE/ BEE/ CE Norms as

applicable/ as the case may be, wherever necessary, before submission of their Proposal. The

Technical particulars of the Material(s) & Equipment(s) offered must comply with the relevant

Specifications. The Bidders are also required to keep track of amendments / updates of MNRE

specifications for concerned systems. SPV Modules, Pumps & BOS should be of required

specification and warranties as per Ministry of New & Renewable Energy (MNRE), Govt. of India,

latest guidelines/specifications (2019). If any amendments are issued by MNRE in due course of

time, in this context, then those shall be applicable under this RFP.

3.10.3. The Bid (and any additional information requested subsequently) shall bear the initials of the

Authorized Signatory and stamp of the Bidder’s entity on each page of the Proposal.

3.10.4. All Pages of RFP Document must be uploaded on portal duly signed with Seal on each page by

Authorized Signatory as Token of Acceptance. All formats/ annexures of the RFP documents must

be completely filled (wherever required), duly signed with Seal, failing which the RFP may not be

considered. Certificate of Authorization/ Power of Attorney from manufacturer must be

enclosed.

3.10.5. The Authorized Signatory, as mentioned in the Bid, would be authorized to represent the Bidder

in its dealings with MPUVNL. In case the bidder wishes to change the Authorized Signatory from

the one identified at the RFP Stage, the Bidder would be required to furnish a fresh Power of

Attorney in the name of the new Signatory.

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

MPUVNL shall not be responsible in any way for such costs, regardless of the conduct or outcome

of this process.

3.10.7. Any Conditionality / deviations and variations in RFP shall not be allowed, except for in the

situations of change in laws.

Page 30: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

30 | P a g e

3.10.8. The Bid shall be valid for a period of 120 days from the Bid Deadline.

3.10.9. The Bid in response to this RFP shall be submitted by the Bidder in the manner provided in the

RFP. The Bid shall comprise of the following:

a. ENVELOPE – A:

The scanned self-attested copies of following documents have to be uploaded online in the

appropriate folder on the portal. However, bidder shall also submit the physical copy (hard copy of all

these documents:

(i) Annexure 1: Covering Letter;

(ii) Bid Security of requisite amounts mentioned in Table 7, (Clause 3.15);

(iii) Bid Processing Fee;

(iv) Annexure 7: Power of Attorney issued by the Bidder in favour of the authorized person signing

the Bid, in the form prescribed in this RFP (Power of Attorney must be supplemented by Board

Resolution to above effect for the company incorporated under Company Act 1956 or Company

Act 2013);

(v) Annexure 23: Consortium Agreement, if applicable;

(vi) Annexure 26: Power of Attorney in favour of lead member of consortium, if applicable;

b. ENVELOPE – B:

The Bidder shall upload the scanned self-attested copies of the following documents in the appropriate

cover folder on the portal

(i) Annexure 2: General particulars about Bidder. Detailed Company Profile including Balance sheets,

Profit & Loss Accounts, Turn-over etc. of last three years should also be submitted.

(ii) Annexure 3: Acknowledgement of RFP.

(iii) Annexure 8: Technical Eligibility Criteria Requirement

(iv) Annexure 9: Financial Eligibility Criteria Requirement

(v) Annexure 10 -A: Certificate of Relationship of Affiliate with the bidder

(vi) Annexure 10 –B: Undertaking form

Page 31: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

31 | P a g e

(vii) Annexure 13: Summary Table for Test Reports

(viii) Annexure 14: Format for Undertaking by Equipment Supplier

(ix) Annexure 17: Declaration

(x) Certified-copy of the Latest Valid Income Tax Returns Certificate, if applicable, from the Income

Tax Office of the circle concerned, Certified-copy of Sales Tax Registration Certificate from the

Sales Tax / Commercial Tax Officer concerned

(xi) Copy of Registration/Certification with relevant Department of the State/ Central Govt.

(xii) Any other document other than prescribed, but which Bidder intends to submit.

c. Financial Bid

i. The financial bid shall cover all costs for this RFP as per Scope of Work given in this document.

The rates quoted should be exclusive of taxes.

ii. The Bidder shall upload rate sheet for the category(ies), he intends to bid. In case there is

discrepancy in the rates submitted, the rates entered in words will prevail.

iii. Rates quoted must be firm and fixed inclusive of all costs, to be incurred for undertaking

works under Scope of Work under this RFP.

Rates once accepted shall be valid up to the Rate Validity Period. No deviation in the Terms

and Conditions, Specifications of Material, Inspection clause, Terms & Conditions for

Payments, etc., will be accepted.

iv. No price escalation will be allowed. It shall be essential to quote rates including Warranty

cum CMC excluding taxes, or else the Proposal shall not be accepted.

v. The financial bid should be prepared considering above and using the formats given at

Section-VII, ONLINE only, individually for each of the category of pump, and water storage

RMPE TANKs, participated.

3.10.10. METHOD OF BID SUBMISSION

a) Envelope- A & B – Self attested and Scanned copies of all the documents mentioned in

Envelope A & B should be submitted online. However, selected bidder(s) have to submit the

hard copy of all the documents uploaded under Envelope A preferably within 15 days from

Page 32: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

32 | P a g e

the online bid submission deadline.

b) The Bidder has the option of sending the document mentioned in Envelope A, either by

registered post or speed post or by hand delivery, so as to reach Nodal Agency. In case the

document is shared via post/ courier, the bidder shall share its tracking details at

[email protected] and [email protected] . The Nodal Agency would consider

submission deadline for a bidder, on case to case basis, subject to delay occurring due to the

postal / courier service inefficiencies. Nodal Agency shall not be responsible for any delay in

receipt of the Envelope A thereafter. It should be noted that except online Financial Bid, no

other envelope/ document shall contain any information/document relating to Financial Bid.

Nodal Agency shall not be responsible for premature opening of the Financial Bid in case of

non-compliance of above.

c) In case any irregularity is observed/ found on opening of Envelopes, MPUVNL reserves the

right to seek additional information/ clarifications from the Bidders, if found necessary. Non-

submission or delayed submission of such additional information or clarifications sought by

MPUVNL may be a ground for rejecting the Proposal. Strict adherence to the documents

required to be submitted in Envelope – A, as per clause 3.10.9 shall be ensured, failure on

this account may lead to rejection of Bid.

d) No Proposal shall be accepted by Fax/ E-mail.

e) The last date & time of submission of the technical proposals and other documents / papers

is as mentioned in the RFP.

f) If due to any reason the due date is declared a public holiday, Last date of submission

/opening of Bid will be switched on to next working day at the same time.

g) Direct or indirect canvassing on the part of the Bidder or Authorized Representative will lead

to disqualification.

3.11. CLARIFICATIONS AND PRE-BID MEETING:

3.11.1. The Bidder may seek clarifications or suggest amendments to RFP by writing, through e-mail to

Chief Engineer, MPUVN at the address, date and time mentioned in Bid Information Sheet.

3.11.2. The Bidder(s) or their authorized representative(s) is /are invited to attend pre-bid meeting(s),

through video conferencing. Maximum two (2) attendee from each bidder shall be allowed to

Page 33: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

33 | P a g e

participate in pre-bid meeting. Such bidder shall send the details of attendee (s) as per annexure

-24 to Chief Engineer, MPUVN by the date mentioned in Bid Information Sheet.

3.11.3. The Link of video conferencing and login details shall be sent to the attendees on the e-mail

addresses provided by them as per annexure-24.

3.11.4. Such bidder(s) must send their queries, if any, to the e-mail address mentioned in Bid Information

sheet at least 3 days of the date mentioned for Pre-Bid meeting in Bid information sheet.

3.11.5. The purpose of the pre-bid meeting will be to clarify any issues regarding the RFP, including in

particular, issues raised in writing and submitted by the Bidder.

3.11.6. Nodal Agency is not under any obligation to entertain/ respond to suggestions made or to

incorporate modifications sought for.

3.12. BID DUE DATE:

The Bidder should submit the online Bid on or before the time schedule mentioned in Bid

Information Sheet.

3.13. VALIDITY OF BID:

The bid shall remain valid for a period of 120 days from Bid Deadline. In case, Successful Bidder

is revoking or cancelling his offer or varying any term & conditions in regard thereof or not

accepting Letter Inviting Consent for Agreement (“LICA”), Nodal Agency shall forfeit the Bid

Security furnished by the Bidder. In exceptional circumstances when LICA is not issued, the Nodal

Agency may solicit the Bidder's consent to an extension of the period of Bid validity. In such

circumstances, the Bid Security provided shall also be suitably extended.

3.14. COST OF BIDDING:

The Bidder shall bear all the costs associated with the preparation and submission of his offer

and Nodal Agency will in no case be responsible or liable for those costs, under any conditions.

The Bidder shall not be entitled to claim any costs, charges and expenses of and incidental to or

incurred by him through or in connection with submission of Bid even though Nodal Agency may

elect to modify/withdraw the invitation of Bid.

3.15. BID SECURITY:

3.15.1. The Bidder shall furnish the interest free Bid Security for participating in this tender, as indicated

Page 34: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

34 | P a g e

in Table – 7 below:

Table - 7: Bid Security/Earnest Money Deposit

Categories Bid Security/EMD

(Lacs)

Categories Bid Security/EMD

(Lacs)

A 30 N 19

B 8 O 4

C 8 P 8

D 8 Q 2

E 17 R 2

F 12 S 3

G 2 T 2

H 8 U 5

I 8 V 5

J 20 W 7

K 6 X 10

L 8 Y 13

M 19 Z 16

However, Bidders placing Bid for more than one Category may furnish single Bid Security

of total value of Bid Securities desired for those Categories (Explanation: Bidder placing

Bids for A, D & F categories may furnish separate Bid Securities of INR 30 lakh, INR 8 lakh

and INR 2 lakh for Categories A, D and F respectively or may furnish single Bid Security of

INR 40 lakh of total value of Bid Securities for those Categories.)

3.15.2. The Bid Security shall be from a nationalized/ scheduled bank in the form of

Bank guarantee as per prescribed Annexure

Or

Deposit through RTGS transfer to the MPUVN’s bank account.

In case of RTGS, the Bid Security amount should be credited in the Nodal Agency’s bank account

Page 35: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

35 | P a g e

before the Online Bid Submission Deadline. In both the cases, bidders should opt for exemption of

‘online payment of Bid Security on the portal’ (while submitting the bid) and upload the scanned

copy of Bank Guarantee or proof of payment through RTGS.

3.15.3. Desired Bid Security shall be furnished by every Bidder including or any Govt./ semi Govt./ PSU

organizations/ agencies. However, start-up(s) and MSMEs registered with NSIC shall be

exempted from Bid security fee. The initial validity of Bid Security shall be for a period of 120

days from the validity of financial bid with additional claim period of 3 months , which shall be

extended by the Bidder on the advice of Nodal Agency, if required, at any time either before bid

process is concluded or during Rate Validity Period of Agreement. Upon acceptance of LICA by

Successful Bidder, Successful Bidder shall have to extend the validity of Bid Security (if furnished

in the form of BG) till Rate Validity Period with additional claim period of 3 months beyond Rate

Validity Period or furnish new bank guarantee of desired value with validity till Rate Validity

Period and additional claim period of 3 months beyond Rate Validity Period.

3.15.4. Bid Security shall be returned to all other Bidders except Successful Bidders, within 15 days from

date of acceptance of LICA by Successful Bidders.

3.15.5. The Bid Security shall be denominated in Indian Rupees and shall:

a) Bid Security should be confirmed for payment to MPUVNL by respective banks.

b) Bid Security shall be submitted in its original form and copies will not be accepted

3.15.6. The Bid Security shall be forfeited without prejudice to the Bidder being liable for any further

consequential loss or damage incurred to Nodal Agency under following circumstances:

a) If a Bidder withdraws/revokes or cancels or unilaterally varies his bid in any manner during

the period of Bid Validity specified in the RFP document.

b) If the Successful Bidder fails to unconditionally accept the LICA within 7 days from the date

of its issue.

3.15.7 Confirmation of BG through Structured Financial Messaging System (SFMS)/ SWIFT While issuing

the physical BG, the Bidder’s Bank shall also send electronic message to Employer’s Beneficiary

Bank whose details are given below through secure

SFMS (in case of BGs issued from within India)

OR

Page 36: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

36 | P a g e

SWIFT (in case of BGs issued from outside India)

Account Holder Name M. P. Urja Vikas Nigam Ltd.

Bank Name ICICI Bank Ltd.

Bank Branch Address Shivaji Nagar, Bhopal

Account No. 656501700049

IFSC Code ICIC0006565

MICR Code 462229012

The BG shall be issued from a nationalized/ scheduled bank located preferably in Bhopal, Madhya

Pradesh, closest to the MPUVN’s bank location. However, bidder may opt to issue the bank

guarantee in other cities also:

A. BG issued in Bhopal: Bidder must facilitate the collection of physical copy of the same from

the issuing bank by the authorized representative of MPUVN, before the opening of the

financial bid. Bidder has to send the details of issuing bank along with the address through e-

mail at [email protected] and [email protected], after getting the details

MPUVN shall communicate the name of the authorized representative to bidder.

Authorization letter shall be issued by the bidder in the name of the person authorized by

MD, MPUVN for collection of physical copy of BG from the bank.

B. BG issued outside Bhopal: MPUVN will sought the confirmation of issuance of BG in his name

by sending an e-mail to the issuing bank branch. MPUVN shall also send a instruction letter

to the issuing bank, that the said bank guarantee once opened, in any circumstances shall

not be cancelled without written consent of MPUVN. Issuing bank has to provide the

confirmation of the same before the bid opening date. However, the bidder has to send the

physical copy of BG through speed post or courier to the MPUVN’s office preferably within

the period of 15 days from the bid submission date. Bidder shall communicate the speed

post/ courier tracking details through e-mail at [email protected] and

[email protected] . The Nodal Agency would consider submission deadline for

a bidder, on case to case basis, subject to delay occurring due to the postal / courier service

inefficiencies.

Page 37: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

37 | P a g e

3.16. PERFORMANCE BANK GUARANTEES (PBGs)

3.16.1. The Successful Bidder/Contractor shall furnish C-PBG from a nationalized/ scheduled bank, of

value equivalent to 5% of value of Work Order excluding taxes in form of

FDR in favour of M.P. Urja Vikas Nigam Ltd., Bhopal through A/C of bidder

OR

Bank guarantee as per prescribed format (Annexure 5)

3.16.2. Submitted C-PBGs shall be valid till six (6) months from date of issue of work order with a further

claim period of three (3) months or required to be extended as deemed necessary. The

Contractor shall furnish C-PBG within fifteen (15) days from the date of issue of Work Order for

each Work Order separately. Failure to submit C-PBG, as above, without sufficient justification

shall be considered as denial to execute the Work Order. If the justification for non-submission

of C-PBG is found unsatisfactory, the work order shall be cancelled, and a new work order shall

be issued to the next qualified bidder for the same works to be carried out.

3.16.3. Contractor may submit higher value of C-PBG to take care of future work orders. It must be noted

that, at any point of time, the amount of C-PBGs submitted to MPUVNL shall be more than or

equal to 5% of cumulative value, excluding taxes, of all ongoing work(s) issued to Contractor.

3.16.4. In case Contractor has furnished more than one C-PBGs as per requirement, and no amount is

blocked in such additional C-PBGs, the Bidder may request MPUVNL to return such additional C-

PBGs provided.

3.16.5. Contractor shall be required to furnish O-PBG from a nationalized/ scheduled bank in the form

of

FDR in favour of M.P. Urja Vikas Nigam Ltd., Bhopal A/C of bidder

OR

Bank guarantee as per prescribed format (Annexure -5) after Commissioning of the Project.

However, Contractor may plan to submit one O-PBG of desired combined value for all works

getting commissioned in a month with an undertaking (Annexure 11) in that behalf.

3.16.6. For a particular work order, the O-PBG amount shall be reduced based on number of pumps

successfully installed by the Contractor, in accordance with following table:

Page 38: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

38 | P a g e

O-PBG

Category Slab I*

(No. of Pumps)

Slab II*

(No. of Pumps)

Slab III*

(No. of Pumps)

A – P & U-Z 15 30 Balance

Q – T 3 6 Balance

a) Slab I: 15% of value of installed pumps with subsequent annual reduction of 2% every year.

b) Slab II: 12% of value of installed pumps with subsequent annual reduction of 1.40% every

year.

c) Slab III: 9% of value of installed pumps with subsequent annual reduction of 0.8% every year.

The O-PBG shall be valid till five (5) years for categories A-T, while for categories U-Z the O-PBG

shall be valid till one (1) year, from the date of successful Commissioning of such work (s), with

additional claim period of six (6) months. The Contractor shall furnish O-PBG within fifteen (15)

days from the date of Commissioning.

Alternatively, the successful bidder may also opt for yearly O-PBGs of the required amount, to be

renewed at the end of every year till 5 years for categories A-S and 1 year for categories U-Z, with

an additional claim period of six (6) months

3.16.7. Nodal Agency shall release C-PBG to Contractor within fifteen (15) days from date of successful

Commissioning of 100% (Hundred percent) of works in the Work Order.

3.17. LIQUIDATED DAMAGES (LD):

3.17.1. In case of natural calamity or any reason beyond the control of Contractor such as site

unavailability etc. or unavoidable circumstances, the work is not commissioned within the

timelines as mentioned in Clause 7.21, MPUVNL may consider grant of extension at the sole

discretion and approval of Managing Director, MPUVNL after having found the reasons to its

satisfaction, submitted by contractor within the scheduled commissioning date as per work

order. Delay in supply of any equipment by the related vendors, to whom the Bidder has placed

Page 39: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

39 | P a g e

order, shall not be considered as a reason for extension.

3.17.2. If there is delay in commissioning from timelines mentioned in Clause 7.21, then Contractor shall

be liable to pay LD @0.5% of value of work not commissioned as per Work Order, per complete

week of delay, up till 5 weeks from date of commissioning as mentioned in Work Order. If, the

work(s) are not commissioned even after 5 weeks, then LD shall continue to be levied at the rate

of 1.5% of value of incomplete works, up to a maximum of 10 weeks from the date of

commissioning or extended date. If the delay goes beyond 10 weeks, then it shall lead to, apart

from imposition of LD, to cancellation of works not commissioned as per the Work Order. The

Contractor shall be termed ‘Disqualified’ for that Category, if delay in commissioning occurs for

6% of work as per work order. Such ‘Disqualified’ contractor shall not be eligible for any further

work orders in that category under this RFP. Application of LD is illustrated in table below

Delay in commissioning

beyond scheduled

commissioning date or

extended date

LD Applicable

Delay up to 5 weeks 0.5% per week of value of work(s) so

delayed in the current Work Order

Delay >5 weeks up to 10

weeks

1.5% per week of value of work(s) so

delayed in the current Work Order

Delay > 10 weeks Cancellation of work(s) not

commissioned. No further issue of work

order in that category. C-PBG

equivalent to that category will be

forfeited.

3.17.3. MPUVNL shall offer work(s) cancelled under provisions of Clause 3.17.2 to other Contractor(s)/

Qualified Bidder(s) for their consent. In case, other Contractor(s)/ Qualified Bidder(s) refuses to

accept such work(s), then it shall be executed in accordance with Clause 3.29.3 at risk and cost

3.17.4. Penalty for refusal of work - For all Categories, if the Contractor refuses to execute work(s) in a

Work Order or fails to submit C-PBG within a stipulated timeline of 10 days from the LICA,

following clauses shall be applicable:

a) MPUVNL shall reallocate the work (s) for the work order as per the “principles of work

Page 40: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

40 | P a g e

allocation” under clause 5 of this RFP, subject to timely submission of C-PBG.

b) Failure to submit the C-PBG, shall be considered as refusal to execute the work order.

MPUVN reserves the right to terminate the agreement of the particular category, for which

the work refused, in case of occurrence of Three (3) such refusals.

c) A penalty of 25% of bid security shall be levied on every refusal for first two refusals. On

occurrence of third refusal the MPUVN shall reserves the right to terminate the agreement

for the particular category and forfeit the bid security.

3.17.5. In accordance with the provisions of Clauses 3.17.2 & 3.17.4 respectively, if in a Category the

delay in commissioning is beyond 10 weeks for 6% work as mentioned in the agreement or

number of refusal of work are three(3) , MPUVNL reserves the right to terminate the Agreement

as per provisions of Clause 3.29.2 and forfeit the Bid Security.

3.18. PENALTIES FOR UNDER PERFORMANCE (Other than Breakdown Maintenance):

3.18.1. If the Contractor fails to achieve satisfactory performance of the project at any date after

Commissioning of Project, a notice shall be issued to the Contractor with a period of seven (7)

days for removing the cause of such non-satisfactory performance in terms of minimum water

discharge as per MNRE and mentioned in Annexure – 19 & 20. If the Contractor fails to remove

the cause of such non-satisfactory performance within this period, penalty for each week of delay

shall be imposed for sum of: -

(i) First Week: 0.5% of value of work(s) for each day of delay;

(ii) Beyond 1st Week: 1% of value of work(s) for each day of delay from the end of first week;

(iii) If there is delay of more than four (4) weeks for more than one percent (1%) of the works

commissioned by Contractor during Rate Validity Period, then MPUVNL shall not allocate any

further work to such Contractor. Further, for every pump with delay of more than 4 weeks,

corrective maintenance work could be done by MPUVN at risk and cost of Contractor.

3.18.2. In case of natural calamity or any reason beyond the control of Contractor or unavoidable

circumstances, the maintenance work is not completed within seven (7) days as per provisions

of Clause 7.20, MPUVNL may consider grant of extension after having found the reasons to its

satisfaction, submitted by contractor within the scheduled time. In such cases, penalty as per

provisions of Clause 7.20 shall be calculated beyond extended date.

Page 41: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

41 | P a g e

3.19. OPERATION AND MAINTENANCE:

3.19.1. The performance of the System Supplied, Installed & Commissioned along with additional work

shall be under Warranty by the Participant for a period of 5 years from the date of Commissioning

of system at site. This Warranty shall be for a period of Five years from the date of Commissioning

for the complete system.

3.19.2. During the course of aforesaid 5 years Warranty cum mandatory maintenance period, the

Contractor(s) will service and maintain the systems. The Contractor will have to arrange all

required instruments, tools, spares, components, manpower and other necessary facilities at his

own cost.

3.19.3. The service personnel of the Supplier shall make half yearly maintenance visits, one such visit to

be made in the period of May – June and the other visit in the period of November-December,

till the completion period of comprehensive maintenance. The report has to be maintained.

Apart from the monitoring, regular periodical maintenance of system has to be done. The report

has to be maintained in a prescribed table format in a register maintained at the site which should

contain Month, Inspection Date, Action taken against the Defects found in the System and

Remarks of the representative of households along with signatures of both service Engineer and

the farmer/ beneficiary. The detailed conditions are mentioned in clause7.20.

3.20. CONTRACTOR’S DEFECT LIABILITY:

3.20.1. If it shall appear to the MPUVNL that any supplies have been executed with unsound, imperfect

or unskilled workmanship, or with materials of any inferior description not as per Work Order(s),

the Contractor shall forthwith rectify or remove and replace that item so specified and provide

other proper and suitable materials at its own charge and cost if so desired by MPUVNL in writing.

3.20.2. The Contractor shall also be undertaking the operation and maintenance of the project and

consequently shall be required to rectify any defects that emerge during the operation &

maintenance of the Project for the entire term of the Contract.

3.20.3. Furthermore, without prejudice to the generality of the foregoing, it is clarified that the

Contractor shall also be responsible for the repair, replacement or making good of any defect or

any damage to the project arising out of or resulting from improper operation or maintenance

of the Project by the Contractor during operation and maintenance of the system.

3.20.4. The Contractor shall ensure that the PV Array, motor pump set and the Electronics, i.e., Maximum

Page 42: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

42 | P a g e

Power Point Tracker (MPPT), Inverter for A.C. Motors (Appropriate Electronic Controller in case

of B.L.D.C.) & Electronic Protections) are of same specifications as was mentioned in the

Inspection cum Commissioning report as mentioned in Clause 8.3.2. During any stage of the

Contract, if it is found that specifications of such equipment(s) differ from that mentioned in the

Inspection cum Commissioning report, then agreement shall be terminated, and Contractor shall

be debarred from participating in future tenders.

3.21. OPENING OF BID:

3.21.1. Technical bid (Envelope -A and Envelope - B) of the Bidder shall be opened online at date and

time as indicated in this RFP.

3.21.2. Financial bid (Online) of the Bidder shall be opened at date as indicated in this RFP.

3.21.3. Please refer clause 4.1 for detailed process of Bid opening.

3.22. RIGHT TO WITHDRAW THE RFP AND TO REJECT ANY BID:

3.22.1. This RFP may be withdrawn or cancelled by the Nodal Agency at any time without assigning any

reasons thereof. The Nodal Agency further reserves the right, at its complete discretion, to reject

any or all of the Bids without assigning any reasons whatsoever and without incurring any liability

on any account.

3.22.2. The Nodal Agency reserve the right to interpret the Bid submitted by the Bidder in accordance

with the provisions of the RFP and make its own judgment regarding the interpretation of the

same. In this regard the Nodal Agency shall have no liability towards any Bidder and no Bidder

shall have any recourse to the Nodal Agency with respect to the selection process.

3.22.3. Bid(s) that are incomplete in any respect or those that are not consistent with the requirements

as specified in this RFP or those that do not adhere to formats prescribed herein, wherever

specified, may be considered non-responsive. However, MPUVNL reserves the right to seek

additional information/clarifications from the Bidders, if found necessary, during the course of

evaluation / processing of the Bid(s). Non-submission or delayed submission of such additional

information or clarifications sought by MPUVNL may be a ground for rejecting the Bid(s). Strict

adherence to the documents required to be submitted in Envelope – A, as per clause 3.10.9 shall

be ensured, failure on this account may lead to rejection of Bid.

3.22.4. Nodal Agency reserves its right to vary, modify, revise, amend or change any of the terms and

Page 43: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

43 | P a g e

conditions of the RFP before Bid Deadline. The decision regarding acceptance of Bid by Nodal

Agency will be full and final.

3.23. ZERO DEVIATION:

3.23.1. This is a zero deviation bidding process. Bidder is to ensure compliance of all provisions of the

RFP and submit their Bid accordingly. Bid with any deviation to the RFP conditions shall be liable

for rejection without any explanation.

3.24. EXAMINATION OF BID DOCUMENT:

3.24.1. Before submission of Bid, Bidder is required to carefully examine the technical specification,

terms and conditions of RFP/ Agreement, and other details relating to envisaged work as per the

RFP.

3.24.2. The Bidder shall be deemed to have examined the RFP and Agreement, to have obtained

information on all matters whatsoever that might affect the execution of the Project activity and

to have satisfied himself as to the adequacy of his Bid. The Bidder shall be deemed to have known

the full scope, nature and magnitude of the work and related supplies and the requirements of

material and labour involved etc. and as to all supplies, he has to complete in accordance with

the RFP.

3.24.3. Bidder is advised to submit the Bid on the basis of conditions stipulated in the RFP. Bidder’s

standard terms and conditions, if any for whatsoever reasons, will not be considered. The

cancellation/ alteration/ amendment/ modification in RFP shall not be accepted by Nodal Agency

and shall invite rejection of such Bid(s).

3.24.4. Bid not submitted as per the instructions to Bidder is liable to be rejected. Bid shall confirm in all

respects with requirements and conditions referred in this RFP or its amendments, if any.

3.24.5. The Comprehensive O&M of solar pump system shall include physical damage, wear, tear,

overhauling, machine breakdown, appropriate insurance (if and as required), and replacement

of defective modules, invertors / Power Conditioning Unit (PCU), spares, consumables & other

parts for parts for a period of 5 years. For avoidance of any doubts this responsibility would be

applicable only on Solar Water Pumping System excluding bore well/Sump well etc.

3.25. TAXES AND DUTIES:

The Financial Bid should be excluding taxes, if any. Taxes, i.e., GST, shall be paid based on

Page 44: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

44 | P a g e

invoicing.

3.26. PROGRESS REPORT:

3.26.1. Contractor shall have to commission the work(s) in Work Order within four (4) months from date of

issue of work order, extendable to a maximum of 30 days from the date of commissioning

mentioned in the work order, at sole discretion of Managing Director, MPUVNL. however, this

period may further be extended at the sole discretion of MD, MPUVNL however, this period may

further be extended at the sole discretion of MD, MPUVNL under extreme conditions. Specific

work completion timeline shall be as specified in respective work order(s), depending upon quantity

and location of works. The Contractor shall submit monthly progress report to Nodal Agency, Nodal

Agency will have the right to depute his/their representatives to ascertain the progress of works at

the premises of work of the Contractor.

3.27. PROJECT INSPECTION:

3.27.1. The Nodal Agency may inspect the progress of work, if so required, at any time.

3.27.2. The progress of work(s) will be monitored by Nodal Agency and the work(s) will be inspected for

quality at any time till Commissioning or after the commissioning of the Project either by

officer(s) from Nodal Agency or any authorized agency/ experts. Nodal Agency may also depute

a technical person(s) from its list of empanelled experts for inspection, third party verification,

monitoring of work(s) installed to oversee the implementation as per required standards and

also to visit the manufactures’ facilities to check the quality of products as well as to visit the

system integrators to assess their technical capabilities as and when required.

3.27.3. Nodal Agency shall have the right to inspect the materials of solar water pumping system such

as SPV panels, mounting structure, pumps, controller, cables, pipes etc. to confirm their

conformity to the technical specifications and guidelines through approved agencies MNRE /

MPUVN at the works of Contractor. In addition to this, and in accordance with the directives of

MPUVN, New Delhi, the Nodal Agency/Authorised representative of Nodal Agency may pick a

sample of Project component on random basis and have it tested at its own cost. Third party

inspection of the Projects may be performed by MPUVNL at its own cost. However, in case, any

discrepancy is found during inspection, then Contractor shall be liable to incur all costs for

removing/rectifying the defects identified as a result of such inspection, and also the cost of

inspection.

Page 45: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

45 | P a g e

3.28. FORCE MAJEURE:

3.28.1. For purpose of this RFP, force majeure shall mean an event beyond the control of the Contractor

and not involving his fault or negligence and not foreseeable, in its contractual capacity. Such

events may include but are not restricted to Acts of God, wars or revolutions, fires, floods,

epidemics, quarantine restriction, freight embargoes, etc. Whether a force majeure situation

exists or not, shall be decided by Nodal Agency and its decision shall be final and binding on the

Contractor and all other concerned.

3.28.2. In the event that the Contractor is not able to perform his obligations under this Agreement on

account of force majeure, he will be relieved of his obligations during the force majeure period.

3.28.3. If a force majeure situation arises, the Contractor shall notify Nodal Agency in writing promptly,

not later than Seven (7) days from the date such situation arises (in case, communication is not

possible to Nodal Agency, Contractor shall notify Nodal Agency not later than one (1) day from

the day when communication system will be restored). The Contractor shall notify Nodal Agency

not later than three (3) days of cessation of force majeure conditions. After examining the cases

and associated facts, Nodal Agency shall decide and grant suitable additional time for the

completion of the work, if required.

3.28.4. Failure of such bidder in timely intimating Nodal Agency will suspend its right for any relief

otherwise eligible under such force majeure conditions.

3.29. VALIDITY & TERMINATION OF AGREEMENT:

3.29.1. The validity period may be extended further with the Mutual Consent on unchanged Terms &

Condition(s), Specification(s) and Rate(s) up to one year.

3.29.2. The Nodal Agency may terminate the Agreement in the event of occurrence of following events:-

a) At any instance, if it is discovered that the Contractor has used sub-standard

material/system components in execution of the work (in variance with the standards and

specifications under this RFP);

b) If, in the opinion of the Nodal Agency, the Contractor fails to commission the work beyond

6% of work within the time specified in the Work Order or within the period for which

extension has been granted by Nodal Agency to the Contractor.

c) If the Contractor fails to furnish or replenish Bid Security/PBG(s) within specified time as per

Page 46: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

46 | P a g e

provisions of this RFP;

d) If in the opinion of Nodal Agency, the Contractor fails to comply with any of the provisions

of this Agreement.

3.29.3. Subject to the provisions of Clauses, if the Contractor is found unable/refuses to complete given

works within specified time period mentioned in Work Order issued for that Project, Nodal

Agency will be free to purchase the balance goods from elsewhere with a notice to the Contractor

and carry out the work, but at Contractor’s cost and risk. The goods or any part thereof which

the Contractor has failed to supply or if not available, the best and nearest available substitute

thereof, shall be purchased and work executed by the Nodal Agency. Any loss or damage that

the Nodal Agency may sustain due to such failure on the part of the Contractor, recovery of such

loss or damage shall be made as per provisions of Clauses 8.6 and 8.7.

3.29.4. In case of termination of the Agreement, Bid Security of the Contractor shall be forfeited, and

the Contractor shall be responsible for fulfilling all obligations required for operation and

maintenance of works having attained Completion.

3.30. APPLICABLE LAW:

3.30.1. The Agreement shall be interpreted in accordance with the laws of India.

3.31. SETTLEMENT OF DISPUTE:

3.31.1. If any dispute of any kind whatsoever arises between Nodal Agency and the Contractor in

connection with or arising out of the Agreement including without prejudice to the generality of

the foregoing, any question regarding the existence, validity or termination, the parties shall seek

to resolve any such dispute or difference by mutual consent.

3.31.2. If the parties fail to resolve, such a dispute or difference by mutual consent, within 45 days of its

arising, then the dispute shall be referred by either party by giving notice to the other party in

writing of its intention to refer to arbitration conducted under the provisions of the “Madhya

Pradesh Madhyastham Adhikaran Adhiniyam, 1983”. The decision of MP Madhyastha Adhikaran

Adhiniyam shall be final and binding on the parties. The language of the arbitration proceedings

and that of the documents and communications between the parties shall be English. All disputes

will be settled in the High Court of MP. No arbitration proceedings will commence unless such

notice is given.

Page 47: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

47 | P a g e

3.31.3. Notwithstanding any reference to the arbitration herein, the parties shall continue to perform

their respective obligations under the Agreement unless they otherwise agree.

3.31.4. Cost of arbitration shall be shared between the Contractor and Nodal Agency as per the award

of the arbitration.

3.32. LANGUAGE:

3.32.1. All documents, drawings, instructions, design data, calculations, operation, maintenance and

safety manuals, reports, labels and any other data shall be in Hindi/ English Language. The

Agreement and all correspondence between the Nodal Agency and the Bidder shall be in Hindi/

English language.

3.33. OTHER CONDITIONS:

3.33.1. The Contractor shall not transfer, assign or sublet the work in whole under the Agreement

pursuant to this RFP or any substantial part thereof to any other party.

3.33.2. AMENDMENT:

Nodal Agency reserves the right to modify, amend or supplement RFP documents, including all

formats and annexures, at any time. Interested and eligible Bidders are advised to follow and

keep track of Nodal Agency website for updated information. No separate notifications will be

issued for such notices/ amendments/ clarification etc. in the print media or individually. Nodal

Agency shall not be responsible and accountable for any consequences to any party.

3.33.3. SUCCESSORS AND ASSIGNS:

In case the Nodal Agency or Contractor may undergo any merger or amalgamation, or a scheme

of arrangement or similar re-organization and this Agreement is assigned to any entity partly or

wholly, the Agreement shall be binding mutatis mutandis upon the successor, entities and shall

continue to remain valid with respect to obligation of the successor, entities.

3.33.4. SEVERABILITY:

It is stated that each paragraph, clause, sub-clause, schedule or annexure of this contract shall

be deemed severable & in the event of the unenforceability of any paragraph, clause sub-clause,

schedule or the remaining part of the paragraph, clause, sub-clause, schedule annexure & rest

of the contract shall continue to be in full force & effect.

Page 48: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

48 | P a g e

3.33.5. PRICE PREFERENCE:

There is no relaxation in terms of any conditions of the RFP or Processing Fee or Bid Security or

PBG relaxation for any private company or State or Central company/agency.

3.33.6. FRAUD AND CORRUPTION

a. The Bidders, suppliers and contractors and their subcontractors under the contracts are required

to observe the highest standard of ethics during the procurement and execution of such

contracts. In pursuance of this, the Nodal Agency:

I. Defines, for the purpose of this provision, the terms set forth below as follows:

(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of

anything of value to influence improperly the actions of another party;

(ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or

recklessly misleads or attempts to mislead, a party to obtain a financial or other benefit or to

avoid an obligation;

(iii) “collusive practice” is an arrangement between two or more parties designed to achieve an

improper purpose, including to influence improperly the actions of another party;

(iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or

indirectly, any party or the property of the party to influence improperly the actions of a

party;

(v) “obstructive practice” is

a) deliberately destroying, falsifying, altering or concealing of evidence material to the

investigation or making false statements to investigators in order to materially impede a

MPUVNL’s investigation into allegations of a corrupt, fraudulent, coercive or collusive

practice; and/or threatening, harassing or intimidating any party to prevent it from

disclosing its knowledge of matters relevant to the investigation or from pursuing the

investigation;

or

b) acts intended to materially impede the exercise of the MPUVNL’s inspection and audit

rights.

Page 49: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

49 | P a g e

II. will reject a proposal for award if it determines that the bidder recommended for award has,

directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or

obstructive practices in competing for the contract in question;

III. will sanction a firm or individual, including declaring ineligible, either indefinitely or for a

stated period of time, to be awarded a contract if it at any time determines that the firm has,

directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or

obstructive practices in competing for, or in executing, a contract; and

IV. will have the right to require that the provision be included in Bidding Documents and in

contracts, requiring Bidders, suppliers, and contractors and their sub-contractors to permit

the MPUVNL to inspect their accounts and records and other documents relating to bid

submission and contract performance and to have them audited by auditors appointed by

the MPUVNL.

3.33.7. DEBARRED FROM PARTICIPATING IN NODAL AGENCY’S TENDER

Nodal Agency reserves the right to carry out the performance review of each Bidder from the

time of submission of Bid onwards. In case it is observed that a Bidder has not fulfilled its

obligations in meeting the various timelines envisaged, in addition to the other provisions of the

RFP, such Bidder may be debarred from participating in Nodal Agency’s any future tender/ RFP

for a period as decided by the competent authority of Nodal Agency.

Page 50: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

50 | P a g e

SECTION-II

BID EVALUATION

4. BID EVALUATION:

4.1. BID OPENING

4.1.1. The Envelope A and Envelope B shall be opened online on date and time as mentioned in RFP.

4.1.2. The procedure for opening of the Proposals shall be as under:

a) Main Envelope containing two (2) Envelopes A & B shall be opened and all the contents of

the same will be downloaded.

b) Envelope-A shall be opened first at the time and date mentioned in the RFP. Envelope B

shall be opened only if Envelope A is found responsive (i.e., if the envelope contains all the

documents as prescribed by this RFP)

c) Envelope-B - TECHNICAL PROPOSAL" shall be opened, at the time and date mentioned in the

RFP, only of those Bidders whose above Envelope-A have been found as per Terms &

Conditions of RFP.

d) FINANCIAL BID shall be opened at the time and date mentioned in the RFP, after establishing

/ ascertaining that Technical Information(s), Certification(s), Specification(s) and

Clarification(s) thereof as received in Envelopes A & B are as per Terms & Conditions of RFP

Documents.

4.2. BID EVALUATION

The evaluation process comprises the following four steps:

a) Step I-Responsiveness check of Technical Bid

b) Step II-Evaluation of Bidder’ fulfilment of Eligibility Criteria described in Section-I

c) Step III-Evaluation of Financial Bid

d) Step IV-Selection of Successful Bidder

4.3. RESPONSIVENESS CHECK OF TECHNICAL BID:

4.3.1. The Technical Bid submitted by Bidder shall be scrutinized to establish responsiveness to the

Page 51: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

51 | P a g e

requirements laid down in the RFP. Any of the following may cause the Bid to be considered

“Non-responsive” and liable to be rejected, at the sole discretion of Nodal Agency, subject to

sufficient justification:

a) Bid not submitted in prescribed envelop format.

b) Bid that are incomplete, i.e. not accompanied by any of the applicable formats;

c) Bid not accompanied by contents of Envelope – A as mentioned in Clause 3.10.9.

d) Bid not signed by authorized signatory and /or stamped in the manner indicated in this RFP;

e) Material inconsistencies in the information /documents submitted by the Bidder affecting

the Eligibility Criteria;

f) Information not submitted in the formats specified in this RFP;

g) Bid being conditional in nature;

h) Bid having conflict of interest;

i) Bidder makes any misrepresentation;

j) Any other act of Bidder which may be unlawful for the purpose of this RFP.

k) Bid submitted is not in requisite format(s).

4.3.2. Each Bid shall be checked for compliance with the submission requirements set forth in this RFP

before the evaluation of Bidder’s fulfilment of Eligibility Criteria is taken up.

4.4. EVALUATION OF BIDDER’S FULFILMENT OF ELIGIBILITY CRITERIA:

4.4.1. Evaluation of Bidder’s Eligibility will be carried out based on the information furnished by the

Bidder as per the prescribed formats and related documentary evidence in support of meeting

the Eligibility Criteria as specified in RFP. Non-availability of information and related documentary

evidence for the satisfaction of Eligibility Criteria as detailed out in Clause 3.8 along with

provisions of Clause 3.10.9 may cause the Bid to be non-responsive.

4.5. EVALUATION OF FINANCIAL BID:

Financial Bid of the Eligible Bidder shall be opened online in presence of the representatives of

such Eligible Bidder, who wish to be present, on date as may be intimated by Nodal Agency to

Page 52: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

52 | P a g e

the Bidder through Nodal Agency’s website. The evaluation of Financial Bid shall be carried out

based on the information furnished. The Financial Bid submitted by the Bidder shall be

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

this RFP may cause the Bid to be considered “Non-responsive”.

5. SUCCESSFUL BIDDER(S) SELECTION:

5.1. Bid qualifying in as per Eligibility Criteria shall only be evaluated in this stage.

5.2. All Bidders qualifying Eligibility Criteria shall be placed as equal. Technical qualification is must

for a Bidder to become eligible for assessment on financial criteria.

5.3. For each Category, Eligible Bidder shall be ranked from the lowest to the highest based on the

Financial Bid submitted by the Bidder.

5.4. Subject to provisions of Clause 5.5, Eligible Bidders (L1-L5) for given scope of work under each

Category shall be sent an email inviting them to match the lowest Financial Bid in each Category

for given scope of work to become Qualified Bidder(s) and eligible for the selection as Successful

Bidder. Such eligible Bidders shall provide their acceptance of L1 rates within 7 days from the

date of to be considered as qualified bidders.

5.5. For Categories A – T, maximum Five (5) Successful Bidders shall be selected respectively. While

for categories U - Z maximum Three (3) bidders shall be selected. In this regard, the final decision

shall be taken by MD, MPUVNL. However, MD, MPUVNL at his sole discretion may increase the

number of successful bidder(s) subject to provisions of clause 5.9.

5.6. Further, the work for solar pump (Table 1, 2 & 3) shall be allocated according to following

conditions:

5.6.1. The lowest financial bid in each category will be termed as L1, the next lowest bid will be termed

as L2, subject to acceptance of L1 rate. If L2 has refused to accept the L1 rate, he will be

disqualified and the next eligible lowest financial bid, as per clause 5.4, shall be termed as L2.

This process will go on until the finalization of L5 in that category.

5.6.2. For work order values up to 300, the Qualified Bidder - 1 who has accepted LICA and signed the

Agreement (“Contractor 1”) shall be eligible for works of 300 pumps, in each Category. The

incremental quantity over and above this value shall be distributed equally between the

Contractor 1 and the Contractor 2, till the Contractor 2 gets work order for 300 pumps. This

Page 53: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

53 | P a g e

process shall be followed till the last Contractor gets work order for at least 300 pumps or till the

requirement of MPUVNL is fulfilled, whichever is later, within the validity of Agreement period.

The Table 8 below highlights the approach for work allocation for a Category:

Table 8: Work allotment table For Solar Pumps (Mentioned in Table 1,2, & 3)

Work order

quantity

(no. of pumps)

Contractor 1 Contractor 2 Contractor 3 Contractor 4 Contractor 5

0 to 300 300 Nil Nil Nil Nil

301 to 900

1/2 of the

incremental

order value

1/2 of the

incremental

order value

Nil Nil Nil

901 to 1800

1/3 of the

incremental

order value

1/3 of the

incremental

order value

1/3 of the

incremental

order value

Nil Nil

1801 to 3000

1/4 of the

incremental

order value

1/4 of the

incremental

order value

1/4 of the

incremental

order value

1/4 of the

incremental

order value

Nil

3001 to 4500

1/5 of the

incremental

order value

1/5 of the

incremental

order value

1/5 of the

incremental

order value

1/5 of the

incremental

order value

1/5 of the

incremental

order value

5.7. For category (s), where two similar bid received, the bidder with higher Annual Turnover will be

given preference.

5.8. Work for water storage system (Table 4) shall be allocated according to following conditions:

5.8.1. For work order values up to 125, the Qualified Bidder - 1 who has accepted LICA and signed the

Agreement (“Contractor 1”) shall be eligible for works of 125 systems, in each Category. The

incremental quantity over and above this value shall be distributed equally between the

Contractor 1 and the Contractor 2, till the Contractor 2 gets work order for 125 systems. This

process shall be followed till the last Contractor gets work order for at least 125 systems or till

Page 54: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

54 | P a g e

the requirement of MPUVNL is fulfilled, whichever is later, within the validity of Agreement

period. The Table 9 below highlights the approach for work allocation for a Category:

Table 9: Work allotment table For Water Storage System (Mentioned in Table 4)

Work order quantity

(no. of Water Storage

System)

Contractor 1 Contractor 2 Contractor 3

0 to 125 125 Nil Nil

126 to 375

1/2 of the

incremental

order value

1/2 of the

incremental

order value

Nil

376 to 750

1/3 of the

incremental

order value

1/3 of the

incremental

order value

1/3 of the

incremental

order value

The above quantity allocation is indicative and can be decreased or increased, subject to performance

and production/ supply capacity of the bidder. If the quantity is higher, then qualified bidder may

increase up to L-5. In this regard, final decision of the Managing Director will prevail over without

assigning any reason.

5.9. In case if quantity of works in any Category exceeds what is indicated in Table 1, 2, 3 and 4 of

this RFP, MPUVNL, at its sole discretion, may offer such additional works as per provisions of

Clause5.6, 5.7 and 5.8 to the existing Contractor(s) or to the other Qualified Bidders on

submission of, if required, requisite amount of Bid Security on the date of acceptance of LICA as

per provisions of this RFP. However, MD (Managing Director of MPUVNL) has right to allot any

proportion to any Bidder.

5.10. If performance of the Contractor against the work(s) allocated is not found satisfactory, then

the MPUVNL reserves the right to terminate the Agreement, subject to provisions of Clause

3.29.2. In such a case the cancelled work(s) for such Contractor may be offered to other

Contractors in particular Category and/or Eligible Bidder(s) who agree to match the lowest

Financial Bid based on ranks of their Financial Bids. LICA shall be issued to such Qualified

Bidder(s). Such Qualified Bidders shall submit, if required, requisite amount of Bid Security on

Page 55: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

55 | P a g e

the date of acceptance of LICA as per provisions of this RFP.

5.11. As per timelines stipulated in this RFP, Letter Inviting Consent for Agreement (LICA) shall be

issued to the Qualified Bidder(s) as per the provisions of the RFP. If Successful Bidder(s) fails to

acknowledge the same within the stipulated time, the Nodal Agency reserves the right to

annul/cancel the award of the LICA of such Successful Bidder(s) and, in such a situation, the Bid

Security would stand forfeited.

5.12. Nodal Agency at its own discretion, has the right to reject any or all Bid(s) without assigning any

reason whatsoever.

5.13. For participation in Category (ies) as mentioned in Table 1,2 and 3 in Clause 2.2, Bidder at the

time of bidding in its Bid shall submit test report(s) in favour of the Bidder from MNRE

authorised testing centres, for model with highest pump head of solar water pumping system

in participated Category(ies). Such Test Reports shall have been in line with updated MNRE

specifications and testing procedure for stand-alone solar PV water pumping system dtd 17th

July 2019. And for participation in Category (ies) mentioned in Table -4 in clause 2.2, Bidder has

to submit the BIS certificate at the time of bidding.

However, for each of the following equipment, bidder should submit the undertaking(s) from supplier

as required in Annexure 14, for which following test report(s) from respective suppliers are

mandatory, except when bidder is the manufacturer of that equipment

• Model with highest pumping head of Solar Water Pumping System in participated Category(ies).

For e.g. if a category is for 7.5 HP with pump Model heads of 70m, 100m 150 m., then the bidder

has to submit test report for model corresponding to 150 m head along with specifications

applicable for that model, to be eligible to participate in that category.

• SPV Module(s) compliant to IEC 61215/IS14286/IEC 61646/IS16077& IEC 61730 Part- I & II (IEC-

International Electro technical commission)

• Solar pump controller/Inverter including remote monitoring system(s).

• Any Model of Solar Water Pumping System in participated Category(ies).

• Solar pump controller/Inverter including remote monitoring systems applicable IEC/IS standards.

• BIS/ISO certificate for RMPE tanks as per IS 12701:1996.

5.14. Further, Bidder/Contractor shall supply the same make of solar panels, pumps and

inverter/controller with remote monitoring system, for which the test reports is submitted. It is

to be noted that only the combination of pump & controller/inverter mentioned in the test

Page 56: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

56 | P a g e

report shall be supplied. However, with prior permission of MPUVNL, the Bidder/Contractor may

be allowed to use the other brand of solar PV modules, solar water pumps, controller, in the

approved solar pump system, provided the test lab certifies that other brand of solar PV modules,

solar water pumps, controller, are of same capacity (wattage) with parameters and characteristics

not inferior of the already tested solar PV module, solar water pumps, controller, for a particular

system, and for which the Equipment Supplier has submitted the undertaking(s) as required in

Annexure 14.” Annexure 14 to the RFP has been attached.

6. OTHER CONDITIONS:

6.1. Successful Bidder has to obtain all the necessary approvals/Consents/Clearances required for

design, engineering, supply, installation, testing and commissioning, including Comprehensive

O&M of the Project and, if needed, connectivity to the licensee’s network. Nodal Agency shall

not have any responsibility in this regard.

Page 57: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

57 | P a g e

SECTION III

SCOPE OF WORK

7. DETAILS OF WORKS:

7.1. Contractor will have full responsibility for packaging, forwarding, transportation, supply and any

type of breakages / losses etc. thereto. The goods / systems will be delivered at the destination

stores, installed and commissioned at site in the perfect conditions as per terms & conditions of

Letter of Intent / Work Order.

7.2. Manufacturers will have to put a Name plate / Label and Mark Bar code & / Serial No. /Code No.

etc. of their Products as per NABL/ MNRE/ BIS/ BEE or other Applicable Specification(s). Further,

Contractor shall be required to put a 1.6’ x 1’ name plate marking “Year of commissioning” and

“Madhya Pardesh Urja Vikas Nigam” etc. on structure of the pump system.

7.3. The Contractor shall be responsible for survey (Selection of proper well / Tube well in the

premises of the beneficiary), Supply, installation & Commissioning, of various capacities/ heads

of , Solar Photo Voltaic AC/DC, Submersible Water Pumping Systems, with or without

handpumps, as the case may be, for drinking water purpose with all required accessories and

fittings, i.e., SPV panel should be mounted on a suitable structure with a provision of three times

manual tracking, AC/DC, submersible Motor pump set with a suitable inverter/controller with a

provision of remote monitoring of the pump, electronics (MPPT, Inverter, Electronics

Protections), interconnected cables, on-off switch/Remote switch, riser/suction pipe for

submersible pumps with India mark II handpump (Categories A-E) or without handpump

(Categories F-T), as per annexure 19 & 20,, pedestal, soakage pit & all required accessories,

fittings, related civil works along-with 5 years (including manpower) warranty& Comprehensive

Maintenance Contract (CMC) etc. in different villages/sites located all over state of Madhya

Pradesh. The same make of solar panels, pumps and inverter/controller, for which the test

report is submitted in the Bid, should be supplied by the contractor. Vertical, cylindrical double

layer (inner layer white) water storage RMPE TANK, as per IS 12701:1996 (Annexure -22), along

with staging and mounting structure (as per Annexure – 21) (if required) as mentioned in Bid

Information Sheet above. Bidder shall provide 1-year warrantee for the tank and the structure.

7.4. The interconnection of water storage RMPE TANK with the solar pump system will be in the

scope of the respective bidders of categories –U - Z (table-4). Bidder shall be paid, for the

material used for such interconnection, as per the USOR 2018 PHED or latest Schedule of Rate

Page 58: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

58 | P a g e

(SOR) issued by Public Works Department (PWD) of GoMP.

7.5. Fencing with welded steel wire Fabric (weighing 4 kg per sqm.) 75 mm x 50 mm

Providing 1.20 meter high fencing with angle iron posts 50mmx 50mmx6mm at 3 meter center to

center with 0.40 meter embedded in M15 grade cement concrete, corner, end and every 10th post

to be strutted, provided with welded steel wire fabric of 75 mm x 50 mm mesh or 75 mm x 25 mm

mesh and fixed to iron posts by flat iron 50 x 5 mm and bolts etc. complete in all respects.

Bidder shall be paid INR/Meter, for the material used for fencing for above mentioned scope, as per

the latest Schedule of Rate (SOR), i.e. INR 574/meter, issued by Public Works Department (PwD) of

GoMP.

7.6. Solar pump and handpump will share either the same riser pipe or the double riser pipe.

7.7. Dismantling of existing handpump system will be the responsibility of the bidder.

7.8. All the related civil works related to handpump, like platform & wastewater drainage system

shall be the bidder’s responsibility

7.9. For systems with USPC bidder have to provide rubbers etc. required for protection.

7.10. Civil work for installation/grouting of SPV pole/mounting structure/Electrical work etc. shall be

scope of Contractor. It should have proper foundation as the MS Galvanised steel structure of

solar panel has to withstand wind of up to 150 km/hr. velocities. A certificate for civil work (such

as installation of mounting structure of solar pump etc.) will have to be provided by Contractor,

self-certified or from any certified civil engineer certifying, that it will withstand wind speed of

150 km/hr in all weather conditions.

7.11. All metal casing or shielding of the pumping system shall be thoroughly grounded to ensure

safety of the solar pumping systems.

7.12. An Operation and Maintenance Manual, in Hindi language, should be provided with the solar

PV pumping system. The manual should have information about solar energy, photovoltaic,

modules DC/AC motor pump set, tracking system, mounting structures, electronics and

switches. It should also have clear instructions about mounting of PV module, DO’s and DONT’s

and on regular maintenance and troubleshooting of the pumping system along with water

storage system, if required. Name and address of the person or Centre to be contacted in case

of failure or complaint should also be provided. A warranty card for the modules and the motor

Page 59: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

59 | P a g e

pump set should also be provided to the beneficiary. Further, a certificate will have to be

provided by the Contractor, from any license holder Contractor / supervisor, certifying that all

electrical works are carried out in accordance with applicable electrical safety standards

prescribed by GoMP from time to time.

7.13. Training the user for operation and preventive maintenance of the system is covered under the

scope of Contractor. The responsibility of imparting training to beneficiaries of the systems (free

of charge), ensuring after sales services and availability of spares at a nearby suitable place /

places will rest with the Contractor.

7.14. The Contractor shall be required to submit performance report to MPUVN after commissioning

on quarterly basis till completion of Maintenance Contract period, based on data provided by

remote monitoring system as per provisions of clause 7.20. The bidder will submit the

consolidated annual performance report to MPUVN, which will contain an abstract of quarterly

reports submitted to purchasing authority.

7.15. The supplied materials should be strictly as per specifications mentioned in the RFP Document

/ Bid and as per undertaking by each of the equipment suppliers as attached in Annexure 14,

otherwise it shall be liable for rejection. In case any defective material or any type of

substandard material is supplied, the material will be rejected, and it will be the responsibility

of the Contractor for taking back the rejected materials at its own cost within fifteen days from

the date of communication of rejection. MPUVN shall not be responsible for security/safety of

the materials rejected. Any type of fittings, accessories, assemblies, essentially required

components, which are not described or mentioned in RFP documents, shall have to be supplied

by the Contractor as per NABL/MNRE / BIS / BEE Standards & Practices as applicable at his own

cost.

7.16. Defective materials will not be accepted under any conditions and shall be rejected outright

without compensation. The Contractor shall be liable for any loss/damage sustained by MPUVN

due to defective work. The Contractor shall replace the defective material at his own expenses

to the satisfaction of MPUVN. The Contractor shall not be eligible for any claim or compensation

either arising out of any delay in the work or due to any corrective measures required to be

taken on account of and as a result of testing of the materials.

7.17. There should be provision of remote monitoring on all systems through remote monitoring

system. Such system shall be with the latest software/hardware configuration and data

Page 60: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

60 | P a g e

connectivity for online/ real time remote monitoring, subject to availability of service network.

In areas where internet services are not available, the data shall be made available through data

logger. These systems should be supplied and maintained by the Contractor under CMC for 5

years.

7.18. The System shall have provision for interfacing these data on MPUVNL’s server and portal in

future/ as desired by MPUVNL. Till then, access codes to all systems installed by the Contractor

shall be given to MPUVNL. The system shall store the data internally and it shall have a provision

for authorized access through appropriate communication port for reading/ downloading such

data locally. This will facilitate capturing information which might not get transmitted to the

servers due to communication constraints.

7.19. In the event of any of the breach of the conditions of the contract at any time on the part of the

Contractor, the contract may be terminated by the competent authority of MPUVNL without

any compensation to the Contractor. All Payments due shall be forfeited.

7.20. Warranty and Comprehensive Maintenance Contract (CMC):

a) It is mandatory on the part of Contractor(s) to provide post installation CMC services for

maintaining and monitoring the commissioned SPV Pump system up to the period of 5 years

from the date of commissioning for categories A - T. The same provisions of warrantee shall

be applied to the water storage systems also (categories U - Z); however, the period of

warrantee in this case shall be 1 year from the date of commissioning. The date of CMC will

begin from the date of commissioning of the SPV Pump.

b) For carrying out the maintenance service during the warranty & CMC effectively, the

Contractor shall establish at least one local service center at each district where number of

works commissioned by Contractor are more than or equal to one hundred (100). The bidder

will maintain the records of maintenance / half yearly visits in the enclosed format

(Annexure 16). As the maintenance facility is to be provided in the warranty of CMC, hence

no additional payment will be made by MPUVNL for maintaining the above inventory at the

service center.

c) CMC of system shall include remote monitoring system and its maintenance under CMC

tenure. Carrying out Maintenance of the SPV Pump System for the period of 5 years

(including manpower) including warranty period, after successful commissioning of the

systems is covered under the scope of Contractor. Provision of data download should be

Page 61: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

61 | P a g e

given with the remote monitoring system to ensure data availability in case the system is

unable to transmit data to servers during a particular instance. In case the system is in a

place where there is no Internet connectivity, it shall be the responsibility of the Contractor

to visit the site every six months and take the pump performance data stored in the internal

memory of the Remote monitoring unit and submit the same as part of the next quarterly

performance reports. The details of site visit submitted shall be subject to verification of the

joint committee of DREO, beneficiary and the Contractor.

d) It shall be the responsibility of the Contractor to ensure 100% working status during the five

year (warranty & CMC period). The Contractor will have to arrange all required instruments,

tools, spares, trained manpower and other necessary facilities at service center and shall

repair/replace all defective components such as SPV module, electronics, Pump, wiring etc.;

at his own cost against warranty.

e) During 5-year warranty and Comprehensive Maintenance Contract Maintenance service

shall have two distinct components as described below.

• Preventive / Routine Maintenance: This shall be done by the Contractor at least once

every quarter and shall include activities such as cleaning and checking the health of the

SPV Pump, tightening of all electrical connections, and any other activity that may be

required for proper functioning of the SPV Pump as a whole. The RMS Report and CMC

Report have to be sent to concerning beneficiary.

• Breakdown/Corrective maintenance: Whenever a complaint is lodged by the

user/MPUVNL, the Contractor shall attend to the same in such a way that the problem

is resolved in not exceeding three (3) days from the date of issue of complaint letter.

• If complaint is not resolved within 3 days from the date of complaint received/informed

to the bidder, in that case after 3 days INR 100/pump/day penalty shall be imposed for

first 3 days and thereafter INR 500/pump/day shall be imposed till the SPWPS put back

to satisfactory working condition. This amount shall be recovered either from the

running bill of the bidder or from the O-PBG of the bidder.

f) It is mandatory that the Contractor shall submit a certificate, about the

rectification/replacement work done, signed by the concerned beneficiary(s), to the DREO)

failing which it will be assumed that the Contractor has not performed its duties & action

Page 62: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

62 | P a g e

will be taken as per terms & conditions of the RFP.

• Performance monitoring during CMC period: During CMC period, performance

monitoring of all the systems installed under the RFP shall be done using the data

obtained from remote monitoring provisions in the systems.

• Contractor shall ensure that all Solar Pumps systems are Remote Monitoring System

(“RMS”) enabled. The data from such RMS enabled Projects would be monitored or

analysed remotely by MPUVNL, independently or at its Centralized Monitoring Centre.

The Contractor shall support MPUVNL or its authorised representatives in establishing

technical handshake between RMS and the Centralized Monitoring Centre. The internal

data logger of the RMS system shall work on store-and-forward mechanism. It should be

able to store data in case of connectivity outage and forward the stored data once the

connectivity is attained. The power producer shall ensure data for a minimum period of

one year is stored in the data logger. The RMS system must also be capable of interfacing

with external data loggers as may be installed by the MPUVNL or its authorised

representatives at no extra cost. The Contractor shall ensure that the connectivity of the

Solar Pump system with the Centralized Monitoring Centre of MPUVNL is uninterrupted

at all times during O&M period and shall make all necessary arrangements for the same.

In addition to the above, the Contractor shall ensure and shall have no objection to

provide access to RMS and / or any other medium used to transfer data for data

acquisition and monitoring the performance of Project(s) by MPUVNL. MPUVNL or its

authorized agency reserves right to validate the authenticity of such data for which

Contractors shall extend full access and its cooperation

g) After the commissioning of the solar pump, if the pumps are non-operational due to the

following reasons, it might lead to shortening of the CMC period by the such period for which

the pumps are non-operational:

1) Water level recedes below pump shut-off level

2) Theft of components

3) Panel breakage/damage

4) Bore collapse

5) Controller damage

Page 63: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

63 | P a g e

These damages shall first be verified through written confirmation from the beneficiary. The

Contractor would have to return money to the Nodal Agency at the rate of 2% of the work order

value of that pump, for every year of reduction from intended CMC period of 5 years. They might

be recovered as per the terms and conditions in this RFP

7.21. TIMELINE

7.21.1 Contractor shall have to commission works in Work Order within four (4) months from date of

issue of work order. However, specific work completion timeline shall be as specified in

respective work order(s), depending upon quantity and location of works. If required, the

Managing Director, MPUVN can extend the timeline so provided in work order to a maximum

of 30 days, however, this period may further be extended at the sole discretion of MD, MPUVNL

under extreme conditions.

7.21.2 For execution of works, in case of natural calamity or reason beyond the control of Contractor

or unavoidable circumstances supply/work is not completed within the given time frame, the

Managing Director, MPUVNL may consider grant of extension after having found the reasons to

his/her satisfaction, submitted by Contractor within the scheduled time.

7.21.3 The time period for execution of the work order is 4 months from the date of work order, unless

extended further at the discretion of Managing Director, MPUVN. This time period shall be

deemed to be the essence of the contract and the Contractor shall arrange all the needful within

the stipulated period(s).

7.22 Insurance

The goods supplied under the contract shall be fully insured in Indian Rupees against Loss or

Damage incidental to manufacturer or acquisition, Transportation, Storage and Delivery. For

delivery of goods at site the insurance shall be obtained by the contractor for an amount not

less than Contract Price of the goods from “Warehouse to Warehouse” (Final destination) on

“all the risk” basis including War Risk and Strikes.

The comprehensive insurance of Solar Photovoltaic Pumping System shall be provided for Natural

calamities, Theft and burglary etc. During Five years warrantee period.

Page 64: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

64 | P a g e

SECTION IV

TERMS AND CONDITION FOR PAYMENT

8. PAYMENT TERMS (Applicable for categories mentioned in Table 1,2 and 3 i.e. A-T)

8.1. The Contractor may opt for mobilization advance up to 30% of the work order value upon

submission of bank guarantee equivalent to 110% of the mobilization advance sought for, valid

till date of commissioning as mentioned in work order, or extended date with additional claim

period of 6 months (Annexure 18).

8.2. Payment shall be made to the Contractor (after adjusting the mobilization advance, if

applicable) for work(s) getting successfully commissioned, subject to submission of O-PBG as

per clause 3.16.6 with validity as specified in Clause 3.16.5 and documents in support of systems

performance criteria. In case, Contractor does not submit O-PBG of desired amount as specified

above, then payment corresponding to value of O-PBG shall be held by MPUVNL in lieu of O-

PBG.

8.3. For release of payment as per provisions of Clause 8.2, the Contractor shall present the following

and upload the same into the solar pump portal of MPUVN:

8.3.1 Appropriate Bills in Triplicate,

8.3.2 Inspection cum Commissioning Report jointly signed by Contractor, concerned Inspecting

Authority of the MPUVNL (DREO) and the Beneficiary. The DREO or field staff of beneficiary

organization will be given 10 days to inspect and submit their report on portal. In the absence

of this the solar pump will be considered commissioned.

8.3.3 Coloured photograph, mentioning the latitude and longitude) of SPV Array, Pump, controller/

Inverter duly certified by DREO.

8.3.4 Handing over Certificate duly signed by beneficiary and concerned Inspecting Authority of the

MPUVNL (DREO).

8.3.5 Performance report based on data received from remote monitoring system or data logger in

cases, where internet services are not available.

8.3.6 An undertaking shall need to be submitted by the Contractor certifying that the civil work will

withstand the wind speed of 150 km/hr in all weather conditions

Page 65: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

65 | P a g e

8.3.7 The concerned inspecting/forwarding authority of the MPUVNL (DREO) will ensure submission

of the above documents duly attached with Bill Forwarding Note to head office.

8.4 OPBG, which has been submitted in the form of BG, shall be released on fulfilment of each of

the following conditions:

a) Successful completion of CMC responsibilities as prescribed in this RFP on the 5th

anniversary of the commissioning (or during BG grace period) of the all the systems covered

under it;

b) Submission of Certificate of half yearly visits to be submitted at the end of every six month

to the DREO/ Authorised person of MPUVN;

c) Submission of certificate signed by DREO, confirming that the pumps so commissioned have

worked satisfactorily;

8.5 Nodal Agency shall release C-PBG to Contractor within fifteen (15) days from date of

Commissioning of 100% of works in a Work Order.

8.6 MPUVNL shall recover/ adjust LD/penalty from any payments due to the Contractor. If recovery/

adjustment is not possible from payments due, the same shall be done through C-PBG/ O-PBG

against the work order concerned. Lastly, if recovery/ adjustment of LD/ penalty is not possible

against payment due or C-PBG/ O-PBG concerned, it shall be done against any C-PBG/ O-PBG of

the Contractor with MPUVNL with respect to any other work. If recovery/ adjustment of LD/

penalty is not possible from payments due and C-PBGs/ O-PBGs, the same shall be done through

Bid Security of the Contractor.

8.7 In case any PBG or Bid Security is utilized, partly or fully, towards recovery/ adjustment of LD/

penalty, the same shall be replenished to its original value and validity period within 15 days of

written communication on this behalf from MPUVNL to Contractor, failing which the Contractor

shall become ineligible for further work orders being given under this RFP

9. PAYMENT TERMS (Applicable for categories mentioned in Table 4 i.e. U- Z)

9.1. Payment terms for execution of work order issued shall be as below:

9.1.1. The Contractor may opt for mobilization advance up to 30% of the work order value upon

submission of bank guarantee equivalent to 110% of the mobilization advance sought for, valid

till date of commissioning as mentioned in work order, or extended date with additional claim

Page 66: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

66 | P a g e

period of six (6) months

9.2. Monthly payment shall be made to the Contractor (after adjusting the mobilization advance, if

applicable) for work(s) getting successfully commissioned, subject to submission of O-PBG of as

per clause 3.16.6 with validity till warrantee period, i.e., 1 year. In case Contractor does not

submit O-PBG of desired amount as specified above, then payment corresponding to value of

O-PBG shall be held by MPUVNL in lieu of O-PBG. The payment will be released only on

fulfillment of Clause 8.3.1, 8.3.2, 8.3.4 and 8.3.6 mentioned above.

Page 67: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

67 | P a g e

SECTION V

CHECKLIST

10. Checklist

S.No. Item / Description Attached

(Yes/No)

Envelope No. (to be

submitted online

and offline)

1. Annexure 1: Covering Letter A

2. Bid Security A

3. Bid Processing Fee A

4. Power of Attorney in the name of the Authorized

Signatory (Annexure 7)

A

5. Consortium Agreement, if applicable (Annexure – 23) A

6. Power of Attorney in favour of Lead Member, if

applicable (Annexure – 26)

A

7. A) Duly signed with seal affixed, downloaded copy of

RFP including amendments & minutes of pre-bid

meeting enclosed.

B

B) Acknowledgement of RFP B

8. Manufacturer of Mono/Multi crystalline SPV Module(s)

(Attach Certificate of manufacturer)

or

Manufacturer of Motor- pump set

(Attach Certificate of manufacturer)

or

Manufacturer of solar pump controller/Inverter

(Attach Certificate of manufacturer)

Or

Manufacturer of RMPE water storage tanks

(Attach Certificate of manufacturer)

B

9. Undertaking & Declaration as per RFP Doc.

(A Copy of registration/TIN,GST/PAN)

B

10. General Information about the Bidder & Past Experience B

Page 68: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

68 | P a g e

S.No. Item / Description Attached

(Yes/No)

Envelope No. (to be

submitted online

and offline)

(In enclosed Annexures 2 and 8)

11. Valid test report(s) of SPV Module(s) proposed

compliance to IEC 61215/ IS 14286/IEC 61646/IS 16077&

IEC 61730 part- I & II (IEC-International Electro technical

commission)/ Motor- pump set/ solar pump

controller/Inverter from a MNRE accredited test lab.

(Annexure 13)

B

12. Details of Turnover of Bidder- Attach CA certificate

positively. (Annexure-9)

B

13. Technical Information Duly Filled (Annexure 8) B

14. Undertaking from SPV Module/pump/water RMPE TANK

manufacturer about regular supply of SPV

Module/Pumps in favour of bidder (clearly mentioning

RFP number and date) till the validity of contract (on

letterhead of manufacturer) as per Annexure 14

B

15. Income Tax Clearance Certificate, (if applicable) B

16. Availability of service facilities in M.P. – GST

registration/electricity bill/telephone bill, etc.

B

17. Annexure 10: Undertaking Form B

18. Annexure 15: Undertaking for Deduction B

19. Annexure 16: Declaration B

20. Financial proposal Online only

Page 69: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

69 | P a g e

SECTION VI

TECHNICAL PARAMETERS

(Also include additionally attached the MNRE Drinking Water Guideline)

11. Technical Parameters

11.1 In case, Bidder is meeting eligibility criteria as manufacturer of SPV Modules OR Motor-Pump

Sets OR Solar pumps Controller, then it shall submit test certificates of SPV modules/ Motor

pump sets/Solar pumps Controller including remote monitoring system (as applicable) from a

MNRE accredited testing lab. Such Test Certificates for irrigation application shall in line with

MNRE specifications and testing procedure for stand-alone solar PV water pumping system for

drinking water purpose dt 17.07.19. Bidder has to mandatorily submit certificate for 90m

dynamic head for 1 HP Pump.

11.2 Technical Bid shall comprise of test report(s) from MNRE authorized testing centres for model

with highest pump head of solar water pumping system in participated Category(ies) compliant

to MNRE specifications of solar water pumping systems, as attached in Annexure 19 and

Annexure 20. Such Test Reports for irrigation application shall have been issued in line with

MNRE specifications and testing procedure for stand-alone solar PV water pumping system dtd

17th July 2019.

11.3 India Mark II Deep Well Handpump

• Head assembly

• Modified RMPE TANK with force and lift arrangement

• Modified telescopic pedestal

• Modified S.S. cylinder with S.S. components.

• 12mm dia x 3m length MS electro-galvanized Connecting rods as per IS 15500

• For 45mtr. Solar Handpumping System -10nos.

• For 60mtr. Solar Handpumping System -15 nos.

• 32 NB x 3m length GI Riser Pipe as per IS 15500

• For 45 mtr. Solar Handpumping System -10nos.

• For 60mtr. Solar Handpumping System -15 nos.

• Non-Return Valve, Ball Valve and other fittings for plumbing work.

Page 70: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

70 | P a g e

• Riser Pipe Centralizers – 3 nos.

• Minimum expected yield of the handpump at 40 strokes/min – 700 lph

• To connect submersible pump to handpump cylinder additional required depth

32 mm HDPE pipe as per IS 4984 duly ISI marked along with end nipples and clips.

• Dismantling of existing handpump system

• All the related civil works related to handpump, like platform & wastewater drainage system

shall be the user responsibility

11.4 Solar module:

a) The PV Module should be BIS certified.

b) The solar modules should be tested for Safety from Fire as per clause no 10.8 of IS/IEC 61730-

II from MNRE authorised Test center. The Fire Safety Report of solar panels (Under Clause no

10.8 of IEC 61730-II) should be submitted along with the bid.

c) The NOCT Performance Report-I – V Curve of the Solar Panel (for the wattage used in the

Solar Pump test report) should be submitted along with the bid from MNRE authorised

centre.

d) The Solar Panel should have the above certifications from MNRE authorised Lab.

11.5 Controller for Solar Pump:

a) The Solar pump controller should be tested from MNRE authorised Test Centre or NABL

accredited laboratory, as per MNRE's 2019 Testing Procedure, for the following standards

and reports to be submitted along with the bid.

b) IEC 60068-2 (1,2,14,30) Environment Test

c) EN 50530 MPPT tracking efficiency Test

11.6 Pump sets:

a) The Pumpsets should be tested for the following routine tests for electrical performance on

the motor and the pumpsets from NABL or MNRE Authorised Lab:

b) High voltage test as per IS 9283:2013 with the motor disconnected from the convertor.

c) insulation resistance test as per IS 9283:2013 with the motor disconnected from the

Page 71: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

71 | P a g e

convertor.

d) Leakage current test as per IS 9283:2013 with the motor disconnected from the convertor.

e) Detailed technical specifications of solar water pumping system have been provided in

Annexure 19 and Annexure 20 of this document.

11.7 Water storage RMPE TANKs along with mounting structure and MS steel raised structure

Cylindrical, vertical, double layer (inner layer white) water storage RMPE tank with ISI mark of

IS:12701:1996 latest revision, along with structures shall be required for the below mentioned

capacities and heights:

The detailed drawings along with the specifications and dimensions is mentioned in

Annexure -21

Bidder to follow the drawings for the detailed specifications for RMPE water storage tanks

attached as Annexure -22.

The interconnection of water storage RMPE TANK with the solar pump system will be in the

scope of the respective bidders of categories U – Z (table-4). Bidder shall be paid, for the material

used for such interconnection, as per the USOR 2018 PHED or latest Schedule of Rate (SOR)

issued by Public Works Department (PWD) of GoMP.

11.8 Pedestal-

The Pedestal shall be with civil work having round 4 feet dia. or square shape 4 Feet side

as per the requirement of Client to provide the size required and specification.

Height of structure

(in Meter)

Capacity of water storage

(in Litters)

3 5,000

4.5 5,000

6 5,000

6 10,000

9 5,000

9 10,000

Page 72: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

72 | P a g e

11.9 Soaking Pit – A suitable structure either in rectangle or square shape towards the side of

slope of water flow.

11.10 Fencing with welded steel wire Fabric along with fabrication and installation of iron gate

(weighing 4 kg per sqm.) 75 mm x 50 mm:

Providing 1.20 meter high fencing with angle iron posts 50 mm x 50 mm x 6 mm at 3 meter center to

center with 0.40 meter embedded in M15 grade cement concrete, corner, end and every 10th post

to be strutted, provided with welded steel wire fabric of 75 mm x 50 mm mesh or 75 mm x 25 mm

mesh and fixed to iron posts by flat iron 50 x 5 mm and bolts etc. complete in all respects.

Bidder shall be paid INR/Meter, for the material used for fencing for above mentioned scope, as per

the latest Schedule of Rate (SOR), i.e. INR 574/meter, issued by Public Works Department (PwD) of

GoMP.

11.11 UNIVERSAL SOLAR PUMP CONTROLLER (USPC)

Please refer Annexure - 25 for detailed technical specifications of USPC and testing procedure.

Page 73: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

73 | P a g e

SECTION VII

FINANCIAL BID FOR RFP

(To be submitted only with due encryption)

Financial Bid for Category A

Category

Description of Work

Total Financial Bid

(INR/Unit)

In Figures In Words

A

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 74: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

74 | P a g e

FINANCIAL BID FOR CATEGORY B

(To be submitted only with due encryption)

Category

Description of Work

Total Financial Bid

(INR/Unit)

In Figures In Words

B

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and Commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 75: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

75 | P a g e

FINANCIAL BID FOR CATEGORY C

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

C

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 76: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

76 | P a g e

FINANCIAL BID FOR CATEGORY D

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

D

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 77: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

77 | P a g e

FINANCIAL BID FOR CATEGORY E

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

E

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 78: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

78 | P a g e

FINANCIAL BID FOR CATEGORY F

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

F

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 79: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

79 | P a g e

FINANCIAL BID FOR CATEGORY G

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

G

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 80: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

80 | P a g e

FINANCIAL BID FOR CATEGORY H

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

H

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 81: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

81 | P a g e

FINANCIAL BID FOR CATEGORY I

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

I

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 82: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

82 | P a g e

FINANCIAL BID FOR CATEGORY J

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

J

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 83: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

83 | P a g e

FINANCIAL BID FOR CATEGORY K

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

K

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 84: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

84 | P a g e

FINANCIAL BID FOR CATEGORY L

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

L

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 85: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

85 | P a g e

FINANCIAL BID FOR CATEGORY M

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

M

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 86: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

86 | P a g e

FINANCIAL BID FOR CATEGORY N

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

N

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 87: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

87 | P a g e

FINANCIAL BID FOR CATEGORY O

(To be submitted only with due encryption)

Category

Description of Work

Total Financial Bid

(INR/Unit)

In Figures In Words

O

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 88: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

88 | P a g e

FINANCIAL BID FOR CATEGORY P

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

P

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 89: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

89 | P a g e

FINANCIAL BID FOR CATEGORY Q

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

Q

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 90: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

90 | P a g e

FINANCIAL BID FOR CATEGORY R

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

R

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 91: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

91 | P a g e

FINANCIAL BID FOR CATEGORY S

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

S

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 92: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

92 | P a g e

FINANCIAL BID FOR CATEGORY T

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

T

Supply of Material, Erection, installation and

commissioning along with Operation & Maintenance

(5years warranty & CMC)

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Solar Water Pumping System of respective Models at site, including 5 years

warranty & CMC, packing, forwarding, loading, unloading, transportation charges and insurance

charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 93: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

93 | P a g e

Page 94: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

94 | P a g e

FINANCIAL BID FOR CATEGORY U

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

U

Supply of Material, Erection, installation and

commissioning along with 1 Year Warrantee

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Water storage System at site, including 1 year warranty, packing, forwarding,

loading, unloading, transportation charges and insurance charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 95: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

95 | P a g e

FINANCIAL BID FOR CATEGORY V

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

V

Supply of Material, Erection, installation and

commissioning along with 1 Year Warrantee

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Water storage System at site, including 1 year warranty, packing, forwarding,

loading, unloading, transportation charges and insurance charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 96: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

96 | P a g e

FINANCIAL BID FOR CATEGORY W

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

W

Supply of Material, Erection, installation and

commissioning along with 1 Year Warrantee

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Water storage System at site, including 1 year warranty, packing, forwarding,

loading, unloading, transportation charges and insurance charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 97: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

97 | P a g e

FINANCIAL BID FOR CATEGORY X

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

X

Supply of Material, Erection, installation and

commissioning along with 1 Year Warrantee

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Water storage System at site, including 1 year warranty, packing, forwarding,

loading, unloading, transportation charges and insurance charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 98: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

98 | P a g e

FINANCIAL BID FOR CATEGORY Y

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

Y

Supply of Material, Erection, installation and

commissioning along with 1 Year Warrantee

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Water storage System at site, including 1 year warranty, packing, forwarding,

loading, unloading, transportation charges and insurance charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 99: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

99 | P a g e

FINANCIAL BID FOR CATEGORY Z

(To be submitted only with due encryption)

Category

Description of work

Total Financial Bid

(INR/Unit)

In Figures In Words

Z

Supply of Material, Erection, installation and

commissioning along with 1 Year Warrantee

Note:

1. Rates quoted must be Firm and Fixed for Survey, Supplying, Installation and commissioning of

different components of Water storage System at site, including 1 year warranty, packing, forwarding,

loading, unloading, transportation charges and insurance charges.

2. Taxes i.e. GST shall be paid as per invoice.

Page 100: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

100 | P a g e

SECTION VIII

FORMATS FOR SUBMITTING RFP

Page 101: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

101 | P a g e

ANNEXURE 1: COVERING LETTER

Covering Letter

(The covering letter should be on the Letter Head of the Bidder)

Ref. No.

Date:

From: (Insert name and address of Bidder)

Tel.: Fax: E-mail address:

To:

Chief Engineer

Madhya Pradesh Urja Vikas Nigam Limited

(A Government of Madhya Pradesh Enterprise)

Urja Bhawan, Link Road No. 2,

Shivaji Nagar, Bhopal - 462016

Sub: Request for Proposal (RFP) for Standardization of rates and selection of Contractor for Survey, Supply,

Installation & Commissioning of Solar Photo Voltaic DC, Submersible water Pumping Systems for drinking

water supply, with provision for manual three times tracking in a day and remote monitoring of the pump

along with 5 years warranty & Comprehensive Maintenance Contract (CMC). in accordance with

MNRE/BIS/IEC/CE norms at various locations in the state of MP.

Dear Sir,

We, the undersigned [insert name of the Bidder] having read, examined and understood in detail the RFP

for Request for Proposal (RFP) for Standardization of rates and selection of Contractor for Survey, Supply,

Installation & Commissioning of Solar Photo Voltaic DC, Submersible water Pumping Systems for drinking

water supply. , with provision for manual three times tracking in a day and remote monitoring of the pump

along with 5 years warranty & Comprehensive Maintenance Contract (CMC) etc. in accordance with

MNRE/BIS/IEC/CE norms at various locations in the state of MP, hereby submit our Bid comprising of Financial

Page 102: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

102 | P a g e

Bid and Technical Bid. We confirm that neither we nor any of our Affiliate has submitted Bid other than this

Bid directly or indirectly in response to the aforesaid RFP.

We give our unconditional acceptance to the RFP, dated……………….and RFP attached thereto, issued by

Madhya Pradesh Urja Vikas Nigam Limited, as amended. As a token of our acceptance to the RFP, the same

have been initiated by us and enclosed to the Bid. We shall ensure that we execute such RFP as per the

provisions of the RFP and provisions of such RFP shall be binding on us.

Bidder Details

Bidder Type Yes /No

Company

LLP

Partnership Firm

Sole Proprietor

Consortium

Project categories

We are pleased to submit our bid for the following categories as mentioned in table below:

Project Category Participation*

(Yes / No)

Project Category

Participation*

(Yes / No)

A N

B O

C P

D Q

E R

F S

G T

H U

I V

J W

Page 103: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

103 | P a g e

Project Category Participation*

(Yes / No)

Project Category

Participation*

(Yes / No)

K X

L Y

M Z

*Note: Bidder shall mention ‘Yes’ corresponding to categories it wants to bid and clearly mention ‘No’ for

categories where it does not intend to bid.

Bid Security

We have enclosed Bid Security in form of DD/ FDR/ Bank Guarantee for each category of amount as

mentioned in this RFP, details of which are hereunder:

Project Category Bid Security (INR

Lakhs)

Participation* (Yes /

No)

Bid Security Details

A

B

C

D

E

F

G

H

I

J

K

L

M

N

O

P

Q

R

Page 104: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

104 | P a g e

Project Category Bid Security (INR

Lakhs)

Participation* (Yes /

No)

Bid Security Details

S

T

U

V

W

X

Y

Z

*Note: Bidder shall mention ‘Yes’ corresponding to categories it wants to bid and clearly mention ‘No’ for

categories where it does not intend to bid

OR

We have enclosed a Bid Security in form of Bank Guarantee (Bid Security Details)/ Through RTGS of cumulative

amount required, subject to clause 3.15.1, as mentioned in this RFP.

We have submitted our Financial Bid strictly as per this RFP, without any deviations, conditions and without

mentioning any assumptions or notes for the Financial Bid in the said format(s).

Acceptance

We hereby unconditionally and irrevocably agree and accept that the decision made by Madhya Pradesh Urja

Vikas Nigam Limited in respect of any matter regarding or arising out of the RFP shall be binding on us. We

hereby expressly waive any and all claims in respect of Bid process.

We confirm that there are no litigations or disputes against us, which materially affect our ability to fulfil our

obligations with regard to execution of projects of capacity offered.

Familiarity with Relevant Indian Laws & Regulations

We confirm that we have studied the provisions of the relevant Indian laws and regulations as required to

enable us to submit this Bid and execute the RFP, in the event of our selection as Contractor. We further

undertake and agree that all such factors as mentioned in RFP have been fully examined and considered while

submitting the Bid.

Contact Person

Details of the contact person are furnished as under:

Page 105: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

105 | P a g e

Name

Designation

Company

Address

Phone Nos.

Fax Nos.

E-mail address

We are enclosing herewith the Envelope-A (Covering letter, Processing fee and Bid Security) and Envelope-B

(Technical documents) containing duly signed formats, each one duly sealed separately, in one original as

desired by you in the RFP for your consideration.

It is confirmed that our Bid is consistent with all the requirements of submission as stated in the RFP and

subsequent communications from Madhya Pradesh UrjaVikas Nigam Limited. The information submitted in

our Bid is complete, strictly as per the requirements stipulated in the RFP and is correct to the best of our

knowledge and understanding. We would be solely responsible for any errors or omissions in our Bid. We

confirm that all the terms and conditions of our Bid are valid for acceptance for a period of 120 days from Bid

Deadline. We confirm that we have not taken any deviation so as to be deemed non-responsive.

Dated the day of 2020

Thanking you,

We remain,

Yours faithfully

Name, Designation and Signature of Authorized Person in whose name Power of Attorney/Board Resolution.

Page 106: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

106 | P a g e

ANNEXURE 2: GENERAL PARTICULARS OF THE BIDDER

GENERAL PARTICULARS OF THE BIDDER

1. Name of the Company

2. Type of Company

3. Registered Office Address

4. E-mail

5. Web site

6.

Authorized Contact Person(s) with name, designation, Address

and Mobile Phone No., E-mail address/ Fax No. to whom all references shall be made

7. Year of Incorporation

8. Have the Bidder/Company ever been debarred By any Govt.

Dept. / undertaking for undertaking any work.

9. Reference of any documentation format/ annexures attached by

the Bidder other than specified in the RFP.

10. Whether the Bidder wishes to form a

Project Company for execution of work

Yes/No

11. Bidder is listed in India Yes/No

12. TIN No.

13. GST

14. PAN No.

15. Service Tax (ST-2)

16. Certificate of Incorporation of Bidder (as applicable) enclosed Yes/No

17. A copy of partnership deed or LLPF/ Sole Proprietor registration,

as applicable enclosed

Yes/No

(Signature of Authorized Signatory)

With Stamp

Date: __________________________

Page 107: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

107 | P a g e

ANNEXURE 3: ACKNOWLEDGEMENT OF RFP DOCUMENT

(To be furnished on letterhead of Bidder)

To,

Chief Engineer,

MP Urja Vikas Nigam Ltd., Urja Bhavan, Main Road No.2,

Near Bus-stop No.5, BHOPAL – 462016

PHONE # 0755-2575670, FAX # 0755 – 2553122

E-Mail: [email protected]

Dear Sir,

We have understood the instructions and the terms and conditions mentioned in the RFP Document and have

thoroughly examined the RFP Document and are fully aware of the scope of work required. We are hereby

submitting our “Financial Proposal” as per prescribed format online only.

The price quoted are excluding taxes. TDS will be deducted from our payment as per the prevalent laws and

rules of Government of India and Government of MP in this regard.

For and on behalf of:

Signature: (Authorized Signatory) Name of the Person:

Designation:

Page 108: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

108 | P a g e

ANNEXURE 4: FORMAT FOR BANK GUARANTEE FOR BID SECURITY

(To be on non-judicial stamp paper of INR 1000/-)

1. Rs(IN FIGURE) (Rupees (IN WORDS)) Bank Guarantee covers from…………………… to ……………….

2. This Deed of Guarantee made on…………..(Day)………………of………………(Month)……………..of

…………………..(Year)………………………..Between…………………… (Here-in-after called the Guarantor) on the

One Part / On behalf of M/s ………………………………….(Here-in-after called the Bidder), and in favour of

M.P. Urja Vikas Nigam Ltd., Bhopal (Here-in-after called the MPUVN) on the following Terms, and

Conditions:

3. Whereas, the Bidder having agreed to Deposit Security of Rs. …………………………….(in

figure)…………………………………………Rupees…….(in words) ) in favour of the MPUVN in the Form of

Bank Guarantee, in token towards Design, Supply, Installation and Commissioning of SPV systems

with 5 year's Warranty cum Comprehensive Maintenance Contract of ( year’s) vide

Order/RFP No (dated) to the satisfaction of the

Managing Director of the MPUVN for …(Total)…Years / Months against the said Contract Agreement.

4. Whereas the Guarantor further agree that the Managing Director of the MPUVN is competent to

decide whether the Execution of Rate Contract of Survey, Supply, Installation & Commissioning of

Solar Photo Voltaic DC/AC, Submersible water Pumping Systems for Drinking Water Purpose etc. with

provision for three times manual tracking in a day and remote monitoring of the pump along with 5

years warranty & Comprehensive Maintenance Contract (CMC) etc. in accordance with

MNRE/BIS/IEC/CE norms in different sites/villages located anywhere in Madhya Pradesh.

and/or

Survey, Supply, Installation & Commissioning of water storage tanks with MS steel raised structure.

5. The rates once accepted shall be valid up to the Agreement Period as per Terms & Conditions of the

Contract Agreement or Not. His decision shall be binding on us.

6. Whereas the Guarantor further agree to pay immediately the amount Guaranteed within a period of

one week of the same being demanded by the MPUVN with intimation to the Contractor.

7. This Guarantee shall remain enforced and shall continue to be enforceable till and, shall

be extended on receiving instructions from the MPUVN, with intimation to the Contractor. However,

the Bank Guarantee shall stand automatically enforceable for a period of further six months, unless

discharged by the MPUVN, under intimation to the MPUVN by the Bank immediately.

8. Whereas the Guarantor further agree that their liability under this Guarantee shall not be affected by

Page 109: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

109 | P a g e

reason if any change in the agreement or the terms and conditions between the Contractor and the

MPUVN or without the consent or knowledge of the Guarantor.

9. Whereas the Guarantor further agrees that Managing Directors decision whether Contractor has

committed any breach or non-observance of the terms and conditions of the said contract shall be

final and enough for Guarantors to make payment to the MPUVN.

10. Whereas the Guarantor further agree that the amount due or amounts of damage or loss caused to

or suffered by the Nigam are binding on us and undertaking to pay the amount Guaranteed hereby or

part thereof as required, immediately / within one week of the demand made by the MPUVN.

11. Whereas the Guarantor hereby undertakes not to revoke this Guarantee during its currency period

except with the previous consent of the MPUVN in writing. However, unless a demand or claim is

made in writing on or before the expiry of this Guarantee as mentioned in Clause No. 4 above, the

Guarantor shall be released and discharged from all liabilities there under.

12. Whereas the Guarantor hereby undertakes that this bank guarantee once opened, in any

circumstances shall not be cancelled without written consent of the MPUVN.

13. Notwithstanding anything contained in foregoing our liability under this Guarantee is restricted to Rs

………………….(Rupees only) Our Guarantee shall remain in force up to six months from the date of

expiry of currency / extended period of the Bank Guarantee.

For,

Bank,

(Signature / Name of Bank Officer / Seal of Authorized Signatory)

Page 110: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

110 | P a g e

ANNEXURE 5: FORMAT FOR PERFORMANCE BANK GUARANTEE

(To be on non-judicial stamp paper of Minimum Rs. 1000/-)

This Deed of Guarantee made on (Day) of (Month)

of

(Year) Between (Here-in-after called

the Guarantor) on the One Part / On behalf of M/s

(Here- in-after called the Contractor), and in favour of M.P. Urja Vikas Nigam Ltd., Bhopal (Here-in-after called

the MPUVN) on the following Terms, and Conditions:

In consideration of the [Insert name of the Bidder] (hereinafter referred to as (Contractor) submitting the

response to RFP inter alia for selection of the Request for Proposal (RFP) for Standardization of rates and

selection of Contractor for :

Survey, Supply, Installation & Commissioning of Solar Photo Voltaic DC/AC, Submersible water Pumping

Systems for Drinking Water Purpose etc. with provision for three times manual tracking in a day and remote

monitoring of the pump along with 5 years warranty & Comprehensive Maintenance Contract (CMC) etc. in

accordance with MNRE/BIS/IEC/CE norms in different sites/villages located any where in Madhya Pradesh,

and/or

Survey, Supply, Installation & Commissioning of water storage tanks with MS steel raised structure,

in response to the RFP dated issued by Madhya Pradesh Urja Vikas Nigam Limited

(hereinafter referred to as Nodal Agency) and Nodal Agency considering such response to the RFP of [insert

the name of the Contractor] (which expression shall unless repugnant to the context or meaning thereof

include its executers, administrators, successors and assignees) and selecting the Project of the Contractor

and issuing LICA No. to (Insert Name of Successful Bidder) as per terms of RFP and the same having been

accepted by the selected Project Company, M/s {a Special Purpose Vehicle (SPV) formed for this purpose}, if

applicable]. As per the terms of the RFP, the [insert name & address of bank] hereby agrees unequivocally,

irrevocably and unconditionally to pay to Nodal Agency at [Insert Name of the Place from the address of the

Nodal Agency] forthwith on demand in writing from Nodal Agency, or any officer authorized by it in this behalf,

any amount upto and not exceeding Rupees [Rupees (Total Value in words)] only, on behalf of

M/s [Insert name of the Contractor / Project Company].This guarantee shall be valid and binding on this Bank

up to and including and shall not be terminable by notice or any change in

the constitution of the Bank or the term of Agreement or by any other reasons whatsoever and our liability

Page 111: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

111 | P a g e

hereunder shall not be impaired or discharged by any extension of time or variations or alternations made,

given, or agreed with or without our knowledge or consent, by or between parties to the respective

Agreement.

Our liability under this Guarantee is restricted to Rupees (both in numbers and words)

Our Guarantee shall remain in force until Nodal Agency shall be entitled to invoke this Guarantee till

. The Guarantor Bank hereby agrees and acknowledges that Nodal Agency

shall have a right to invoke this BANK GUARANTEE in part or in full, as it may deem fit.

The Guarantor Bank hereby expressly agrees that it shall not require any proof in addition to the written

demand by Nodal Agency, made in any format, raised at the above mentioned address of the Guarantor

Bank, in order to make the said payment to Nodal Agency.

The Guarantor Bank shall make payment hereunder on first demand without restriction or conditions

and notwithstanding any objection by [Insert name of the Contractor]. The Guarantor Bank shall not

require Nodal Agency to justify the invocation of this BANK GUARANTEE, nor shall the Guarantor Bank

have any recourse against Nodal Agency in respect of any payment made hereunder.

This BANK GUARANTEE shall be interpreted in accordance with the laws of India and the courts at Bhopal

shall have exclusive jurisdiction.

The Guarantor Bank represents that this BANK GUARANTEE has been established in such form and with

such content that it is fully enforceable in accordance with its terms as against the Guarantor Bank in the

manner provided herein.

This BANK GUARANTEE shall not be affected in any manner by reason of merger, amalgamation,

restructuring or any other change in the constitution of the Guarantor Bank.

This BANK GUARANTEE shall be a primary obligation of the Guarantor Bank and accordingly Nodal Agency

shall not be obliged before enforcing this BANK GUARANTEE to take any action in any court or arbitral

proceedings against the selected Contractor / Project Company, to make any claim against or any

demand on the Contractor or to give any notice to the Contractor / Project Company or to enforce any

security held by Nodal Agency or to exercise, levy or enforce any distress, diligence or other process

against the Contractor / Project Company.

Notwithstanding anything contained hereinabove, our liability under this Guarantee is restricted to

Rupees (Rupees only) and it shall remain in force until we are

liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only if Nodal Agency

serves upon us a written claim or demand.

Page 112: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

112 | P a g e

Signature

Name

Power of Attorney No.

For

[Insert Name of the Bank] Banker's Stamp and Full Address. Dated this day of _ , 20

Witness:

Signature

Name and Address

Signature

Name and Address

Page 113: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

113 | P a g e

ANNEXURE 6: CHECK LIST FOR PBG (C-PBG/ O-PBG)

S.No. Details of checks YES/NO

1 Is the BG on non-judicial Stamp paper of appropriate value, as per

applicable Stamp Act of the place of execution

2 Whether date, purpose of purchase of stamp paper and name of the

purchaser are indicated on the back of Stamp paper under the Signature

of Stamp vendor? (The date of purchase of stamp paper should be not

later than the date of execution of BG and the stamp paper should be

purchased either in the name of the executing Bank or the party on whose

behalf the BG has been issued. Also the Stamp Paper should not be older

than six

months from the date of execution of BG).

3 Has the executing Officer of BG indicated his name, designation and Power

of Attorney No./Signing Power no. on the BG?

4 Is each page of BG duly signed / initialed by executant and whether stamp

of Bank is affixed thereon? Whether the last page is signed with full

particulars including two witnesses under seal of Bank as required in the

prescribed Performa?

5 Does the Performance Bank Guarantees compare verbatim with the

Performa prescribed in the Bid Documents?

6 Are the factual details such as Bid Document No. / Specification No., / LOI

No. (if applicable) / Amount of BG and Validity of BG correctly mentioned

in the BG

7 Whether overwriting/cutting if any on the BG have been properly

authenticated under signature & seal of executant?

Page 114: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

114 | P a g e

ANNEXURE 7: POWER OF ATTORNEY

(To be on non-judicial stamp paper of Minimum Rs. 1000/-)

Power of Attorney to be provided by the Bidder in favour of its representative as evidence of authorized

signatory’s authority.

Know all men by these presents, We (name and address of the registered office of the Bidder as applicable)

do hereby constitute, appoint and authorize Mr./Ms. (name &residential address) who is presently

employed with us and holding the position of as our true and

lawful attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection

with or incidental to submission of our Bid for Standardization of rates and selection of Contractor for Survey,

Supply, Installation & Commissioning of Solar Photo Voltaic DC/AC, Submersible water Pumping Systems for,

drinking water supply with provision for manual three times tracking in a day and remote monitoring of the

pump along with 5 years warranty & Comprehensive Maintenance Contract (CMC) etc. in accordance with

MNRE/BIS/IEC/CE norms in different sites/villages located anywhere in Madhya Pradesh.in response to

the RFP Dated: issued by Nodal

Agency including signing and submission of the Bid and all other documents related to the Bid, including but

not limited to undertakings, letters, certificates, acceptances, clarifications, guarantees or any other

document which the Nodal Agency may require us to submit. The aforesaid Attorney is further authorized for

making representations to the Madhya Pradesh Urja Vikas Nigam Limited and providing information /

responses to Nodal Agency representing us in all matters before Nodal Agency and generally dealing with

Nodal Agency in all matters in connection with Bid till the completion of the bidding process as per the terms

of the above mentioned in RFP.

We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this Power of

Attorney and that all acts, deeds and things done by our aforesaid attorney shall be binding on us and shall

always be deemed to have been done by us.

All the terms used herein but not defined shall have the meaning ascribed to such terms under the RFP.

Signed by the within named (Insert the name of the executants company)

Through the hand of Mr _________________________________ duly authorized by the Board to issue

Page 115: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

115 | P a g e

such Power of Attorney Dated this day of

Accepted

Signature of Attorney

(Name, designation and address of the Attorney) Attested

(Signature of the executant)

(Name, designation and address of the executant)

Signature and stamp of Notary of the place of execution

Common seal of has been affixed in my/our presence pursuant to Board of

Director’s Resolution dated

WITNESS

(Signature)

Name

Designation

Page 116: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

116 | P a g e

(Signature)

Name

Designation

Page 117: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

117 | P a g e

ANNEXURE 8: TECHNICAL ELIGIBILITY CRITERIA REQUIREMENT

(To be submitted on the letterhead of Bidder)

To,

Chief Engineer,

Madhya Pradesh Urja Vikas Nigam Limited,

Bhopal

Dear Sir,

Sub: Standardization of rates and selection of Contractor for Survey, Supply, Installation & Commissioning of

Solar Photo Voltaic DC/AC, Submersible water Pumping Systems for, drinking water supply etc., with provision

for manual three times tracking in a day and remote monitoring of the pump along with 5 years warranty &

Comprehensive Maintenance Contract (CMC) etc. in accordance with MNRE/BIS/IEC/CE norms in different

sites/villages located anywhere in Madhya Pradesh in response to the RFP No: Dated:

We submit our Bid for which details of Technical Eligibility Criteria Requirements are as follows:

Supply, installation, commissioning experience of Solar Photovoltaic Water Pumping System

S.No. Name & Address

of Client

Order no. &

date

Value of

order

Capacity-wise (in HP terms)

commissioned

Year of Installation &

commissioning

Details of cumulative experience in executing contracts on/off-grid solar photovoltaic systems/power

plants (installed & commissioned) (including the systems installed for solar water pumping applications)

S.No. Name & Address of

Client

Order no. &

date

Value of

order

Capacity Installed and

commissioned

Year of Installation &

commissioning

Page 118: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

118 | P a g e

S.No. Name & Address of

Client

Order no. &

date

Value of

order

Capacity Installed and

commissioned

Year of Installation &

commissioning

OR

Details of Cumulative Manufacturing Experience and supply of motor-pump set/solar pump

controller/inverter (tested & certified by MNRE accredited lab)

S.No. Name & Address of

Client

Order no. & date Value of order Supplied quantity Year of supply/

Installation

OR

Details of Cumulative Manufacturing Experience and supply of RMPE water storage tanks (tested & certified

by MNRE/BIS accredited lab)

S.No. Name & Address of

Client

Order no. & date Value of order Supplied quantity Year of supply/

Installation

Based on above projects, we undertake to submit our bid for following Category(ies) clause 2.2 of this RFP:

Project Category Participation*

(Yes / No)

Project Category

Participation*

(Yes / No)

A N

B O

C P

D Q

Page 119: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

119 | P a g e

Project Category Participation*

(Yes / No)

Project Category

Participation*

(Yes / No)

E R

F S

G T

H U

I V

J W

K X

L Y

M Z

*Note: Bidder shall mention ‘Yes’ corresponding to categories it wants to bid and clearly mention ‘No’ for

categories where it does not intend to bid. This should be in concurrence with Covering Letter.

Yours faithfully

(Signature and stamp of Authorized Signatory of Bidder) Name:

Date: Place:

Page 120: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

120 | P a g e

ANNEXURE 9: FINANCIAL ELIGIBILITY CRITERIA REQUIREMENT

(To be submitted on the letterhead of Bidder)

To,

Chief Engineer,

Madhya Pradesh Urja Vikas Nigam Limited

Bhopal, M.P.

Sub: Standardization of rates and selection of Contractor for Survey, Supply, Installation & Commissioning of

Solar Photo Voltaic DC/AC, Submersible water Pumping Systems for drinking water supply etc., with provision

for manual three times tracking in a day and remote monitoring of the pump along with 5 years warranty &

Comprehensive Maintenance Contract (CMC) etc. in accordance with MNRE/BIS/IEC/CE norms in different

sites/villages located anywhere in Madhya Pradesh in response to the RFP No: Dated: ……………….

We submit our Bid for which details of our Financial Eligibility Criteria Requirements are as follows.

Average annual turnover of Rupees………………………Lakhs computed as per instructions provided in this

RFP based on unconsolidated audited annual accounts. The relevant financial statement for respective years

shall be enclosed, duly signed by authorised signatory.

Name of Entity being

evaluated

Financial Year Financial Criteria (fill as applicable) to be

met as per Clause 3.8.3

Turnover (INR Lakh)

.

Page 121: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

121 | P a g e

Yours faithfully

(Signature and stamp of Authorized Signatory of Bidder) Name:

Date: Place:

(Signature and stamp (on each page) of Chartered Accountant/Statutory Auditors of Bidder. Name:

Date: Place:

Page 122: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

122 | P a g e

ANNEXURE 10-A: CERTIFICATE OF RELATIONSHIP OF AFFILIATE WITH THE BIDDER

To,

Chief Engineer,

MP Urja Vikas Nigam Limited,

Bhopal

Dear Sir,

Sub: Standardization of rates and selection of Contractor for Survey, Supply, Installation & Commissioning

of Solar Photo Voltaic DC, Submersible water Pumping Systems for drinking water supply with provision for

manual three times tracking in a day and remote monitoring of the pump along with 5 years warranty &

Comprehensive Maintenance Contract (CMC) etc. in accordance with MNRE/BIS/IEC/CE norms in different

sites/villages located anywhere in Madhya Pradesh in response to the RFP No:

Dated: _

We hereby certify that M/s ,M/s ,M/s are

the Affiliate(s) of the Bidder as per the definition of Affiliate as provided in this RFP and based on details of

the control of voting shares as on seven (7) days prior to the Bid Deadline.

The details of equity holdings of the Affiliate /Bidder or vice versa as on seven (7) days prior to the Bid

Deadline are given as below:

Name of Company/

LLP/ Partnership Firm/

Sole – Proprietor

Name of the Affiliate Percentage of equity holdings

of Affiliate in the Bidding

Company or vice versa

Yours Faithfully

(Insert Name and Signature of Statutory Auditor or practicing Company Secretary of the Bidder

Page 123: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

123 | P a g e

ANNEXURE 10-B: UNDERTAKING FORM

Undertaking from Affiliate

Name:

Full Address:

Telephone No.: E-mail address: Fax/No.: To,

Subject: Standardization of rates and selection of Contractor for Survey, Supply, Installation &

Commissioning of Solar Photo Voltaic DC, Submersible water Pumping Systems for, drinking water supply.,

with provision for manual three times tracking in a day and remote monitoring of the pump along with 5

years warranty & Comprehensive Maintenance Contract (CMC) etc. in accordance with MNRE/BIS/IEC/CE

norms in different sites/villages located anywhere in Madhya Pradesh in response to the RFP No:

Dated:

Dear Sir,

We have carefully read and examined in detail the RFP regarding submission of an undertaking, as per the

prescribed annexure of the RFP.

We confirm that M/s (Insert name of Bidder) has been authorized by us to use our financial capability for

meeting the Financial Eligibility as specified in the RFP referred to above in terms of Turnover (strike out

the one which is not applicable).

We have also noted the amount of the Performance Guarantees and Bid Security required to be

submitted as per the RFP by (Insert the name of the Bidder) in the event of it being selected as the

Successful Bidder”.

In view of the above, we hereby undertake to you and confirm that in the event of failure of (Insert

name of the Bidder) to submit the Performance Guarantees and Bid Security in full or in part at any

stage, as specified in the RFP, we shall submit the Performance Guarantee and Bid Security not

submitted by (Insert name of the Bidder)”.

We also undertake that we shall maintain our ownership, directly or indirectly, by controlling more

than 50% of the voting share in M/s (insert

Page 124: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

124 | P a g e

name of bidder) for period of 1 year from the date of Commissioning of awarded capacity, subject to

provisions of Clause 3.8.3(b).

We have attached hereto certified true copy of the Board Resolution, whereby the Board of Directors

of our Company has approved issue of this Undertaking by the Company.

All the terms used herein but not defined, shall have the meaning as ascribed to the said terms under

the RFP.

Signature of Chief Executive Officer/Managing Director

Common seal of has been affixed in my/our presence pursuant to Board of Director’s

Resolution dated

WITNESS

(Signature)

Name Designation

(Signature)

Name Designation

Page 125: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

125 | P a g e

ANNEXURE 11: UNDERTAKING FOR COMBINED O-PBG

(On the Letter Head of the Contractor)

To,

Madhya Pradesh Urja Vikas Nigam Limited,

Urja Bhawan, Link Road No. 2,

Shivaji Nagar, Bhopal – 462016

Dear Sir,

We refer to the work order Nos.

1. dated

2. dated

3. dated

4. dated

For Survey, Supply, Installation & Commissioning of Solar Photo Voltaic DC, Submersible water Pumping

Systems for drinking water supply along-with 5 years warranty & Comprehensive Maintenance Contract

(CMC) in accordance with MNRE norms, with provision for manual three times tracking in a day and remote

monitoring of the pump at various locations in the State of Madhya Pradesh

Hereby, we are submitting O-PBG for INR ( ) valid for as per

requirement of RFP No: Dated: , its amendments and subsequent

Agreement between MPUVNL and (name of Contractor) dated

. This O-PBG is being furnished against the work orders mentioned above.

Name, designation & signature of authorized signatory Seal of the company/ Firm

Date

Page 126: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

126 | P a g e

ANNEXURE 12: FORMAT FOR AGREEMENT

This agreement is signed on this _____ (day) ________ of (month) ______ of ___ (year) ___ At Bhopal

between M/s _______________ (here-in-after called as “Party No. 1”) and Madhya Pradesh Urja Vikas

Nigam M/s ____________ (here-in-after called as “Party No. 2”) on the following terms and conditions.

That, the “Party No.1” has agreed to Execute Work as per Scope / Specifications mentioned in Notice for

RFP No. MPUVN / Solar Pump/ 2020-21/ Dated issued by “Party

No.2”.

That, the “Party No.1” has also agreed to Rate Contract of Survey, Design, Supply, installation &

Commissioning, of

A. Solar Water Pumping Systems (A solar photovoltaic (SPV) water pumping system consists of SPV

panel (array) of various capacities/ heads, with or without handpump, should be mounted on a

suitable structure with a provision of three times manual tracking, AC/DC, submersible Motor pump

set with a suitable inverter/controller with a provision of remote monitoring of the pump,

electronics(MPPT, Electronics Protections), interconnected cables, on-off switch, G.I./RMPE riser

Pipe / suction pipe & all required accessories, fittings) along-with 5 years (including man power)

warranty & Comprehensive Maintenance Contract (CMC);

and/or

B. Survey, Supply, Installation & Commissioning of water storage tanks with MS steel raised structure;

in different villages located all over state of Madhya Pradesh in accordance with MNRE specification & as

per scope / specifications mentioned in Notice for RFP No. MPUVN / Solar Pump/ 2020-21/ Dated

– issued by “Party No.2”, on the rates already accepted /

agreed upon as mentioned in the annexed “Rate sheet”.

That, the Rates shown in the Rate Sheet(s) enclosed are valid up to the Agreement Period, and in case of

additional requirements of works as per same Scope / Specifications mentioned in Notice for RFP No.

MPUVN / Solar Pump/ 2020-21/ Dated - issued by “Party No.2” same Rates shall

be applicable up to the Agreement Period, if there is no change is suggested in the Specifications / Guidelines

of MNRE .

Page 127: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

127 | P a g e

That, all terms and conditions, scope of work / specifications mentioned in Notice for RFP No. MPUVN/

Solar Pump/ 2020-21/ Dated - issued by

“Party No.2”, which have been agreed upon and also the Condition (s) contained in the Correspondence (s)

made in this matter will also form part of this Agreement.

That, in the event of any dispute or difference whatsoever arising under this Contract Agreement, the same

shall be referred to Arbitrator which shall be as per the provisions of the Indian Arbitration Act, 1996 and

the Rule(s) there under. All the proceedings under arbitration will take place in Bhopal. The award in such

arbitration shall be final and binding on both the parties. In this case, the arbitrator shall be secretary, New

and Renewable Energy Department, Govt. of Madhya Pradesh / Managing Director, M.P. Urja Vikas Nigam

Ltd., Bhopal.

The agreement will be valid up to …………….. The validity period may be extended further with the Mutual

Consent on unchanged Terms & Condition(s), Specification(s) and Rate(s) up to one year.

For, the matter(s) of any dispute between the “Party No.1” and “Party No.2” shall be subjected to Bhopal

jurisdiction.

That, this agreement executed between the parties who affix their signatures at Bhopal, in witness whereof

the parties hereto have signed the agreement :

Witnesses;

1. Party No.1

2. Party No.2

Page 128: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

128 | P a g e

ANNEXURE 13: SUMMARY TABLE FOR TEST REPORTS

Please fill up the values in cells for the category participated in:

System

category

Water output in Liters

per day as per test

Report

MNRE Model number

as described in SBD

Water Output in Liters per day Under MNRE-

STC

A and F (1

HP)

DC-Submersible-Model-

III, IV, V

Model-III: 20000 for 30m; shut off dynamic

head 45m; Model-IV: 10000 for 60 m, shut off

dynamic head 90m; Model-V: 5000 for 90m,

shut off dynamic head 120m

B and G (1

HP)

DC- Submersible-Model-

I

45600 for 30 m; shut off dynamic head 45 m

C and H (2

HP)

DC Submersible- Model

II

68,400 for 30m; shut off dynamic head 45m.

D, I and O (3

HP)

DC submersible Model

III, IV, V

114,000 for 30m; shut off dynamic head 45m,

69,000 for 50m; shut-off dynamic head 70 m,

45000 for 70m; shut off dynamic head 100m,

E, J and P (5

HP)

DC submersible model

VI, VII, VIII

110,400 for 50m; shut-off dynamic head 70m.

72,000 for 70m; shut-off dynamic head 100m.

50,400 for 100m; shut-off dynamic head

150m.

K and Q (7.5

HP)

DC submersible model

IX, X, XI

155,250 for 50m; shut-off dynamic head 70m.

1,01,250 for 70m; shut-off dynamic head

100m. 70,875 for 100m; shut-off dynamic

head 150m.

L and R (7.5

HP)

AC submersible model

IX, X, XI

1,41,750 for 50m; shut-off dynamic head

70m.

94,500 for 70m; shut-off dynamic head 100m.

60,750 for 100m; shut-off dynamic head

150m.

M and S (10

HP)

DC submersible model

XII, XIII, XIV

2,07,000 for 50m; shut-off dynamic head

70m.

1,35,000 for 70m; shut-off dynamic head

Page 129: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

129 | P a g e

100m. 94,500 for 100m; shut-off dynamic

head 150m.

NT (10 HP) AC submersible model

XII, XIII, XIV

1,89,000 for 50m; shut-off dynamic head

70m.

1,26,000 for 70m; shut-off dynamic head

100m. 81,000 for 100m; shut-off dynamic

head 150m.

Note:

1. Please enclose test reports of the corresponding Models of pump declared above.

2. Please enclose valid test reports SPV Module(s) compliant to IEC 61215 & IEC 61730 part- I & II

(IEC-International Electro technical commission).

3. For Categories in which more than one model is mentioned, the rates for piping works should be on

average basis

Page 130: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

130 | P a g e

ANNEXURE 14: FORMAT FOR UNDERTAKING BY EQUIPMENT SUPPLIER

<To be given on Supplier’s letterhead and duly notarized>

To,

The Managing Director,

M.P. Urja Vikas Nigam,

Main road #2, Shivaji Nagar

Bhopal – 462006

Subject: Undertaking regarding regular supply of solar panels/Solar Photovoltaic (SPV) pump

sets/pumps/controller.

Reference: RFP for Survey, Supply, Installation & Commissioning of Solar

Photo Voltaic AC/DC Submersible water Pumping system of various capacities/heads, with or without

handpump, for drinking water purposes, conforming to MNRE’s latest specifications for solar water

pumping systems along with 5 years warranty & Comprehensive Maintenance Contract (CMC).

Dear Sir,

We are manufacturer and regular supplier of solar panels/Solar Photovoltaic (SPV) pump

sets/pumps/controller and have national/international qualification and certifications for the same. As per

the requirement of the vendor, we supply pump sets which are duly tested by MNRE testing centres.

We hereby undertake and ensure that we will supply the required number of pump sets as mentioned below

with desired specifications as specified in RFP, in the event of <Bidder name and address> being selected as

Contractor regularly within the time schedule.

We hereby extend our full guarantee and warrantee as per Terms & Conditions of this RFP for supplied

pump sets. We also confirm to provide the spares for at least five years from the date of commissioning to

Contractor.

Project Category Participation* (Yes / No) Quantity

A

B

Page 131: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

131 | P a g e

Project Category Participation* (Yes / No) Quantity

C

D

E

F

G

H

I

J

K

L

M

N

O

P

Q

R

S

T

U

V

W

X

Y

Z

*Note: Bidder shall mention ‘Yes’ corresponding to categories it wants to bid and clearly mention ‘No’ for

Page 132: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

132 | P a g e

categories where it does not intend to bid.

Thank you Yours sincerely,

<Name and signature of authorized signatory of supplier>

<Supplier seal> Seal with Date

Note: The Supplier should attach copy of authorisation from Competent Authority for authorisation of

Authorised Signatory.

Page 133: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

133 | P a g e

ANNEXURE 15: UNDERTAKING FOR DEDUCTION

(On the Letter head of the Bidder Company)

I S/o Shri resident

of being Director / Proprietor of

M/s

whose Sales Tax (TIN) Registration No. is

GST Registration no. is Income Tax

PAN no. is and Service Tax No. is . Hereby,

give consent to The Madhya Pradesh Urja Vikas Nigam Ltd. Bhopal to deduct from our Bills whatever Amount

is Payable by us on account of the CT / Service Tax / VAT and IT dues etc., if any, demanded by the concerned

Department(s).

For and on behalf of the Bidder Company,

Place:

Date: Signature:

Name: Post : Director / Proprietor

Seal :

Page 134: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

134 | P a g e

ANNEXURE 16: CERTIFICATE OF HALF YEARLY VISITS

(To be filled during 5 years' warranty & CMC period)

(from__________________________________ to______________________________________________-

This is to certify that M/s has extended preventive / routine maintenance and breakdown corrective

maintenance services at the beneficiary’s place at District for the systems installed

against the work order no Dated and commissioned on ,

and that the preventive / routine maintenance and breakdown corrective maintenance work during

the (from to ) of the year has been done properly to ensure functionality of the systems as specified in

the RFP and Agreement. This is also to certify that all the systems are working satisfactorily. The record of

preventive / routine maintenance and breakdown / corrective maintenance work carried out by the

contractor is kept in the DREO office.

Date

Place

Signature, Name, designation and seal of contractor

Signature, Name, designation and seal of DREO

Page 135: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

135 | P a g e

ANNEXURE 17: DECLARATION

(On Original Letter head of Bidder)

I / we have carefully read and understood the enclosed Terms and Conditions of the RFP and amendments

are agree to abide by them / by me / us would be liable for summarily rejection, and Proposal would be

considered on Terms and Conditions finalized by Nigam.

I / we also declare that, we are:

[ ] Manufacturer of Mono/Multi crystalline silicon Solar Photovoltaic (SPV) Modules of capacity 330Wp

(Watt Peak) or more

OR

[ ] Manufacturer of AC/DC, submersible pumps, suitable for SPV water pumping systems.

OR

[ ] Manufacturer of solar pumps controller/Inverter

OR

[ ] A Solar PV System Integrator.

OR

[ ] Manufacturer of RMPE water storage tanks.

AND

[ ] I / we have got service centers at our works for the quoted System(s).

AND

I/We undertake to set up service centers as per the terms and conditions of this RFP

I / we declare that we have not been Black listed or otherwise Debarred for any Supply of Goods

/ Services / Works by any Ministry / Department / PSU of Central Government / Any of the State

Government(s), anytime / anywhere in the Country.

I / we solemnly undertake that the responsibility of execution of the Work as per the terms and conditions

of the RFP/ Contract Agreement shall be entirely ours.

If this Declaration is found to be incorrect or if any RFP Condition is found violated by us, then without

prejudice to any other action our Earnest money / Security Deposit may be forfeited in full and the Proposal

to the Extent of Acceptance / anytime during Execution of Work may be cancelled. The signature of our

Authorized Representative in Madhya Pradesh is attested below.

Page 136: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

136 | P a g e

Signature of Authorized Representative

Name:

Address: Attested by

Authorized Signatory

Seal of the Bidder Company Date:

Page 137: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

137 | P a g e

ANNEXURE 18: FORMAT FOR BANK GUARANTEE FOR MOBILISATION ADVANCE

(To be on non-judicial stamp paper of Minimum Rs. 1000/-)

In consideration of the [Insert name of the Bidder] (hereinafter referred to as (Contractor) submitting the

response to RFP inter alia for selection of the Request for Proposal (RFP) for “Standardization of rates and

selection of Contractor for Survey, Supply, Installation & Commissioning of Solar Photo Voltaic DC,

Submersible water Pumping Systems for , drinking water supply., with provision for manual three times

tracking in a day and remote monitoring of the pump along with 5 years warranty & Comprehensive

Maintenance Contract (CMC) etc. and /or water storage system in accordance with MNRE/BIS/IEC/CE norms

in different sites/villages located in Madhya Pradesh in response to the RFP dated issued by

Madhya Pradesh Urja Vikas Nigam Limited (hereinafter referred to as Nodal Agency) and Nodal Agency

considering such response to the RFP of [insert the name of the Contractor] (which expression shall unless

repugnant to the context or meaning thereof include its executers, administrators, successors and

assignees) and selecting the Project of the Contractor and issuing LICA No.

to (Insert Name of Successful Bidder) as per terms of RFP and the same having been accepted by the

selected Project Company, M/s {a Special Purpose Vehicle (SPV) formed for this purpose}, if applicable]. As

per the terms of the RFP, the [insert name & address of bank] hereby agrees unequivocally, irrevocably and

unconditionally to pay to Nodal Agency at [Insert Name of the Place from the address of the Nodal Agency]

forthwith on demand in writing from Nodal Agency, or any officer authorized by it in this behalf, any amount

upto and not exceeding Rupees [Rupees (Total Value in words)] only, on behalf of M/s

[Insert name of the Contractor / Project Company].This guarantee shall be valid and binding on this Bank

up to and including and shall not be terminable by notice or any

change in the constitution of the Bank or the term of Agreement or by any other reasons whatsoever and

our liability hereunder shall not be impaired or discharged by any extension of time or variations or

alternations made, given, or agreed with or without our knowledge or consent, by or between parties to

the respective Agreement.

Our liability under this Guarantee is restricted to Rupees

(b

oth in numbers and words)

Our Guarantee shall remain in force until Nodal Agency shall be entitled to invoke this Guarantee till .

The Guarantor Bank hereby agrees and acknowledges that

Page 138: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

138 | P a g e

Nodal Agency shall have a right to invoke this BANK GUARANTEE in part or in full, as it may deem fit.

The Guarantor Bank hereby expressly agrees that it shall not require any proof in addition to the written

demand by Nodal Agency, made in any format, raised at the above mentioned address of the Guarantor

Bank, in order to make the said payment to Nodal Agency.

The Guarantor Bank shall make payment hereunder on first demand without restriction or conditions

and notwithstanding any objection by [Insert name of the Contractor]. The Guarantor Bank shall not

require Nodal Agency to justify the invocation of this BANK GUARANTEE, nor shall the Guarantor Bank

have any recourse against Nodal Agency in respect of any payment made hereunder.

This BANK GUARANTEE shall be interpreted in accordance with the laws of India and the courts at Bhopal

shall have exclusive jurisdiction.

The Guarantor Bank represents that this BANK GUARANTEE has been established in such form and with

such content that it is fully enforceable in accordance with its terms as against the Guarantor Bank in the

manner provided herein.

This BANK GUARANTEE shall not be affected in any manner by reason of merger, amalgamation,

restructuring or any other change in the constitution of the Guarantor Bank.

This BANK GUARANTEE shall be a primary obligation of the Guarantor Bank and accordingly Nodal Agency

shall not be obliged before enforcing this BANK GUARANTEE to take any action in any court or arbitral

proceedings against the selected Contractor / Project Company, to make any claim against or any

demand on the Contractor or to give any notice to the Contractor / Project Company or to enforce any

security held by Nodal Agency or to exercise, levy or enforce any distress, diligence or other process

against the Contractor

/ Project Company.

Notwithstanding anything contained hereinabove, our liability under this Guarantee is restricted to Rupees

(Rupees only) and it shall remain in force until we

are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only if Nodal Agency

serves upon us a written claim or demand.

Page 139: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

139 | P a g e

Signature

Name

Power of Attorney No.

For

[Insert Name of the Bank] Banker's Stamp and Full Address. Dated this day of _ , 20

Witness:

Signature

Name and Address

Signature

Name and Address

Page 140: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

140 | P a g e

ANNEXURE 19: TECHNICAL SPECIFICATIONS

TECHNICAL SPECIFICATION SOLAR PHOTO VOLTAIC AC/DC, SUBMERSIBLE WATER PUMPING SYSTEMS

MINIMAL TECHNICAL REQUIREMENTS / STANDARDS

A. DEFINITION:

A solar photovoltaic (SPV) water pumping system consists of

a) Solar PV Modules

b) Solar pump controller/Inverter

c) Solar Motor-Pump Set

d) Module Mounting structure with manual tracking system

e) Suction/delivery pipe (RMPE/GI)

f) Cable as per requirement

g) Earthing

h) Lightning Arrester

i) Remote monitoring system

j) Installation & commissioning

SPV panel (array),should be mounted on a suitable structure with a provision of three times manual

tracking, AC/DC, submersible Motor pump set with a suitable inverter/controller with a provision of

remote monitoring of the pump, electronics(MPPT, Inverter, Electronics Protections), interconnected

cables, on-off switch, G.I./RMPE riser Pipe / suction pipe & all required accessories, fittings.

Storage batteries will not constitute a part of the SPV Water Pumping System.

Components and parts used in the SPV water pumping system including the PV modules, pumps, metallic

structures, cables, junction box, switch, Electronics could include Maximum Power Point Tracker (MPPT),

Inverter and Electronic Protection etc. should confirm to the MNRE/BIS / IEC / international specifications,

wherever such specifications are available and applicable.

B. GENERAL:

• Option for variable operating head from 10-100m.

• Solar panels will be connected to submersible/ AC/DC pumps directly.

• The system should be suitable for 100mm and above/onward bore size.

• Riser Pipe / Suction pipe shall have G.I./RMPE pipe confirming to IS 1239 / IS4984 standard.

Page 141: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

141 | P a g e

• Cable should be as per IS 694 duly ISI marked.

• Junction Boxes/Enclosures, as per IP 54 (for outdoor)/IP21 (for indoor) specifications

• Protections required

a) Dry run protection

b) Over and under voltage protection

c) Overload Protection

d) Temperature Protection

A. Introduction:

These specification covers design qualifications and performance specifications for Centrifugal Solar

Photo Voltaic (SPV) Water Pumping Systems to be installed on a suitable bore-well, open well, water

reservoir, water stream, etc., and specifies the minimum standards.

B. PV ARRAY

a) The SPV water pumping system should be operated with a PV array capacity in the range of 200

watt peak to 10000 watt peak, measured under Standard Test Conditions (STC). Sufficient number

of modules in series and parallel could be used to obtain the required PV array power output. The

power output of individual PV module used in the PV array, under STC, should be a minimum of

200 watts peak, with adequate provision for measurement tolerances. Use of PV modules with

higher power output is preferred.

b) Solar PV module (s) containing mono/multi crystalline silicon solar cells with following features

should be used in the PV array for the SPV Water Pumping systems:

c) Modules supplied with the SPV water pumping systems should have certificate as per IS14286/

IEC 61215 specifications or equivalent National or International Standards . STC performance data

supplied with the modules shall not be more than one year old.

d) Modules must qualify to IEC 61730 Part I and II for safety qualification testing.

e) The efficiency of the PV modules should be minimum 14% and fill factor should be more than70%.

f) Modules must qualify to IEC TS 62804-1:2015 for the detection of potential-induced degradation

- Part 1: Crystalline silicon (Mandatory in case the SPV array voltage is more than 600 V DC).

g) Module to Module wattage mismatch in the SPV array mismatch shall be within ± 3 percent.

h) Variation in overall SPV array wattage from the specified wattages shall be within zero percent to

+10 percent.

Page 142: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

142 | P a g e

i) The PV Modules must be warranted for output wattage, which should not be less than 90% of the

rated wattage at the end of 10 years and 80% of the rated wattage at the end of 25 years.

j) The terminal box on the module should have a provision for “Opening” for replacing the cable, if

required.

k) There should be a name plate, conform the IS14286/IEC61215 , fixed inside the module which will

give:

1) Name of the manufacturer or distinctive logo.

2) Model number

3) Serial number

4) Year of manufacture

C. Motor pump set (submersible):

DC motor pump set (with brushes or brushless DC)

OR

A.C. induction motor pump set with a suitable inverter.

a) The pump and all external parts of motor used in submersible pump which are in contact with

water, should be of stainless steel of grade 304 or higher as required. The motor- pump set should

have a 5 years warranty and therefore, it is essential that the construction of the motor and pump

should be made using parts which have a much higher durability and do not need replacement or

corrode for at least 5 years of operation after installation.

b) The suction/ delivery pipe shall be of HDPE or uPVC column pipes of appropriate size, electric

cables, floating assembly, civil work and other fittings required to install the Motor Pump set. In

case of HDPE pipes the minimum pressure rating of 8 kg/sqcm-PE100 grade for pumps up to 3 HP,

10 kg/sqcm-PE100 grade for 5 HP pumps and further higher minimum pressure rating for above

5 HP as appropriate shall be used.

D. Electronics:

a) Maximum power point tracker (MPPT)

b) Inverter for A.C. motor (appropriate electronic controller in case of B.L.D.C.) Electronic

protections.

c) Interconnect cables and

d) “on/off “switch.

Page 143: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

143 | P a g e

E. PERFORMANCE SPECIFICATIONS ANDREQUIREMENTS

1) Solar PV water pumps with PV module capacity in the range of 900 watt to 10 KWp may be

installed on a suitable bore-well/open well/water reservoir/water stream etc.

2) Under the “Average daily solar radiation” condition of 7.15KWh/sq.m. on the of PV array (i.e.

coplanar with the PV Modules), the minimum water output from a solar water pumping system

at different “Total dynamic heads” should be as specified below:

• For D.C. Motor Pump Set with Brushes or Brush less D.C.(B.L.D.C.)

a. 110 liters of water per watt peak of PV array, from a Total Dynamic Head of 10 metres (Suction

head, if applicable, minimum of 7 metres) and with the shut off head being at least 12 metres.

b. 55 liters of water per watt peak of PV array, from a Total Dynamic Head of 20 metres (Suction

head, if applicable, up to a maximum of 7 metres) and with the shut off head being at least

25metres.

c. 38 liters of water per watt peak of PV array, from a Total Dynamic Head of 30 metres and the

shut off head being at least 45metres.

d. 23 liters of water per watt peak of PV array, from a Total Dynamic Head of 50 metres and the

shut off head being at least 70metres.

e. 15 liters of water per watt peak of PV array, from a Total Dynamic Head of 70 metres and the

shut off head being at least 100metres.

f. 10.5 liters of water per watt peak of PV array, from a Total Dynamic Head of 100 metres and

the shut off head being at least 150metres.

• For A.C. Induction Motor Pump Set with a suitable inverter

a. 99 liters of water per watt peak of PV array, from a Total Dynamic Head of 10 metres (Suction

head, if applicable, minimum of 7 metres) and with the shut off head being at least 12 metres.

b. 49 liters of water per watt peak of PV array, from a Total Dynamic Head of 20 metres (Suction

head, if applicable, up to a maximum of 7 metres) and with the shut off head being at least

25metres.

c. 35 liters of water per watt peak of PV array, from a Total Dynamic Head of 30 metres and the

shut off head being at least 45metres.

d. 21 liters of water per watt peak of PV array, from a Total Dynamic Head of 50 metres and the

shut off head being at least 70metres.

e. 14 liters of water per watt peak of PV array, from a Total Dynamic Head of 70 metres and the

shut off head being at least 100metres.

f. 9 liters of water per watt peak of PV array, from a Total Dynamic Head of 100 metres and the

Page 144: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

144 | P a g e

shut off head being at least 150metres.

i. The actual duration of pumping of water on a particular day and the quantity of water

pumped could vary depending on the solar intensity, location, season, etc.

ii. Indicative performance specifications for the shallow and deep well SPV water pumping

systems are given in the the tables at xIII and XIV.

F. MOTOR PUMP SET

i. The SPV water pumping systems may use any of the following types of motor pump set:

a. Submersible motor pumpset

b. Floating motor pumpset

c. Any other type of motor pump set after approval from Test centers of the Ministry.

ii. The “motor pump set” should have a capacity in the range of 1 hp to 10 hp and should have the

following features:

a. Submersible pumps with D.C. Motor Pump Set with Brushes or Brush less D.C.(B.L.D.C.)/

With A.C. Induction Motor Pump Set and a suitable Inverter according to the dynamic

head of the site at which the pump is to be used.

b. The motor of the capacity ranging from 1 hp to 10 hp should be AC, PMDC or BLDC type.

The suction and delivery head will depend on the site specific condition of the field.

iii. The manufacturers of the pumps should self certify that the pump and all external parts of the

motor used in submersible pump which are in contact with water, are of stainless steel. The pump

used for solar application should have a 5 years warranty so it essential that the construction of

the pump be made using parts which have a much higher durability and do not need replacement

or corrode for at least 5 years.

iv. Provision for remote monitoring of the installed pumps must be made in the controller or the

inverters either through an integral arrangement or through an externally fitted arrangement. It

should be possible to ascertain the daily water output, the power generated by the PV array, the”

UP TIME” of the pump during the year, number of the days the pump was unused or under

breakdown/repairs.

v. The following details should be marked indelibly on the motor pumpset

a. Name of the Manufacture or Distinctive Logo.

b. Model Number.

c. Serial Number.

vi. The suction /delivery pipe (GI/RMPE), electric cables floating assembly, civil work and other

fittings required to install the motor pump set.

Page 145: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

145 | P a g e

G. MOUNTING STRUCTURES AND TRACKING SYSTEM

i. PV array should be mounted on a suitable structure with a provision of tracking the sun.

ii. The PV modules should be mounted on metallic structures of adequate strength and appropriate

design, which can withstand load of modules and high wind velocities up to 150 km per hour. The

raw material used and process for manufacturing of module mounting structure including

welding of joints should conform to applicable IS. The module mounting structure should be hot

dip galvanized according to IS 4759. Zinc content in working area of the hot dip galvanizing bath

should not be less than 99.5% by mass.

iii. To enhance the performance of SPV water pumping systems arrangement for seasonal tilt angle

adjustment and three times manual tracking in a day should be provided. In order to make

structure rigid, the gap between Telescopic pattern supports should be minimal, further, for

bearing of center load of whole structure only pins should be used instead of threaded bolts.

iv. The general hardware for structure fitment should be either SS 304 or 8.8 grade. Modules should

be locked with anti theft bolts of SS 304 Grade. Foundation should be as per the site condition,

based on the properties of Soil. Foundation can be done either with the help of ‘J Bolt’ (refer IS

5624 for foundation hardware) or direct pilling, it should be decided as per the site and relevant

IS i.e. IS 6403 / 456 / 4091 / 875 should be referred for foundation design

v. Please, refer MNRE guidelines of year 2019 published in July , for Specifications of Dual Axis

Manual Tracking Type Module Mounting Structure (MMS) for Solar Pumping System.

I. ELECTRONICS AND PROTECTIONS:

i. Maximum Power Point Tracker (MPPT) should be included to optimally use the Solar panel and

maximize the water discharge.

ii. Inverter could be used, if required, to operate an A.C. pump. The inverter must have IP 65

protection or must be housed in a cabinet having IP 65protection.

iii. Controller for BLDC motor driven pumps, if required be used. The controller must have IP 65

protection or must be housed in a cabinet having at least IP 65 protection.

iv. Adequate protections shall be provided in the SPV Controller to protect the solar powered pump

set against the following:

a. Dry running;

Page 146: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

146 | P a g e

b. Open circuit;

c. Accidental output short circuit;

d. Under voltage;

e. Reverse polarity;

f. SPD to arrest high current surge; and

g. Lightening arrestor.

h. Temperature Protection

vi. Adequate protection should be incorporated against lighting and hails and storms.

vii. A good reliable DC Circuit Breaker as per IS/IEC 60947-2 suitable for switching DC power ON and

OFF shall be provided in the SPV Controller. It Should be in between Solar panels and controller.

viii. All cables used shall be as per IS 694. Suitable size of cable shall be used in sufficient length for

inter-connection between the SPV array to SPV Controller and the SPV Controller to solar

powered pump set. Selection of the cable shall be as per IS 14536.

ix. Controller shall be integrated with GSM/GPRS Gateway with Geo tagging. GSM/ GPRS Charges to

be included in the Costing till the end of Warranty period of the Pump set.

x. Controller must have LCD Display. All Parameters and Faults/Protections should be clearly

indicated on Display such as if controller shutdown with short circuit, it must clearly indicate on

display as "Short Circuit" (No short cuts such as F1, F2 or any other indications). Below parameters

must be appear on Display ON/OFF Status –

a. Solar DC Voltage in Volts

b. Solar DC Current in Amps

c. DC Energy in Kwh

d. Output Currents in Amps (minimum 2-Phases)

e. Rotating Frequency in Hz

f. All Faults/Protection Status

g. Cumulative Total Water Output in litres

h. Pump On/Off Status

xi. All parameters (as detailed above) from the Controller shall be pushed to Bidder's cloud/web

server for every 15 minutes and the same to be maintained for the entire warranty Period. The

access of this server shall be provided to MPUVN.

K. ON/OFFSWITCH:

A good reliable switch suitable for DC use is to be provided. Sufficient length of cable should be

provided for inter connection of the PV array, controller/inverter and the motor pump set.

Page 147: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

147 | P a g e

L. Earthing Arrangement:

a) Earthing of the motor shall be done as per IS 9283 in accordance with the relevant provisions of

IS 3043. Separate earthing shall be provided for Controller, pump and SPV array.

b) For safety purpose, it shall be ensured during installation that the earthing is capable of taking

care of leakage current.

c) In case of uPVC/HDPE pipes used as discharge pipe, a separate non-corrosive, low resistance

conductor from motor earth terminal to control panel earth terminal shall be provided for

earthing.

d) A lightening arrestor shall be provided with every SPV Water Pumping System.

M. WARRANTY

The PV modules used in solar pumping systems must be warranted for output wattage, which should

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

submersible/ pumps shall be warranted for 5 years.

N. Operation and Maintenance Manual

An Operation and Maintenance Manual, in English and the local language, should be provided with

the solar PV pumping system. The manual should have information about solar energy, photovoltaic,

modules DC/AC motor pump set, tracking system, mounting structures, electronics and switches. It

should also have clear instructions about mounting of PV module, DO’s and DONT’s and on regular

maintenance and trouble shooting of the pumping system. Name and address of the person or centre

to be contacted in case of failure or complaint should also be provided. A warranty card for the

modules and the motor pump set should also be provided to the beneficiary.

Notes

1) Wherever the “water table” or the level of the water in the reservoir or the water source (e.g.

Diggie) from which the water is to be pumped, is within 10 metres depth, ‘ motor pump sets

“should be preferred.

2) The type of pump set used must match the total dynamic head requirement of the site (i.e. the

location at which it is installed). Moreover, it should be appropriately tested and certified by the

authorized test centres of the ministry to meet the performance and water discharge norms

specified in section II above.

3) There should not be any compulsion to use only one or the other type of motor pump set. The

beneficiary may select an appropriate model (i.e. capacity of PV array and type of motor pump

set) as per site requirement.

Page 148: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

148 | P a g e

Indicative Technical Specifications of Solar Deep well (submersible) Pumping Systems, with D.C.

Motor Pump Set with Brushes or Brush less D.C.(B.L.D.C.)

Description PV array Motor, Capacity Shut off dynamic

head

Water Output*

Model I 1200 Wp 1 H.P Submersible

with controller

45 Metres 45,600 Litres per day

from a total head of 30

mtrs

Model II 1800 Wp 2 H.P. Submersible

with controller

45 metres 68,400 litres per day

from a total head of 30

mtrs

Model III 3000 Wp 3 H.P. Submersible

with controller

45 Metres 114,000 litres per day

from a total head of 30

mtrs

Model IV 3000 Wp 3 H.P. Submersible

with controller

70 Metres 69,000 litres per day

from a total head of 50

mtrs

Model – V 3000 Wp 3 H.P. Submersible

with controller

100 Metres 45,000 Litres per day

from a total head of 70

mtrs

Model- VI 4800 Wp 5 H.P. Submersible

with controller

70 metres 110,400 litres per day

from a total head of 50

mtrs

Model-VII 4800 Wp 5 H.P. Submersible

with controller

100 Metres 72,000 litres per day

from a total head of 70

mtrs

Model-VIII 4800 Wp 5 H.P. Submersible

with controller

150 Metres 50,400 litres per day

from a total head of 100

mtrs

Model- IX 6750Wp 7.5 H.P. Submersible

with controller

70 metres 1,55,250 litres per day

from a total head of 50

Page 149: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

149 | P a g e

Description PV array Motor, Capacity Shut off dynamic

head

Water Output*

metres

Model- X 6750Wp 7.5 H.P. Submersible

with controller

100 metres 1,01,250 litres per day

from a total head of 70

metres

Model-XI 6750Wp 7.5 H.P. Submersible

with controller

150 metres 70,875 litres per day

from a total head of 100

metres

Model-XII 9000Wp 10 H.P. Submersible

with controller

70 metres 2,07,000 litres per day

from a total head of 50

metres

Model-XIII 9000Wp 10 H.P. Submersible

with controller

100 metres 1,35,,000 litres per day

from a total head of 70

metres

Model- XIV 9000Wp 10 H.P. Submersible

with controller

150 metres 94,500 litres per day

from a total head of 100

metres

* Water output figures are on a clear sunny day with three times tracking of SPV panel, under the

“Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the of PV array (i.e. coplanar

with the PV Modules).

Notes:

1) For higher or lower head/PV capacity or in between various models, water output could be

decided as per performance specifications and requirement specified earlier.

2) If pumps are used in lieu of submersible pumps, the water output must match that of the

submersible pumps as specified.

3) Mounting structure shall be MS hot dipped galvanized, with a facility of manual tracking at least

three times a day.

Indicative Technical Specifications of Solar Deep well (submersible) Pumping Systems With A.C.

Induction Motor Pump Set and a suitable Inverter

Page 150: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

150 | P a g e

Description PV array Motor Capacity Shutoff

dynamic head

Water Output*

Model I 1200 Wp 1 H.P. Submersible

with controller

45 Metres 42,000 Litres per day

from a total head of

30 mtrs

Model II 1800 Wp 2 H.P. Submersible

with controller

45 metres 63,000 litres per day

from a total head of

30 mtrs

Model III 3000 Wp 3 H.P. Submersible

with controller

45 Metres 1,05,000 litres per

day from a total

head of 30 mtrs

Model IV 3000 Wp 3 H.P. Submersible

with controller

70 Metres 63,000 litres per day

from a total head of

50 mtrs

Model – V 3000 Wp 3 H.P. Submersible

with controller

100 Metres 42,000 Litres per day

from a total head of

70 mtrs

Model- VI 4800 Wp 5 H.P. Submersible

with controller

70 metres 1,00,800 litres per

day from a total

head of 50 mtrs

Model-VII 4800 Wp 5 H.P. Submersible

with controller

100 Metres 67,200 litres per day

from a total head of

70 mtrs

Model-VIII 4800 Wp 5 H.P. Submersible

with controller

150 Metres 43,200 litres per day

from a total head of

100 mtrs

Model- IX 6750Wp 7.5 H.P. Submersible

with controller

70 metres 1,41,750 litres per

day from a total

head of 50 metres

Model- X 6750Wp 7.5 H.P. Submersible

with controller

100 metres 94,500 litres per day

from a total head of

70 metres

Model-XI 6750Wp 7.5 H.P. Submersible 150 metres 60,750 litres per day

Page 151: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

151 | P a g e

with controller from a total head of

100 metres

Model-XII 9000Wp 10 H.P. Submersible

with controller

70 metres 1,89,000 litres per

day from a total

head of 50metres

Model-XIII 9000Wp 10 H.P. Submersible

with controller

100 metres 1,26,000 litres per

day from a total

head of 70metres

Model- XIV 9000Wp 10 H.P. Submersible

with controller

150 metres 81,000 litres per day

from a total head of

100metres

* Water output figures are on a clear sunny day with three times tracking of SPV panel, under the

“Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the of PV array (i.e. coplanar

with the PV Modules).

Notes:

1. For higher or lower head/PV capacity, or in between various models; water output could be

decided as per performance specification and requirements specified earlier.

2. If pumps are used in lieu of submersible pumps, the water output must match that of the

submersible pumps as specified in the table.

3. Module mounting structure shall be MS hot dipped galvanized, with a facility of manual tracking

at least three times a day.

4. Hydraulic and Electrical Performance of the motor-pump Set shall be tested as per MNRE Circular

no. F. No. 41/3/2018, dated 17.07.2019 (Specifications for Solar Photovoltaic Water Pumping

Systems).

Page 152: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

152 | P a g e

ANNEXURE 20: TECHNICAL SPECIFICATIONS FOR DRINKING WATER PUMPS

(Applicable for Category A and F)

Ministry of New and Renewable

Energy Jawaharlal Nehru National

Solar Mission

SOLAR PHOTOVOLTAIC WATER PUMPING SYSTEMS

For Drinking Water

Applications (2014-15)

I. INTRODUCTION

A Solar photovoltaic (SPV) Water Pumping system consists of:

• PV Array :

PV array Capacity Should be Minimum 900Wp. It should be mounted on a suitable structure with a

provision of tracking the sun.

• Motor pump set (surface or submersible):

It could be installed on a suitable bore-well, open well, Water Reservoir, water stream etc. it could be:

- D.C. Motor pump set (with brush less D.C.)

OR

- A.C. Induction motor pump set with a suitable Inverter

• Electronics:

- Maximum power point Tracker (MPPT)

- Inverter for A.C. Motors or appropriate Electronic Controller in case of B.L.D.C. Motor Pump set

- Electronic Protections.

• Interconnect cables and

• On-off Switch

II. PERFORMANCE SPECIFICATIONS AND REQUIREMENYS

Under the “Average Daily solar Radiation” condition of 7.15. KWH/sq.m. on the surface of PV array

(i.e. coplanar with the PV Modules), the minimum water output from a solar PV Water pumping

Page 153: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

153 | P a g e

system, comprising

B.L.D.C. or PMDC or A.C. Motor and submersible pumps, at different “Total Dynamic Heads should be

as specified below:

I Minimum 20000 liters of water per day from a Total Dynamic Head of 30 meters and the shut off

head being at least 45 meters.

ll Minimum 10000 liters of water per day from a Total Dynamic Head of 60 meters and the shut off

head being at least 90 meters..

III Minimum 5000 liters of water per day from a Total Dynamic Head of 90 meters and the shut off

head being at least 120 meters.

The actual duration of pumping of water on a particular day and the quantity of water pumping could

vary depending on the solar intensity, location, season, etc. indicative performance specifications for

the shallow and Deep well SPV Water pumping system are given in the table mentioned below.

III. PV ARRAY

The SVP Water pumping system should be operated with a PV array capacity of 900 Watts peak,

measured under standard Test Conditions (STC). Sufficient number of modules in series and parallel

could be used to obtain the required PV array power output. The power output of individual PV

modules used in the PV array, under STC, should be a minimum of 74 Watts peak, with adequate

provision for measurement tolerances. Use of PV modules with higher power output is preferred.

Solar PV Module (s) containing mono/multi crystalline silicon solar cells should be used in the PV array

for the SPV Water pumping systems.

• Modules supplied with the SPV Water pumping system should have certificate as per IEC 61215

Specification or equivalent National or International/standards.

• Modules must qualify to IEC 61730 Part I and II for safety qualification testing.

• The efficiency of the PV Modules should be minimum 14% and fill factor should be more than 70%.

• The terminal box on the module should have a provision for “Opening” for replacing the cable, if

required.

• There should be a name plate fixed inside the module which will give:

a. Name of Manufacturer or Distinctive Logo.

b. Model Number

c. Serial Number

Page 154: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

154 | P a g e

d. Year of manufacture

IV. Motor pump-SET

• The SPV Water pumping system may use any of the following types of motor pump sets:

a. Submersible motor pump set

b. Any other type of motor pump set after approval from Test centers of the ministry.

• The “Motor pump Set“ Should have a of 1 HP and should have the following features:

➢ The “Motor Should be AC, PMDC or BLDC type.

➢ Submersible pumps could be used according to the dynamic head of the site at which the pump is to

be used.

- It is recommended that all parts of the pump and the motor of the submersible pumps should be

made of stainless steel.

- The manufacturers of pumps should self certify that, the pump and all external parts of motor used

in submersible pump which are in contact with water, are of stainless steel.

• The following details should be marked indelibly on the motor pump set

a) Name of the Manufacturer or Distinctive Logo.

b) Model Number.

c) Serial Number.

• The delivery pipe (GI/RMPE), electric cables, floating assembly, civil work and other fittings required

to install the Motor pump set.

V. MOUNTING STRUCTURES and TRACKING SYSTEMS.

The PV Modules should be mounted on metallic structures of adequate strength and appropriate

design, which can withstand load of modules and high wind velocities up to 150 km per hour. The

support structure used in the pumping system should be hot dip galvanized iron with minimum 80

micron thickness.

To enhance the performance of SPV Water pumping systems, manual or passive or auto tracking

system should be used. For manual tracking, arrangement for seasonal tilt angle adjustment and three

times manual tracking in a day should be provided.

VI. ELECTRONICS AND PROTECTIONS

• Maximum Power Point Tracker (MPPT) should be included to optimally use the Solar panel and

maximize the water discharge.

Page 155: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

155 | P a g e

• Inverter could be used, if required, to operate an A.C. pump. The inverter must have IP65 protection

or must be housed in a cabinet having IP65 protection.

• Controller for BLDC motor driven pumps, if required be used. The controller must have IP65 protection

or must be housed in a cabinet having at least IP65 protection.

• Adequate protections shall be provided in the SPV Controller to protect the solar powered pump set

against the following:

a) Dry running;

b) Open circuit;

c) Accidental output short circuit;

d) Under voltage;

e) Reverse polarity;

f) SPD to arrest high current surge; and

g) Lightening arrestor.

h) Temperature Protection

• Adequate protection should be incorporated against lighting and hails and storms.

• A good reliable DC Circuit Breaker as per IS/IEC 60947-2 suitable for switching DC power ON and OFF

shall be provided in the SPV Controller. It should be in between Solar panels and controller.

• All cables used shall be as per IS 694. Suitable size of cable shall be used in sufficient length for inter-

connection between the SPV array to SPV Controller and the SPV Controller to solar powered pump

set. Selection of the cable shall be as per IS 14536.

• Controller shall be integrated with GSM/GPRS Gateway with Geo tagging. GSM/ GPRS Charges to be

included in the Costing till the end of Warranty period of the Pump set.

• Controller must have LCD Display. All Parameters and Faults/Protections should be clearly indicated

on Display such as if controller shutdown with short circuit, it must clearly indicate on display as "Short

Circuit" (No short cuts such as F1, F2 or any other indications). Below parameters must be appear on

Display ON/OFF Status –

a) Solar DC Voltage in Volts

b) Solar DC Current in Amps

Page 156: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

156 | P a g e

c) DC Energy in Kwh

d) Output Currents in Amps (minimum 2-Phases)

e) Rotating Frequency in Hz

f) All Faults/Protection Status

g) Cumulative Total Water Output in litres

h) Pump On/Off Status

• All parameters (as detailed above) from the Controller shall be pushed to Bidder's cloud/web server

for every 15 minutes and the same to be maintained for the entire warranty Period. The access of this

server shall be provided to MPUVN.

VII. ON/OFF SWITCH

A good reliable switch suitable for DC/AC use is to be provided. Sufficient length of cable should be

provided for inter-connection of the PV array, controller/inverter and the motor pump set.

VIII. Earthing Arrangement:

a) Earthing of the motor shall be done as per IS 9283 in accordance with the relevant provisions of IS

3043. Separate earthing shall be provided for Controller, pump and SPV array.

b) For safety purpose, it shall be ensured during installation that the earthing is capable of taking care

of leakage current.

c) In case of uPVC/HDPE pipes used as discharge pipe, a separate non-corrosive, low resistance

conductor from motor earth terminal to control panel earth terminal shall be provided for earthing.

d) A lightening arrestor shall be provided with every SPV Water Pumping System.

IX. WARRANTY

The PV Modules must be warranted for output wattage, which should not be less than 90% at the end

of 10 years and 80% at the end of 25 years.

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

The pumps used for solar application should have a 5 years warranty and 10 years service life and

therefore it is essential that the construction of the pump be made using parts which have a much

higher durability and do not need replacement or corrode for at least 5 years.

X. OPERATION AND MAINTENANCE MANUAL

An operation and Maintenance Manual, in English and the local language, should be provided with

the solar PV pumping system. The manual should have information about solar energy, photovoltaic,

Page 157: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

157 | P a g e

modules, DC/AC Motor pump set, tracking system, mounting structures, electronics and switches. It

should also have clear instructions about mounting of PV module, DO’s and DONT’s and on regular

maintenance and Troubleshooting of the pumping system. Name and address of the person or centre

to be contacted in case of failure or complaint should also be provided a warranty card for the

modules and the motor pump set should also be provided to the beneficiary.

XI. NOTES

• The type of pump set used must match the total dynamic hand requirement of the site (i.e. the

location at which it is installed). Moreover, it should be appropriately tested and certified by the

authorized test centres of the Ministry to meet the performance and water discharge norms specified

in section II above.

• There should not be any compulsion to use only one or the other type of Motor-pump set. The

beneficiary may select an appropriate Model (i.e. capacity of PV Array and Type of motor pump set)

as per site requirement.

Indicative Technical Specifications of solar drinking water pumps of 900 Wp

Description Model III Model IV Model V

Head

Module

mounting

structure

MS hot dipped

galvanized, three times

manual tracking

Facilities

MS hot dipped

galvanized, three

times manual

tracking facilities

MS hot dipped galvanized,

three times manual tracking

facilities

Water output* 20,000 liters per day

form a total dynamic

10,000 liters per day

form a total dynamic

5,000 liters per day form a

total dynamic head of

Description Model III Model IV Model V

PV array 900 Wp 900 Wp 900 Wp

Motor pump 1hp submersible 1 hp submersible 1 hp submersible

set type B.L.D.C. or A.C. with B.L.D.C. or A.C. B.L.D.C. or A.C. with

Electronic with electronic Electronic

controller/inverter controller/inverter controller/inverter

Max. shut off 45 meters 90 Meters 120 Meters

Page 158: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

158 | P a g e

head of 30 meters head of 60 meters 90 meters

Water output figures are on a clear sunny day under the “Average Daily solar Radiation”

condition of7.15 kwh/sq.m. On the surface of PV array (i.e.- coplanar with the PV Modules.)

Note: for higher or lower heads or in between various models; water output could be decided on

prorates basis.

Remote Monitoring System:

Provision for remote monitoring of the installed pumps must be made in the controller or the

inverters either through an integral arrangement or through an externally fitted arrangement.

It should be possible to ascertain the daily water output, the power generated by the PV array,

the” UP TIME” of the pump during the year, number of the days the pump was unused or

under breakdown/repairs.

• Technical Detail of Solar Pump :- Material of construction of Pump sets in category A1 to B should

be of minimum SS304 or higher, Pumpset should be of following standards.

A) Pump motor type:- Helical/Non Helical rotor brushless permanent magnet motor

DC Type :-

• Supply voltage of Pump-Motor :- Flexible power range, the motor can be supplied with DC voltage

of 30 to 300 VDC. Overall Efficiency of Submersible pump set be minimum 50%

B) Maximum Power Point Tracking (MPPT) – Microprocessor controlled

maximum power point tracking continuously change the array voltage & monitors the input

power level thus following changes in the Maximum power point of the array. Motor should have

inbuilt MPPT for optimum utilization of solar PV modules.

C) Protection:-

C.1. Dry running protection- The pump is protected against dry running order to prevent damage to

the pump. The dry running protection is activated by a water level electrode placed on the motor

cable.

C.2. Over voltage & Under Voltage Protection- In areas with high lighting intensity, external lighting

Page 159: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

159 | P a g e

protection is to be fitted with panels.

C.3. Overload Protection- In panel overload protection device also fit for protection of pump & motor.

C.4. Over temperature Protection- When the temperature rises the motor is automatically cut out.

When the temperature has dropped to normal range, the motor is automatically cut in again.

D) REMOTE ON/OFF SWITCH OR ON/OFF SWITCH:- A good reliable switch suitable for DC use is to be

provided. Sufficient length of cable should be provided for inter-connection of the PV array,

Inverter and the Motor pump set.

• Interconnect Cable- All cable will be with PVC Insulated & sheathed copper conductor. Cable with

conductor size depending upon the array current will be provided from PV array to motor. The PV

array has to be located as close to the pump as possible.

• Junction Box- Junction box with hinged, weather- Proof lid, captives screws, three cable glands

entry points & one cable gland (standard)

f) For rest of all categories centrifugal pumpsets can be used as per MNRE guideline of year 2019

published in July and preferably MOC of pumpsets should be SS304

Page 160: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

160 | P a g e

ANNEXURE 21: ENGINEERING DRAWING AND SPECIFICATIONS FOR MS STEEL RAISED STRUCTURES

FOR RMPE WATER STORAGE TANKS

Page 161: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Foundation Plan

Detail-A

Detail-B

AA

Connection Detail-A

G.L. G.L.

Plan Of Base Of Tank

Typical Details at "E"

"E"

Section A-A

SECTION 1-1

Connection Detail-B

Details of Tie Beam

Plan : Base Plate

Railing Details

3.5

4.8

3.5

3.5

3.5

3.5

3.5

4.8

SL. NO. NAME OF PART

TYPE OF

SECTION

3.0 MTR SINGLE TANK BOM

4.5

4.5

4.5

2000

4.5

4.5

4.5

4.5

Ø

2

0

0

0

All dimensions are in mm.

GENERAL NOTES:-

AutoCAD SHX Text
01.
AutoCAD SHX Text
BASE PLATE
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
02.
AutoCAD SHX Text
STIFFENER PLATE
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
03.
AutoCAD SHX Text
VERTICAL POLE
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
04.
AutoCAD SHX Text
HORIZONTAL PIPE
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
05.
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
06.
AutoCAD SHX Text
BRACING
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
07.
AutoCAD SHX Text
BRACING FLANGE PL.
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
08.
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
09.
AutoCAD SHX Text
COLUMN TOP PLATE
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
10.
AutoCAD SHX Text
STIFFENER PLATE
AutoCAD SHX Text
TANK PLATFORM
AutoCAD SHX Text
11.
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
12.
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
13.
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
14.
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
16.
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
17.
AutoCAD SHX Text
GI SHEET
AutoCAD SHX Text
-----
AutoCAD SHX Text
18.
AutoCAD SHX Text
FOUNDATION BOLT
AutoCAD SHX Text
J TYPE
AutoCAD SHX Text
19.
AutoCAD SHX Text
RAILING
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
20.
AutoCAD SHX Text
RAILING
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
LADDER
AutoCAD SHX Text
21.
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
16 MS ROD
AutoCAD SHX Text
LADDER (ms rod)
AutoCAD SHX Text
22.
AutoCAD SHX Text
15.
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
TOTAL WEIGHT = 590kg approx
AutoCAD SHX Text
5
Page 162: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

500

4500

500

300

300

1435900

0102

03

03

06

06

06

06

4500

08 08

09 09

10 10

11 11

12

13 14

151515

16

850

850

4040

1189

1325

16

20641032

1500

300

900

1800

1435

900

300

1785

30015

0

350

1435

1435

ITEM NO. NAME OF PART TYPE OF SECTION

TOTAL WEIGHT = 510 KG.APPROX

BOM OF 4.5 MTR DUAL PUMP

1435

19 19

674

17

1817

1435

2064

2064

1622

20

TOP PLAN

PLAN

ELEVATION SIDE VIEW

GALVANIZATION;- AS PER BS EN ISO 1461 BUTMINIUM ZINC COATING REQUIRED IS 86 MICRON.

DETAIL OF 4.5 MTR 5000 LTRSOLAR WATER TANK

DETAIL OF 4.5 MTR 5000 LTRSOLAR WATER TANK

AutoCAD SHX Text
01.
AutoCAD SHX Text
BASE PLATE
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
02.
AutoCAD SHX Text
RIB PLATE
AutoCAD SHX Text
RIB
AutoCAD SHX Text
03.
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
91.5x91.5x4.6
AutoCAD SHX Text
04.
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
50x50x3.2
AutoCAD SHX Text
05.
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
50x50x3.2
AutoCAD SHX Text
06.
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
40x40x3.2
AutoCAD SHX Text
07.
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
40x40x3.2
AutoCAD SHX Text
08.
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
40x40x3.2
AutoCAD SHX Text
09.
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
40x40x3.2
AutoCAD SHX Text
10.
AutoCAD SHX Text
GUSSET PLATE
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
11.
AutoCAD SHX Text
GUSSET PLATE
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
12.
AutoCAD SHX Text
GUSSET PLATE
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
13.
AutoCAD SHX Text
GUSSET PLATE
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
14.
AutoCAD SHX Text
RIB PLATE
AutoCAD SHX Text
RIB
AutoCAD SHX Text
15.
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
25x25x1.5
AutoCAD SHX Text
16.
AutoCAD SHX Text
SQ. PIPE
AutoCAD SHX Text
25x25x1.5
AutoCAD SHX Text
17.
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
PLATE
AutoCAD SHX Text
18.
AutoCAD SHX Text
ISA-35x35x5
AutoCAD SHX Text
ANGLE
AutoCAD SHX Text
19.
AutoCAD SHX Text
ROD 20
AutoCAD SHX Text
ROD
Page 163: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

1377

05

08 08

09

10

10

1003

03

21

21

1375

6000

1435

05

4

08 08

09

09

10

10

22

2249

4 1435

1377

1377

typ.

6000

10

25 40 2540

2540

25 40 2540

25 40 2540

25 40 2540

25 40 2540

25 40 2540

4025

1194

254040

25

4025

2540

25 40

2540

2540

25 40

2540

2540

B

2540

25 40

2540

25 40

2540

1256 1256

40

850

FRONT VIEW

500 5001500

1800

SIDE VIEW

DETAIL OF 6.0MTR 5000 LTR SOLAR WATER

GENERAL NOTES:-

TOP PLAN

1435

06

161616

17

17

18

21001435

06

2035

062100

DETAIL OF 6.0MTR 5000 LTR SOLAR WATER TANK STRUCTURETOTAL WEIGHT = 1060 KG APPROX

GALVANIZATION;- AS PER BS EN ISO 1461 BUTMINIUM ZINC COATING REQUIRED IS 86 MICRON.

AutoCAD SHX Text
10
AutoCAD SHX Text
6
AutoCAD SHX Text
6
Page 164: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

DETAIL OF 6.0MTR 10000 LTR SOLAR

1377

10

4195

1375

6000

1435 494

TOP PLAN

1435

3270

1835

18

1435

1377

6000

10

300200 5050

5020

050

300

Ø18.5ITEM NO.-01

10THK.

150

100

2013

0

258THK.

ITEM NO.-02

25 40

2540

2540

25 40 25402540

2540

850

ELEVATION SIDE VIEW

GALVANIZATION;- AS PER BS EN ISO 1461 BUTMINIUM ZINC COATING REQUIRED IS 86 MICRON.

DETAIL OF 6.0MTR 10000 LTR SOLAR WATER TANK TOTAL WEIGHT = 1675 KG APPROX

Page 165: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

10

21

21

9000

1435

4

09

10

22

2249

4 1435

9000

10

2540

25 40

25 40 2540

2540

25 40

2540

2540

25 40

850

FRONT VIEW

500 5001500

1800

SIDE VIEW

DETAIL OF 9.0MTR 5000 LTR SOLAR WATER

GENERAL NOTES:-

TOP PLAN

1435

06

161616

17

17

18

21001435

06

2035

062100

DETAIL OF 9.0MTR 5000 LTR SOLAR WATER TANK STRUCTURETOTAL WEIGHT = 2250 KG APPROX

GALVANIZATION;- AS PER BS EN ISO 1461 BUTMINIUM ZINC COATING REQUIRED IS 86 MICRON.

494

1377

Page 166: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and
AutoCAD SHX Text
All dimensions are in mm.
AutoCAD SHX Text
"9.0" MTR DUAL PUMP STRUCTURE APPROX 3230 KG
AutoCAD SHX Text
FFL. LVL
AutoCAD SHX Text
FFL. LVL
AutoCAD SHX Text
CHANNEL 100x50
AutoCAD SHX Text
BRACING 50X50X6THK
AutoCAD SHX Text
SQ PIPE 25X25X3THK.
AutoCAD SHX Text
65x65x6
AutoCAD SHX Text
65x65x6
AutoCAD SHX Text
65x65x6
AutoCAD SHX Text
BASE PLATE 400x400x16thk.
AutoCAD SHX Text
130X200X8
AutoCAD SHX Text
ANGLE PLATE 100X80X6
AutoCAD SHX Text
50x50x5
AutoCAD SHX Text
50x50x5
AutoCAD SHX Text
PLAN
AutoCAD SHX Text
FRONT VIEW
AutoCAD SHX Text
SIDE VIEW
AutoCAD SHX Text
DETAIL OF TOP PLATE FORM
AutoCAD SHX Text
LIGHTING ARM
AutoCAD SHX Text
ms plate 6thk.
AutoCAD SHX Text
14mm 28mm long slotted hole
AutoCAD SHX Text
LADDER
AutoCAD SHX Text
GROUND LVL. +0.00
AutoCAD SHX Text
GROUND LVL. +0.00
AutoCAD SHX Text
SQ PIPE 91x91x3.6
AutoCAD SHX Text
150.0
AutoCAD SHX Text
ISA 40x40x5
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
" SOCKET-OUTLET NOZZLE
AutoCAD SHX Text
100.0
AutoCAD SHX Text
850.0
AutoCAD SHX Text
1000.0
AutoCAD SHX Text
150.0
AutoCAD SHX Text
91.0
AutoCAD SHX Text
2" NIPPLE
AutoCAD SHX Text
STAND POST
AutoCAD SHX Text
GALVANIZATION;- AS PER BS EN ISO 1461 BUT MINIUM ZINC COATING REQUIRED IS 86 MICRON.
Page 167: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

168 | P a g e

ANNEXURE - 22

IS 12701: 1996 ROTATIONAL MOUIJDED

POLYETHYLENE WATER STORAGE TANKS SPECIFICATION

Page 168: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

A~1Ef'.!Dl\1EI~T NO. 1 JAr~~UARv:: 2C3iTO

r::: ll.~: 'j J : : ~\.,,.. ~ ~(, ! ~ , r 't.' I 1'1/\ !.1 l\~ {} Ui .nI~ I}l'OL\'E'rIIYLE~\1E WA'!·El{ S'l'OItAGE 'I'ANKS­

SPECI[iICA~l"jON

(Page 4, clause 5.5 ) - Insert the followii, ~ new clause after 5.5:

eS.6 Rotational moulded polyethylene \'t'" .cr ~ irsge tanks luay be manufacturedill single layeror double layers, inner Iaycr . -, 1" white i.. colour. The outerlayer shall beblack in colour and its thickness ~ · be minimum 50 percent of.the total thickness of the waU.'

(CE03 )Reprography Unit. BIS, NewDelhi,lndia

Page 169: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

AMENDMENT NO. 2 JUNE 2004TO

IS 12701: 1996 ROTATIONAL MOUIJDEDPOLYETHYLENE WATER STORAGE l'ANKS­

SPECIFICATION( First Revision)

( Page 4, clause 7.6. line 4) - Substitute 'tested according to 6 of IS 9845­for 'tested according to 5 of IS 9845 : 1986J •

(CED3 )

Reprography Unit. BIS. New Delhi. India

Page 170: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Sanitary Appliancos and Water Flttinp SectiODII CommIttee. CEO 3

FOREWORD

This Indian Standard (First Revision) was adopted by the Bureau of Indian Standards after the draft finalizedby the SanitaryAppJiances andWaterFittingsSectionalCommitteehld beenapprovedby the Civil EngineeringDivision Council.

Looking to the widespread use of rotational moulded polyethylene tanks for the storage of potable waterin India, the committee felt the need to bring out an Indian Standard in order to safeguard the user ofsuch tanks against quality and perfonnance requirements.

This Standard was fint published in 1989. In this revision of thc staudard following major modificationshave been made:

- Wall thicknessand weightof the tanks havebeenmodifiedbasedon the feedbackfrom the manufacturersand users.

- Methods of installation and fittings have been made recommendatory and are separately given atAnnex E.

- Method for carryin. out flexural strength test has been modified.

The composition of the technical committee responsible for the preparation of this standard is given inAnnex F.

For the purpose of deciding whether a particular requirement of this standard is complied with, the finalvalue, observed or calculated, expressing the result of a test or analysis, shall be rounded off in accordancewith IS 2 : 1960 'Rules for rounding off numerical values ( revised )', The number of significant placesretained in the rounded off value should be the the same u that of the specified value in this standard.

Page 171: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

IS 12701 1996

Indian Standard

ROTATIONAL MOULDED POLYETHYLENEWATER STORAGE TANKS - SPECIFICATION

( First Revision)

1 SCOPE

1.1 This standard covers the requirements ofmaterials, dimensions construction, shape,workmanship, performance requirements andinspection and testing of rotational mouldedpolyethylene water storage tanks with a nominalservice temperature from +1"C to +SooC

1.1.1 These tanks are not meant for undergroumdappl ications.

1.2 This standard is applicable only to water storagetanks subjected to the following two conditions:

a) Own hydrostatic head of water, and

b) Tank with uniform flat base support.

1.3 This standard does not cover mobile water tanksand horizontal cylinderical water tanks.

2 REFERENCES

2.1 The Indian Standards listed in Annex A arenecessary adjuncts to this standard.

3 TERMINOLOGY

3.0 For the purpose of this standard the followingdefinitions shall apply.

3.1 Rotational Moulded Water Storage Tank

A tank moulded from polyethylene powder by theprocess of rotational moulding.

3.2 Net Capacity

~et capacity shall be net volume of water containedbetween the lowest level of the inlet and lowestspecified level.

3.3 Gross Capacity

The total enclosed volume of the tank including anyspace which may not be capable of being tilled withwater.

3.4 Mould Parting Line

A circumferential line visible only on external surfaceof the tank corresponding to a parting joint of themould required for rotational moulding (see Fig. 1).

3.5 Overall Height

The height of the finished empty tank at its highestpoint including the top rim of the man-hole and lidof the tank (see Fig. I).

3.6 Effective Height

The height of the finished empty tank from its baseto the point where overtlow connection is providedfor the purpose of limiting water storage capacity(see Fig. 1).

3.7 Overall Diameter

The maximum diameter of finished empty tankmeasured at its base as the mean of two measurementsof diameters including wall thickness of the tank andavoiding the mould parting line (see Fig. 1).

3.8 Rim Height

The perpendicular distance from the highest pointof the top rim of the man-hole to the nearest pointof the shoulder of the finished empty tank (see Fig. 1).Rim can be provided above the tank or within thetank.

3.9 Man-HoleJHand-Hole

A hole of suitable internal diameter provided at thetop of the tank, for the purpose of inspection ofinternal surface and entry into the tank.

3.10 Internal Diameter of Man-HoleJHand-Hole

The internal diameter of the rim of the .man-holemeasured as the mean of two perpendicular diameters(see Fig. 1).

4 MATERIALS

4.1 The material of construction of tank, lid andfittings which come in contact with water shall besuch that it does not impart any taste, colour or odourto water, nor have any toxic effect, and it shall notcontaminate water thereby making it unpotable.

4.2 Polyethylene resin to be used for the manufactureof water tanks should be of rotational moulded gradeand duly stabilized with 'anti-oxidants. The anti­oxidants used, not exceeding 0.3% by mass of finishedresin, should be physiologically harmless and shouldbe selected from the list given in IS 10141 : 1982.In addition, the material shall also meet therequirements given in 4.2.1 to 4.2.4.

4.2.1 The density of resin (base material) at 23''Cwhen tested in accordance with IS 7328 : 1992 shallbe within 932 to 943 kg/rn',

Page 172: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

IS 12701 : 1996

4.2.2 The melt flow rate (MFR.) of the resin whentested under the test condition D (temperature 1900Cand nominal load of 2.16 kg) and in accordancewithIS 2530 : 1963shall bewithin2.0 to 6.0 gllO minutes.

4.2.3 The water tanks meant for out door' use shallbe manufactured from carbon black compoundedpolyethylene. The carbon black content and carbondispersion test shall becarried out in accordance withthe procedure described in IS 2530 : 1963 and shallmeet the following requirements:

a) The percentage of carbon black content inthe material shall be within 2.0 and 3.0, and

LID OF

b) The dispersion of carbon black shall besatisfactory.

• \ ~ I

4.3 Thc'8ddition of not more than 10 percent of themanuf,act.U1\ers own reworked material resulting fromthe manufacture of tanks only according to thisstandard i~ permissible. No other reworked or recycledwaste material from any other source or filler shallbe used in the manufacture of tanks.

5 TYPES:AND FEATURES

5.1 Cylinderlcal Vertical Tank (Fig. 1)

The dimensions, net and gross capacities and weightof the tank shall be as given in Table 1.

FLOAT TYPE LEVEL'NDIe ATOR (OPTIONAL)

MOULD PARTINGLINE

~C) ...

:z:w !:!% WW Z~ ~... -JU Cw ~IL. 1&1I&. >W 0

R CC/PCCPLATFORM

NOTE - A 25 mm wide band shall be painted around the tank at the inlet/overflow level and outletlevel. Centre line of the band shall be SO mm minimum fiom top/inner bottom of the tank.

A --- Malethreaded 0.1. brassor PVC connections.

FlO. 1 TvPIc4 DETAILS OF CYLINDERICAL VERnCAL TANK

2

Page 173: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

IS 12701 : 1996

Table 1 Dimensioas of Cylinderical Vertical Tank(Clause 5.1)

81 MInimum Net Capacity Ovenll Ovenll MlDbDam Ialemal M1D_um Wall MiDlmumNo. Up to lUfectl•• Dlmeter Hel&ht RaDle Dia of Maa-BoW aad Bottom Welgbt 01 toll

Bellht Ranle Band-Bole TbIckDeu (WIthout Lid)(I) (nun) (mm) (nun) (mm) (kg)

(I) (2) (3) (4) (S) (6) (7)

i) 200 6~0 - 850 490 .. 690 265 3.0 7..8ii) 300 6S0 .. 8S0 700 900 265 3.0 9.0iii) 400 700 .. 980 700 .. 9S0 265 3.S 15.0iv) 500 800 .. 1 140 625 • 1 02.~ 370 4.0 18.0v) 700 900 .. I 140 800 .. 1 100 370 4.4 23.0

vi) 1000 1000·1200 10S0 .. 1 350 370 4..5 33.0vii) 1500 1 080 - 1 450 1 iso - I S90 370 4.S 47.0

viii) 1 700 1 300 .. I SOO 1260 • 1 650 370 4.5 54.0ix) 2000 136S .. 1SOO 1400 .. 1700 4S0 S.4 64.0x) 2SOO 1 380 - I 610 1 400 .. 1 810 450 7.7 81.0

xi) 3000 1410 .. 1 800 1640 - 2 ISO 4S0 8.1 96.0xii) 4000 14S0 .. 1920 17S0 .. 2400 4S0 10.4 147.0

xiii) 5000 1 800 .. 2 110 1 800 .. 2 100 450 10.7 180.0xiv) 6000 1 800 - 2200 206S .. 2800 450 10.7 205.0xv) 7 SOO 1890 • 2250 2100 - 2930 4'0 10.7 239.0

xvi) 10000 1 900 .. 2680 2400 .. 3740 450 11.5 319.0xvii) IS 000 2100 - 2680 3100 .. 4000 450 11.S 408.0

xviii) 20000 2 100 .. 3 ISO 3190· SOOO 450 13.2 566.0

NOTE - The gross capacity ot the tanks shall be at leasr S percent in excess of the minimum net capacity.

5.2 Rectangular Loft Tank (FII. .2,The dimensions, net and gross capacities and weightof the tank shall be as given in Table 2.

· FlO. 2 RECTANOULAR Lorr TANK

5.3 A flat area may be provided on the top of thecylinderical vertical tanks for workers to stand beforeentering the tank.

S.d Wall Thickness

Owing to limitations of rotational moulding process,the wall thickness of the water storage tank at bottom,top and cylinderical sides at the bottom and topedges where the shape of tank changes is usuallyfound to be much greater than the wall thickness atother surfaces.Forcylinderical vertical tanks the wallthickness upto the effective height of the tank shallnot be less than the values given in Table 1 and thewall thickness above the effective height of the tankshall be not less than 15 per cent of the values given

Table 2 Dimensions of Rectangular Loft Tanks

(Clause 5.2)

SI Minimum Net Overall Ovenll ()yenll MlDmum Mlalmom Wall MinlDumNo. Capacity Length Width He1Rbt InterDal Dia of Thickness Welpt

Hand Hole (MeuurecI on) Weight ofRectanplar Tank

Vertical Port (Without Lid)aDd BottomThickness

(I) (2) (3) (4) (S) (6) (7) (8)

i) 1$0 620 .. 820 620 • 820 28S • 48S 300 2.7S 6.6

ii) 200 930 • 1 130 620 .. 820 285 • 485 300 2.7~ 7.7

iii) 300 . 99S· 1200 620 • 820 285 • 48S 300 2.7S 11.0

iv) 400 1 ISO • 1 350 ass • 11S0 335 .. 535 300 2.7S 13.0

v) 500 1 ISO • 1500 900 .. 1250 33~ .. 53S 300 2.7S 17.S

NOTE - The Iro~R capacity of the tanks shall be at lea.c;t S percent in excess of the minimun net capacity.

3

Page 174: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

IS 12701 : 1996

in Table 1. For rectangular loft tanks the wall thick­ness shall be in accordance with the values givenin Table 2. The wall thickness shaU be measured atleast at 20 points well distributed on the sides, topand bottom. Thickness measurement on lid shall bemade at least in four well distributed locations.

s.s The dimensions as given in 5.1 and 5.2 referto finished empty tanks. Measurement shall be madeafter 48 hours of moulding. The wall thickness maybe measured with a dial gauge micrometer fitted withspherical anvils. The overall diameter, height andother dimensions may be measured with steel ruleor steel tape of desired accuracy by placing the emptytank on a flat surface.

6 FINISH

6.1 The internal and external surface of the waterstorage tank shall be smooth, clean and free fromother hidden internal defects, such as air bubbles.pits and metallic or other foreign material inclusions.The mould parting line and excess material near thetop rim of the tank shall be cut and finished to therequired level. Defects like air bubbles and pits atmould parting line and at top rim of themain-man-hole shall be repaired by hot-air fiIler rodwelding method.

7 PERFORMANCE REQUIREMENTS

7.1 Resistance to Deformation

7.1.1 When cylindrical vertical water storage tanksis tested in accordance with the Method 1 describedat Annex B, the difference between thecircumferrential measurement shall not be greaterthan 2 percent of the original measurements.

7.1.2 When rectangular loft tank is tested inaccordance with the Method 2 described atAnnex B the difference between the longitudinalmeasurements shan not be greater than 3 percent ofthe original measurements.

NOTE - The tank shall not crack at the observed deflection.

7.2 Resistance to Impact

When polyethylene water tank is tested in accordancewith the method as described in Annex C the impactshall neither result into cracking nor puncture of thetank.

7.3 Test for Top Load Resistance

7.3.1 The tank shall be filled to 98 percent of itsnet capacity and shall be subjected for not less than4 hours at outdoor temperature to compression bymeans of 100 kg load applied on the horizontal surfaceprovided for a man to stand before entering the tank.After removal of the load the test specimen shall beinspected for deformation or crack on the surface andafter 4 hours of the removal of the load the flatsurface shall return to normal position.

4

This test shall be applied to tanks with capacity 1 SOOlitres and more.

7.4 TensUe Strength

7.4.1 Tensile strength at yield shall be determinedin accordance with IS 8543(Part 4/Sec 1) : 1984.The tensile strength of the wall of water tanks shallnot be less than 12 N/mm2

7.4.2 The test specimens shall be cut from the flatportion of the top of the water tank at a temperaturenot exceeding 500e and then machined.

7.5 Flexural Modulus

7.5.1 The flexural modulus shall be determined inaccordance with IS 13360 (Part SISec 7): 1995.The flexural modulus of the wall of the water tankshall not be less than 300 N/mm2

• The sample shallbe taken as given in 7.4.2.

7.6 Overall Migration

The material ofconstruction (compounded resin) shallmeet the specified limits of overall migration ofconstitutents as specified in IS 10146 : 1982 whentested according to 5 of IS 9845 : 1986.

8 SAMPLING AND TESTING

8.1 Routine Tests

The scale of sampling and criteria for conformity ofa lot for routine tests specified in Table 3 shall beas given in Annex D.

Table 3 Routine Tests

81No. Test Ref to Clauseand Annex

(1) (2) (3)

i) Band width/location Fig. 1ii) Outer dimensions and Weight Table 1 and Table 2

iii) Net capacity Table 1 and Table 2iv) Gross capacity Table I and Table 2v) Thickn~~5es Table 1 and Table 2

vi) Resistance to defonnation 7.1 and Annex Bvii) Resistance to impact 7.2 and Annex C

viii) Test for top load resistance 7.3ix) Tensile strength 7.4

x) Flexural modulus 7.S

8.2 Type Tests

Type tests are intended to prove the suitability andperformance of water tank of a new composition, anew technique, new shape or modified wall thickness.Such tests need necessarily be done, before undertakingmass production when a change is made in polymercomposition or method of manufacture or when a

Page 175: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

new size and shape of water tank is introduced.However, if no change is envisaged, at least onesample of any size shall be put to 'Type Tests' oncein a year. Tests for suitability of tank material asspecified in 4 and overall migration as specified in7.6 shall be taken as type tests.

9 MAN-HOLE HAND-HOLE LIDS

9.1 Materials

Man-hole hand-hole lids shall be moulded frompolyolefins of minimum thickness 3mm and shallhave sufficient ribs to provide adequate stiffness. Itshall be stabilized with 2 to 3 percent of carbon blackhaving satisfactory dispersions. The carbon blackcontent and carbon disperion test shall be carried outin accordance with IS 2530:1963

9.2 The lid shall fit securely over the top rim of thetank and it shall rest evenly on it in order to preventthe ingress of foreign matter such as insects,mosquitoes or dust through the top of the tank. Thelid shall also be provided with suitable lockingarrangement.

9.2.1 To test the lid being fit securily to the manhole,no clearance in it should permit a 1.6 mm diameterwire to pass through.

IS 12701 1996

10 MARKING

10.1 All the water storage tanks shall be markedwith the following information:

a) Manufacturer's name, initials or recognisedtrade mark;

b) Net capacity in litres;

c) Lot or Batch number, and year ofmanufacture; and

d) 'For indoor use only', for tanks meant forindoor use.

10.2 In additions to the marking by painting, themanufacturers name or trade mark and net capacityof the tank shall be moulded on the external surfaceof the tank during manufacture.

10.3 DIS Certifications Marking

The tanks may also be marked with Standard Mark.

10.3.1 1be use of the Standard Mark is governedby the provisions of the Bureau of Indian StandardsAct, 1986 and the Rules and Regulations made thereunder. Details of conditions under which a licencefor the use of the standard mark may be granted tothe manufactures or producers may be obtained fromthe Bureau of Indian Standards.

ANNEX A

(Clause 2.1)

IS No.

554 : 1985

1879 : 1987

2530 : 1963

4905 1968

7328 1992

Title

Dimensions for pipe threadswhere pressure-tight joints arerequired on threads ( thirdrevision)

Malleable cast iron pipe fittings( second revision )

Methods of test for polyethylenemoulding materials andpoly-ethylene compounds

Methods for random sampling

High density polyethylenematerials for moulding andextrusion

IS No.

9845 : 1986

10141 1982

10146 : 1982

Title

Methods of analysis for thedetermination of specific and!or overall migration ofconstituents of plastic materialsand articles intended to comeinto contact with foodstuffs( first revision )

Positive list of constituents ofpolyethylene in contact withfoodstuffs, pharmaceuticals anddrinking water

Polyethylene for its safe use incontact with foodstuffs, pharma­ceuticals and drinking water

8543(Part 4/Sec 1)1984

Methods of testing plastics :Part 4 Short term mechanicalproperties, Section 1 Deter­tnination of tensile properties

5

13360 Plastics - Methods of testing:(Part 5/Sec 7) : Part 5 Mechanical properties,1995 Section 7 Detemination of

flexural properties

Page 176: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

IS 12701 : 1'"

ANNEX B

( Clauses 7.1.1 and 7.1.2 )

METHOD OF DEFORMATION TEST

B-1 METHOD 1, FOR CYLINDERICALVERTICAL TANKS

B-l.1 The water tank shall be placed on a natlevel base. A circumferential measurement shall bemade parallel to the base at a distance of one thirdthe effective height. The tank shall be filled uptothe effective height at a minimum rate of 23 l/minwith water at temperature of not less than lSOC.

B-l.2 A continuous film of polythyelene shall befloated over the whole of the surface of the waterin the tank to prevent evaporation.

8-1.3 The tank and water shall be maintained attemperature not less than ISOC and aifter 3 days acircumferential measurement shall be made at thepreviously determined level.

The difference between the two circumferentialmeasurement shall be expressed as a percentage ofthe original circumferential measurements.

B-2 MEmOD 2, FOR RECTANGULAR LOnTANK

8-2.1 The rectangular tanks shall be placed on aflat level base. The internal length and width of thetank shall be measured on the centre lines, as shownin Fig. 3 at the centre of effective height.

FI

8-2.2 The tank shall be filled upto the effectiveheight at a minimum rate of 23 litres/min with waterat a temperature not less than lSOC. The lid shallbe closed after filling the loft tank.

B-2.3 The tank and water shall be maintained ata temperature of not less than 1SOC and after 7 daysmeasurements of length and width shall be made ata previously determined centre lines.

8-2,.4 The deformation in each direction shall becalculated as follows:

DL = W2 - WIX 100

2£.

Dw =La - L,

x 1002W.

Where

DL = deformation of the longer side,

Dw = deformation of the shorter side,

WI = width at the start of test,

Wa = width at the end of the test,

L. = length at the start of test, and

La = length at the end' of test.

r,..- --+ .....--..

I W'C-~~-------'.. I -----t--C CENTRE l~NE

..--- L I MEASUREMENTS;\.........-----04-----..."I

C

FIG. 3

ANNEX C

( Clause 7.2 )

C-I MEmOD FOR IMPACT RESISTANCETEST FOR WATER TANK

C-I.1 The water tank shall be inverted and the baseof tank shall be struck with a 2S mm diameterhemispherically ended striker of mass 2.S kg fallingfreely from a height of 3.0 metre.

6

C-l.2 The striker shall be so arranged as to hit thebase at its mid-point, Three other impacts shall bemade, which shall be as close to the edge or comersof the base u is practical. The shape of the strikershall be such that only the surface of the specifiedhemisphere comes into contact with the tank underthe initial blow,

Page 177: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

IS 12701 : 1996

ANNEX D

( Clause 8.1 )

SCALE OF SAMPLING AND CRITERIA FOR CONFORMITY FOR ROUTINE TESTS

Table 4 Scale of Sampling and Criteria forConformity

(For Tanks with Capadty up to I 000 I)

(Clause D-l.3)

D-2.2 The lot having been found satisfactoryaccording to D-2.1 shall be further tested for testsat 81 No. S, 6, 7, 8, 9 and 10 of Table 3. For thispurpose a sub-sample of the size given in col 4 ofTable 4 or col 3 of Table S, as the case may be,shall be selected from those already examined andfound satisfactory according to D-2.1 and shall betested for requirements, as specified. The lot shallbe declared to have satisfied the requirements if nodefective is found in the sub-sample.

n-i SCALE OF SAMPLING

D-l.l Lot

In any consignment, all the tanks of same size andtype made from same raw materials and manufacturedunder similar conditions shall be grouped togetherto constitute a lot.

D-l.2 For ascertaining the conformity of the tanksto the requirements of the specification, samples shallbe tested from each lot separately.

D-I.3 The number of water storage tanks to beselected from a lot shall depend on the size of thelot and_~hall be according to Table 4 for tanks withcapacity up to 1 ()()() litres and Table 5 for tankswith capacity above 1 ()()() Iitres.

D-I.4 The tanks shall be selected at random fromthe lot. In order to ensure the randomness of selectionprocedures given in IS 4905: 1968 may be followed.

SI Lot SizeNo.

Sample Acceptance Sub-sample SizeSize Number for Tests at

SI No. (Y), (vi), (vii),(viii), (Ix) aDd (x)

of Table 3

Table 5 Scale 01 Sampling(For Tanks with Capacity Above 1 000 I)

t Clause D-l.3)

SI Lot Size Sample Size Sub-sample SizeNo. for Tests at

SI No. (v), (vi), (vU),(viii), (Ix) and (x)

of Table 3

(1) (2) (3) (4) (S)

i) Up to SO 2 0 Jii) SI to 100 3 0 I

iii) 101 to 300 S 0 2

iv) 301 to 500 8 0 3v) 501 and above 13 1 S

D-2 NUMBER OF TESTS AND CRITERIA FORCONFORMITY

D-2.1 Visual, Dimensional Requirements andCapacity

D-2.1.1 Tanks of Capacity up to 1 ()()() litres

Each of the tanks selected according to col 1and 2 of the Table 4 shall be examined for the testsat SI No.1, 2, 3 and 4 of Table 3. A tank failingto satisfy one or more of these requirements shallbe considered as defective. The lot shall be deemedto have satisfied these requirements if the numberof defectives found in the sample is less than orequal to the corresponding acceptance number givenin col 3 of Table 4.

D-2.1.2 Tanks of capacity above 1 ()()() litres

Each of the tanks selected according to calland2 of Table 5 shall be examined for the tests givenat 81 No.1, 2, 3 and 4 of the Table 3. A tank failingto satisfy one or more of these requirements shallbe considered as defective. The lot shall be deemedto have satisfied these requirements if there is nodefective in the sample.

7

(I) (2) (3)

i) Up to 2S 2

ii) 26 to SO 3iii) 51 to 100 4iv) 101 and above S

(4)

I

I

I

2

Page 178: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

IS 12701 1996

ANNEX E( Foreword)

RECOMMENDATIONS FOR INSTALLATION AND FITTING OF TANKS

E-I Vent pipe/overflow pipe is provided near the topwith mosquito and insect proof cap.

E-l The flat base of cylindrical vertical or rectangularwater storage tanks should be fully supported overits whole bottom area by a durable, rigid, flat andlevel platform sufficiently strong to withstand withoutdeflection the weight of the tank when filled fullywith the water. In case, the tank is placed on asuitable M. S. platform then it is essential that thelatter is free from sharp edges, corners or surfaceprojections and shall be corrosion resistant.

E-3 Where required the tanks shall be suitablyanchored. The tanks may also be provided withclamping devices.

E-4 The pipelines, valves and other fittings shouldbe supported in such a manner that it is alignedproperly so as not to produce any distortion in thewater tank where the fitting is fixed.

E..S The checknuts of the threaded connection shouldbe placed after placing rubber gaskets and shouldnot be overtightened. Under no circumstances shouldjointing compounds or putty be employed in contactwith the polyethylene water tanks. PTFE (poly-tetra­tluroethylene) unsintered tape may be wrapped aroundthe threaded portion of the valves and connectionsto act as a sealant.

E-6 Circular holes drilled for fixing threadedconnections should have a clean edge free fromnotches. Holes can be drilled with a high speed steelhole saw cutter. Scratching or scoring the wall shouldnot be done for setting out holes.

E-7 Where the section of water tank has a changein profile which is accomplished with a radius, itis essential that the outer extremities of the threadedconnections are clear of this radius.

E-8 The water storage tank should not be installedin close proximity to heaters or other direct sourcesof heat.

E-' FITTINGS

E-9.1 For providing inlet, outlet and otherconnections. usually full threaded G.I. brassconnections are used which shall not produce anykind of harmful effect on potable water. A typicalthreaded connections is illustrated in Fig 4. Flat surfacemay preferably be provided to fix outlet pipes atappropriate locations. The design of threadedconnections fixed with the water storage tank maybe similar to that shown in Fig 4. The different sizesof threaded connections required to be fixed fordifferent capacities of water storage tanks may beaccording to Table 6.

E-9.1.1 The overflow pipes should be provided withnon-corrodible mosquito-proof device of maximumclearance not more than 1.6 mm.

Table 6 Sizes of Threaded Connections(Clause E-9.1)

81 Capacity 01 Water Nominal Bore SizeNo. Storage Tank of Threaded Connection

(mrn)

i) Up to 750 12.5ii) Above 750 and up to 2 000 25iii) Above 2 000 and up to 4 000 40iv) Above 4000 and up to 10000 SOv) Above 10000 75

E-9.2 The dimensions of male and female threadsof G.I. PVClbrass full threaded connections and otherfittings like elbow, tee, bend, coupling, nipple, etc,shall be conforming to IS 554 : 1985. The sizes andother dimensions of the fittings, such as centre­to-face, face-to-face andcentre-to-centre shall conformto IS 1879 : 1987. Manufacturers shall provideinstructions for fittings.

THREADED PIPE

FIG. 4 THREADED CONNECTION

8

Page 179: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

IS 12701

ANNEX F(Foreword)

COMMITTEE COMPOSITION

Sanitary Appliances and Water Fittings Sectional Committee, CED 3

1996

Chairmdti

SHRI S. PRAKASH

Member.f

SHRI P. K. JAIN (Alternate' toShri S. Prakash)

ADVISOR (PHE)DEPUTY ADVISOR (PHE) (Alternate)

SHRf J. R. AGGARWAL

SURI SANJAY AGGARWAL (Altern(lttJ)

CHIEF ENGINEER (RURAL)

SHRI VIDIIUR 8 tlASKAR

SHRI ARUN KANTI BISWAS

DR T. K. DAN

HYDRAULIC ENGINEER

DEPUTY HYDRAUl.IC ENGINEER (Alternllte)

SURf D. K. KANUNGO

SHRI R. KAPOOR (Alternate)

MANAGING DIRECTOR

CHIEF ENGINEER (PS & G) (Alternate)

SHRI K. LAKSHMI NARAYANA

SIIRf A. SHARIFF (Alternate)

SURI S. K. NEOGI

SHRI A. K. SENGUPTA (Atternate)

StlRI G. RABINDRANATH RAO

SHRI S. SIVAKUMAR (Alternate)

SHRI O. P. RATRA

SHRI R. S. ROTITnORSHRI S. D. JOSHI (Alterntlte)

LT COL S. K. SHARMA

LT COL G. T. KAUSHIK (Alternate)

SHRI D. K. SEHOAl

SHRI 8. B. SIKKA (Alt~rnClte)

SENIOR CIVIL ENGINEER (WATER SUPPLY)

SHRI R. C. SHARMA

SHRI SUDESU KUMAR SHARMA

SHRI SURESH KUMAR SHARMA (Alternate)

SUPERINTI:.NDINO ENGINEER (T AC)EXECUTIVE ENGINEER (TAC) (Altenulte)

Representating

Delhi Water Supply and Sewage Disposal Undertaking (MCD), Delhi

Central Public Health and Environment Engineering. New Delhi

Goverdhan Das P. A. (Calcutta)

Maharashtra Water Supply and Sewage Board. New Mumbai

8 haskar Stoneware Pipes Pvt Ltd, Faridabad

National Environmental Engineering Research Institute «(,SIR). Nagpur

Central Glass and Ceramic Research Institute (CSIR). Calcutta

Municipal Corporation of Greater Mumbai, Mumbai

National Test House, Calcutta

Kcrala Water Authority, (PHED). Tri vandrum

Hindustan Shipyard Lid. Visakhapalnaln

Institution of Public Health Engineers India, Calcutta

E.I.D. Parry (India) Ltd, Madras

Building Material and Technology Promotion Council, New Delhi

Kirloskar Brothers Ltd. Pune

Engineer-in-Chief's Bm~h, Ministry of Defence. Anny Headquarters, New Delhi

Leader Engineering Works, Jallandhar

Ministry of Railways (Railways Board), New Delhi

Directorate General of Supplies and Disposals, New Delhi

Central Building Research Institute. Roorkee

U. P. Jnl Niganlt Lucknow

(Continued 011 page 10)

9

Page 180: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

IS 12701 : 1996

(Continued from page 9)

Member.f

SHRI R. K. SOMANY

SHRJ SANDI' SnMANY (Altel7UJte)

SUPRINTENDING SURVEYOR UP WORKS (NDZI)SURVEYOR OF WORKS (NDZI) (Alternate)

SHRt S. SUNDARAM

SHRI VINUO KUMAR,

DIRECTOR (Civil Engg)

Repre.fenting

Hindustan Sanitaryware Industries Ltd, Bahadurgarh

Central Public Work~ Department, New Delhi

Glass fibre Technology Centre, Ceat Ltd, Hyderabad

Director General, BIS (Ex-Officio Member)

Member SecretarySHRJ R. S. JUNEJA

Joint Director (Civil Engineering), 81S

Plastic Water Storage Tanks Subcommittee, CEO 3 : 12

Convener

SHRI O. P. RATRA

Member."

SHRI MUKESH B. AMBANI

SHRI SANJAY SHAH (Alternate)SHRI B. B. BHATIA

SHRI D. D. GUPTA (Alternate)SHR' RAMESH KUMAR KApUR

SBRI AMIT CHC)WDHARY

SHRI S. SAMADDAR (Alternate)CITY ENGINEER

SHRI S. B. DANOAYACH

SHRI RAJAN B GULABANI (Alternate)DIRECT()R

SHRI R. ELAMARAM

ENGINEER -IN-CHIEF

SnRt RAMESH KUMAR KAPUR

DR A. K. RAY (Alternate)SHRI V. C. FRANCIS

SHRI T. K. BANDOPADHYAY (Alternate)MANAGING DIRECTOR

SHRI R. RAMESH

SHRI A. P. RAMACHANDRAN (Alternate)SHRI D'NESH KUMAR SAINI

SECRETARY GENERAL

SURI PARVIN V. SETH

SHRI CHANDRESH AMDANI (Allernat~)

DR Y. N. SHARMA

SHRI N. K. SINGH

SHRI D. D. GUPTA (Allernate)SHRI S. SUNDRARAM

SHRI YCJGESH VAKHARJA

SHRI AJIT KUMAR SHAH (Altel7UJte)SHrlMATI SEEMA VAIDYA

:~HRI R. S. N. DAnA (AllenuJt~)

Building Materials and Technology Promotion Council (Ministry of UrbanDevelopment), New Delhi

Infra Industries Ltd, Mumbai

Central Public Works Department, (Standards and Specifications), New Delhi

Rotomatic Containers Pvt Ltd, NasikPatton Tanks Ltd, Calcutta

Municipal Corporation of Greater Mumbai, MumbaiSintex Industries Ltd, Kalol (N. Gujarat)

U. P. Jal Nigam, LucknowGummadi Polymers (P) Ltd, MadrasEngineer-in-Chief's Branch, Army Headquarters, New DelhiUniplas India Ltd, New Delhi

IPCL, Baroda

Naptha Resins and Chemicals Pvt Ltd, BangaloreDevi Polymers (P) Ltd, Madras

Research Designs and Standards Organization (Ministry of Railway), LucknowFederation of All India Rotomoulders. New DelhiAll India Plastics Manufacturers' Association, Mumbai

Reliance Industries, MumbaiCentral Public Works Department, (Central Designs Organization), New Delhi

Glo.ss Pibre Technology Centre, CEAT Ltd, HyderabadRotomold (India) Pvt Ltd, Baroda

Carbon Everflow Ltd, Na.sik

10

Page 181: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Bureau of Indian Standards

BIS is a statutory institution established under the Bureau of Indian Standards Act, 1986 to promoteharmonious development of the activities of standardization, marking and quality certification of goods andattending to connected matters in the country.

Copyright

BIS has the copyright of all its publications. No part of these publications may be reproduced in any formwithout the prior permission in writing of BIS. This does not preclude the free use, in the course ofimplementing the standard, of necessary details, such as symbols and sizes, type or grade designations.Enquiries relating to copyright be addressed to the Director (Publications), BIS.

Review of Indian Standards

Amendments are issued to standards as the need arises on the basis of comments. Standards are also reviewedperiodically; a standard along with amendments is reaffirmed when such review indicates that no changesare needed; if the review indicates that changes are needed, it is taken up for revision. Users of IndianStandards should ascertain that they are in possession of the latest amendments or edition by referring tothe latest issue of 'BIS Handbook' and 'Standards: Monthly Additions'.

This Indian Standard has been developed from DOC CED 3(5585).

Amendments Issued Since PubUcation

Amend No. Date of Issue

BUREAU OF INDIAN STANDARDS

Text Affected

Headquarters:

Manak Dbavan, 9 Bahadur Shah zafar Marg, NewDelhi 110002Telephones: 3230131, 32333 75,32394 02

Regional Offices:

central : Manak Dhavan, 9 Bahadur Shah zarar MargNEW DELHI 110002

Eastern : 1/14C. I.T. Scheme VII M, V. I. P. Road, ManiktolaCALCUTrA 7000S4

Northern: SOO 335-336, Sector 34-A, CHANDIOARH 160022

Southern: C. I. T. Campus, IV Cross Road, CHENNAI 600113

Western : Manakalaya, E9 MIDC, Marol, Andheri (East)MUMBAI 400093

Telegrams: Manaksanstha(Common to aU offices)

Telephone

{323 76 173233841

{337 84 99, 337 8S 6133786 26, 33791 20

{60 38 43602025

{23502 16,235Q4 42235 IS 19,235 23 15

{832 92 95, 832 78 S883278 91, 832 78 92

Branches: AHMADABAD. BANOALORE. BHOPAL. BHUBANESHWAR. COIMBATORE.FARIDABAD. OHAZIABAD. OUWAHATI. HYDERABAD. JAIPUR. KANPUR.LUCKNOW. NAOPUR. PA1NA PUNE. THIRUVANANTIIAPURAM.

Printed at Printogrsph, New Delhi, Ph : '726847

Page 182: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

183 | P a g e

ANNEXURE – 23

CONSORTIUM AGREEMENT

Joint Bidding/ Consortium Agreement Format for Participation in

“Request for Proposal (RFP)

For

Standardization of rates and Selection of Contractors

for

Survey, Supply, Installation & Commissioning of Solar Photo Voltaic DC/AC, Submersible Water Pumping

Systems for Drinking Water Purpose etc. with 5 years warranty & Comprehensive Maintenance Contract

(CMC) in accordance with MNRE norms

At

various locations in the State of Madhya Pradesh

(To be stamped in accordance with Stamp Act)

THIS JOINT BIDDING AGREEMENT is entered into on this YYYY day of YYY.2020.

BETWEEN

{YYYYYY, party on First Part of consortium} and having its registered its registered office

at_______________________ (Hereinafter referred to as the “First Part” or “Lead Member” which

expression shall, unless repugnant to the context include its successors and permitted assigns)

AND

YYYYYYYYYY. Having its registered office at YYYYYYYY.(Hereinafter referred to as the “Second Part” or

“Member” which expression shall, unless repugnant to the context include its successors and permitted

assigns) The above mentioned parties of the First and Second Part are collectively referred to as the

“Parties” and each is individually referred as a “Party”

WHERE AS,

i. Madhya Pradesh Urja Vikas Nigam Ltd. (hereinafter referred to as the “MPUVNL” which expression

shall, unless repugnant to the context or meaning thereof, include its administrators, successors and

assigns) has invited applications (the “Applications”) by its RFP No: …………. Dated: ________ for

award of the work under “Standardization of rates and Selection of Contractors for Survey, Supply,

Installation & Commissioning of Solar Photo Voltaic DC/AC, Submersible Water Pumping Systems for

Page 183: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

184 | P a g e

Drinking Water Purpose etc. with 5 years warranty & Comprehensive Maintenance Contract (CMC) in

accordance with MNRE norms at various locations in the State of Madhya Pradesh” (hereinafter called

“Project”) and selection of bidders for the same.

ii. The Parties are interested in jointly bidding for the Project as members of consortium, maximum

Three (3), in accordance with the terms and conditions of the RFP document and other bid documents

in respect of the Project, and

iii. It is a necessary condition under the RFP document that the members of the Consortium shall enter

into a Consortium agreement and furnish a copy thereof with the Application.

NOW IT IS HEREBY AGREED as follows:

Definitions and Interpretations

In this agreement, the capitalized terms shall, unless the context otherwise require, have the Meaning

ascribed thereto under the above-mentioned RFP.

1. Consortium

The Parties do hereby irrevocably constitute a consortium (the “Consortium”) for the purposes of jointly

participating in the Bidding Process. The Parties hereby undertake to participate in the Bidding Process in

a Category of Project as per Table 1,2,3 and 4 of this RFP, only through this Consortium and not individually

and/ or through any other consortium constituted for this RFP, either directly or indirectly or through any

of their Affiliate(s).

2. Role of the Parties

The Parties hereby undertake to perform the roles and responsibilities as described below:

a) The parties agree to submit bid as Consortium for following categories:

Project Category Participation*

(Yes / No)

Project Category

Participation*

(Yes / No)

A N

B O

C P

D Q

E R

F S

G T

Page 184: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

185 | P a g e

Project Category Participation*

(Yes / No)

Project Category

Participation*

(Yes / No)

H U

I V

J W

K X

L Y

M Z

*Note: Bidder shall mention ‘Yes’ corresponding to categories it wants to bid and clearly mention

‘No’ for categories where it does not intend to bid

b) Only First Part shall be evaluated for qualification against technical eligibility criteria as per RFP.

c) First Part shall have the power of attorney from all Parties for conducting all business for and on behalf

of the Consortium during the Bidding Process and after its selection as Successful Bidder.

d) First Part would be responsible and obligated for successful execution of all work awarded to them by

MPUVNL and in no circumstances the same shall be the responsibility of Second Part. Pursuant to

selection of Successful Bidder as per criteria delineated in the RFP, all obligations as per RFP shall be

borne by the First Part.

e) Second Part shall work in accordance with roles and responsibilities assigned to them by First Part as

a part of their internal understanding.

f) Parties have agreed and documented clearly stated roles and responsibilities between First Part and

Second Part for execution of work awarded by MPUVNL.

g) Subject to the terms of this agreement, the share of each Member of the Consortium in the “issued

equity share capital” shall be in the following proportion: (if applicable)

Name of Member Proposed % Equity holding

Lead Member ……………….

Member 1

Member 2

Page 185: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

186 | P a g e

3. Termination

This Agreement shall be effective from the date hereof and shall continue in full force and effect until the

date of validity period of Award and further in accordance with the LICA subsequently issued if bid arrives

as successful. However, in case the Consortium is either not pre-qualified for the Project or does not get

selected for Award of the work, the Agreement will stand terminated in case the Applicant is not pre-

qualified.

4. Miscellaneous

This Joint Bidding Agreement shall be governed by laws of India. The Parties acknowledge and accept that

this Agreement shall not be amended by Parties without the prior written consent of the MPUVNL. Party

of First Part would decide on the representative of Consortium at MPUVNL.

IN WITNESS WHERE OF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED THIS AGREEMENT

AS OF THE DATE FIRST ABOVE WRITTEN.

SIGNED, SEALED AND DELIVERED For

and on behalf of Lead Member by:

SIGNED, SEALED AND DELIVERED For

and on behalf of Second Part:

(Signature) (Signature)

(Name & Designation) (Name & Designation)

(Address) (Address)

In Presence of: In Presence of:

Witness -1 Witness -1

Witness -2 Witness -2

Page 186: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

187 | P a g e

ANNEXURE 24

ATTENDEE INFORMATION FOR PRE-BID MEETIING

To:

Chief Engineer

Madhya Pradesh Urja Vikas Nigam Limited

(A Government of Madhya Pradesh Enterprise)

Urja Bhawan, Link Road No. 2,

Shivaji Nagar, Bhopal - 462016

Sub: Information of attendee (s) for Pre-Bid Meeting - Request for Proposal (RFP) for Standardization of rates

and selection of Contractor for Survey, Supply, Installation & Commissioning of Solar Photo Voltaic DC,

Submersible water Pumping Systems for drinking water supply, with provision for manual three times tracking

in a day and remote monitoring of the pump along with 5 years warranty & Comprehensive Maintenance

Contract (CMC). in accordance with MNRE/BIS/IEC/CE norms at various locations in the state of MP.

Dear sir,

We, M/s , are hereby authorizing following person (s) to attend the pre-bid

meeting on our behalf. We are also authorizing the below mentioned person(s) to ask questions on

our behalf.

ATTENDEE INFORMATION FOR PRE-BID MEETING

ATTENDEE NAME DESIGNATION ORGANISATION E-MAIL ID MOBILE NO.

We will submit our query (s) through e-mail, at the IDs mentioned in RFP, at least three (3) days

before the pre-bid meeting.

Signature of Authorized Representative

Name:

Page 187: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

188 | P a g e

Address: Attested by

Authorized Signatory

Seal of the Bidder Company Date:

Page 188: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

189 | P a g e

ANNEXURE – 25

Universal Solar Pump Controller (USPC)

TECHNICAL SPECIFICATIONS

Universal Solar Pump Controller (USPC) Specifications for Stand-alone applications

1. Preamble:

The Controller for Solar PV pumping system is the heart and brain of the system. The Solar PV pumping

system deployed at huge cost to the farmer and the exchequer for the Government is currently

utilised only for half of the days in a year (around 150 days per year) on an average. In order to

optimally utilize the solar photovoltaic system that generates the electricity throughout the year

during sunshine hours, the controller supplied for installation of solar pumping system should be able

to perform several other tasks for agricultural and other needs of a farmer. This will increase the

productivity of agriculture sector and income of farmer. With the use of USPC the solar system could

be used effectively throughout the year.

2. Technical Specification for Stand Alone Application

The USPC with SPV modules and structure can be used for agrarian applications such as water

pumping, apple grading and polishing system, wheat (grain) flour grinding machine / aata chakki,

cutter/chaff, deep-fridger / cold storage, blower fan for cleaning of grains, heating loads and any other

standard voltage (400/415V) three phase motor/equipment of capacity not more than the capacity

of Solar PV pumping system. The USPC operation schematic diagram is shown in Fig. 1. Further, the

applications are not limited upto the few shown in the figure.

a. Following table gives specifications of electrical supply from USPC for motors other than the solar

pumps. For operating the pump the USPC must follow the MNRE specifications for SPV pumping

systems.

S. No. Description Desired Requirement

1 Motor Supply Phases Three phase R-Y-B

2 Rated motor frequency 48-50Hz

3 Frequency operation 0 to 52Hz

4 Rated motor voltage 415V ± 5%

5 Desired motor operation Constant V by F or constant motor

Page 189: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

190 | P a g e

S. No. Description Desired Requirement

flux control

b. Proposed electrical properties of USPC when operating motors other than motor- pump

set:

Sr No. Description Desired requirement

1 Characteristic of voltages Pure sinusoidal or Filtered AC output voltage at

motor terminal. No PWM pulses allowed at the

motor terminal, as it generates pronounced voltage

spikes. The USPC output is intended to use for the

traditional induction motors based applications which

are design for sinusoidal grid supply.

2 THD of motor terminal

voltages

Below 3%

3 THD of motor current (in

case of balance/linear

motor)

Below 5%

c. Controller should be able to run SPV pumping system as per MNRE specifications as well as any

other type of motor of suitable rating, subject to the load characteristics of the equipment in

which the motor is used is any of the following:

1) Constant torque loads

2) Constant power loads

3) Quadratic loads

4) Impact loads

5) Hydraulic loads

Subject to the maximum torque being not more than 150% of the rated torque of the motor.

d. To ensure energy efficiency of solar PV system and to maintain reliability of PV installation

against aging effect, module mismatch with time, partial shading, etc. , the desired USPC

properties and configuration should be as follows:

Page 190: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

191 | P a g e

1) Static MPPT efficiency of USPC should be equal or more than 98% during operation of 10 to

100% of rated STC PV power, and average MPPT tracking efficiency in the dynamic condition

should be greater than 97 % with hot and cold profiles when feeding the water pumping,

hydraulic or heating loads, so as to maintain MPPT irrespective of variation in solar energy

or irradiance. `

2) USPC efficiency should be as follows for the operation at 80% rated STC power of the PV

array:

Sr No. SPV pumping system

capacity

Controller power efficiency should be

more than or equal to

1 3 HP 93.00%

2 5 HP 93.00%

3 7.5 HP 94.00%

4 10 HP 94.50%

5 15 HP 94.50%

3) Considering voltage variation over the year due to variation in temperature, irradiance

and effect due to ageing, environmental damages to PV panels with time, USPC should

have MPPT channels as an integral part of system ( or externally connected part) with wide

range of input PV voltage for MPPT tracking of the PV panels. Input voltage range variation

should be tested as per manufacturer declaration (min, nominal or 90% of the maximum)

or if no declaration is made than at least it should be tested as per the table given below:

Sr

No.

Motor Pump

set capacity

Input voltage range

I. Minimu

m

Nominal Maximum

II. 1 3 HP III. (Vnominal-50)

Nominal

(Vnominal+50)

IV. 2 5 HP V. (Vnominal-70) VI. (Vnominal+70)

VII. 3 7.5 HP VIII. (Vnominal-70) IX. (Vnominal+70)

X. 4 10 HP XI. (Vnominal-

100)

XII. (Vnominal+100)

XIII. 5 15 HP XIV. (Vnominal-

100)

XV. (Vnominal+100)

Page 191: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

192 | P a g e

4) There should be Mode selection located on control panel of the USPC along with display

and user should be able to select either to run motor-pump set of any other application.

The software/firmware required to operate these applications must get automatically

loaded when an appropriate position of the switch is engaged.

5) USPC must have at least four numbers of three phase output cables to feed power to the

applications. The output power cable for specific application should get selected

automatically upon selection of applications via keypad or via mobile or via remote

control connectivity. The manual selector switch should not be used at the output to

manage different loads. This is to ensure the hassle free operation of applications by

farmer with adequate safety

6) USPC based Solar system must be equipped with Remote monitoring and remote fault

identification:

i. Remote monitoring features should be integral part of solar pump controller and should

provide time wise remote monitoring of PV voltage, PV Power, Water output, head, when

used in solar pump mode. When operated in farm equipment mode, it should show, PV

voltage, PV power, motor voltage, motor current and motor frequency.

ii. Cumulative energy generation from PV panels for a month, year and 5 years should be

provided.

Page 192: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

193 | P a g e

iii. Remote monitor should show current status of system like On, Off and fault.

iv. Software associated with remote monitoring should also provide location of SPV

pumping system.

v. Controller should have support of sufficient Internal memory/ SD card / memory card to

support remote monitoring in case of network failure.

USPC must have IP65 protection or must be housed in a cabinet having at least IP65

protection.

Page 193: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

194 | P a g e

Testing Procedure for Universal Solar Pump Controller (USPC)

USPC must be tested in two principle modes:

1. As an off grid solar pump controller: the testing should be as per MNRE specifications and Test procedure.

2. As a controller to operate motorized farm equipment: The testing should be as described below.

To test the USPC in the second mode the test centers must have standard actual mode suitable for 4 loading

modes. The input to the USPC must be from a solar PV simulator using the hot and cold profiles issued by

MNRE. Following tests may be performed on USPC driving the agrarian load like Atta Chakki, Chaff Cutter and

Deep Freezer under test. The USPC must be able to operate these motors of the attached agrarian load, so

that they deliver the rated torque and are able to also operate till 150% of the rated torque for 30 seconds.

S.No. Test Performed Expected result Test Lab

Observation

Remarks

1. Application description on

screen and selection of

applications

LCD screen provided on controller

need to shows various

applications which can be selected

by keypad using up-down and

enter key

2. Mode operation of

applications (Automatic:

through keypad or remote

/ Manual: control

switches)

Universal Solar Agriculture

controller should come with

multiple outputs which can be

permanently connected to the

application by selecting

appropriate options for example

following applications should

automatically started by USPC by

appropriate mean such as keypad

or remote for selection.

a) Water Pumping

b) Chaff Cutter

c) Deep fridge/ Cold Storage

d) Atta Chakki

Page 194: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

195 | P a g e

S.No. Test Performed Expected result Test Lab

Observation

Remarks

Manual changeover is not

allowed.

3. Application Specific

output (Application

specific software)

USPC should have inbuilt

individual application specific

software to run the agrarian

applications other than pumps

and output of the controller

should be suitable for above

mentioned applications

4. Input PV voltage range

Minimum – Voc at STC

Nominal – Voc at STC

Maximum – Voc at STC

5. USPC Efficiency

measurement in Hot and

cold profile should be

measured as per BS EN

50530/IEC 62891

Efficiency of the USPC at minimum……………..VOC

Load (%) Charge

Controller (%)

Power

Tracking

Efficiency (%)

Overall charge

controller

efficiency (%)

10

25

50

75

100

Efficiency of the UPSC at Nominal …………………. VOC

10

25

50

75

100

Page 195: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

196 | P a g e

S.No. Test Performed Expected result Test Lab

Observation

Remarks

Efficiency of the UPSC at Nominal …………………. VOC

10

25

50

75

100

Efficiency of the UPSC of Max ………………………..VOC

10

25

50

75

100

Dynamic MPPT Efficiency

Hot Profile

Cold Profile

6. Ripple and distortion at

output on full load

Should below 5 % after 25 %

loading condition

7. Measurement of Output

voltage waveform

Three phase output with up to 440

V rms pure Sine Wave to be

measured at least 4 times

between 300W/m2 irradiance and

maximum irradiance as per the

irradiance profile.

CF value should

be provided by

lab for voltage

and current

8. Operation at different

output from array with all

four load types

Above …………. Watt DC output

Should not stop functioning at any

Power value

should be

recorded by

Motor current

should be

recorded (for

Page 196: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

197 | P a g e

S.No. Test Performed Expected result Test Lab

Observation

Remarks

(Array wattage as per

MNRE model:

Example 4800 Wp array)

At 40% Power

At 50% Power

At 75% Power

At 100% Power

load condition. Observation

should be recorded.

the lab with all

agrarian load

supported by

USPC

torque

behavior)

It must be

almost

constant

irrespective of

available DC

power from

array (motor

running

condition).

This is for

Impact

loading

condition

(such as Chaff

cutter)

current

variation need

to be

recorded by

laboratory.

9. Operation at different

output from array with all

four load types

(Array wattage as MNRE

model: Example 4800 Wp

array)

At 10 % Power

At 25 % Power

USPC need to run all the agrarian

load in variable frequency at the

lower irradiance value

The load may be increased beyond

150% of rated torque to

determine at what level the motor

is stalling and stopping and it must

trigger ‘torque overload’ alert. If it

Motor

current

should be

recorded

(for torque

behavior) as

it is a

function of

Page 197: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

198 | P a g e

S.No. Test Performed Expected result Test Lab

Observation

Remarks

At 30 % Power goes beyond 150% of the motor

rated torque the USPC must trip

indicating an ‘overload tripping’.

V/F ratio

controlled by

USPC

10. Total circuit protection

observation

Soft Startup,

a) low radiation protection,

b) overload protection,

c) Open circuit protection

d) Reverse polarity protection

Expected output of individual applications must be specify as per their power rating and SPV capacity, such

as:

1) kg/hour grinding of atta chakki, and granularity.

2) Volumetric Icing of cold storage in x hours.

3) Output in terms of kg/hours for a specific capacity grass-cutter.

4) Output must be quantify in terms of rate of volume or weight as above for any other applications.

All the test labs authorised to conduct testing for off-grid solar pumping system as per MNRE specifications

may also conduct testing of USPC as per procedure prescribed above and issue testing certificates.

Page 198: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

199 | P a g e

Annexure – 26:

POWER OF ATTORNEY IN FAVOUR OF LEAD MEMBER OF CONSORTIUM

(to be submitted by each member of the Consortium)

Whereas Madhya Pradesh Urja Vikas Nigam Ltd. (MPUVNL) has invited applications (the “Applications”) by its

RFP No: Dated: ________ for award of the rate contract/ work under “Standardization of Rates

and Selection of Eligible Bidders for survey, supply, installation & commissioning of Solar Photo Voltaic DC/AC,

Submersible Water Pumping Systems for Drinking Water Purpose etc. with warranty & Comprehensive

Maintenance Contract (CMC), as mentioned in RFP, in accordance with MNRE norms at Various Locations in

the State of MP (hereinafter called “Project”)

Whereas, , , and (collectively the Consortium)

being Members of the Consortium and having signed a Joint Bidding Agreement dated [●], are interested in

submitting a Bid in accordance with the terms and conditions of the Request for Proposal (RFP) and the other

Bid Documents, and

Whereas, it is necessary for the Members of the Consortium to designate one of them as the Lead Member

with all necessary power and authority to do for and on behalf of the Consortium, all acts, deeds and things

as may be necessary in connection with the Consortium's bid for the Unit(s) and its execution.

NOW, THEREFORE,

We, , having our registered office at , and ,

having our registered office at , (hereinafter collectively referred to as the Principals) do

hereby irrevocably designate, nominate, constitute, appoint and authorise having its

registered office at ,being one of the Members of the Consortium, as the Lead Member

and true and lawful attorney of the Consortium (hereinafter referred to as the Attorney). We hereby

irrevocably authorize the Attorney (with power to sub-delegate) to conduct all business for and on behalf of

the Consortium, and any one of us, during the Bid Process, including undertaking all acts required for the

submission of the Bid in accordance with the terms and conditions of the RFP. Additionally, we also authorise

the Lead Member to do any other acts or submit any information and documents related to the above Bid

submission, to do on our behalf and on behalf of the Consortium, all or any of such acts, deeds or things as

are necessary or required or incidental to the submission of its Bid for the Unit(s), including but not limited to

Page 199: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

200 | P a g e

signing and submission of all applications, undertakings and other documents and writings, participate in

bidders and other conferences and respond to queries, if required. In the event the Consortium is awarded

the Project Documents for developing the Units, we authorise the Lead Member to submit

information/documents, sign and execute contracts and undertakings consequent to acceptance of the Bid of

the Consortium in relation to the incorporation of the SPV and generally to represent the Consortium in all its

dealings with RUMSL, and/or any other Government Agency or any Person, in all matters in connection with

or relating to or arising out of the Consortium's Bid for the Unit(s) and/or upon award thereof till incorporation

of the SPV.

AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done or

caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of

Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby

conferred shall and shall always be deemed to have been done by us/Consortium.

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER OF ATTORNEY ON

THIS …………………. DAY OF ……………, 2020

For ……………………..

(Signature)

……………………..

(Name & Title)

For ……………………..

(Signature)

……………………..

(Name & Title)

For ……………………..

(Signature)

……………………..

(Name & Title)

Page 200: Madhya Pradesh Urja Vikas Nigam Limited For Water... · 2020-05-13 · Madhya Pradesh Urja Vikas Nigam Limited Invites Request for Proposal (RFP) For standardization of rates and

Request for Proposal for Drinking Water Solar Pumps

201 | P a g e

(To be executed by authorized signatories of the Members of the Consortium, except the Lead Member)

Witnesses:

1.

2.

(Notarised)

Accepted

……………………………

(Signature of the authorized signatory of the Lead Member)

(Name, Title and Address of the Attorney)

Instructions:

(1) The mode of execution of the Power of Attorney should be in accordance with the procedure, if any,

laid down by the applicable law and the charter documents of the executant(s) and when it is so

required, the same should be under common seal affixed in accordance with the required procedure.

(2) Also, wherever required, the Members should submit for verification the extract of the charter

documents and documents such as a board or shareholders' resolution/power of attorney in favour of

the person executing this Power of Attorney for the delegation of power hereunder on behalf of the

Member of the Consortium.


Recommended