Page 1 of 40
Tender Price: Rs. 1,000/-
TENDER NO. HAREDA/ LED BASED SOLAR HOME LIGHTING SYSTEMS/ 2015-16 / 02
DNIT
RATE CONTRACT FOR SUPPLY OF LED BASED SOLAR HOME LIGHTING SYSTEMS HAVING TWO LIGHTS OF 3W EACH
IN
HARYANA STATE
HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA)
(DEPARTMENT OF RENEWABLE ENERGY, HARYANA)
Akshay Urja Bhawan, Sector-17, Panchkula
PHONE: 0172-2585733, 2585433 Fax No.0172-2564433
Email: [email protected] Website: www. hareda.gov.in
(Note: This document contains 40 pages including this page)
Page 2 of 40
Important Dates & Timings
Downloading of tender document
and online bid preparation/
submission (date & time)
Submission of Technical bids and Sample
manually
Opening of Technical bids
07.04.2015 10.00 AM
To
28.04.2015 5.00 PM
30.04.2015 10.00 AM
To
30.04.2015 2.00 PM
30.04.2015 4.00PM
*The date of opening of financial bids/Price part shall be intimated separately.
Page 3 of 40
TENDER NOTICE
HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA)
(DEPARTMENT OF RENEWABLE ENERGY, HARYANA)
Akshay Urja Bhawan, Sector-17, Panchkula
PHONE: 0172-2585733, 2585433 Fax No.0172-2564433
Email: [email protected] Website: www. hareda.gov.in
e-Tenders are invited for purchase of below mentioned items in two bid system i.e. Technical
Bid and Financial Bid:-
S.
N
o.
Description
Approx.
value
(In Rs.
lacs)
EMD
Document
fees + e-
Service
fees
Start Date &
Time of online
Bid Preparation
& Bid
Submission
Expiry Date
& Time of
online Bid
Preparation &
Submission
1 DOCUMENT FOR RATE CONTRACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF LED BASED SOLAR HOME LIGHTING SYSTEMS HAVING TWO LED LIGHTS OF 3W EACH.
110.00 Rs. 2.00
Lacs
Rs. 1000/-
+
Rs. 1000/-
07.04.2015
10.00 AM
28.04.2015
5:00PM
The Bidders can download and purchase the tender documents from the Portal:
https://haryanaeprocurement.gov.in.
The Bidders shall have to pay for the Tender document fees Rs. 1000/-, EMD Fees Rs
2.00 lacs & e-Service Fee of Rs.1000/- online by using the service of secure electronic payment
gateway. The secure electronic payments gateway is an online interface between contractors
and online payment authorization networks.
The Payment for Tender Document Fee and e-Service Fee can be made by eligible
bidders/ contractors online directly through Debit Cards & Internet Banking Accounts. The
Payment for EMD can be made online directly through RTGS / NEFT and the bidder would
remit the funds at least T + 1 day (Transaction + One day) in advance to the last day and
make the payment via RTGS / NEFT to the beneficiary account number as mentioned in the
challan.
The Bidders can submit their tender documents (Online) as per the dates mentioned in
the key dates:-
Page 4 of 40
Key Dates for Online Submission
Sr.
No.
Department Stage Bidder’s Stage Start date
and time
Expiry date
and time
1 -
Online Tender
Document Download
and Bid Preparation
07.04.2015
10.00 AM
28.04.2015
5.00 PM
2 Technical Bid Opening -- 30.04.2015 4.00PM
3
Short listing of Technical
bids & Opening of Financial
Bid
-- Shall be informed separately
Important Note:
1) The bidders have to complete ‘Bid Preparation & Submission’ stage on scheduled time as mentioned above. If any bidder failed to complete his/her aforesaid stage in the stipulated online time schedule for this stage, his/her bid status will be considered as ‘bids not submitted’.
2) Bidder must confirm & check his/her bid status after completion of his/her all activities for e-bidding.
3) Bidder can rework on his/her bids even after completion of ‘Bid Preparation & submission stage’ (Bidder Stage), subject to the condition that the rework must take place during the stipulated time frame of the Bidder Stage(Timings mentioned in Key Dates).
Page 5 of 40
Instructions to bidder on Electronic Tendering System
These conditions will over-rule the conditions stated in the tender documents, wherever
relevant and applicable.
1. Registration of bidders on eProcurement Portal:-
All the bidders intending to participate in the tenders processed online are required to
get registered on the centralized e-Procurement Portal i.e.
https://haryanaeprocurement.gov.in. Please visit the website for more details.
2. Obtaining a Digital Certificate:
2.1 The Bids submitted online should be encrypted and signed electronically with a Digital
Certificate to establish the identity of the bidder bidding online. These Digital
Certificates are issued by an Approved Certifying Authority, by the Controller of
Certifying Authorities, Government of India.
2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN
Card) and Address proofs and verification form duly attested by the Bank Manager /
Post Master / Gazetted Officer. Only upon the receipt of the required documents, a
digital certificate can be issued. For more details please visit the website –
https://haryanaeprocurement.gov.in.
2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying
Authority or Sub-certifying Authority authorized by the Controller of Certifying
Authorities or may obtain information and application format and documents required
for the issue of digital certificate from:
M/s Nextenders (India) Pvt. Ltd. O/o. DS&D Haryana, SCO – 09, IInd Floor,
Sector – 16, Panchkula – 134108
E - mail: [email protected]
Help Desk: 1800-180-2097 (Toll Free Number)
2.4 Bid for a particular tender must be submitted online using the digital certificate
(Encryption & Signing), which is used to encrypt and sign the data during of bid
preparation stage. In case, during the process of a particular tender, the user loses his
digital certificate (due to virus attack, hardware problem, operating system or any other
problem) he will not be able to submit the bid online. Hence, the users are advised to
keep certificate at safe place under proper security (for its use in case of
emergencies).
2.5 In case of online tendering, if the digital certificate issued to the authorized user of a
firm is used for signing and submitting a bid, it will be considered equivalent to a no-
objection certificate/power of attorney /lawful authorization to that User. The firm has to
authorize a specific individual through an authorization certificate signed by all partners
to use the digital certificate as per Indian Information Technology Act 2000. Unless the
certificates are revoked, it will be assumed to represent adequate authority of the user
Page 6 of 40
to bid on behalf of the firm in the department tenders as per Information Technology
Act 2000. The digital signature of this authorized user will be binding on the firm.
2.6 In case of any change in the authorization, it shall be the responsibility of management
/ partners of the firm to inform the certifying authority about the change and to obtain
the digital signatures of the new person / user on behalf of the firm / company. The
procedure for application of a digital certificate however will remain the same for the
new user.
2.7 The same procedure holds true for the authorized users in a private/Public limited
company. In this case, the authorization certificate will have to be signed by the
directors of the company.
3 Opening of an Electronic Payment Account:
For purchasing the tender documents online, bidders are required to pay the tender
documents fees online using the electronic payments gateway service shall be integrated with
the system. For online payments guidelines, please refer to the Home page of the e-
tendering Portal https://haryanaeprocurement.gov.in.
4 Pre-requisites for online bidding:
In order to bid online on the portal https://haryanaeprocurement.gov.in , the user
machine must be updated with the latest Java & DC setup. The link for downloading latest java
applet & DC setup are available on the Home page of the e-tendering Portal.
5 Online Viewing of Detailed Notice Inviting Tenders:
The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the
tenders floated through the single portal eProcurement system on the Home Page at
https://haryanaeprocurement.gov.in
6 Download of Tender Documents:
The tender documents can be downloaded free of cost from the e-Procurement portal
https://haryanaeprocurement.gov.in
7 Key Dates:
The bidders are strictly advised to follow dates and times as indicated in the online
Notice Inviting Tenders. The date and time shall be binding on all bidders. All online activities
are time tracked and the system enforces time locks that ensure that no activity or transaction
can take place outside the start and end dates and the time of the stage as defined in the
online Notice Inviting Tenders.
8 Bid Preparation (Technical & Financial) Online Payment of Tender Document
Fee, eService fee, EMD fees of online Bids:
8.1 The online payment for Tender document fee, eService Fee & EMD can be done
using the secure electronic payment gateway. The Payment for Tender Document Fee
and eService Fee can be made by eligible bidders/ contractors online directly through
Debit Cards & Internet Banking Accounts and the Payment for EMD can be made
online directly through RTGS / NEFT.
The secure electronic payments gateway is an online interface between contractors
and Debit card / online payment authorization networks.
Page 7 of 40
8.2 The bidders shall upload their technical offer containing documents , qualifying criteria,
technical specification, schedule of deliveries, and all other terms and conditions
except the rates (price bid).
The bidders shall quote the prices in price bid format.
NOTE:-
(A) If bidder fails to complete the Online Bid Preparation & Submission stage on the
stipulated date and time, his/hers bid will be considered as bid not submitted,
and hence not appear during tender opening stage.
(B) Bidders participating in online tenders shall check the validity of his/her Digital
Signature Certificate before participating in the online Tenders at the portal
https://haryanaeprocurement.gov.in.
(C) For help manual please refer to the ‘Home Page’ of the eProcurement website at
https://haryanaeprocurement.gov.in, and click on the available link ‘How to .. ?’
to download the file.
Page 8 of 40
Guideline for Online Payments in e-tendering
Post registration, bidder shall proceed for bidding by using both his digital certificates (one
each for encryption and signing). Bidder shall proceed to select the tender he is interested in.
On the respective Department’s page in the e-tendering portal, the Bidder would have
following options to make payment for tender document & EMD:
A. Debit Card
B. Net Banking
C. RTGS/NEFT
Operative Procedures for Bidder Payments
A) Debit Card
The procedure for paying through Debit Card will be as follows.
(i) Bidder selects Debit Card option in e-Procurement portal.
(ii) The e-Procurement portal displays the amount and the card charges to be paid by
bidder. The portal also displays the total amount to be paid by the bidder.
(iii) Bidder clicks on “Continue” button
(iv) The e-Procurement portal takes the bidder to Debit Card payment gateway screen.
(v) Bidder enters card credentials and confirms payment
(vi) The gateway verifies the credentials and confirms with “successful” or “failure”
message, which is confirmed back to e-Procurement portal.
(vii) The page is automatically routed back to e-Procurement portal
(viii) The status of the payment is displayed as “successful” in e-Procurement portal. The
e-Procurement portal also generates a receipt for all successful transactions. The
bidder can take a print out of the same,
(ix) The e-Procurement portal allows Bidder to process another payment attempt in case
payments are not successful for previous attempt.
B) Net Banking
The procedure for paying through Net Banking will be as follows.
(i) Bidder selects Net Banking option in e-Procurement portal. (ii) The e-Procurement portal displays the amount to be paid by bidder. (iii) Bidder clicks on “Continue” button. (iv) The e-Procurement portal takes the bidder to Net Banking payment gateway screen
displaying list of Banks (v) Bidder chooses his / her Bank
Page 9 of 40
(vi) The Net Banking gateway redirects Bidder to the Net Banking page of the selected Bank
(vii) Bidder enters his account credentials and confirms payment (viii) The Bank verifies the credentials and confirms with “successful” or “failure” message
to the Net Banking gateway which is confirmed back to e-Procurement portal. (ix) The page is automatically routed back to e-Procurement portal (x) The status of the payment is displayed as “successful” in e-Procurement portal.
The e-Procurement portal also generates a receipt for all successful transactions. The
bidder can take a print out of the same. (xi) The e-Procurement portal allows Bidder to
process another payment attempt in case payments are not successful for previous
attempt.
C) RTGS/ NEFT
The bidder shall have the option to make the EMD payment via RTGS/ NEFT. Using
this module, bidder would be able to pay from their existing Bank account through
RTGS/NEFT. This would offer a wide reach for more than 90,000 bank branches and would
enable the bidder to make the payment from almost any bank branch across India.
I. Bidder shall log into the client e-procurement portal using user id and password as per
existing process and selects the RTGS/NEFT payment option.
ii. Upon doing so, the e-procurement portal shall generate a pre-filled challan. The
challan will have all the details that is required by the bidder to make RTGS-NEFT
payment.
iii. Each challan shall therefore include the following details that will be pre-populated:
Beneficiary account no: (unique alphanumeric code for e-tendering)
Beneficiary IFSC Code:
Amount:
Beneficiary bank branch:
Beneficiary name:
iv. The Bidder shall be required to take a print of this challan and make the RTGS/ NEFT
on the basis of the details printed on the challan.
v. The bidder would remit the funds at least T + 1 day (Transaction + One day) in
advance to the last day and make the payment via RTGS / NEFT to the beneficiary
account number as mentioned in the challan.
vi. Post making the payment, the bidder would login to the e-Tendering portal and go to
the payment page. On clicking the RTGS / NEFT mode of payment, there would be a
link for real time validation. On clicking the same, system would do auto validation of
the payment made.
List of Net banking banks
1. Allahabad Bank
2. Axis Bank
3. Bank of Bahrain and Kuwait
Page 10 of 40
4. Bank of Baroda
5. Bank of India
6. Bank of Maharashtra
7. Canara Bank
8. City Union Bank
9. Central Bank of India
10. Catholic Syrian Bank
11. Corporation Bank
12. Deutsche Bank
13. Development Credit Bank
14. Dhanlaxmi Bank
15. Federal Bank
16. HDFC Bank
17. ICICI Bank
18. IDBI Bank
19. Indian Bank
20. Indian Overseas Bank
21. Indusind Bank
22. ING Vysya Bank 23. J and K Bank
24. Karnataka Bank
25. Kotak Mahindra Bank
26. Karur Vysys Bank
27. Punjab National Bank
28. Oriental Bank of Commerce
29. South Indian Bank
30. Standard Chartered Bank
31. State Bank Of Bikaner and Jaipur
32. State Bank of Hyderabad
33. State Bank of India
34. State Bank of Mysore
35. State Bank of Travencore
36. State Bank Of Patiala
37. Tamilnad Mercantile Bank
38. Union Bank of India
39. United Bank of India
40. Vijaya Bank
41. Yes Bank:
Page 11 of 40
HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA)
DNIT
SUPPLY OF LED BASED SOLAR HOME LIGHTING SYSTEMS HAVING TWO LED LIGHTS OF 3W EACH.
1. SCOPE OF WORK
Supply, installation and commissioning of approximately 2000 units of LED based Solar Home Lighting Systems having two lights of 3W each in various districts of Haryana with five years warranty of complete system excluding battery for which the warranty should be for two years and the warranty of modules for their output peak watt capacity, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years. The said rate contract shall be valid up to one year from date of its issue. The quantity may increase or decrease depending upon actual requirement/ budget available under the scheme.
2. SPECIFICATIONS OF SYSTEM
The specifications of the LED based solar home lighting systems and tested as per MNRE, GOI latest guidelines “minimal technical requirements / standards for SPV systems / plants to be deployed are enclosed as Annexure-1(a) & 1(b).
3. MINIMUM ELIGIBILITY CONDITIONS
i) The bidder should be: A Registered Manufacturing Company/Firm/ Corporation in India of SPV Cells /
Modules or Battery or PV System Electronics (Conforming to relevant National / International Standards)
OR A PV system integrator
Having experience for installation and commissioning of 1000 solar photovoltaic
lighting systems
OR
At least one or more Solar Photovoltaic Power Plant (s) aggregating to a total of
10 KWp capacity
ii) The bidder should have valid test report of LED Based Solar Home Lighting System tested as per MNRE, GOI latest guidelines “minimal technical requirements / standards for SPV systems / plants to be deployed” (Test Certificate should have been issued on or after 1st April 2013)
iii) Bidder should have the cumulative experience in executing contracts for the supply; installation and commissioning of solar photovoltaic systems / solar power plants at least Rs. 30.00 lacs in Performa-IV.
iv) The overall average turnover of the company/firm/corporation in the last two financial years should be at least Rs. 50.0 Lac (This must be the individual Company’s turnover and not that of any group of company). Certificate from Chartered Accountant shall be enclosed with the offer in Performa-V.
v) The bidder should have valid CST/ State VAT/TIN registration certificate. A copy of which should be enclosed.
Page 12 of 40
vi) The bidder shall submit a certificate that their firm has never been debarred by any Government agencies/departments/PSUs. The bids of the debarred firm will be rejected out rightly.
vii) Consortium, Joint Venture/ Business partnership is not allowed.
viii) The past performance of the firms shall be considered while evaluating the technical bids. If the bidder has poor record for providing after sales services to the HAREDA during last five year than their bid may be rejected out rightly.
4. OTHER ELIGIBILITY CONDITIONS
The “Financial bids” of only those bidders shall be opened, who qualify in “Minimum
Eligibility Conditions” as above and score at least 60 Points in “technical evaluation”.
The “Points” for the “technical evaluation” shall be assigned as under:
Sr. No. Criteria Points
1 MNRE accredited off-grid Channel partner/Programme Administrator
OR Credit rating (From MNRE Accredited Rating Agency) of “SP 2C” and above
10
2 Cumulative Experience * of the Bidder in Executing contracts of Solar Photovoltaic Systems/Power Plant (Installation & Commissioning of PV Systems/Power Plants)
>100 KWp >250 KWp >500 KWp >1000 KWp
5 10 25 35
3 Bidder`s cumulative Experience* in last 10 years in supply and installation/commissioning of total number of solar PV Lighting Systems Cumulative nos >3,000 nos. >5,000 nos. >10,000 nos. >20,000 nos.
5 10 25 35
4 Value of a “Single Order”* of PV Systems/ Power Plants executed by the Bidder: Valued more than Rs. 25 Lakhs Valued more than Rs. 50 Lakhs Valued more than Rs. 1.0 Crore Valued more than Rs. 2.0 Crore
5 10 25 35
5 Cumulative Experience * of the Bidder in executing contracts (Installed & commissioned) of Stand Alone solar P V Systems/ Power Plants: At least 50% of the tendered value At least 75% of the tendered value
5 10
6 Bidder has Test Certificate for solar Lanterns, Solar Home lighting systems, Solar Street Lighting Systems, Solar Water Pumping Systems of SPV Modules, battery, Electronics etc from a MNRE authorized testing center. (Test Certificate should have been issued on or after April 2009.) Certificate for any two of the above Certificate for more than two of the above
5 10
7 The bidder is a SPV Modules Manufacturing Company, Registered in India , with a min. Capacity of 5 MWp per annum
5
Page 13 of 40
10 MWp per annum 25 MWp per annum 50 MWp per annum
10 25 35
8 The bidder is a SPV cells Manufacturing Company registered is India, with a minimum capacity of 5 MWp per annum 10 MWp per annum
5 10
9 The Bidder has ISO 9001 certification 10
10 The bidder has ISO 14001 certification 10
* Bidder’s experience should be in supply, installation/commissioning (contracts executed, completed and handed over) of Solar Photovoltaic Systems/ Power Plants for MNRE/SNA supported Schemes / Programmes, (including Projects executed by channel partners availing MNRE support)
OR Any Government Organization/ Agency/ SNA/PSU.
5. EARNEST MONEY DEPOSIT & TENDER FEE
(a) EARNEST MONEY DEPOSIT
(i) The Payment for EMD Rs.2,00,000/- (Rupees Two lacs only) can be made online directly through RTGS / NEFT and the bidder would remit the funds at least T + 1 day (Transaction + One day) in advance to the last day of the online bid submission and make the payment via RTGS / NEFT to the beneficiary account number as mentioned in the challan.
(ii) Central or Haryana Public Sector Enterprises and “approved sources” as declared by the Industries Department, Haryana, would be exempted from the deposit of EMD on submission of such letter from the competent authority.
(iii) The offers without EMD or authority letter, as mentioned in (ii) will be rejected without assigning any reason as being non-responsive.
(iv) EMD of unsuccessful tender shall be returned after award of the contract /order. No interest will be paid on the earnest money. The EMD of the successful bidders shall only be released after receiving of 10% PSD.
(v) EMD may be forfeited in case of non-execution of work against the work order placed and if a bidder withdraws its tender during the period of tender validity specified.
(b) Cost of Tender Fee + eService fee
(i) The Payment for Tender Document Fee Rs. 1000/- (Rupees one thousand only and eService Fee Rs. 1000/- (Rupees one thousand only (Non-refundable) can be made by eligible bidders / contractors online directly through Debit Cards & Internet Banking Accounts.
6. PERFORMANCE SECURITY DEPOSIT (PSD) AND PAYMENT TERMS
The firm shall have to deposit 10 % of the total work order value within 30 days from the date of issue of work order in the shape of demand draft/bank guarantee valid for five years as PSD. If required, HAREDA may ask to extend the validity of the PSD.
The payments shall be made as per the following terms and conditions:
i. 90% of the total work order value after the supply of the complete system in the concerned districts supported with material receipt issued by PO/APO of the concerned district
Page 14 of 40
ii. 10% of the total work order value on installation and commissioning of the systems supported with Joint Commissioning Report (JCR) issued by the concerned PO/APO.
or
10 % of the total work order value after 45 days from the supply of systems in the respective district. However, the firm shall be bound to install and commission the systems at the site.
7. INSPECTION OF MATERIAL
The material will be dispatched by the supplier after inspection by the Director, HAREDA or his/ her representative at his premises/ at site and acceptance of the same. The supplier shall provide without any extra charge, all materials, tools, testing equipment’s, labour and assistance of every kind which the inspecting officer may consider necessary for any test or examination. HAREDA can also get the systems tested from any Govt. approved test centre/ laboratory and the expenses shall be borne by the supplier. Rejected material (if any) will have to replace by the supplier at its cost within a week time.
In case the material offered for inspection fails to meet the specifications stipulated in NIT /Order /Contract and the samples are rejected by the Inspecting Committee, the Indenting Department will have the right to levy a penalty at 0.1% of the order value. In case the material offered for inspection fails during the 2nd inspection also, the Indenting Department will have the right to increase the penalty to 0.25% of the order value. In case, the material offered fails during the 3rd and final inspection also, the firm will be liable for penal action including forfeiture of EMD, risk purchase, debarring/blacklisting in future, and no further opportunity for inspection will be provided to the supplier firm. The firm will emboss or engrave the words ‘PROMOTED BY HAREDA’’ on the body of the Systems so as to minimize any possible malpractices.
The supplier shall provide the details of Sr. nos. of Modules, batteries and BOS at the time of inspection to the inspection committee.
8. VALIDITY OF BID AND RATE CONTRACT
The bids shall be valid for a period of one year from the date of opening of tender.
HAREDA may ask to the bidder(s) to extend the validity, if necessary. The rate
contract shall be valid for one year from the date of its issue.
9. WARRANTY
(i) The supplier shall warrant as per standards for quality that anything to be furnished shall be new, free from all defects and faults in material, workmanship and manufacture, shall be of the highest grade and consistent with established and generally accepted standards for material of the type ordered, shall be in full conformity with the specifications, drawing or samples, if any and shall if operable, operate properly.
(ii) Performance of Equipment: In addition to the warranty as already provided, the supplier shall guarantee satisfactory performance of the equipment and shall be responsible for the period or up to the date specified in sub-clause (iii) hereof after the equipment has been accepted by the HAREDA to the extent for any defects that may develop such defects shall be removed at his own cost when called upon to do so by the HAREDA.
(iii) The contractor/supplier shall continue to provide spare parts after the expiry of warranty period at the users cost. If the contractor fails to continue to supply spare parts and services to users then HAREDA shall take appropriate action against the firm.
Page 15 of 40
(iv) The warranty period shall be 25 Years for the PV modules and 5 years for complete system including battery from the date of supply of the systems. The contractor shall rectify defects developed in the system within Warranty period promptly. During the warrantee period, the firm shall ensure proper functioning of the systems and complaint, if any, forwarded to the supplier against the system, will have to be attended within 15 days of forwarding such complaints. The procedure to rectify the complaint/service to be provided during warrantee period is follows as:
a) The notice through e-mail/hard copy to rectify the complaints shall be issued by the District Offices/User to the supplier with copy to the maintenance cell of HAREDA. This shall be followed by two reminders on 7 days intervals each. The district office/ maintenance cell shall maintain proper record of the complaints.
b) Even after this, the complaints remain unattended the penalty @ Rs. 5.00 per
day per system will be imposed from the expiry of 29 days & same will be deducted from the payment due to the supplier / out of the Performance Security Deposit/ Bank Guarantee. The firm if failed to repair/ replace the defective system within next 10 days after expiry of the earlier specified 29 days of forwarding of the complaint then concerned ADC-cum-CPO shall forward the case to the Director, HAREDA along with estimated expenditure for the replacement/ repair. Director, HAREDA may consider repairing / replacing such defective system on the cost of the supplier. The firm who shall be penalized by revoking PSD/Bank guarantee shall deemed to be consider as unfit to participate in all the tenders floated by HAREDA in future and shall be treated as unsatisfactory performer.
c) If the whole PSD/ bank guarantee is utilized and the complaints are still pending then a online/hard copies request will be sent to the firm to attend the complaint within 15 days.
d) If still the firm shall not attend the complaint within the above mentioned period then the firm may be blacklisted and a legal proceeding may be initiated against the firm for Breach the agreement.
The past performance of the firms to provide after sale service to HAREDA shall
be considered while evaluating the technical bids.
10. TIME SCHEDULE, PENALTY/LIQUIDATED DAMAGES
i. These systems are to be supplied within two months time from the date of issue of work order to the concerned districts. Accordingly, the supplier shall offer inspection well in advance, so as to supply the systems within two months in the districts. The firm shall have to install and commission the systems within 15 days from the offer of sites from the respective district. The time of delivery or dispatch stipulated in the supply order shall be deemed to be the essence of the contract, and should the contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to penalty per consignment @ 2.0% of the price of the unperformed services for each month of delay until actual performance up to a maximum deduction of 10% of the delayed services recoverable on the value of the stores supplied. Once the maximum is reached, the “HAREDA” may consider termination of the contract. In case of non-payment of the contractor, recovery will be made from his bills or amount of Earnest money or security deposited with Director, HAREDA, provide also that:
Page 16 of 40
a. No recovery of penalty will be made if the Indenting officer accepts the delayed supplies by extending the delivery period up to two weeks by recording in writing that the exceptional circumstances were beyond the control of the supplier and there was no loss to the Government.
b. Whether the delay on the part of the supplier is of more than two weeks, the matter for extension of delivery period will be referred by the Indenting Officer to the Director, HAREDA with a certificate that there are genuine reasons for delay on the part of the supplier and no loss will result to the Government. In case extension in delivery period is allowed the case will be decided on merits by the Director, HAREDA. In case the delivery period is amended, no penalty for supplies made during the extended period will be recovered from the supplier.
c. On the failure of the suppliers to make supply within the extended period or
otherwise and the receipt of such information in the office of the Director, HAREDA, risk purchase at the cost of the supplier will be made by the Director, HAREDA within two months of the expiry of stipulated delivery period by inviting short terms quotations from the Registered and other known suppliers. The difference of excess cost thus, incurred will be recovered from the supplier from his pending bills, earnest money or security whichever is available. This procedure will be adopted after serving a registered notice to the supplier to supply stores within 15 days.
ii. The Contractor shall not;
(a) Without the consent in writing of HAREDA transfer, assign or sublet the work under this contract or any substantial part thereof to any other party.
(b) HAREDA shall have at all reasonable time access to the works be ing carried out by the contractor under this contract. All the work shall be carried out by the contractor to the satisfaction of HAREDA.
(c) Disclosure of details of the conditions governing this contract to unauthorized persons (Indenting against this contract is permissible only for the bonafide use of Governments departments and quasi-public and not for private parties or for the private use of the Government officers).
iii. In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of the tender or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/ or delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms of this tender, or if the bidder or his agents or servants being guilty of fraud in respect of the contract or any other contract entered into by the contractor or any of his partners or representatives thereof with Government directing, giving, promising or offering any bribes, gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise to any person in the employment of Government in any way relating to such officers or person of persons, office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/ their creditors or attempts to do so then without prejudice to Government rights and remedies otherwise, HAREDA/ Government shall be entitled to terminate this contract forthwith and to blacklist the contractor and purchase or procure or arrange from Government’s stocks or otherwise at the contractor’s risk and at the absolute discretion of the Director, HAREDA as regards the manner, place or time of such purchases, such supplies as have not been supplied or have been rejected under this agreement or are required subsequently by Government there under and in cases where issues in replacement are made from Government’s stocks or supplies, the cost of value of stocks or supplies together with
Page 17 of 40
all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may accrue to Government.
11 FORCE MAJEURE
(i) Notwithstanding the provisions of clauses contained in this deed; the contractor shall not be liable for forfeiture of its performance security, liquidated damages, termination for default, if he is unable to fulfill his obligation under this deed due to event of force majeure circumstances.
(ii) For purpose of this clause, "Force majeure" means an event beyond the control of the contractor and not involving the contractor's fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of Govt. either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and fright embargoes.
(ii) However, if a force majeure situation arises, the contractor shall immediately notify the “HAREDA” in writing. The decision of the Director, HAREDA in above conditions shall be final.
12. ARBITRATION
If any question, dispute or difference what so ever shall arises between HAREDA
and the contractor, in the connection with this agreement except as to matters, the
decisions for which have been specifically provided, either party may forthwith give
to the other notice in writing of existence of such question, dispute or difference
and the same shall be referred to the sole arbitration of the Principal
Secretary/Secretary/Chairman, HAREDA or a person nominated by him. This
reference shall be governed by the Indian Arbitration Act, and the rules made there
under. The award in such arbitration shall be final and binding on both the parties.
Work under the agreement shall be continuing during the arbitration proceedings
unless the HAREDA or the arbitrator directs otherwise
13. PROCEDURE FOR FINALIZATION OF PURCHASE:
I. First the Commercial & Technical part shall be opened on 30.04.2015 at 4.00 PM in the Conference Hall of Akshay Urja Bhawan at Institutional Plot No. 1, Sector-17, Panchkula in the presence of bidders or their authorized representative who wish to attend the meeting and thereafter technical bid shall be evaluated.
II. The Price part of only those bidders, whose offer is found technically and commercially acceptable after evaluation will be opened in the presence of bidders or their authorized representative who wish to attend the meeting. The date to open the price part will be informed separately.
III. Thereafter, the status of the bidders i.e. L-1, L-2, L-3 so on shall be determined by giving purchase preference as mentioned in Clause no. 14 below to the bidder billing from Haryana State.
IV. Thereafter, the agenda shall be placed before the Competent Authority for negotiation and finalization of rate.
V. The other terms and conditions shall be governed by policy / guidelines on procurement of stores issued by Department of Industries & Commerce, Haryana vide GO No. 2/2/2010-4 I BII dated 28 May 2010 and subsequent policy decision/
Page 18 of 40
guidelines/amendment issued by Department of Industries & Commerce. These guidelines are available on the State Govt. website i.e. www.haryana.gov.in
14. PURCHASE PREFERENCE
I. For the suppliers billing from Haryana State, 50% of the VAT revenue accruing to the State of Haryana should be discounted from the composite price bid of the bidder while comparing the bids received in response to such DNIT and the L1, L2, L3 bidder status will be determined accordingly.
II. If a successful bidder is awarded the bid offer after discounting/ rebating 50% of the VAT revenues accruing to the state of Haryana and the state does not lead to the full accrual of the VAT revenue to the State of Haryana on the accepted price bid, a penalty equivalent to short accrual of the VAT revenues to the State of Haryana would be recovered from the supplier.
III. Purchase preference shall be accorded to the approved sources, including Central or Haryana State Public Sector Undertaking/Enterprises, provided that such approved source take part in the bidding process and the quoted prices of the approved source is within 10% of the lowest acceptable price, other things being equal. However, such purchase preference would be available to the approved source only at the lowest acceptable price.
15. SUBMISSION OF TENDER
I. Online tender should be submitted in two online envelops i.e. part-I (Technical and Commercial) and part-II (price part in Annexure-2). The firm should submit their offers in two separate online envelopes.
II. Any offer received manually after the deadline for online submission of offers shall be rejected and returned unopened to the bidder.
III. All the pages of tender documents, technical specifications, bids, supporting documents etc. shall be indexed, numbered and digitally signed
IV. Failure of furnish all information and documentary evidence as stipulated in the tender document or submission of an offer i.e. not substantially responsive to the tender document in all respects shall be summarily rejected.
V. Manual Technical Bids submitted be accompanied with a sample of the LED Based Solar Home Lighting Systems. Offers without sample may be rejected out rightly. The details of sample submitted should be quoted as per Performa-VIII.
16. DOCUMENTS TO BE ENCLOSED WITH THE OFFER
Part-I & Part-II of the tender should comprise the following documents:
i) Technical & commercial Part-I
The technical & commercial Part: Part-I of tender shall be offered and furnished
complete in all respect strictly as per Check list at Performa-II along with all
requisite Annexure and Performa and their attached documents.
ii) Price part: Part-II
a. The price of LED Based Solar Home Lighting System of each capacity in full and complete set including all parts inclusive of supply, installation, commissioning, packaging, transportation, FOR, all taxes & levies, octroi, VAT etc. should be quoted in Annexure-2 (price part).
Page 19 of 40
b. Price shall remain firm and fixed. Price variation clause is not acceptable.
c. Any conditional discounts on the prices offered will not be entertained / considered.
d. Offers should be quoted in lump sum inclusive of all taxes till the execution of the project and conditional offers with taxes will be rejected out rightly.
e. Price part should only be quoted online and price part is not required manually.
17. OTHER TERMS AND CONDITIONS
(i) The offer shall be submitted online available on e-procurement website.
(ii) The price quoted should include all taxes and duties, custom duty, excise duty, service tax, sales tax, C.S.T., local taxes, Trade Tax/VAT, Income Tax, Surcharge on income tax etc. if any. A supplier/ contractor shall be entirely responsible for all taxes, duties, license fees, etc. All taxes payable as per Government income tax & service tax norms will be payable by the contractor. If any new tax/duty is levied during the contract period the same will be borne by the firm exclusively. TDS will be deducted from the payment of the contractor as per the prevalent laws and rules of Government of India and Government of Haryana state in this regard.
(iii) In the event of bid being submitted for a firm, it must be signed separately by each member thereof, or in the event of the absence of any partner, it must be signed on his/her behalf by a person holding a Power of Attorney authorized him/ her to do so. In case of a company, the quotation should be executed in the manner laid down in the said Companies Article of Association. The signature on the quotation should be deemed to be authorized signatures.
(iv) All columns of the technical and financial bid shall be duly filled in and there shall be page numbering of bid document, the rates shall not be overwritten and be both in figures and words.
(v) All corrections must be signed by the bidder.
(vi) Material shall be strictly as per DNIT specifications. If there is any left out specification, the same shall be considered as per the MNRE specification.
(vii) All disputes relating to this work shall be subject to the jurisdiction of Panchkula and Chairman, HAREDA shall be the sole arbitrator.
(viii) The MNRE empanelled manufacturer of Battery shall only be considered and accordingly the bidder should get their sample tested. The bidder should submit the sample with MNRE empanelled Battery only. The bidders may submit more than one test report with different makes of MNRE empanelled batteries.
(ix) The make of module, batteries and electronics should be strictly as per the make mentioned in the technical form detail and test reports submitted along with the offer. For variation of any make, test report of the same is to be provided with prior approval of HAREDA.
(x) The Director, HAREDA will have the right of rejecting all or any of the quotation without assigning reason thereof.
(xi) In case of any ambiguity in interpretation of any of the clauses/ provision of the said rate contract/DNIT, the decision of the Director, HAREDA shall be final and binding.
(xii) It shall be the sole responsibility of the contractor to get verified the quality & quantity of the supplied material at the site of delivery.
Page 20 of 40
(xiii) The Contractor shall indemnify the HAREDA against all third party claims of Infringement of patent, royalty's trademark or industrial design rights arising from use to the goods or any part thereof.
(xiv) Contractors, wherever applicable, shall after proper painting, pack and crate all the equipment in such manner as to protect them from deterioration and damage during rail and road transportation to the site and storage at the site till time of installation. Contractor shall be held responsible for all damage due to in proper packing.
(xv) The contractor shall inform the HAREDA of the date of each shipment from his works, and the expected date of arrival at the site for the information of the concerned District Offices at least 7 days in advance.
(xvi) All demurrage, wharf age and other expenses incurred due to delayed clearance of the material or any other reason shall be to the account of the contractor.
(xvii) The goods supplied under the contract shall be fully insured against loss or damage incidental to manufacture or acquisition, transportation, shall be included in the bid price.
(xviii) HAREDA may at any time terminate the contract by giving written notice to the contractor without compensation to the contractor, if it becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the HAREDA.
(xix) HAREDA, may by written notice to the supplier, terminate the contract, in whole or in part at any time for its convenience. The notice of termination shall specify that termination is for the purchaser’s convenience in the interest of HAREDA.
(xx) To assist in the examination, evaluation and comparison of bids the HAREDA may at its discretion ask the bidder for a clarification of its bid. The request for clarification and the response shall be in writing.
(xxi) At any time prior to the submission of the tender or prior to the opening of the financial bid the HAREDA may, for any reason, whether at its own initiative or in response to a clarification requested by the Bidder, modify the Tender documents by amendments.
(xxii) The quantity of supply mentioned in the DNIT is tentative which can be increased or decreased.
(xxiii) The offer shall be accompanied by the sample of the system with details of sample as per Performa-VIII. The offer received without sample will be rejected. The unsuccessful bidders may collect the sample within 15 days, after finalizing the rates by HPPC, failing which HAREDA shall not be responsible for any loss/ damage of the sample. Successful bidder may request for return of their sample after expiry of warranty period.
Page 21 of 40
DECLARATION BY THE BIDDER
I/We______________________________ hereinafter referred to as the Bidder) being
desirous of tendering for the work under the HAREDA TENDER NO. HAREDA/ LED BASED
SOLAR HOME LIGHTING SYSTEMS / 2015-16 / 02 and having fully understood the nature
of the work and having carefully noted all the terms and conditions, specifications etc. as
mentioned in the tender document, do hereby declare that:
1. The Bidder is fully aware of all the requirements of the tender document and agrees with all provisions of the tender document.
2. The Bidder is capable of executing and completing the work as required in the tender.
3. The Bidder accepts all risks and responsibilities directly or indirectly connected with the performance of the tender.
4. The Bidder has no collusion with other Bidder, any employee of HAREDA or with any other person or firm in the preparation of the bid.
5. The Bidder has not been influenced by any statement or promises of HAREDA or any of its employees, but only by the tender document.
6. The Bidder is financially solvent and sound to execute the work.
7. The Bidder is sufficiently experienced and competent to perform the contract to the satisfaction of HAREDA.
8. The information and the statements submitted with the tender are true.
9. The Bidder is familiar with all general and special laws, acts, ordinances, rules and regulations of the Municipal, District, State and Central Government that may affect the work, its performance or personnel employed therein.
10. The Bidder has never been debarred from similar type of work by HAREDA and or any Government undertaking/ Department.
11. This offer shall remain valid for acceptance for 12 Months from the date of opening of the tender.
12. The Bidder gives the assurance to execute the tendered work as per specifications terms and conditions.
13. The Bidder confirms the capability to supply and install more than _______ Systems/capacity in a month.
14. The quote to supply the goods and materials specified in the underwritten schedule in the manner in which and within the time specified as set forth in the conditions of contract at the rates given in the financial bid.
15. The terms and conditions of tender will be binding upon bidder in the event of acceptance of their tender.
(Signature of Bidder)
with Seal:
Page 22 of 40
PROFORMA-I
Format for forwarding/covering letter (To be submitted by bidder on the official letterhead of the company)
No. Dated:
To
The Director,
Haryana Renewable Energy Development Agency,
Institutional Plot No. 1, Sector-17,
Panchkula
Subject: - Offer in response to Notice Inviting Tender No. ________ for the rate
contract of supply, installation & commissioning of LED Based Solar
Home Lighting Systems at various locations in Haryana state.
Sir,
We hereby submit our offer in full compliance with terms & conditions of the
above tender.
We confirm that, we have the capability to supply and install more than
__________ nos. of LED based Solar Home Lighting Systems in a month.
The technical and commercial part of the tender is submitted in a sealed envelope marked as Part-I and the price part has already been submitted online.
(Signature of Bidder)
NAME____________
with Seal
Page 23 of 40
PERFORMA-II
Check list of Annexure
(The following information/documents are to be annexed and flagged by the Bidders along
with the BID) Sr. No.
Annexure No.
Particulars Yes/No, Flag No.
1. Annexure-I Details of Earnest money
2. Annexure-II The bidder is a Manufacturing Company/ Firm/
Corporation Registered in India of SPV Cells /
Modules / Battery / PV System Electronics
(conforming to relevant National/ International
Standards). A copy of registration certificate/letter
issued by the competent Govt. authority which covers
product manufactured by the bidder firm and test
certificate of that product to be enclosed. OR
a PV System Integrator
-- At least 1000 Solar Photovoltaic Lighting Systems should have been installed / commissioned.
OR
At least one or more Solar Photovoltaic Power Plant (s) aggregating to a total of 10 KWp capacity should have been installed / commissioned (A copy of the order and certificate indicating its successful execution upto the said condition to be enclosed in Performa-III).
3. Annexure-III A copy of the Certificate for SPV Module and Battery
as per relevant IEC/BIS
4. Annexure-IV Test Certificate for the LED Based Solar Home
Lighting System as per DNIT tested as per MNRE,
GOI latest guidelines “minimal technical requirements
/ standards for SPV systems / plants to be deployed”.
(Test Certificate should have been issued on or after
1st April 2013.)
5. Annexure-V A copy of valid CST /State VAT/ TIN registration certificate
6. Annexure-VI A summarized sheet of cumulative experience in PV
systems/power plants certified by registered CA. (A copy of the order and certificate indicating its successful execution to be enclosed in Performa-IV)
7. Annexure-VII
Overall Average Annual Turnover of the
Company/Firm/ Corporation in the last two
financial years
(A summarized sheet of turnover of last two Financial Years certified by registered CA as per format in Performa-V )
8. Annexure-
VIII
MNRE accredited off- Grid Channel Partner/
Programme Administrator
OR Credit Rating (from MNRE Accredited Rating Agency ) of “SP2C” and above
Page 24 of 40
9. Annexure-IX Cumulative Experience* of the Bidder in executing
contracts
Solar Photovoltaic Systems/ Power Plants(Installed & Commissioned) >100 KWp
>250KWP
>500KWp
>1000KWp
(A copy of the order and certificate indicating its successful execution to be enclosed in Performa-IV)
10 Annexure-X Bidder’s cumulative experience* in last 10 years in
supply and installation/commissioning of total number
of Solar PV Lighting Systems.
Cumulative nos.: >3,000 Nos. >5,000 Nos. >10,000 Nos. >20,000 Nos.
(A copy of the order and certificate indicating its successful execution to be enclosed in Performa-IV)
11. Annexure-XI Value of a “Single Order” of PV Systems / Power Plants executed by the Bidder (A copy of the order indicating its value and certificate indicating its successful execution)
Valued more than Rs. 25 Lakhs Valued more than Rs. 50 Lakhs Valued more than Rs. 1.0 Crore Valued more than Rs. 2.0 Crores
(A copy of the order and certificate indicating its successful execution to be enclosed in Performa-IV)
12. Annexure-XII Cumulative Experience* of the Bidder in executing
contracts (Installed & commissioned) of Stand
Alone Solar P V Systems/ Power Plants:
At least 50% of the tendered value
At least 75% of the tendered value
(A copy of the order and certificate indicating its successful execution to be enclosed in Performa-IV)
13. Annexure-XIII Bidder has Test Certificate for Solar Lanterns, Solar
Home Lighting System, Solar Street Lighting System,
Solar Water Pumping System or SPV Modules, battery,
Electronics etc from a MNRE authorized testing centre.
(Test Certificate should have been issued on or after
April 2009.) Certificate for any two of the above Certificate for more than two of the above
14. Annexure-XIV The bidder is a SPV Modules Manufacturing
Company, Registered in India ,with a minimum
Capacity of --- 5 MWp per annum --- 10 MWp per annum
Page 25 of 40
--- 25 MWp per annum --- 50 MWp per annum
15. Annexure-XV The bidder is a SPV cells Manufacturing Company,
Registered in India, with a min. Capacity of --- 5 MWp per annum --- 10 MWp per annum
16. Annexure-XVI The bidder has ISO 9001 certification
17. Annexure-XVII
The bidder has ISO 14001 certification
18. Annexure-XVIII Document in support of incorporation of
company/firm etc. the copy of partnership deed in
case of partnership firm and copy of Registration
certificate in case of company.
19. Annexure-XIX Authorization letter of the Bidder, for the person
representing his firm, that he is authorized to
discuss and with specific mention of this tender as
per Clause17 (iii).
20. Annexure-XX General information about bidder as filled in
Performa-VI
21. Annexure-XXI Technical Details Form for make and test of various
component of Solar power plant of Bidder as filled in
Performa-VII
* Please flag the annexure and write flag number in the box.
Note: The bid may be submitted strictly as per checklist, Annexure and Performa
prescribed otherwise the bid may be ignored.
(Signature of Bidder)
With Seal
Page 26 of 40
PERFORMA-III
Information in support of PV System Integrator
Details of orders received and executed by manufacturer/ supplier for supply of solar systems/
power plants to different govt. organizations/state nodal agencies/others
Sr. No.
Name of agency/ organization
Purchase Order No./date
Nos./capacity of Solar Systems /power plants supplied
Year in which the plants were commissioned
1 2 3 4 5
Total
Note: (1) Attach photocopies of Purchase orders
(2) Attach photocopies of certificate of satisfactory performance of the plant issued by
concerned Agency/Organization.
Signature of Authorized Signatory
Name _______________________
Designation___________________
Company seal_________________
Note: The said Performa shall be filled by PV System Integrator only. There is no need to fill said Performa by Manufacturer as defined in said bid.
Page 27 of 40
PERFORMA-IV
Information in support of meeting Essential eligibility conditions and other eligibility condition regarding Cumulative Experience in PV Systems/power plants in Rs./Nos./Capacity
Details of Purchase Orders (PO) received and executed by manufacturer/ supplier for supply
of solar systems/ power plants to different govt. organizations/state nodal agencies/PSU
Sr.
No.
Name of agency/ organization
P.O. NO./ date
Value of P.O. (Rs. in lacs)
capacity of Solar systems/power plants executed in KWp
Nos. of Solar PV lighting systems supplied
Year in which the plants were commissioned
1 2 3 4 5 6 7
Total
Note: (1) Attach photocopies of Purchase orders
(2) Attach photocopies of certificate of satisfactory performance of the plant issued by
Concerned Agency/Organization.
Signature of Authorized Signatory
Name _______________________
Designation___________________
Company seal_________________
* This is a mandatory performa and purchase order and completion report should be attached with accordingly, otherwise, the experience shall not be considered.
Page 28 of 40
PERFORMA- V
INFORMATION IN SUPPORT OF MEETING ESSENTIAL ELIGIBILITY CONDITIONS
REGARDING ANNUAL TURNOVER OF THE BIDDER IN LAST TWO FINANCIAL YEAR
Name of the Firm ____________________________________________________
Address ___________________________________________________________
Contact Number _____________________________________________________
S.No. Financial Year Turn Over ( Rs. in lacs)
1. 2012-13
2. 2013-14
TOTAL
Signature of Charted Accountant with seal
Name ____________________________
M.No. _____________________________
Page 29 of 40
PROFORMA-VI
GENERAL PARTICULARS OF BIDDER
1 Name of firm
2 Postal Address
3 Telegraphic address
4 Telephone, Telex, Fax No
5 E-mail
6 Web site
7 Name &designation of the authorized signatory to whom reference shall be made
8 Present activities/business of the firm i. Module Manufacturer ii. Battery Manufacturer iii. Electronics manufacturer iv. PV System Integrator
9 Type of organization - Private Ltd. Company - Public Ltd. Company - Other category
10 Sale tax registration number/ TIN No, Place &State of billing
11 EMD of Rs. 2.00 lacs- Deposited on-line – Yes/no
12 Tender fee of Rs. 1000/- Deposited on-line – Yes/no
13 Have anything/extra other than price of items (as mentioned in price Schedule) been written in the price schedule.
14 Have the contractor/firm to pay arrears of income tax? If yes up to what amount?
15 Have the contractor/firm ever been debarred By any Govt. Deptt. / Undertaking for undertaking any work?
16 Monthly supply capacity (Nos.)
17 Details of offer (please mention number of pages and number of Drawings)
18 Reference of any other information attached by the tender (please Mention no. of pages & no. of drawings)
19 Sample of LED Based Solar Home lighting System.
Submitted/ Not Submitted
(Signatures of the authorized signatory) Name:
Designation and company seal:
Page 30 of 40
PERFORMA –VII TECHNICAL DETAIL OF MODULES, BATTERY BANK AND BOS OFFERED
S.No. ITEM Technical Detail
1 SOLAR PHOTOVOLTAIC MODULES
1.1 Make
1.2 Type
1.3 Capacity of modules
1.4 Testing and qualifying standards
2 LED LIGHTS
2.1 Make
2.2 capacity
3 Battery Bank
3.1 Type
3.2 Manufacturers name
3.3 Capacity Ah
3.4 Testing and qualifying standards
4 Charge Controller
4.1 Make
5 Other parts
5.1 Wire/ Switches
5.2 Make
5.3 Quality Standard
(Signatures of the authorized signatory) Name_______________________
Designation________________ Company seal ______________
Page 31 of 40
PERFORMA –VIII
DETAILS OF SAMPLE SUBMITTED ALONG WITH BID
S.No. ITEM
1 SOLAR PHOTOVOLTAIC MODULES
1.1 Make
1.2 Type
1.3 Capacity of modules
1.4 Sr, No.
2 LED LIGHTS
2.1 Make & Capacity
2.2 Quantity & Sr. No.
3 Battery
3.1 Type
3.2 Manufacturers Name
3.3 Capacity (V & Ah)
3.4 Sr. No.
4 Charge Controller
4.1 Make & Sr. No.
5 Other parts
5.1 Wire/ Switches/ Holder
5.2 Make
(Signatures of the authorized signatory) Name_______________________
Designation________________ Company seal ______________
Page 32 of 40
ANNEXURE-2
FINANCIAL BID FOR THE RATE CONTRACT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF LED BASED SOLAR HOME LIGHTING SYSTEMS AT VARIOUS LOCATIONS IN HARYANA STATE
Sr.
No
Description Cost of each system FOR including
transportation / packaging / installation /
commissioning inclusive of all taxes/
octroi/VAT etc.
1. Supply, installation and
commissioning of Two white
LED based solar home
lighting systems (2 LED lights
of 3W each) with 5 year
warranty of the complete
system excluding battery for
which the warranty should be
for two years. The warrantee
of modules for their output
peak watt capacity, which
should not be less than 90%
at the end of 10 years and
80% at the end of 25 years.
Rs._______________________
( Rupees___________________)
2. Place & State of billing .............................................
3. Capacity per Month
..............................................
*financial bid/price part be submitted online only.
(Signatures of the authorized signatory)
Name___________________
Designation________________
Page 33 of 40
ANNEXURE- 1(a)
WHITE-LED (W-LED) BASED SOLAR HOME LIGHTING SYSTEMS
A solar home lighting system (SHS) provides a comfortable level of illumination in
one or more rooms of a house. The SHS consists of a PV module, control
electronics, battery, and luminaire(s). There are several SHS models featuring one,
two, or four luminaires based on White Light Emitting Diode (W-LED). The system
could also be used to run a small DC fan or a 12-V DC television along with the W-
LED Lamps.
PV module converts sunlight into electricity, which powers the luminaire(s).
White Light Emitting Diode (W-LED) is a solid state device which emits light
when electric current passes through it.
BROAD PERFORMANCE SPECIFICATIONS
The broad performance specifications of a W-LED light source based solar home lighting system are given below:
Light Source White Light Emitting Diode (W-LED)
Light Out put Minimum 15 Lux when measured at the periphery of 2.5 meter diameter from a height of 2.5 meter. At any point within area of 2.5mtr diameter periphery the light level should not be more than three limes of the periphery value. The illumination should be uniform without Dark Bands or abrupt variations and soothing to the eyes. Higher output would be preferred.
Mounting of light Wall or ceiling
Electronics Min 85 % efficiency
Average duty cycle 5 hours a day under average daily insolation of 5.5 kWh/ sq.m.
Autonomy 3 days or Minimum 15 operating hours per permissible discharge
There are four models of W-LED home lighting systems. The configuration of each model is as follows:
Model-I One White LED lumaniare PV Module 6 Wp under STC Battery Lead acid Sealed maintenance free, 12V-7 AH @ C/20
Or NiMH or Lithium-Ion of requisite capapcity
Model- II Two White LED lumanaire PV Module 12 Wp under STC Battery Lead acid Tubular flooded or Gel / VRLA, 12V - 12AH @ C/20
Model –III Two White LED lumenaires and one DC fan of wattage up to 10 W
PV Module 24 Wp under STC Battery Lead acid Tubular flooded or Gel / VRLA, 12V- 20AH @ C/20
Page 34 of 40
Model –IV Four White LED lumenaires
PV Module 24 Wp under STC Battery Lead acid Tubular flooded or Gel / VRLA, 12V- 20AH @ C/20
It should have a socket to provide power for a 12V DC TV set which can be purchased separately.
TECHNICAL DETAILS PV MODULE (S)
I. Indigenously manufactured PV modules should be used.
II. The PV modules up to 12 Wp capacity should have crystalline silicon solar cells, and should have humidity, freeze and damp heat tests certificate conforming to IEC 61215 Edition II / BIS 14286 from an NABL or IECQ accredited Laboratory.
III. The PV modules more than 12 Wp capacity should be made up of crystalline silicon solar cells and must have a certificate of testing conforming to IEC 61215 Edition II / BIS 14286 from an NABL or IECQ accredited Laboratory.
IV. The power output of the module(s) under STC should be a minimum of 6 Wp or 12 Wp or 24 Wp.
V. The Load voltage* of 16.40 V for 12 V battery or appropriate voltage for charging of battery used, under the standard test conditions (STC) of measurement.
VI. The module efficiency should not be less than 10%.
VII. The terminal box on the module should have a provision for opening, for replacing the cable, if required.
VIII. The fill factor of SPV modules should not be less than 0.7.
IX. There should be a Name Plate fixed inside the module which will give:
a. Name of the Manufacturer or Distinctive Logo.
b. Model Number
c. Serial Number
d. Year of manufacture
X. A distinctive serial number starting with NSM will be engraved on the frame of the module or screen printed on the tedlar sheet of the module.
* The load voltage condition of the PV modules are not applicable for the system having MPPT.
BATTERY
i. The battery should have a minimum rating of 12V, 12Ah at C/20 rate of discharge.
ii. 75 % of the rated capacity of the battery should be between fully charged & load cut off conditions.
iii. Battery should conform to the latest BIS/ International standards.
iv. The MNRE empanelled manufacturer of battery shall only be considered.
LIGHT SOURCE
i. The light source will be of white LED of Philips/Cree/Nichia/OSRAM.
ii. The colour temperature of W-LEDs used in the system should be in the range of 5500oK–6500oK.
Page 35 of 40
iii. LEDs should not emit ultraviolet light.
iv. The light output from the W-LED light source should be constant throughout the duty cycle.
v. The lamps should be housed in an assembly suitable for indoor use.
ELECTRONICS
i. The total electronic efficiency should be at least 85 %. ii. Electronics should have temperature compensation for proper charging of the battery
throughout the year. The idle current should be less than 1 mA. iii. The voltage drop from module terminals to the battery terminals should not exceed
0.6 volts including the drop across the diode and the cable when measured at maximum charging current.
iv. The PCB containing the electronics should be capable of solder free installation and replacement.
v. Necessary lengths of wires/cables, switches & holders suitable for DC use with ISI mak and fuses should be provided.
ELECTRONIC PROTECTIONS
i. Adequate protection is to be incorporated under “No Load” condition, e.g. when the lamps are removed and the system is switched ON.
ii. The system should have protection against battery overcharge, deep discharge condition.
iii. Load reconnect should be provided at 80% of the battery capacity status.
iv. Adequate protection should be provided against battery reverse polarity.
v. Fuses should be provided to protect against short circuit conditions.
vi. Protection for reverse flow of current through the PV module(s) should be provided.
MECHANICAL COMPONENTS
i. Corrosion resistant metallic frame structure should be provided to hold the SPV module at a suitable angle (35-450).
ii. Light source should be either for wall mounted or ceiling mounted or can be hung from the ceiling in a stable manner, as per site requirements.
iii. A vented plastic/ wooden/ metallic box with acid proof corrosion resistant paint for housing the storage battery indoors should be provided.
INDICATORS
The system should have two indicators, green and red.
The green indicator should indicate the charging under progress and should glow only when the charging is taking place. It should stop glowing when the battery is fully charged.
Red indicator should indicate the battery “Load Cut Off” condition QUALITY AND WARRANTY
i. The Solar home lighting system (excluding battery, for which the warranty should be for two years) will be warranted for a period of five years from the date of supply.
ii. The PV module(s) will be warranted for a minimum period of 25 years from the date of supply. PV modules used in Solar Home Lighting System must be warranted for their output peak watt capacity, which should not be less than 90% at the end of Ten (10) years and 80% at the end of Twenty five (25) years.
iii. The Warranty Card to be supplied with the system must contain the details of the system. The manufacturers can also provide additional information about the system and conditions of warranty as necessary.
Page 36 of 40
OPERATION AND MAINTENANCE MANUAL
An Operation, Instruction and Maintenance Manual, in simple & easy to understand language (English and Hindi both) with connection diagram, should be provided with the Solar Home Lighting System. The following minimum details must be provided in the Manual:
Basic principles of Photovoltaics.
A small write-up (with a block diagram) on Solar Home Lighting System – its components, PV module, battery, electronics and luminaire and expected performance.
Significance of indicators.
Type, Model number, voltage & capacity of the battery, used in the system.
The make, model number, country of origin and technical characteristics (including IESNA LM-80 report) of W-LEDs used in the lighting system must be indicated in the manual.
Clear instructions about mounting of PV module(s).
Clear instructions on regular maintenance and trouble shooting of the Solar Home Lighting System.
DO's and DONT's.
Name and address of the contact person for repair and maintenance.
OTHER FEATURES
a) On the outer body of charge controller/ battery box, the following instructions should be suitably displayed:
d`I;k cSVjh ds Vjehuy ,d ckj eghus esa vo’; lkQ djsaA
d`I;k cSVjh dk ikuh eghusa esa ,d ckj vo’; pSd djsa A
jsM bUMhdsVj ds tyus ij flLVe dk bLrseky rc rd uk djsa tc rd pktZaxh ds ckn
jsM bUMhdsVj cUn uk gks tk;s A
INSTALLATION INSTRUCTIONS
I. Adequate space should be provided behind the PV module/array for allowing unobstructed airflow for passive cooling.
II. Cable of appropriate size should be utilized to keep electrical losses to a bare minimum Length of the wire from module to charge controller should be 5 mtr. From charge controller to battery, the length of wire should be 2.0 mtr and from charge controller to lights should be 2 mtr for one light and 3 mtr for the other light. So, atleast 12 mtr wire should be provided for installation with said system.
III. The battery should be located in a dry area with proper ventilation. Care should be taken to ensure that the battery is placed with appropriate levelling on a structurally sound surface.
IV. The firm shall print the matter “PROMOTED BY HAREDA” on the system.
Any minor equipment and material may not be specifically mentioned in this specifications but are required to make the system complete in a every respect in accordance with technical specification shall be deemed to have been covered under the scope of this specification and shall be provided by the tenderer / supplier within the quoted price.
Page 37 of 40
ANNEXURE- 1(b)
MINIMAL TECHNICAL REQUIREMENTS / STANDARDS FOR SPV SYSTEMS / PLANTS TO BE DEPLOYED DURING F.Y. 2012-2013 UNDER THE PROGRAMMES OFMINISTRY
OF NEW AND RENEWABLE ENERGY
1. PV MODULES:
1.1 The PV modules must conform to the latest edition of any of the following IEC /
equivalent BIS Standards for PV module design qualification and type approval:
Crystalline Silicon Terrestrial PV Modules IEC 61215 / IS14286 Thin Film Terrestrial PV Modules IEC 61646 / Equivalent IS
(Under Dev.)
Concentrator PV Modules & Assemblies IEC 62108
1.2 In addition, the modules must conform to IEC 61730 Part 1-requirements for
construction & Part 2 - requirements for testing, for safety qualification or Equivalent IS (Under Dev.)
1.3 PV modules to be used in a highly corrosive atmosphere (coastal areas,etc.)
must qualify Salt Mist Corrosion Testing as per IEC 61701 / IS 61701.
1.4 IDENTIFICATION AND TRACEABILITY
Each PV module must use a RF identification tag (RFID), which must contain the following information:
(i) Name of the manufacturer of PV Module (ii) Name of the Manufacturer of Solar cells (iii) Month and year of the manufacture (separately for solar cells and
module) (iv) Country of origin (separately for solar cells and module) (v) I-V curve for the module (vi) Peak Wattage, Im, Vm and FF for the module (vii) Unique Serial No and Model No of the module (viii) Date and year of obtaining IEC PV module qualification certificate (ix) Name of the test lab issuing IEC certificate (x) Other relevant information on traceability of solar cells and module as
per ISO 9000 series.
Until March 2013, the RFID can be inside or outside the module laminate, but must be able to withstand harsh environmental conditions. However from 1st April 2013 onwards; RFID shall be mandatorily placed inside the module laminate.
1.5 VALIDITY :
The validity of the existing Certificates/Reports in the old format/procedure shall be valid till March 2013 only. Manufactures are advised to get their samples tested as per the new format/procedure before 31st March 2013, whose validity shall be for five years.
1.6 AUTHORIZED TESTING LABORATORIES/ CENTERS
Page 38 of 40
PV modules must qualify (enclose test reports/ certificate from IEC/NABL accredited laboratory) as per relevant IEC standard. Additionally the performance of PV modules at STC conditions must be tested and approved by one of the IEC / NABL Accredited Testing Laboratories including Solar Energy Centre. For small capacity PV modules upto 50Wp capacity STC performance as above will be sufficient. However, qualification certificate from IEC/NABL accredited laboratory as per relevant standard for any of the higher wattage regular module should be accompanied with the STC report/ certificate.
1.6.1 Details of Test Labs are given in Annexure I.
(Any other Test Lab that has set – up for testing and wants to get included may contact Director, MNRE)
1.6.2 While applying for Testing , the Manufacturer has to give the following
details: - A copy of registration of the company particularly for the relevant
product/ component/ PV system to be tested
- An adequate proof from the manufacturer, actually showing that they are manufacturing product by way production, testing and other facilities
- Certification as per JNNSM standards for other boughtout intems used in the system
Without above proof test centers are advised not to accept the samples.
1.7 WARRANTY
PV modules used in solar power plants/ systems must be warranted for their output peak watt capacity, which should not be less than 90% at the end of 12 years and 80% at the end of 25 years.
2. BALANCE OF SYSTEM (BOS) ITEMS/ COMPONENTS:
2.1 The BOS items / components of the SPV power plants/ systems deployed under the Mission must conform to the latest edition of IEC/Equivalent BIS Standards/MNRE specifications/ as specified below:
BOS Item / System Applicable BIS /Equivalent IEC Standard Or MNRE Specifications
Standard Description Standard
Number
Solar PV Lighting
Systems:
Solar PV Home Lighting System
Solar PV street Lighting System
Solar PV Lantern
As per MNRE latest
Specifications dated
09.09.2011
Solar PV Systems ( more
than 100 Wp and up to
20 KWp Capacity only) :
Page 39 of 40
Charge Controller/MPPT units Power Conditioners/ Inverters**including MPPT and Protections
Environmental Testing Efficiency Measurements Environmental Testing
IEC 60068-2 (1,2,14,30)/ Equivalent BIS Std. IEC 61683 / IS 61683 IEC 60068-2 (1, 2, 14, 30) / Equivalent BIS Std.
Storage Batteries General Requirements & Methods of Testing Tubular Lead Acid / VRLA / GEL Capacity Test Charge/Discharge Efficiency Self-Discharge
As per relevant BIS Std.
Cables General Test and Measuring
Method PVC insulated cables for
working voltage up to and
including 1100 V and UV resistant
for outdoor installation
IEC 60227 / IS 694
IEC 60502 / IS 1554
(Pt. I & II)
Switches/Circuit Breakers/Connectors
General Requirements Connectors –safety A.C. /D.C.
IEC 60947 part I,II, III / IS 60947 Part I,II,III EN 50521
Junction Boxes /Enclosures for Inverters/Charge Controllers/Luminaries
General Requirements IP 54(for outdoor)/ IP 21(for indoor) as per IEC 529
**In case if the Charge controller is in-built in the inverter, no separate IEC 62093 test is required and must additionally conform to the relevant national/international Electrical Safety Standards wherever applicable
2.2 AUTHORIZED TESTING LABORATORIES/ CENTERS
Test certificates / reports for the BoS items/ components can be from any of the NABL/ IEC Accredited Testing Laboratories or MNRE approved test centers. The list of MNRE approved test centers will be reviewed and updated from time to time.
2.3 WARRANTY
The mechanical structures, electrical works The mechanical structures, electrical works including power conditioners/inverters/charge controllers/ maximum power point tracker units/distribution boards/digital meters/ switchgear/ storage batteries, etc. and overall workmanship of the SPV power plants/ systems must be warranted against any manufacturing/ design/ installation defects for a minimum period of 5 years.
Page 40 of 40
Accredited Test centers for MNRE Off-Grid Programme
Lab/ Organization
PV Module Lighting Systems Battery Inverter >100 W Charge Controller
as per MNRE
Specifications
Environmental
Efficiency Environmental protections Environmental
SEC Yes (IEC61215up
to100WP) NABL
Accredited
Yes MNRE
Accredited
Yes (Including IP)
MNRE Accredited
Yes MNRE
Accredited
Yes (upto
10KVA) MNRE
Accredited
Yes (Including IP)
MNRE Accredited
Yes MNRE
Accredited
Yes (Including IP)
MNRE Accredited
ERTL (east)
STC Test Facility MNRE
Accredited
Yes NABL/ MNRE
Accredited
Yes NABL/ MNRE
Accredited
Yes Up to
1000AH
Yes NABL/ MNRE
Accredited
Yes NABL/ MNRE
Accredited
Yes NABL/ MNRE
Accredited
Yes NABL/ MNRE
Accredited
ETDC (B)
Yes (IEC61215)u nder ICEEE-
CB, IEC 61701
(upto100WP) NABL
Accredited
Yes NABL/ MNRE
Accredited
Yes NABL/ MNRE
Accredited
Yes Up to 100
AH
Yes (up to 3KVA) NABL/ MNRE
Accredited
Yes NABL/ MNRE
Accredited
Yes NABL/ MNRE
Accredited
Yes NABL/ MNRE
Accredited
CPRI (B)
No Yes NABL/ MNRE
Accredited
Yes NABL/ MNRE
Accredited
Yes Up to 500
AH
Yes (up to
10KVA) NABL/ MNRE
Accredited
Yes NABL/ MNRE
Accredited
Yes NABL/ MNRE
Accredited
Yes NABL/ MNRE
Accredited
ERTL (N)
No Only Electronics & luminaire
NABL Accredited
Yes NABL
Accredited
No Yes (up to 5KVA) NABL
Accredited
Yes NABL
Accredited
Yes (up to 5KW) NABL
Accredited
Yes NABL
Accredited
UL (B) Yes (IEC61215 IEC 61730
Pt.II and IEC 61701)
upto400WP NABL
Accredited
Yes (except battery) NABL
Accredited
Yes NABL
Accredited
No Yes (up to 6KVA) NABL
Accredited
Yes NABL
Accredited
Yes (up to 6KW) NABL
Accredited
Yes NABL
Accredited
TUV Rhinela
nd
Yes (IEC61215 & 61730 Pt-II) upto400WP
NABL Accredited
NO Yes NABL
Accredited
No Yes (up to
10KVA) NABL
Accredited
Yes NABL
Accredited
Yes (up to 10KW) NABL
Accredited
Yes NABL
Accredited
Inter Tek
No Only Electronics & luminaire
NABL Accredited
Yes NABL
Accredited
No Yes (up to 5KVA) NABL
Accredited
Yes NABL
Accredited
Yes (up to 5KW) NABL
Accredited
Yes NABL
Accredited
*Beyond 10KVA self certification by the manufactures is acceptable.